Loading...
HomeMy WebLinkAboutAGMT - W A Rasic Construction Company Inc (On-Call Emergency and Unexpected Task Utility Maintenance and Repair Service)PROFESSIONAL MAINTENANCE AGREEMENT for On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services between City of Seal Beach 211 - 8th Street Seal Beach, CA 90740 P_ W.A. Rasic Construction Company, Inc. 4150 Long Beach Boulevard Long Beach, CA 90807 (562) 928-6111 This Professional Maintenance Agreement ("the Agreement") is made as of March 8, 2021 (the "Effective Date"), by and between W.A. Rasic Construction Company, Inc. ("Contractor"), a California Corporation, and the City of Seal Beach ("City"), a California charter city, (collectively, "the Parties"). RECITALS A. City desires certain on-call emergency and unexpected task utility maintenance and repair services. B. City desires to engage Contractor to provide on-call emergency and unexpected task utility maintenance and repair services in the manner set forth herein and more fully described in Section 1.0. C. Contractor represents that the principal members of its firm are qualified California licensed contractors (368761 A — General Engineering, C-34 Pipeline, DIR 1000000649) and are fully qualified to perform the services contemplated by this Agreement in a good and professional manner; and it desires to perform such services as provided herein. NOW THEREFORE, in consideration of the Parties' performance of the promises, covenants, and conditions stated herein, the Parties hereto agree as follows. AGREEMENT 1.0 Scope of Services 1.1. Strictly on an on-call emergency or unexpected task basis, Contractor shall provide those utility maintenance and repair services (collectively "Services") set forth in the Request for Proposal (Exhibit A), and Contractor's Proposal (Exhibit B), attached and incorporated herein by this reference. To the extent that there is any conflict between Exhibit A, Exhibit B, and this Agreement, this Agreement shall control. Given the on-call emergency or unexpected task nature of this Contract, Contractor acknowledges that there is no guarantee that City shall request any Services hereunder. 1.2. Contractor shall perform all Services under this Agreement in accordance with the standard of care generally exercised by like professionals under similar circumstances and in a manner reasonably satisfactory to City. 1.3. In performing this Agreement, Contractor shall comply with all applicable provisions of federal, state, and local law. 1.4. As a material inducement to City to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the Services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing all Services. The City relies upon the skill of Contractor, and Contractor's staff, if any, to do and perform the Services in a skillful, competent, and professional manner, and Contractor and Contractor's staff, shall perform the 2of14 Services in such manner. Contractor shall, at all times, meet or exceed any and all applicable professional standards of care. The acceptance of Contractor's work by the City shall not operate as a release of Contractor from such standard of care and workmanship. 1.5. Contractor will not be compensated for any work performed not specified in the Scope of Services unless the City authorizes such work in advance and in writing. The City Manager may authorize extra work to fund unforeseen conditions up to the amount approved at the time of award by the City Council. Payment for additional work in excess of this amount requires prior City Council authorization. 2.0 Term 2.1. The term of this Agreement shall commence as of the Effective Date and shall continue for a term of three (3) years ("Original Term") and shall expire at midnight on March 8, 2024, unless sooner terminated or extended as provided by this Agreement. 2.2. The City, at its sole option, may elect to extend the Original Term of this Agreement, upon the same terms and conditions, for up to two (2) additional terms of one year each ("extension"), by providing written notice to Contractor at least one month prior to the expiration of an existing term. If timely elected by the City, the first extension shall have a term extending from March 8, 2024 through and including March 8, 2025, unless sooner terminated or extended pursuant to this Agreement. If timely elected by the City, the second extension shall be from March 8, 2025 through and including March 8, 2026, unless sooner terminated pursuant to this Agreement. Any extension shall not be effective except upon execution of a written amendment to this Agreement signed by the City Manager and Contractor's authorized representatives. 3.0 Contractor's Compensation 3.1. City will pay Contractor in accordance with the hourly rates shown on the fee schedule set forth in Exhibit B for the Services assigned by City but in no event will the City pay more than the total not -to -exceed amount of $300,000.00 (Three Hundred Thousand and 00/XX dollars) for the Original Term. 3.2. In the event that City elects to extend the Original Term in accordance with Section 2.2 of this Agreement, City will pay Contractor in accordance with the hourly rates shown on the fee schedule set forth in Exhibit B for Services but in no event will the City pay more than the total not -to -exceed amount of $100,000.00 (One Hundred Thousand and 00/XX dollars) for each extension. 3of14 3.3. Contractor will not be compensated for any work performed not authorized by City and specified in the Scope of Services unless the City authorizes such work in advance and in writing. The City Manager may authorize extra work to fund unforeseen conditions up to the amount approved at the time of award by the City Council. Payment for additional work in excess of this amount requires prior City Council authorization. Any additional work authorized by the City Council pursuant to this Section will be compensated in accordance with the fee schedule set forth in Exhibit B. 4.0 Method of Payment 4.1. Contractor shall submit to City monthly invoices for all Services rendered pursuant to this Agreement. Such invoices shall be submitted within 15 days of the end of the month during which the Services were rendered and shall describe in detail the Services rendered during the period, the days worked, number of hours worked, the hourly rates charged, and the Services performed for each day in the period. City will pay Contractor within 30 days of receiving Contractor's invoice. City will not withhold any applicable federal or state payroll and other required taxes, or other authorized deductions from payments made to Contractor. 4.2. Upon 24-hour notice from City, Contractor shall allow City or City's agents or representatives to inspect at Contractor's offices during reasonable business hours all records, invoices, time cards, cost control sheets and other records maintained by Contractor in connection with this Agreement. City's rights under this Section 4.2 shall survive for three (3) years following the termination of this Agreement. 5.0 Termination 5.1. This Agreement may be terminated by City, without cause, or by Contractor based on reasonable cause, upon giving the other party written notice thereof not less than 30 days prior to the date of termination. 5.2. This Agreement may be terminated by City upon 10 days' notice to Contractor if Contractor fails to provide satisfactory evidence of renewal or replacement of comprehensive general liability insurance as required by this Agreement at least 20 days before the expiration date of the previous policy. 6.0 Party Representatives 6.1. The City Manager is the City's representative for purposes of this Agreement. 6.2. Shane Sato is the Contractor's primary representative for purposes of this Agreement. Shane Sato shall be responsible during the term of this 4of14 Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the Services hereunder. Contractor may not change its representative without the prior written approval of City, which approval shall not be unreasonably withheld. 7.0 Notices 7.1. All notices permitted or required under this Agreement shall be deemed made when personally delivered or when mailed 48 hours after deposit in the United States Mail, first class postage prepaid and addressed to the party at the following addresses: To City: City of Seal Beach 211 -8th Street Seal Beach, California 90740 Attn: City Manager To Contractor: W.A. Rasic Construction Company, Inc. 4150 Long Beach Boulevard Long Beach, CA 90807 Attn: Peter L Rasic 7.2. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 8.0 Independent Contractor 8.1. Contractor is an independent contractor and not an employee of the City. All work or other Services provided pursuant to this Agreement shall be performed by Contractor or by Contractor's employees or other personnel under Contractor's supervision, and Contractor and all of Contractor's personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City of Seal Beach business license as required by the Seal Beach Municipal Code. Contractor will determine the means, methods, and details by which Contractor's personnel will perform the Services. Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the customary professional standards. 8.2. All of Contractor's employees and other personnel performing any of the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor and Contractor's personnel shall not supervise any of City's employees; and City's employees shall not supervise Contractor's personnel. Contractor's personnel shall not wear or display any City uniform, badge, identification number, or other information identifying such individual as 5of14 an employee of City; and Contractor's personnel shall not use any City e-mail address or City telephone number in the performance of any of the Services under this Agreement. Contractor shall acquire and maintain at its sole cost and expense such vehicles, equipment and supplies as Contractor's personnel require to perform any of the Services required by this Agreement. Contractor shall perform all Services off of City premises at locations of Contractor's choice, except as otherwise may from time to time be necessary in order for Contractor's personnel to receive projects from City, review plans on file at City, pick up or deliver any work product related to Contractor's performance of any Services under this Agreement, or as may be necessary to inspect or visit City locations and/or private property to perform such Services. City may make a computer available to Contractor from time to time for Contractor's personnel to obtain information about or to check on the status of projects pertaining to the Services under this Agreement. 8.3. Contractor shall be responsible for and pay all wages, salaries, benefits and other amounts due to Contractor's personnel in connection with their performance of any Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: Social Security taxes, other retirement or pension benefits, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. Notwithstanding any other agency, State, or federal policy, rule, regulation, statute or ordinance to the contrary, Contractor and any of its officers, employees, agents, and subcontractors providing any of the Services under this Agreement shall not become entitled to, and hereby waive any claims to, any wages, salaries, compensation, benefit or any incident of employment by City, including but not limited to, eligibility to enroll in, or reinstate to membership in, the California Public Employees Retirement System ("PERS") as an employee of City, and entitlement to any contribution to be paid by City for employer contributions or employee contributions for PERS benefits. 8.4. Contractor shall indemnify and hold harmless City and its elected officials, officers, employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from, caused by, or relating to Contractor's personnel practices. or to the extent arising from, caused by or relating to the violation of any of the provisions of this Section 8.0. In addition to all other remedies available under law, City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification arising under this Section. This duty of indemnification is in addition to Contractor's duty to defend, indemnify and hold harmless as set forth in any other provision of this Agreement. 6of14 9.0 PERS Compliance and Indemnification 9.1. General Requirements. The Parties acknowledge that City is a local agency member of PERS, and as such has certain pension reporting and contribution obligations to PERS on behalf of qualifying employees. Contractor agrees that, in providing its employees and any other personnel to City to perform any work or other Services under this Agreement, Contractor shall assure compliance with the Public Employees' Retirement Law, commencing at Government Code § 20000, the regulations of PERS, and the Public Employees' Pension Reform Act of 2013, as amended. Without limitation to the foregoing, Contractor shall assure compliance with regard to personnel who have active or inactive membership in PERS and to those who are retired annuitants and in performing this Agreement shall not assign or utilize any of its personnel in a manner that will cause City to be in violation of the applicable retirement laws and regulations. 9.2. Indemnification. Contractor shall defend (with legal counsel approved by City, whose approval shall not be unreasonably withheld), indemnify and hold harmless City, and its City and its elected officials, officers, employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from, caused by, or relating to Contractor's violation of any provisions of this Section 9.0. This duty of indemnification is in addition to Contractor's duty to defend, indemnify and hold harmless as set forth in any other provision of this Agreement. 10.0 Confidentiality Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this Section shall survive the termination of this Agreement. 11.0 Subcontractors No portion of this Agreement shall be approval of the City. Contractor is fully of any and all subcontractors. 12.0 Assignment subcontracted without the prior written responsible to City for the performance Contractor shall not assign or transfer any interest in this Agreement whether by assignment or novation, without the prior written consent of City. Any purported assignment without such consent shall be void and without effect. 7of14 13.0 Inspection and Audit of Records Contractor shall maintain complete and accurate records with respect to all Services and other matters covered under this Agreement, including but expressly not limited to, all Services performed, salaries, wages, invoices, time cards, cost control sheets, costs, expenses, receipts and other records with respect to this Agreement. Contractor shall maintain adequate records on the Services provided in sufficient detail to permit an evaluation of all Services in connection therewith. All such records shall be clearly identified and readily accessible. At all times during regular business hours, Contractor shall provide City with free access to such records, and the right to examine and audit the same and to make copies and transcripts as City deems necessary, and shall allow inspection of all program data, information, documents, proceedings and activities and all other matters related to the performance of the Services under this Agreement. Contractor shall retain all financial and program service records and all other records related to the Services and performance of this Agreement for at least three (3) years after expiration, termination or final payment under this Agreement, whichever occurs later. City's rights under this Section 13.0 shall survive for three (3) years after expiration, termination or final payment under this Agreement, whichever occurs later. 14.0 Safety Requirements All work performed under this Agreement shall be performed in such a manner as to provide safety to the public and to meet or exceed the safety standards outlined by CAL OSHA. The City may issue restraint or cease and desist orders to Contractor when unsafe or harmful acts are observed or reported relative to the performance of the Services. Contractor shall maintain the work sites free of hazards to persons and property resulting from its operations. Contractor shall immediately report to the City any hazardous condition noted by Contractor. 15.0 Insurance 15.1. Contractor shall not commence work under this Agreement until it has provided evidence satisfactory to the City that Contractor has secured all insurance required under this Section. Contractor shall furnish City with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms provided by the City if requested. All certificates and endorsements shall be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 15.2. Contractor shall, at its expense, procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or 8of14 damages to property that may arise from or in connection with the performance of this Agreement. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VIII, licensed to do business in California, and satisfactory to the City. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers' Compensation and Employer's Liability coverages. Contractor shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage and if Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) Workers' Compensation in the amount required by law and Employer's Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease. 15.3. The insurance policies shall contain the following provisions, or Contractor shall provide endorsements on forms supplied or approved by the City to state: (1) coverage shall not be suspended, voided, reduced or canceled except after 30 days prior written notice by certified mail, return receipt requested, has been given to the City; (2) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the City, its directors, officials, officers, (3) coverage shall be primary insurance as respects the City, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Contractor's scheduled underlying coverage and that any insurance or self-insurance maintained by the City, its directors, officials, officers, employees, agents and volunteers shall be excess of the Contractor's insurance and shall not be called upon to contribute with it; (4) for general liability insurance, that the City, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insureds with respect to the services or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work; and (5) for automobile liability, that the City, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Contractor or for which the Contractor is responsible. 15.4. All insurance required by this Section shall contain standard separation of insureds provisions and shall not contain any special limitations on the scope of protection afforded to the City, its directors, officials, officers, employees, agents, and volunteers. 9of14 15.5. Any deductibles or self-insured retentions shall be declared to and approved by the City. Contractor guarantees that, at the option of the City, either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its directors, officials, officers, employees, agents, and volunteers; or (2) the Contractor shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 16.0 Indemnification, Hold Harmless, and Duty to Defend Contractor and the City agree that the City, its elected officials, officers, attorneys, agents, employees, designated volunteers, successors, assigns and those City agents serving as independent contractors in the role of City officials (collectively "Indemnitees" in this Section 16.0) should, to the fullest extent permitted by law, be fully protected from any loss, injury, damage, claim, liability, lawsuit, cost, expense, attorneys' fees, litigation costs, defense costs, court costs and/or any other cost arising out of or in any way related to the performance of this Agreement. Accordingly, the provisions of this indemnity provision are intended by the Parties to be interpreted and construed to provide the fullest protection possible under the law to the City and all other Indemnitees. Contractor acknowledges that the City would not have entered into this Agreement in the absence of the commitment of Contractor to indemnify and protect the City and the other Indemnitees, as set forth in this Agreement. 16.1. Indemnity. To the fullest extent permitted by law, the Contractor shall, at its sole cost and expense, protect, defend, hold harmless and indemnify the City, its elected officials, officers, attorneys, agents, employees, designated volunteers, successors, assigns and those City agents serving as independent contractors in the role of City officials (collectively "Indemnitees" in this Section 16.0) from and against any and all damages, ,costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens and losses of any nature whatsoever, including fees of accountants, attorneys and other professionals, and all costs associated therewith, and the payment of all consequential damages (collectively "Claims"), in law or equity, whether actual, alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions, or willful misconduct, of the Contractor, and/or its officers, agents, servants, employees, subcontractors, materialmen, suppliers, or contractors, or their officers, agents, servants or employees (or any entity or individual that the Contractor shall bear the legal liability thereof) in the performance of this Agreement, including the Indemnitees' active or passive negligence, except for Claims arising from the sole negligence or willful misconduct of Indemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. The Contractor shall defend the Indemnitees in any action or actions filed in connection with any Claims with counsel of the Indemnitees' choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actually incurred in connection with such defense. The Contractor shall 10 of 14 reimburse the Indemnitees for any and all legal expenses and costs incurred by the Indemnitees in connection therewith. 16.2. Subcontractor Indemnification. Contractor shall obtain executed indemnity agreements with provisions identical to those in this Section 16.0 from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Agreement. If Contractor fails to obtain such indemnities, Contractor shall be fully responsible and indemnify, hold harmless and defend the Indemnitees from and against any and all Claims in law or equity, whether actual, alleged or threatened, which arise out of, are claimed to arise out of, pertain to, or relate to the acts or omissions of Contractor's subcontractor, its officers, agents, servants, employees, subcontractors, materialmen, contractors or their officers, agents, servants or employees (or any entity or individual that Contractor's subcontractor shall bear the legal liability thereof) in the performance of this Agreement, including the Indemnitees' active or passive negligence, except for Claims or Damages arising from the sole negligence or willful misconduct of the Indemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. 16.3. The obligations of Contractor under this or any other provision of this Agreement shall not be limited by the provisions of any workers' compensation act or similar act. Contractor expressly waives any statutory immunity under such statutes or laws as to the Indemnitees. Contractor's indemnity obligation set forth in this Section 16.0 shall not be limited by the limits of any policies of insurance required or provided by Contractor pursuant to this Agreement. 16.4. Contractor's covenants under this Section 16.0 shall survive the expiration or termination of this Agreement. 17.0 Equal Opportunity Contractor affirmatively represents that it is an equal opportunity employer. Contractor shall not discriminate against any subcontractor, employee, or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination includes, but is not limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or termination. 18.0 Labor Certification By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance 11 of 14 in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 19.0 Prevailing Wage and Payroll Records If this Agreement calls for services that, in whole or in part, constitute "public works" as defined in the California Labor Code, then Contractor shall comply in all respects with all applicable provisions of the California Labor Code, including those set forth in Exhibit C, attached hereto and incorporated by reference herein. 20.0 Entire Agreement This Agreement contains the entire agreement of the Parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings, or agreements. This Agreement may only be modified by a writing signed by both Parties. 21.0 Severability The invalidity in whole or in part of any provisions of this Agreement shall not void or affect the validity of the other provisions of this Agreement. 22.0 Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of California. 23.0 No Third Party Rights No third party shall be deemed to have any rights hereunder against either party as a result of this Agreement. 24.0 Waiver No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a party shall give the other party any contractual rights by custom, estoppel, or otherwise. 25.0 Prohibited Interests; Conflict of Interest 25.1. Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall 12 of 14 avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor "financially interested" (as provided in California Government Code §§ 1090 and 87100) in any decision made by City on any matter in connection with which Contractor has been retained. 25.2. Contractor further warrants and maintains that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Nor has Contractor paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission, percentage or gift. 25.3. Contractor warrants and maintains that it has no knowledge that any officer or employee of City has any interest, whether contractual, non - contractual, financial, proprietary, or otherwise, in this transaction or in the business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited "conflict of interest" under applicable laws as described in this subsection 26.0 Attorneys' Fees If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party all of its attorneys' fees and other costs incurred in connection therewith. 27.0 Exhibits All exhibits referenced in this Agreement are hereby incorporated into the Agreement as if set forth in full herein. In the event of any material discrepancy between the terms of any exhibit so incorporated and the terms of this Agreement, the terms of this Agreement shall control. 28.0 Corporate Authority The person executing this Agreement on behalf of Contractor warrants that he or she is duly authorized to execute this Agreement on behalf of said party and that 13 of 14 by his or her execution, the Contractor is formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the Parties hereto, through their respective authorized representatives have executed this Agreement as of the date and year first above written. CITY OF SEAL BEACH CONTRACTOR: W.A. Rasic Construction Company, Inc, a California corporation By: GJd R Ingram, City ManagkO y , Peter L. Rasic, 23 60P>�-1 Attest: f O��QQQD�ATEO fid': President RFc 202 A-02— C-3uc M By. By. i Jr.,Gloria D. per, p �► W tor Vice President/ cretary/Treasurer Approved as to F By: Craig A. Steele, City Attorney (Please note, two signatures required for corporations pursuant to California Corporations Code Section 313 from each of the following categories: (i) the chairperson of the board, the president or any vice president, and (ii) the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation.) 14 of 14 EXHIBIT Request for Proposal (January 4, 2021) City of Seal Beach Request for Proposals for On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services RFP responses to be received until 2:00 P.M., January 29, 2021 in the Public Works Department ATTN: Iris Lee, Deputy Director of Public Works/City Engineer Approved for Advertising: Iris Lee City Engineer Date Issued: January 4, 2021 Table of Contents I. INTRODUCTION II. QUALIFICATIONS III. SCOPE OF SERVICES IV. PRE -PROPOSAL QUESTIONS V. SCHEDULE VI. SUBMITTAL REQUIREMENTS VII. FEE AND COST PROPOSAL VIII. INTERVIEW IX. SELECTION PROCESS X. SPECIAL PROVISIONS XI. GENERAL CONDITIONS EXHIBIT A — Cost Proposal EXHIBIT B — Sample Contract z..711 REQUEST FOR PROPOSALS FOR ON-CALL EMERGENCY AND UNEXPECTED TASK UTILITY MAINTENANCE AND REPAIR SERVICES ALL INTERESTED PARTIES MUST REGISTER BY EMAILING ileeasealbeachca.sov. COMMUNICATION AND ADDENDA, IF ANY, WILL BE DISTRIBUTED TO REGISTERED PARTIES VIA EMAIL PROVIDED. I. INTRODUCTION The City of Seal Beach ("City") owns and operates the water, wastewater, and storm drain system. The City's water system provides service to approximately 5,500 customers through 68 miles of transmission and distribution pipeline generally ranging from 4 -inch to 18 -inch diameter, constructed of cast-iron, asbestos cement, PVC, reinforced concrete cylinder and cement mortar -lined and coated steel pipes. The water system also consists of three (3) active wells, two (2) reservoirs, two (2) booster pump stations, and an imported water supply connection. The City's wastewater system consists of approximately 181,000 feet of gravity sewer, 780 manholes, and six (6) sewer pump stations along with their respective force mains. The majority of the gravity sewers are constructed of VCP with sizes generally ranging from 6 -inch to 24 -inch in diameter. There is a small amount of PVC pipeline. The City's storm water system covers 11.5 square miles, which consist of City -owned facilities, as well as regional facilities owned and operated by the Orange County Flood Control District and Los Angeles County Flood Control District. The system includes over 8 miles of pipeline that are primarily RCP, and two (2) pump stations. The City is seeking one or more contractors who would be available to provide on-call utility maintenance and repair services in both emergency and unplanned situations, for an anticipated term of three (3) years. The final agreement amount and term will depend on the quality, diversity, and responsiveness of the received proposals, and the future need for emergency and unexpected task work. Work shall comply with the State Water Resources Control regulations, AWWA standard practices, City of Seal Beach standards, applicable and current Standard Specifications for Public Works Projects, and any Agencies Having Jurisdiction (AHJ's) requirements. Due to the on-call/emergency nature of this contract, no work is guaranteed, even if awarded. The scope, work schedule, and costs for each requested emergency or unexpected task will be negotiated on a project -by -project basis, based on the rates specified in the response. The City reserves the right to not accept the Contractor's proposed scope and fee, and to let any project for competitive bid at the discretion of the City. II. QUALIFICATIONS Minimum Qualifications • Valid California Contractor's Class A (General Engineering) and/or C-34 (Pipeline) license issued by the Department of Consumer Affairs — Contractors State License Board by the time of proposal submittal and shall remain valid for the term of the Agreement. • Valid City of Seal Beach business license for the term of the Agreement, if selected. • Minimum ten (10) years of professional utility maintenance and repair service experience. • Ability to mobilize and respond to emergency job sites, as necessary within the time frames provided in this RFP. • Maintain, or have the ability to quickly acquire, all necessary labor, equipment, and material to promptly complete the Work. Desirable Qualifications • Knowledge and experience with the City of Seal Beach's standards, provisions, and practices. • Familiarity with public sector on-call maintenance and repair contracts. • Adequate availability of key team members and equipment. III. SCOPE OF SERVICES Work to be done consists of furnishing all labor, supervision, methods of processes, implements, tools, machinery, safety equipment, traffic control, materials and proper licensing required to identify, list, and perform utility maintenance and repair services in those areas designated by the City on an emergency or unexpected task basis. Due to the on-call/as-needed nature of this Agreement, Work may vary according to the need and there is no guarantee that work will be assigned. The Contractor shall furnish and maintain records designating exact locations and areas of repairs and maintenance. Such reports shall be signed by the Contractor and the City. If the City determines that the Contractor has not satisfactorily performed the Work, payment will be withheld for said Work until such time the Work is completed to the satisfaction of the City. All work for which progress payment is made shall be reported on and certified according to the foregoing procedure, and in addition thereto, the City shall certify that the Work has been inspected and completed to the satisfaction of the City prior to payment. The Contractor shall be responsible for timely payment of any subcontractor, materialmen, workers and suppliers. The scope of services consists of both as -needed emergency and unexpected task bases which may include, but not limited to, the following: • Excavation, pavement cuts, minor grading, backfill, compaction • Removing and disposing of material • Welding repair or work • Removing and replacing improvements damaged during the course of Work • Setting up and taking down traffic control devices Water System — Install and repair components on an emergency or unexpected task basis, such as: • Waterlines generally ranging from 4 -inch to 18 -inch in diameter • Waterline pipeline of various materials • Valves of various types and sizes • Services generally ranging from %" to 2" in diameter • Meters and boxes of various sizes • Backflow devices of various sizes • Pressure reducing, sustaining, and relieving valves of various sizes • Vaults of various sizes • Fire connections of various sizes Wastewater System — Install and repair components on an emergency or unexpected task basis, such as: • Pipeline generally varying from 6 -inch to 24 -inch in diameter • Laterals of various sizes • Clean -outs • Grease interceptors • Collection system mainlines • Vaults/wet wells • Valves of various sizes • Manholes Storm Water System — Install and repair components on an emergency or unexpected task basis, such as: • Storm drain pipeline maintenance and repair • Catch basins • Tide valves • Manholes Authorization of Work Unless otherwise noted as an emergency project, City will coordinate with Contractor to schedule the work with a minimum seven (7) -day prior notification. In an emergency, Contractor shall respond and mobilize within four (4) hours after initial request from the City for Work under this contract. Contractor shall perform the on-call services described in the Section III - Scope of Services ("Services" or "Work"). Upon written request from the City, Contractor shall provide a "letter proposal" for Services requested by the City (hereinafter referred to as the "Letter Proposal'). At a minimum, the Letter Proposal shall include, but is not limited to, the following: 711 • A detailed description of the Work to be provided; • The estimated number of hours, by task, and cost to complete the Work; and • A detailed Work schedule. No Services shall be provided until the City has provided written acceptance of the Letter Proposal, unless in an emergency situation after Contractor has received a written notice to proceed from the City Engineer or designee. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal and notice to proceed. Progress of Work Time is of the essence on every aspect of the Work. Work shall proceed in an expeditious and orderly manner. The Contractor shall endeavor to avoid service interruptions to the extent feasible. Wherever possible, Work shall be completely finished prior to proceeding to the next location. Any exceptions shall be approved by the City. Alterations The City reserves the right to increase or decrease the quantity of any item or portion of the Work or to omit portions of the Work as may be deemed necessary or advisable by the City. The City may make such alterations or deviations, additions to, or omissions from these specifications, as may be determined during the progress of the work to be necessary and advisable for the proper completion thereof. Such alterations or deviations, additions or omissions shall in no way affect or make void the Agreement. Upon written order of the City, Contractor shall proceed with the Work as increased, decreased or altered. Extra Work Extra work shall not be performed without prior written approval by the City unless public safety is immediately at risk. 2. Extra work may be required, and extra time may be granted, by the City as a result of acts of God, vandalism, theft, civil disturbances, accidents, or improvements. 3. If unit prices are not available, payment for extra work will be based on actual cost of labor, plus wholesale cost of materials, plus an industry standard markup not to exceed 15%. Extra services other than those listed in Exhibit A shall be negotiated on a time -and -material basis with a "not to exceed" amount. Acceptance of Work Done The City, at its sole discretion, will make inspections and determine that the Work has been completed in all respects in accordance with these specifications and, if applicable accepted. 9 Billina Form. Records and Reports The Contractor shall maintain a record of all work performed, including but not limited to location, types, and amounts maintained/installed/removed. These records shall list the date(s) of the Work performed. A copy of such record shall be provided to the City upon completion of each Task Order. Contractor shall maintain such record through the term of the Agreement, plus three (3) years after Contract termination. The Contractor shall return appropriate and completed Task Orders showing the date and inventory of work performed, signed by an authorized representative of Contractor and attached to each invoice. Contractor shall provide a billing form and progress payment form approved by the City. Method of Work The utility maintenance and repair work shall involve all work necessary to complete the work in place. All Work shall be performed per the Standard Specifications for Public Works Construction (Green Book — latest edition, unless otherwise noted), City of Seal Beach standards and provisions, State Water Resources Control regulations, AWWA standard practices, and any AHJ's requirements. The Contractor shall ensure all work performed under this contract be in such a manner as to provide maximum safety to the public and their staff. Contractor must comply with all safety standards required by all regulatory agencies including but not limited to: California Division of Occupational Safety and Health (CAL - OSHA), South Coast Air Quality Management District (SCAQMD), and the Orange County Environmental Health Care Agency (OCEHC). This also includes local regulatory compliance set forth by the City of Seal Beach. The City reserves the right to issue restraint, or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. The Contractor shall be responsible and shall take necessary precautions to protect work sites free of hazards and/or damages, until the Work is accepted by the City. Any hazardous conditions noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the City. Rubbish and construction debris shall be promptly removed from the work area and properly disposed of to an approved disposal site. The Contractor shall provide a self-propelled vacuum -type sweeper, or as approved by the City, as required to maintain Work site cleanliness. After removal operations have been completed, the grounds shall be left in a neat, safe, and presentable condition, to the satisfaction of the City. The Contractor shall verify the location of all utilities prior to any Work, and shall be held liable for all damages incurred due to his/her operations. Asbestos Concrete Pipe (ACP) Removal Work may require connection to and removal of existing ACP pipelines. The removal of existing ACP shall be to the nearest joint, unless otherwise noted. The Contractor shall pothole each connection point to the existing water main to determine the location of the existing joints and outside diameter (O.D.) of the existing pipe prior to proceeding with the tie-in work. Methods and procedures for properly handling, containing, temporary storage, transporting, testing, inspection, and disposal resulting from this work shall be the responsibility of the Contractor and shall conform to Federal, State, regional and local requirements. The Contractor shall secure and pay for all required permits, including a hazardous waste generator permit, in conjunction with asbestos removal, temporary storage, transporting, and disposal and shall provide required reports and timely notifications as required by Federal, State, regional and local authorities. Temporary Water Service Work may require the installation of temporary water service in the affected area, and shall comply with the latest AWWA standards. This may include: a. Temporary water service shall be flushed, de -chlorinated, and bacteria tested at a City approved laboratory in the presence of the City's designated staff. b. Flushing of temporary water lines shall be approved by the City prior to bacteria testing. C. The Contractor shall test temporary water services for bacteria at 24 hours and 48 hours after the temporary water service has been flushed and approved by the City. d. Bacteria testing shall be at a City approved laboratory, shall adhere to the most current handling and custody requirements of that laboratory. e. The temporary water pipeline and services shall be constructed of materials that comply with NSF61. The Contractor will also be required to certify in writing that the materials used in the temporary water pipelines have never been used to convey wastewater, sewage, or reclaimed water. Temporary Sewer By -Pass When necessary, Contractor shall provide temporary means to maintain and handle flow in the existing sewer system as required to facilitate Work. Temporary means of handling flow may require the construction of bypass lines and bulkheads, pumping, including backup pump, or a combination thereof. Contractor shall be responsible for any sewage spillage, clean-up and associated fines by governing agencies. Contractor shall maintain a minimum of one backup pump per operating pump, on site, throughout the duration of any sewage pumping procedure. Dewaterinq Groundwater, surface water, and tidal fluctuations may be encountered in the Work area, where dewatering and/or controlling of surface water may/will be required for the utility maintenance and repair work. Contractor may be required to monitor groundwater levels and submit daily reports to the City, as necessary. Shoring If Work involves the construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five (5) feet deep or more, then adequate sheeting, shoring, and bracing, or an equivalent method, for the protection of life or limb, shall conform to applicable safety orders. A shoring plan must be accepted by the City in advance of excavation and must include a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from caving ground during the excavation Work. If such plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer, as required by the City. Traffic Control The Contractor shall maintain a safe environment at all times. Appropriate State/City traffic control standards and/or policies shall be adhered to for all Work. All Contactor employees shall have access to and are well - versed with the use of the W.A.T.C.H manual (Work Area Traffic Control Handbook) at all times. Personnel, vehicles, equipment, etc. shall be properly outfitted/equipped for the Work being performed. Any restrictions, due to the Work that cause travel ways to be less than State/City minimum requirement, shall have appropriate traffic control (in accordance with State specifications, policies, and procedures installed prior to the beginning of Work and remaining until all Work is completed to the satisfaction of the City. All traffic control, at a minimum, shall adhere to requirements of the WATCH Manual. Payment for traffic control shall be included in the various bid items in the cost proposal. NPDES Regulations The Contractor shall comply with all City, and applicable regulatory agency, regulations regarding NPDES (National Pollution Discharge Elimination System) Requirements and the City's Best Management Practices. Contractor shall not discharge anything to the storm drain system or bodies of water. Contractor shall implement the attached Best Management Practices (BMP's) provided by the City. Contractor shall conduct annual training regarding stormwater regulations and the appropriate BMP's for all employees working at City facilities Contractor shall provide to the City annually, by July 1, with certification of the required training on stormwater regulations and the BMP's, and acknowledgement of adherence to these standards while performing work at the City. Protection of Existing Utilities The Contractor shall take all due precautionary measures to protect all existing utilities. When necessary, the Contractor shall have all utilities located by the responsible agency at least 48 -hours prior to commencing any excavation or utility impacting work. The Contractor's attention is directed to the one -call utility notification service provided by Underground Service Alert (USA) (800) 422-4133. Protection from Damage The Contractor shall protect all public and private property that is not part of Work. Contractor shall protect property and facilities adjacent to and within the work areas. The work area shall be safe, clean, and presentable condition, as determined by the City. All public or privately owned improvements and facilities shall be restored to their original condition and location, or better, using new material only. Contractor shall repair such damage at Contractor's sole expense. Nothing herein shall be construed to entitle the Contractor exclusive use of any public right-of-way or City property. Contractor shall conduct his/her operations so as not to interfere with the authorized work of utility companies or other agencies. Withholding of Payment In the event that deficiencies in the Work or non-compliance with applicable standards are determined by the City, the Contractor will have 24 hours from the time of notification to remedy said deficiency. Deductions from the monthly payment due for Work not performed will be based upon the bid worksheets, which are to be submitted at the time of bid plus mark-up. IV. PRE -PROPOSAL QUESTIONS For answers to questions or particulars regarding this Request for Proposal, all interested parties are to contact: Iris Lee Deputy Public Works Director/City Engineer Department of Public Works 211 Eighth Street Seal Beach, CA 90740 ileea-sealbeachca.gov (562) 431-2527 ext. 1322 The City will respond to all questions and requests for clarification received by January 22, 2021. V. SCHEDULE The following dates reflect the anticipated schedule: ■ Request for Proposal Solicitation ■ Pre -Proposal Question Deadline ■ Proposal Submittal Deadline ■ Contractor Interview (if conducted) ■ Contract Award by City Council ■ Notice to Proceed VI. SUBMITTAL REQUIREMENTS Acceptance of Submittals 1/4/2021 1/22/2021 1/29/2021, 2:00p.m. February 2021 March 2021 March 2021 Proposals are due by 2:00 PM on January 29. 2021 to the following. Postmarks will not be accepted. Iris Lee Deputy Public Works Director/City Engineer Department of Public Works 211 Eighth Street Seal Beach, CA 90740 ileea-sealbeachca.gov (562) 431-2527 ext. 1322 Please submit one (1) unbound original, two (2) bound hard copies, and one (1) electronic copy of the Contractor's Proposal. Proposals received after the date and time listed above will not be accepted or considered for this Project. There is no expressed or implied obligation for City to reimburse firms for any expenses incurred in preparing proposals in response to this request. Materials submitted by respondents are subject to public inspection 10 under the California Public Records Act (Government Code Sec. 6250 et seq.). Any language purporting to render the entire proposal confidential or propriety will be ineffective and will be disregarded. The City reserves the right to retain all proposals submitted, and to use any idea in a proposal regardless of whether the proposal was selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in the RFP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City and the selected Contractor. All property rights, including publication rights of all reports produced by the selected Contractor in connection with services performed under this Agreement shall be vested in the City. Protest procedures and dispute resolution process shall follow 2 CFR Part 200.318(k), 23 CFR 172.5(c)(18). Information to be Submitted The following information shall be provided, at a minimum: Cover Letter Table of Contents Company Qualifications Local Staffing List Understanding/Approach References Sample Letter Proposal Cost Proposal Exceptions Business Entity DIR Registration Number/Contractor's License Contract Signatories Cover Letter: Cover letter shall not exceed two pages. It shall provide an executive summary of the proposal, and designate the firm's authorized representative regarding this RFP. Table of Contents: The table of contents shall list the following sections with page numbers and information in each section shall be provided. Company Qualifications: Provide a summary of the Contractor's qualifications, including background and experience. Local Staffing List: Provide an organizational chart showing the names, positions, responsibilities, and availability of the individual(s) that would be assigned to this Agreement, including sub -Contractors. Identify the individual(s) authorized to negotiate the contract on behalf of the Contractor's firm and the Contractor's project manager. Understanding/Approach: Describe the Contractor's understanding of the Work requested in this RFP, any key issues that may need special attention. Describe how the Contractor will approach the scope of services and each task needed to complete the project. Any task assumptions and/or exclusions shall be clearly identified. References: Contractor should provide a minimum of five (5) references from public agencies the Contractor has performed work for within the last five (5) years. Information shall include, at a minimum: • Agency name • Scope of work and/or services provided, prime/sub-Contractor. 11 • Project outcome • Construction value • Dates • Client project manager name, valid telephone number, and email Sample Letter Proposal: Contractor will be required to submit a sample letter proposal providing a template of how the Contractor intends to respond to each Work request. Cost Proposal: Contractors will be required to submit a "Cost Proposal for On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services" as shown in Exhibit A. Additional labor/material rates may be provided in addition to Exhibit A. All rates shall remain for the term of the contract as permitted by law, unless specifically detailed as a supplement to Exhibit A. The Method of Payment of the Contract will be Time and Material. Exceptions: The Contractor shall review this RFP and attached sample contract. Exceptions to any portion of the RFP and/or City's standard agreement will need to be clearly identified. Identification of exceptions does not constitute City concurrence and acceptance. Exceptions may be negotiated with the top-ranked firm. Business Entity: Clearly indicate the firm's business entity type (i.e., a California corporation). DIR Registration/Contractor's License: Clearly indicate the Contractor's Department of Industrial Relations registration number for the prime/sub-Contractor, and provide the Contractor and sub -Contractor's license information. Contract Signatories: Provide the two binding signatories for the firm, pursuant to California Corporation Code Section 313. VII. FEE AND COST PROPOSAL In preparing the fee and cost proposal for this project, the Contractor shall take into consideration the following: 1. Compensation for services, and any optional tasks, provided will be on a time -and -materials. Fee proposal and billing rates shall remain effective for the term of the Agreement. Any anticipated billing/rate adjustments shall be clearly identified in the Proposal and shall not be made more than once each calendar year. 3. The Contractor's standard, overtime, and double-timing, billing rates for all classifications of staff likely to be involved shall be included with the fee proposal along with the mark-up rate for any non -labor expenses and sub -Contractors. Any anticipated fee adjustments shall be clearly noted. 4. If applicable and necessary, the City will negotiate the final fee with the top-ranked Contractor. 12 771 VIII. INTERVIEW Top ranked Contractor team(s) may be interviewed by the selection committee. Proposed key personnel from the Contractor's team may be requested to present the teams' and their qualifications at an interview. IX. SELECTION PROCESS Proposals will be evaluated on the basis of the response to all provisions of this RFP. Since this solicitation is an RFP as opposed to a Bid, pricing alone will not constitute the entire selection criteria. The City may use some or all of the following criterion in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The City reserves the right to modify the evaluation criterion and percentage of score as deemed appropriate prior to the commencement of evaluation. The City reserves the right to determine whether or not a proposal meets the specifications and requirements of this RFP and reject any proposal that, in the City's sole opinion, fails to meet the detail or intent of the requirements. The City reserves the right to reject any and all proposals. 01"Responses mpleteness of Response (Pass/Fail) to this RFP must be complete. Responses that do not include the proposal co0 0 17 requirements identified within this RFP and subsequent addenda and do not address ea the requested items will be considered incomplete, may be rated a Fail in the Evaluation Criteria, and may receive no further consideration. 2. Qualifications & Experience (35 points) a. Local Presence - A statement addressing firm's ability to respond in emergencies and effectively conduct the Work for the City based on the Firm's location. b. Relevant experience, specific qualifications, and technical expertise of the Contractor and sub -Contractors to perform the work. c. Experience working in a coastal community and urban environment. d. Contractor's experience working in the public sector and knowledge of public sector procurement processes, in particular City of Seal Beach standards, processes, and policies. e. Quality of references from at least five (5) agencies the Contractor currently or have previously consulted for in the past five (5) years. 3. Organization & Approach (35 points) a. Contractor's understanding of range of possible emergency and unexpected Work b. Contractor's ability to deploy the appropriate resources to promptly meet requested emergency and non -emergency Work. c. Contractor's availability to complete both small and large scale projects without the compromise of quality, cost, and/or time. d. Contractor's ability to self- erform the re uested Work, or forma quality sub -contracting 13 team. e. Contractor's understanding of the nature of public sector work and its decision-making process. 4. Fee (30 points) a. Cost proposal b. Quality of sample letter proposal The City reserves the right to determine whether or not a proposal meets the specifications and requirements of this RFP and reject any proposal that, in the City's sole opinion, fails to meet the detail or intent of the requirements. The City reserves the right to reject any and all proposals. The City reserves the right to put non -emergency and pre -planned projects out for formal bidding. All proposals received as specified will be evaluated by City staff in accordance with the abovementioned. During the evaluation period, the City may do any or all of the following: generate a "short list" and conduct interviews with the top candidates; conduct on-site visits and/or tours of the candidates' places of business. Contractors should be aware that award may be made without Contractor visits, interviews, or further discussion or negotiations. X. SPECIAL PROVISIONS a. Normal working hours will generally be between the hours of 7:30 AM and 5:30 PM, Monday through Friday. During emergencies, work may be required at other than normal hours. The Contractor must receive the approval of the City prior to commencing Work during hours outside those stated above. b. Contractor shall maintain an adequate crew of at least two experienced employees to perform the services required. c. Contractor will be required to supply a list of equipment owned and available for Work. d. Contractor will be required to supply a list of references for similar work performed. e. Contractor will be required to supply a list of sub -contractors, if applicable. f. Contractor will be required to supply additional experience references, if requested. g. Contractor shall provide City with required proof of liability insurance, workman's compensation insurance, vehicle insurance, and City business license as noted in the contract. h. Contractor shall be responsible for Contractor's compliance in all respects with the prevailing wage rates to all the laborers involved, and with California Labor Code Section 1770 et seq., including the keeping of all records required by the provisions of Labor Code Section 1776 and the implementing administrative regulations. The City shall be a third party beneficiary of the forgoing covenant with rights to enforce the same as against the Contractor. 14 i ZL• i. Hourly rates and unit prices quoted shall include all safety equipment required. Traffic control may be required on some sites, and shall be included in quoted prices. j. Hourly rates for emergency work shall be for actual time spent on the job site. No travel time will be paid. k. At any time prior to proposal due date, Contractor may inspect City property for further information, if desired. City representatives will be available if desired to answer questions. I. Contractor shall protect any and all public and private property adjacent to work areas. Any damage resulting directly or indirectly from Contractor's actions shall be the responsibility of the Contractor. m. Contactor shall adhere to all Cal -OSHA rules and regulations for any and all Work performed under this Contract. n. Contractor must be able to provide a list of employee's names, dates worked and hours worked on each date if requested by the City. PERSONNEL The Contractor shall use and furnish all labor necessary for the satisfactory performance for the Work set forth in this Agreement. a. Contractor's Laborers The Contractor shall require each of his/her employees to adhere to basic standards of working attire. These are to include uniforms with the Contractor's company name or insignia clearly visible, proper shoes and other gear required by State Safety Regulations, and proper wearing of clothing, which includes that shirts shall be worn at all times. b. Typical Tasks Contractor shall supply laborers with the necessary skills to perform duties in connection with pavement marking maintenance. c. Licenses Contractor shall possess a valid Contractor's "A" and/or "C-34" License issued by the Department of Consumer Affairs — Contractors State License Board by the time of proposal submittal and shall remain valid for the term of the Agreement. Contractor shall have a valid City of Seal Beach business license for the term of the Agreement, if selected. Laborers will be required to possess a valid and current California Driver License, including all insurances as required by the City. d. Knowledge and Abilities The Contractor's representative shall have a general knowledge of the utility maintenance and repair industry, including suitable experience in the field to perform the required work in a safe and thoughtful 15 9�7 manner EQUIPMENT The contractor shall use and furnish all equipment necessary for the satisfactory performance of the Work set forth in this Agreement. a. Vehicles Contractor shall display the name of their firm on any/all vehicles used or otherwise by the Contractor's employees. b. Maintenance All equipment used by the Contractor shall be maintained in a good operable mechanical condition. All equipment shall be properly adjusted, from an operational safety standpoint. c. Storage of Equipment The Contractor is required to supply storage for equipment that is used in the City. Equipment shall not be stored in the public right-of-way or on any City property without written authorization from the City. SUPERVISION The Contractor shall provide such adequate supervision as to furnish ongoing supervision of workmanship and adherence to schedules by the laborers performing the Work. The foreman, or contractor representative, shall check with the City weekly as to (1) schedule of Work; (2) complaints; and (3) adequacy of performance. The Contractor shall submit such reports as the City may require ensuring compliance with scheduled Work. The foreman shall be onsite while work is in progress. Foremen shall have a minimum of five (5) years of experience in the utility maintenance and repair field. TELEPHONE, ELECTRONIC MAIL AND EMERGENCY SERVICE CONTACT INFORMATION The Contractor shall provide the City at all times throughout the duration of this contract emergency telephone numbers of at least two (2) qualified persons who can be called for emergency conditions at any time that Contractor's representatives are not immediately available at the job site. An alternate emergency number shall be provided in case no answer is received at the first number. The emergency number shall be used to contact the Contractor representative who can take the necessary action required to alleviate an emergency condition. In addition, the Contractor shall employ person(s) to answer telephone and e-mail complaints, requests for service, etc. (an answering service will not be considered sufficient for this purpose) during normal City business hours. Normal City business hours are 7:30 A.M. to 5:30 P.M., Monday through Friday. Unless otherwise noted as an emergency, City will coordinate with Contractor to schedule the work with a minimum seven (7) -day prior notification. Contractor is required to provide the City with a 24-hour emergency number for contact outside normal business hours. The response to an emergency call -out by the Contractor 16 shall not be more than four (4) hours and shall be considered part of the normal contract except when delayed by problems caused by vehicle accidents or Acts of God. XI. GENERAL CONDITIONS A. Signature The Proposal shall be signed by an individual authorized to bind the Contractor. B. Other Considerations: The City shall not be liable for any pre -contractual expenses incurred by any firm considering submitting a proposal in response to this RFP. The City reserves the right to accept or reject any and all proposals, or any part of, or waive any informalities or irregularities. The City reserves the right to withdraw, to cancel this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any firm responding this RFP. C. Business License Required The Seal Beach Municipal Code requires all businesses operating in the City to obtain a business license and pay a business license tax. For more information, go to www.sealbeachca.gov. D. Prevailing Wage All work performed in connection with execution of this contract work shall be performed in compliance with all applicable laws, ordinances, rules and regulations of federal, state, county or municipal governments or agencies (including, without limitation, all applicable federal and state labor standards, including the prevailing wage provisions of sections 1770 et seq. of the California Labor Code), and (b) all directions, rules and regulations of any fire marshal, health officer, building inspector, or other officer of every governmental agency now having or hereafter acquiring jurisdiction. The Contractor shall indemnify, defend and hold the City harmless from any and all claims, causes of action and liabilities based upon or arising from the failure of any work related to the Agreement to comply with all such applicable legal requirements, including, without limitation, any such claims, causes of action or liabilities that may be asserted against or incurred by City with respect to or in any way arising from the Project's compliance with or failure to comply with applicable laws, including all applicable federal and state labor requirements including, without limitation, the requirements of California Labor Code section 1770 et seq. Contractor agrees that all public work (as defined in California Labor Code section (1720) performed pursuant to this Agreement (the "Public Work"), if any, shall comply with the requirements of California Labor Code sections 1770 et seq. City makes no representation or statement that the project or any portion thereof, is or is not a "public work" as defined in California Labor Code section 1720. In all bid specifications, contracts and subcontracts for any such Public Work, Contractor shall obtain the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of worker needed to perform the Public Work, and shall include such rates in the bid specifications, contract or subcontract. Such bid specifications, contract or subcontract must contain the following provision: "It shall be mandatory for the Contractor to pay not less than the said prevailing rate of wages to all workers employed by the contractor in the 17 execution of this contract. The Contractor expressly agrees to comply with the penalty provisions of California Labor Code section 1775 and the payroll record keeping requirements of California Labor Code section 1771." E. Registration with the Department of Industrial Relations In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)]. The Department of Industrial Relations Registration Number shall be listed for the Contractor and each subcontractor, if any, in the bid proposal. 18 EXHIBIT B Contractor's Proposal I GENERAL ENGINEERING CUNTRACTUR January 28, 2021 City of Seal Beach Department of Public Works 211 Eighth Street Seal Beach, CA 90740 Attention: Ms. Iris Lee Reference: On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services Subject: Transmittal Letter Dear Ms. Lee, W.A. Rasic Construction Company, Inc., a California Corporation, with a 41+ year track record of successful project delivery, is capable and committed to providing the appropriate resources required to fully support the City of Seal Beach on a wide range of projects system wide. W.A. Rasic Construction is a general engineering contractor with an A and C-34 license issued by the State of California, Our strong qualification for being considered by your firm for this On -Call Emergency contract is based, in part, on our experience, which includes constructing some of the most difficult projects in the Western States, and our wide-ranging expertise as it relates to construction of petroleum pipelines, fueling facilities, large water diameter pipelines, sewer facilities, treatment facilities and civil projects. In addition, we will provide the City of Seal Beach with an extremely well rounded and qualified team, composed of dedicated and experienced team members. W.A. Rasic Construction has performed numerous projects for the City of Seal Beach, with many being emergency responses, to the satisfaction of the City. One of the core functions of the Select Division of the company is emergency and on-call response to water and wastewater municipalities, companies, and districts throughout Southern California. Our project team and field personnel are extremely familiar with emergency and on-call response work and will apply that expertise to our services to the City of Seal Beach. Herein you will find our response to the Request for Proposals per the outline described in the bid documents and containing all information requested. It will demonstrate that W.A. Rasic meets and exceeds all of the requirements of the City. I am confident the experience, energy, enthusiasm, and desire of our team to manage your emergency and on-call needs with your firm is evident in the contents of this qualification submittal. 4150 Long Beach Boulevard, Long Beach, CA 90807 - 562-928-6111 • fax: 562-928-7339 • www.warasic.com State Contractor's License #A368761 • DIR Registration No. 1000000649 January 28, 2021 Page 2 Reference: On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services Subject: Transmittal Letter For all correspondence related to this qualification statement please contact Shane Sato, my Select Division Manager, as follows: 562-928-6111 (Corporate Office) 310-864-0278 (Cell phone) ssato@warasic.com (email) We look forward to your favorable consideration of our prequalification submittal and the opportunity of working with the City of Seal Beach on your upcoming projects. Sincerely, W.A. /Rasiic Constr ction Company, Inc. Walter A. sic, Jr. Secretary reasurer 1. Company Qualifications 2. Local Staffing List Emergency and mance and Repair Services Table of Contents 3. Understanding/ Approach 4. References S. Sample Letter Proposal 6. Cost Proposal 7. Exceptions 8. Business Entity 9. DIR Registration Number / Contractor's License 10.Contract Signatories lin- .0 Enm 9wency a d Maintenance and Repair Services 1. Company Qualifications Since its inception in 1978 W.A. Rasic Construction Company, Inc. has focused primarily on constructing public works sewer, storm drain, and water projects throughout Southern California. With a focus on quality and forming long term relationships, W.A. Rasic Construction continues to secure and successfully complete some of the more difficult projects in both the public works and private sector, even in this challenged economic environment. W.A. Rasic Construction performs millions of dollars of emergency work for over 30 clients and is one of the main core businesses of the Select Division, one of four divisions of the company. W. A. Rasic employs only skilled union labor, resulting in work performed faster, safer, and with a high degree of quality. We currently employ over 400 skilled professionals. We are on the on-call list for so many entities because we have a demonstrated track record of response, thoroughness, and quality of work. W.A. Rasic Construction has in-depth knowledge of the area and can offer competitive total project cost because of our skill level and familiarity with the work. W.A. Rasic Construction owns a very large and diverse equipment fleet. Because of this, our yard location, and full-time staff, we can normally respond within two hours from receiving an emergency call, with most being responded within an hour. We have fully equipped emergency response trailers that the foremen can quickly attach to that will provide the majority of equipment and tools necessary to complete the repairs. W.A. Rasic Construction is also setup for after-hours emergencies. We maintain a list of employees who have made themselves available for such work, and maintain emergency numbers for our key water works suppliers that can also make materials available 24 -hours a day. Our response time for after-hours emergency work is typically within two hours. W.A. Rasic Construction's corporate office, containing all of its project management, engineering, and administration staff is located in the City of Long Beach, just a short distance from the City This will allow us to quickly get management to the site to evaluate and assist in any emergency or to meet the City's staff to look at work in the field for upcoming tasks. its long history W.A. Rasic has never failed to complete a project. Considering that we target otrrrost difficult projects in the Western States, we believe that this is a testament to our cation and ability to deliver projects regardless of difficulty. I qld� �- On -Call Emergency and Maintenance and Repair Services W.A. Rasic Construction is one of the largest privately held utility and heavy civil contractors in the Western States. We are currently ranked #16 nationwide in utility construction by ENR. Constructing a wide range of projects, varying in size from $5,000.00 to $100,000,000.00 under a multitude of delivery methods, W.A. Rasic Construction stands out as a truly diverse civil company focused on safety, quality, teamwork, and developing long lasting client relations. Our capabilities include: ■ Water ■ Wastewater • Oil & Gas ■ Power & Communications ■ Storm Drain ■ Concrete Facilities • Mechanical Piping • Tunneling ■ Rail • Design -Build ■ Emergency Response ■ Shoring • Dewatering ■ Demolition & Recycling We proudly stand as one the few contractors with the flexibility, diversity and capability to span the full spectrum of civil construction. Our corporate headquarters is located in Long Beach, California, with two primary staging locations for our equipment fleet in Southern California: our five -acre rations facility located in Bell Gardens, d our five -acre Perris facility. These two ary equipment facilities allow W.A. io;rastruction to house and maintain a ofequipment. "`hed for a list of some of our pency and and Repair Services W.A. Rasic Construction has performed multiple projects for the City of Seal Beach including emergency response for water and sewer system breaks. We are familiar with the City's staff, requirements, conditions, and expectations and believe we can continue our track record of service with participation in this on-call program. W.A. Rasic Construction's smallest project for 2020 was $299. It's largest under construction is over $100M. We approach every project the same with focus on quality, safety, and timeliness. This is how we have built our reputation and obtained so many on-call contracts based on our demonstrated history. W.A. Rasic Construction has a company-owned equipment fleet valued in the millions of dollars. Attached is a rough summary of owned equipment available to service the City of Seal Beach -for work. - On -Call Emergency and ,Maintenance and Repair Services W.A. Rasic Construction Equipment List Quantity Description of Equipment 58 Air compressors 185 CFM 52 Arrow boards / mcssa c boards 8 Asphalt rollers 2 As halt/Concrete Crusher 62 Backhoes 32 Compactors Ride on and Wheel 22 Equipment Trailers (40k 42 Excavators size ran es from 7,575 LBS to 238,100 LBS 11 Forklifts standard & telescoping) 82 Generators size ranges from 5KW to 70KW 10 Hydraulic breakers size ranges from 1,000 LBS to 14,000 LBS 28 Light Towers 18 Loaders, skid steers, skip loaders 3 Motor Graders 18 Office Trailers 3 Paving Machine I Pile driver ABI 1 Portable Batch Plant 80 Pumps size ranges from 2" to 12" 4 Screens 110 Service trucks /pick-up trucks 7.3+ million lbs. Shoring steel I beams plates, sheet pile, etc. 12 Soil compactors (range from 24" wide to 84" wide 12 Sweeper/Broom 600+ Traffic Plates 1 Trenchers 52 Trucks 10 Wheelers, flatbeds end dumps, off-road haulers I Vactor Trucks 6 Vent blowers 12,000 CFM 4 Water Tower (12,000 Gallon 5 Water trucks size ranges from 2,500 gallon to 4,000 60 Welders 200 amp to 500 am this list is not a complete list of all company owned equipment but rather a list is applicable to this contract. Complete equipment inventory can be provided Ili ALL . n4all Emergency and(W Maintenance and Repair Services w 2. Local Staffina List W.A. Rasic Construction's corporate headquarters is located in Long Beach, California, with primary staging location for our equipment fleet at our five -acre operations facility located in Bell Gardens. This equipment facility allows W.A. Rasic Construction to house and maintain a large fleet of equipment ranging from Super -10 Dumps, Heavy Trucks, Trailers, and Backhoes to Graders, Hydraulic Breakers, Loaders, and Excavators that range in size from 7,500 lbs to over 200,000 lbs. W.A. Rasic Construction owns one of the most comprehensive fleets, giving us the capability to successful construct virtually any civil piping project. W.A. Rasic Construction employs over 400 skilled employees in the Southern California area performing over 1,000 projects a year. There is always multiple crews within a two (2) hour drive to the City of Seal Beach. Our corporate office is in Long Beach, only minutes away from the -City of Seal Beach. Project management and field engineers are stationed there so we can have management onsite within a short period of time during the day and not much more at night. W.A. Rasic Construction plans to self -perform the majority of the work awarded. If there comes a time where we have to hire a Subcontractor for a specific scope we will forward the necessary information to the Agency. Possible subcontractor trades may include sawcutting, linestops, chlorination, asphalt paving (larger areas), vacuum trucks, CCN, and pipe jetting. Each on-call/emergency is different and it is not possible to identify subcontractors ahead of time. Our normal sawcutting and core drilling subcontractor is Tom Grbavac & Sons, Inc. who is proudly based out of the City of Seal Beach. W.A. Rasic Construction utilizes all union -signatory field staff and subcontractors. This assures us a large pool of trained and skilled talent at all times. This also assures the City that prevailing wages will be paid as the local unions' wage scales all match the state and county prevailing Our staff is well -versed in the requirements of working in coastal environments as we provide similar services for the City of Long Beach, County of Los Angeles Public Works, California Water bmpany, and others all operating next to the ocean and coastal areas. W.A. Rasic nstruction performs over $50 million a year in Public Works projects for various entities in thern California so are very familiar with the requirements of public works contracting, regulations, and standards. We have performed well over a thousand projects involving , and storm drainage and are one of the most experienced in the state. On -Call Emergency and .6ty Maintenance and Repair Services Below is an organizational chart showing some of the team members that would be involved with on-call work for the City of Seal Beach. I -9*FF@0 I I &ON.Nft*"-0"Mato 1 �-ow9aam � 9Msp9up�n.w-w.r. H..... ��o-9wwMy., David Lee, Vice -President — BS/Construction Engineering/California State University, Long Beach, 1992. Over 31 years of experience, ranging from pipelines and treatment plants, to roadways and underground utilities. He has served as Project Principal, Project Manager, and Estimator for projects ranging from $5,000 water services to $90 million design -build efforts. SVC Project Management Certified, American Water Works Association (AWWA). Shane Sato, Division Manager — BS/Civil Engineering/University of Hawaii at Manoa, 1996. Over 23 years of experience, ranging from pipelines and plants, to heavy civil, highway infrastructure, and underground utilities. He has worked on many various types of construction projects iuntry. In addition to managing the work he is knowledgeable in managing maintenance programs, insurance, right-of-way acquisition, public relations, e has served as Project Manager, Superintendent, Project Engineer, and ects ranging from $1,000 repairs to $1.75 billion design -build efforts. ig (EIT), Southern California Water Utilities Association member, STSC, and SWRCB Water Distribution Operator Grade D2 certification. ICY and and Repair Services (W Richard Sahaitun, Safety Director — Over 17 years of experience in the pipeline/civil construction industry. He has over 8 years of experience in safety coordination/management in multiple projects at a time. His expertise includes projects for the oil, gas, water, wastewater, and underground utilities industries. He coordinates and provides the training for all field personnel as required by State and Federal Laws. In conjunction with his staff of safety professionals performs site safety audits, writes Site Specific Safety Plans, reviews, and conducts safety stand down, tailgate and JHA meetings to ensure full compliance with client requirements and as directed by law. Please see resume below for a listing of memberships and certifications. Steve Bedo, Proiect Manager— Over 45 years of experience in the construction industry with a diversified construction background including pump stations, treatment plants, co -gen facilities, heavy mechanical facilities (refineries, breweries, power generation) as well as underground utility/pipeline work and civil/concrete projects. He has served as a project manager (both on- site & in the office), estimator, field engineer and scheduler on projects from $1,000 to over $50 million. Keith Fouts, Prosect Manager — BA/Liberal Studies/California State University, Fullerton, 2007 Over 11 years of experience as a project manager and project engineer, utilizing skills required to plan, schedule, and coordinate activities for multiple projects running concurrently. Safety Trained Supervisor Construction (STSC), Qualified Stormwater Practitioner (QSP), Certified Inspector of Sediment & Erosion Control (CISEC). Greg Hansen, Project Engineer- BS/Civil Engineering/California State Polytechnic University Pomona, 2010. Over 10 years of experience as a project engineer, utilizing skills required to track and coordinate activities for utility projects, manage pay applications, RFIs, and Change Orders. Robert Fraiio, Superintendent — Over 31 years in the construction industry. Bob is a construction superintendent overseeing numerous types of construction activities. His specialties include above ground mechanical piping projects, such as gas lines, steel piping, and double containment PVC chemical lines. Bryan Kier, Superintendent — Over 19 years of civil construction experience in the pipeline industry has allowed him to coordinate effectively with multiple municipalities. Safety Trained ,x Supervisor Construction (STSC). ` .Humberto Bobadilla — Superintendent — Over 29 years of experience in underground utility and ipeline work including trenching, excavation, trenchless installation, and rehabilitation of wet d dry utilities. Skilled in managing public works contracts ranging from $100K to over $15 Woerintendent — Over 25 years of experience in underground utility and pipeline trenching, excavation, shoring, and rehabilitation of pipe. On-Cali Emergency and Maintenance and Repair Services Dustin Gordon —Superintendent— Over 22 years of experience in underground utility and pipeline work including trenching, excavation, trenchless installation, and treatment/pump station work. All of the key personnel listed above are more than capable of performing all the tasks that W.A. Rasic Construction will be self -performing for this contract, and safely delivering a high quality project on schedule and on budget. All are familiar with on-call and emergency work. Once we receive a task order, we will assign the key personnel based on current availability, ensuring that the City of Seal Beach is provided with a top -tier management team for the project. Negotiation of the contract with the City of Seal Beach would be W.A. Rasic Construction's president, Peter L. Rasic. Other signatories include Walter A. Rasic, Jr., Secretary/Treasurer. on -Call Emergency and Maintenance and Repair Services 3. Understanding/Approach It is our understanding that this contract encompasses both on-call work and emergency response for the City of Seal Beach's waterline and sewer system. The ultimate goal and responsibility of the City of Seal Beach is to ensure a reliable, sanitary, and aesthetically pleasing drinking water supply and reliable sewer service to all of its residences, as well as maintain the public drainage systems. This goal is put in jeopardy when a break or blockage occurs in the distribution or treatment systems. When a line break occurs it has adverse effects on the surrounding area (street, parkway, etc.) and may pose an immediate safety risk to motorists, pedestrians, and structures. In addition a water line break can disrupt the delivery of water and provide a gateway for pathogens and bacteria harmful to human health to enter the drinking water supply. A sewage break can disrupt services to customers, cause backup into-homes/buildings, and discharge sewage into public right of ways, water bodies, and drainage systems. Storm Drain system issues can cause street flooding, sinkholes, and other related hazards. During a break or issue the City requires a reliable contactor that can respond timely to assist the City in the repairs. W.A. Rasic maintains constant work around the Seal Beach area. We are based in Long Beach and can have crews and equipment within a short span of time. In addition, W.A. Rasic maintains relationships with at least three (3) water works suppliers that are local that provide us with 24-hour emergency response for critical materials. We are always able to obtain the necessary parts required to perform the majority of repairs. The immediate goal will be to ensure the safety of the public and setup traffic control and other area controls. Then we will call in emergency USA and begin the excavation down to the affected system and find the source of the problem. Repair couplings, pipe replacements, etc. will then be installed. The restoration work can than proceed. In addition to emergency response the City has many needs to maintain the system such that an emergency does not happen. These maintenance items are typically identified by the City's system personnel and marked for work. If the City cannot keep up with the maintenance list then they can call their on-call contractor to schedule the work to be done during normal working hours, providing for the most economical method to accomplish the work. A work order is typically provided to the on-call contractor, USA called, and the work scheduled. Such items typically include valve replacements, service line replacements, additional service lines, I fire hydrants, valve can replacements, storm drain cleaning, sewer camera and and other such work. Hof the on-call contractor is to maximize the City's use of available funds by performing :all work in the most safe and economical manner possible, thereby ensuring that more _` lance and repair work can be performed for its customers. ments require emergency response within four (4) hours. W.A. Rasic [s typically onsite within two (2) hours on most emergencies. Ern -Call Emergency and Maintenance and Repair Services The following represents a plan and schedule for a possible after-hours maior waterline emergency scenario. It conveys a plan and timetable for repair. The City calls the contractor at 11:30 pm to report a domestic water line failure. A 20 inch steel concrete mortar lines and coated, high pressure water main has ruptured. It has a minimum six foot cover and is on a City arterial street. The street is buckled and raised six inches (25 feet in each direction). City staff has isolated the main line. Once exposed, you discovered that the weld joint was corroded and a 6" gash was detected. ASSUMPTIONS 1) The line is single -exterior welded lap joint steel pipe of standard gauge thickness. 2) The City has emergency staff available and onsite for coordination of City services and inspection. 3) The break is not in an environmentally sensitive area. 4) Due to emergency nature the Contractor may work under the City's discharge and other permits. 5) Ground is sound Class B material. 6) City emergency personnel have setup emergency road/lane closures for public safety. 7) Because the line has "ruptured" and heaved a 50 -foot radius of roadway it is assumed that the "gash" discovered later (as described in the scenario) is a tear of significant size that would allow contaminants into the line. 11:30 PM — Call received by emergency contact. 11:35 PM — Division Manager contacted. 11:40 PM — Division Manager on phone with superintendent and foremen to direct them to begin contacting and mobilizing key personnel and equipment. Besides the superintendent a minimum of an operator, two laborers, and one truck driver will be lanager onsite to assess situation. Calls superintendent to adjust equipment I needed. Based on the site assessment the following is ordered to be nobilized: On-Caq Emergency and Maintenance and Repair Services Superintendent Pickup Truck Traffic Delineators Foreman Service Truck Fully Tooled Light Towers Operator Grade 8 Backhoe w/ Wheel Pumps Laborer Class 4 Pipelayer Chopsaw Speed shores & Plywood Laborer Class 1 Wacker/Jumping Wacker/JumpingJack 1 load cr. rock from yard Laborer Class 1 Air compressor & breakers Rigging Truck Driver Grade 5 Flatbed Dump w/ Trailer Skiploader Welder/Pipefitter Welding Rig w/ consumables Roller I Mortar mixer if traffic control is needed arrowboards, and signs will be added to the list. 11:40 PM —1:OO AM - Crew picking up materials and equipment at Yard facility and mobilizing to jobsite. Emergency dig alert called. Rental yard emergency contacts called and resources mobilized to supplement. Sawcutter called out to site. 1:00 AM —1:30 AM — Crew onsite & safety meeting held. Asphalt removal begins for affected area and excavation begins. Asphalt and excavated material stockpiled until dumps open. 1:30AM - 2:30 AM —Trench is excavated and top section of pipe exposed. The gash is discovered on the weld joint. Dewatering pumps are setup to dewater trench and the top of the pipe is cut to lower a pump in to dewater the pipeline. For expediency filter bags at the end of the discharge lines are utilized to trap all sediment. Calls are made to emergency contact of waterworks supplier in the area. An 18" long buttstrap with handhole for a 20" steel pipe will be ordered. Two 2" weld -o -lets are also ordered. These are not normally stock items and it is assumed that it will take some time to obtain. Bags of mortar are ordered. 2:30 AM — 3:00 AM — Trench and pipeline is dewatered and excavation lowered to two feet below the bottom of the pipe. 3:00 AM — 3:30 AM — Affected portion of the pipeline is cut out and removed. Pipe openings are protected. — 7 AM — It is assumed that the City has determined the buckled section of the can be repaired by removing the top 3 -feet of material and re -compacting it. This gins with the backhoe excavating and stockpiling and the skip loader stockpiling the Rothe side. After excavation the material will be placed back in lifts, graded with 314der, and compacted utilizing the roller and wackers. Rental dump trucks are haul out excess materials. AML On -Call Emergency and Maintenance and Repair Services (W 7 AM — Load out and the disposal of the asphalt, wet material, and excess materials begin. They backhaul class 2 base to backfill the trench and rebuild the road section. 7 AM — 8:30 AM — As much Class 2 base material is placed as is possible to the trench lines. Remaining base material is stockpiled to replace the trench area. An asphalt company and striping company is contacted to schedule emergency work in the afternoon. 8:30 AM — Personnel is replaced if available with fresh individuals. 8:30 AM — Delivery of pipe repair materials received. Chlorination company called for emergency chlorination and asked to schedule at noon. 8:30 AM —10:30 AM — The buttstrap is fitted and welded using exterior fillet welds (2 total). It is assumed that the inspectors visual weld inspection is sufficient for the emergency repair. The interior of the buttstraps is mortared through the handhole, the handhole plug inserted, and the plug welded with a seal weld. The exterior has a diaper placed and filled with mortar. 10:30 AM —11: 00 AM — Place crushed rock or sand around the pipe and compact under haunches and to one foot over the pipe. 11:00 AM —12:00 PM — Backfill the remainder of the trench with class 2 aggregate base. Because the line is a domestic water line and it ruptured below ground we must assume that the pipeline section has been contaminated by soil and materials. The two 2 -inch weld -o -lets are placed at each end of the affected section of the line. Temporary water is utilized from a hydrant with appropriate backflow device. The line is flushed. 12:00 PM —1:00 PM —The line is chlorinated, dechlorinated, and flushed. 1:00 PM —4:00 PM — Once the inspector has bought off on the base course temporary asphalt will be placed for the City's asphalt contractor. 4:00 PM — 4:30 PM — Traffic control will be picked up and opened up to traffic. Note: If the inspector determines that the line has not been contaminated then the flushing and chlorination portion of the above scenario can be eliminated. This could be accomplished by keeping positive pressure in the line until the excavation is complete below the pipeline but is difficult. Anse to a sewer main break would be similar, but may also involve unique services bypassing by pump systems or vacuum trucks, CCN, and pipeline jetting. A ;e to storm drain systems would also be similar in methodology but do not pressure on the street. �r tin -Call Emergency and i Anintenance and Repair Services An emergency response for storm drain is normally a sinkhole development due to a broken gravity drain line. Response would include traffic control, excavation to the break, repair, and backfill and street restoration. This would be followed by cleaning of the drain line. W.A. Rasic Construction performs a variety of on-call tasks to the many agencies. To give a more comprehensive list of possible tasks that may occur on your system we offer the following examples that may be beyond your current contemplation: Mechanical Systems — Our focus and experience in mechanical systems is in the piping portion of the work. We have performed numerous projects involving mechanical piping, ranging from the removal, replacement, or new construction of truck fueling racks to hot and chilled water hydronic piping, to double containment PVC chemical lines. For the more specialized portions of this work (HVAC units, clarifier components, etc.) we will be teaming with a qualified subcontractor to complete the work. The project manager will communicate with the subcontractor at the start of the work to ensure the subcontractor fully understands the scope of work. We will hold the subcontractor to the same safety standards we hold our own crews to. We will be continually overseeing the work performed by subcontractors to ensure the project is completed correctly and on schedule. Examples of this work can be found via reference listed for Inland Empire Utilities Agency, where we have worked extensively on their mechanical piping, including water, gas, sewer, recycled, chemical, and other piping systems at numerous plants. We have also worked on their large fine screens for treatment, tepid -water I emergency eye wash systems, etc. Piping Systems — All piping system work will be performed by W.A. Rasic Construction. Our management and field personnel have significant experience with the excavation, shoring, and backfilling of pipe trenches, replacing buried valves, setting up and maintaining bypass systems, installing, repairing, and replacing piping for sewer, water, and storm drain systems. We have also performed numerous projects involving the installation of compressed air, gas, and double containment chemical piping. Examples of this work can be found via reference listed for Inland Empire Utilities Agency, where we have worked extensively on their mechanical piping, including water, gas, sewer, recycled, chemical, and other piping systems at numerous plants. Electrical & Instrumentation Systems — Involving electrical and instrumentation systems, W.A. Rasic will be utilizing the services of a qualified subcontractor to perform the work. We will communicate at the start of the project to ensure the subcontractor fully understands the `cope of work. We will hold the subcontractor to the same safety standards we hold our own ews to and will be continually overseeing the work performed by subcontractors to ensure EM I .;project is completed correctly and on schedule. Examples of this work can also again be enced through our contact at Inland Empire Utilities Agency where we have performed involving new electrical and instrumentation systems, including PLCs, VFDs, Pumps, SCADA programming, etc. ALL Emergency and finance and Repair Services Structural Repairs & Replacements — W.A. Rasic Construction would be performing the placement of concrete. This work will be done by our experienced union carpenters and cement masons. For structural items, such as beams, wood framing, masonry, platforms, and brickwork, we will be utilizing the services of a qualified subcontractor to perform the work. We will communicate at the start of the project to ensure the subcontractor fully understands the scope of work. We will hold the subcontractor to the same safety standards we hold our own crews to and we will be continually overseeing the work performed by subcontractors to ensure the project is completed correctly and on schedule. We routinely do various concrete vaults, such as recently at CSUSB where we installed a new hydronic system with large vaults. We also oversaw construction of a brick sewer manhole over a sewer line in a difficult area for City of Seal Beach under on-call contract. Yard/Site Work Repairs & Replacements — Over the course of W.A. Rasic Construction's history, many of our projects have involved the removal and replacement of asphalt and concrete paving, concrete sidewalks/driveways, concrete curb & gutters, and drainage systems. It is this experience that will allow us to provide these services to the City of Seal Beach. Our crews are well versed in patch paving operations, including base course, sub -base, and cap paving. We will also be teaming with various subcontractors, overseeing their work and providing our support to help accomplish any other repair of replacement that may occur. As always, we will be continually overseeing the work performed by subcontractors to ensure the project is completed correctly and on schedule. Contaminated Soil Remediation Services/Remediation Services — W.A. Rasic Construction will be hiring an experienced soil remediation specialist to perform a preliminary risk analysis and then create a remediation plan. For contaminated soil, we will be using our own equipment to load the soil into dump trucks to be hauled away to the proper facilities. For any lead based paint, asbestos roofing tiles, or similar items, we will hire a properly licensed hazardous materials remediation company to haul away and properly dispose of. We will ensure all documentation is properly filled out and maintained for record keeping purposes. Chemical Systems — For this component of the work, W.A. Rasic Construction will have the various required components fabricated and sent to the site. We would install the piping and w, containment systems, tanks, concrete pads, and any other large pieces of equipment ourselves. We would subcontract to qualified electricians for the instrumentation and control systems. ' We would also hire a qualified chemical system consultant to ensure the system is installed orrectly and to perform the field testing. We recently constructed a new large hypochlorite M'eatment facility at Inland Empire Utilities Agency's RP -4 plant site, involving two (2) 10,000 on tanks for sodium hypochlorite, 7 peristaltic pumps, and a network of PVC tubing in CPVC ainment piping throughout the plant to deliver the disinfectant to the various treatment Piivl`la i on-Call Emergency and ty Maintenance and Repair Services Landscaping — For this portion of the work, W.A. Rasic Construction will be subcontracting all work with exception of minor plant and grass restoration in resident's yards. We will be working closely with all subcontractors, lending our assistance where necessary. Over the course of the work, we will be making sure they follow our safety guidelines, ensuring the project runs safely and on schedule. We recently self -performed the landscape improvements around the guard shack we remodeled at your facility. Sims & Related Systems— For numerous projects we have completed, we have had to provide custom signs for the work. These signs have ranged from temporary warning signs to post construction direction signs. For this contract, we would have any signs that were required fabricated. Our crew would then install the signs in the correct location per the sign's intent. Miscellaneous Services — W.A. Rasic Construction will be using our own forces along with various subcontractors to perform miscellaneous services for the City of Seal Beach. As a team, the services we are able to provide are almost limitless. We are able to provide traffic control, demo, backhoe/excavator services, shoring design and implementation, installation of underground structures, design and implementation of bypass systems, and numerous other services. For any task that we are unable to perform, we can team with a subcontractor and provide management for them to perform just about any task that the City of Seal Beach will need to be completed. Confined Space — Whenever a project occurs that requires a confined space entry, W.A. Rasic Construction is prepared. Our foremen and workers are trained in confined space entry and rescue. First, a confined space permit will be kept at the entrance to the space, listing the air meter readings, authorized entrants, description of work, and date. Air readings will be taken before entry, and continually when workers are in the confined space. The entrant will be wearing a properly fitted and adjusted full body harness, attached to a tripod and winch located outside the confined space. There will be a full time attendant standing by monitoring the entrant. If at any time the attendant loses consciousness, the attendant will use the winch to remove them, and once clear of the space, assess the worker's condition and alert emergency personnel if required. AML On-call Emergency and Maintenance and Repair Services 4. References W.A. Rasic Construction Company performs on-call and emergency response to many agencies and entities similar to the work contemplated on this contract. W.A. Rasic Construction is an established leader in Emergency Response and is a core business of the Select Division of the company. We respond to all emergency callouts on a 365 day a year, 24-hour basis. We have responded to thousands of on-call projects throughout the history of the company. Below are descriptions with contact references for verification for similar on-call work performed for the past five (5) years: Orange County Water District — Emergency On -Call and Minor Work Orders Perform emergency response to water main breaks on various OCWD pipe systems, minor repair and adjustments on valve boxes, monitoring wells, enclosure boxes, etc. Contact: Ben Smith 714-378-3211 bsmith0ocwd.ora or John Bonsangue 1714-378-3353 Inland Empire Utilities Agency — Emergency On -Call and Minor Work Perform emergency response to recycled water and primary sewer piping and facilities. Price and perform contract work up to $2M on piping or facilities. Contact: Jerry Burke 1909-993-1547 1 1burketbieua.org Liberty UtilitiesAgency— Emergency On -Call and Minor Work Perform emergency response to domestic water distribution system throughout service area and other related work on as -needed basis. Contact: Mike Vasquez 1562-333-03211 Mke.Vasauez libertvutilities.com California Water Service Company — Master Contractor Program Perform all water main and service installations in the East Los Angeles service area. Handle all emergency water main breaks and repairs, along with other work on as -needed basis. Contact: Jim Crawford 1323-722-86011 lCrawfWdOcalwater.com Sunny Slope Water Company— Emergency On -Call and Minor Work Perform all water main installation, service installations, emergency response, and other minor z w _ work on as -needed basis. Contact: Troy Holland 1626-287-5238 1 t-rov@sunnysloomartercomg)any.com eseacn water Department— Emergency On -Call )rm emergency response to domestic water distribution system and sewer system ghout service area and other related work on as -needed basis. act: Angel Marquez 1562-570-2322 1 Ame.I.Marclueztblbwater.ora - Emergency On -Call cy response to domestic water distribution system throughout service area work on as -needed basis. Poehler 1626-474-40431 boehler0rowlandwater.com ieney and and Repair Services Other agencies we have contracts for on-call emergency work (not full list): City of Anaheim City of Chino Hills City of Corona City of Cerritos City of South Gate City of West Hollywood Port of Long Beach City of Chino Rowland Water District City of San Juan Capistrano Orange County San. Dist. Mesa Water District County of Los Angeles Public Works (Water and Sewer/Storm) City of La Palma City of L.A. Dept. Gen Svcs. Golden State Water Company We have many more private clients that we perform on-call and emergency work for. This list is confidential and can be discussed in a closed -door meeting. As you can see from our client list, W.A. Rasic Construction has vast experience in on-call and emergency work. We typically have at least one (1) crew on on-call or emergency work every day of the year. We have responded to emergencies on Christmas, Thanksgiving, and about every holiday. We have responded to emergencies as small as a 1" service line to pipe > 40" and 30 -feet deep. We treat every emergency the same, as priority one. We have asbestos pipe trained workers, confined space competent people, competent people in trench shoring and excavation, etc. AML Emergency and AIIIIIIIIIIIA mance and Repair Services 5. Sample Letter Proposal See Attached Sample Letter Proposal GENERAL ENGINEERING CONTRACTOR January 28, 2021 City of Seal Beach Department of Public Works 211 Eighth Street Seal Beach, CA 90740 Attention: [SAMPLE PROPOSAL LETTER Reference: On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services Subject: Proposal for On -Call Task Order # Dear Ms. W.A. Rasic Construction Company, Inc. ("W.A. Rasic" or "WAR") is in receipt of your task order for the replacement of a 6" fire hydrant on XXX Taper Drive. W.A. Rasic anticipates a cost of approximately $11,000 for the work involving the removal and replacement of the leaking fire hydrant piping and replacement with a new short -side fire hydrant run. Final billing shall be time and materials submitted based on verified hours and pricing per the Contract. The work will involve sawcutting of the asphalt street and sawcutting of the sidewalk panel. We will request that the City turn off its valve and the crew will excavate and remove the existing system. We will install new DIP, FH Bury, and FH system, backfill, restore the asphalt paving, and replace the concrete sidewalk panel under WATCH manual traffic control as applicable. We estimate that the work will take a total of two (2) days to complete with a 3 -person crew consisting of an operator foreman, Pipelayer, and working truck driver. Equipment will include a walk behind saw, service truck, flatbed dump truck and equipment trailer, backhoe, air compressor and jackhammer, cut-off saw, jumping jack, and vibraplate. Materials anticipated to be utilized are the waterworks materials, sand, aggregate base, asphalt base and cap, and concrete. Other anticipated costs are dump fees for the demolition and dirt spoils. 48 -hours will be required to call in a USA ticket unless the situation increases to an emergency. Upon your acceptance of this proposal we will proceed with the work. Sincerely, W.A. Rasic Construction Company, Inc. Shane K. Sato Division Manager 4150 Long Beach Boulevard, Long Beach, CA 90807 - 562-928-6111 • fax: 562-928-7339 - www.warasic.com State Contractors License #A368761 - DIR Registration No. 1000000649 See attached Cost Proposal. lency and and Repair Services 6. Cost Proposal COST PROPOSAL FOR ON-CALL EMERGENCY AND UNEXPECTED TASK UTILITY MAINTENANCE AND REPAIR SERVICES (additional labor/material rates may be added as a separate attachment) MORA 17ATION COST $420.00 /TASK ORDER M I N I M U M CALL OUT (in dollars or hours, if applicable) 2 Crew Hours if work is cancelled, 4 Crew Hours if any work is performed as mandated by unions. C/1I IIDLACAIT NO. DESCRIPTION UNIT OF MEASURE UNIT PRICE DESCRIPTION El Pick -Up Truck HOUR $ 25.00 Ford F-150 E2 Crew Truck HOUR $ 39.00 Ford F-550 E3 Flatbed Truck HOUR $ 45.00 Stakebed 11-16' E4 Bed Trailer HOUR $ 15.00 Equipment Trailer (up to 40,000 lbs) E5 Bobcat HOUR $ 45.00 CAT 262 E6 Small Excavator HOUR $ 24.00 CAT 303E E7 Medium Excavator HOUR $ 115.00 CAT 320CLU E8 Large Excavator HOUR $ 235.00 CAT 330DL E9 Backhoe HOUR $ 60.00 CAT 430 F2 20 E10 Dump Truck/Super 10 HOUR $ 92.00 Super 10 10CY Ell Truck and Pup HOUR $ 92.00 Super 10 10CY E12 Water Truck HOUR $ 42.00 2000 Gallon E13 Vactor Truck HOUR $ 150.00 800 Gallon E14 Sweeper HOUR $ 38.00 Broyce Broom not vacuum E15 Wheel Loader _ _ HOUR $ 85.00 John Deere 544J LluGa _842Z III E16 Skip Loader HOUR $55.00 John Deere 210 LE E17 Air Compressor w/Jack Hammer HOUR $ 25.00 185 CFM/ 49HP EIS Hydraulic Breaker HOUR $ 50.00 10001b for backhoe E19 Asphalt Paver HOUR $100.00 Weiler P385 E20 Concrete Mixer HOUR $ 11.25 1/3 CY Capacity E21 Concrete Saw HOUR $60.00 9.38 Walk Behind Saw Cut-off Saw E22 Compaction Wheel HOUR $10.00 Wheel for Backhoes E23 Wacker HOUR $12.50 Jumping Jack E24 Vibratory Compactor HOUR $ 12.50 Vibra Plate 24" (walk behind) E25 Generator HOUR $10.00 Portable Generator 21 1�6T7 NO. DESCRIPTION STANDARD OVERTIME DOUBLE TIME Li Superintendent $ 147.56 $192.38 $ 237.20 L2 Project Manager $ 121.88 $166.70 $ 212.00 L3 Foreman/Operator $ 119.14 $ 158.95 $198.80 L4 Foreman/Laborer $ 93.21 $122.58 $152.61 L5 Operator $ 116.57 $ 154.94 $192.60 L6 Laborer $ 86.21 $ 111.98 $138.19 L7 Welder $ 124.41 $ 170.00 $ 212.86 L8 Teamster $ 91.33 $ 115.47 $139.94 L9 Pipelayer $ 90.20 $ 117.89 $146.41 MARK -t IP FOR ITEMS NOT NOTED ABOVE NO. DESCRIPTION PERCENTAGE Mi Material 15 % M2 Equipment 15 M3 Labor 15 22 Lk�1�' i7a ADJUSTMENTS Provide any anticipated rate/cost adjustments as a separate attachment, if necessary. Labor to increase every July 1 per prevailing wage rate % increase for each classification. 23 ;'-Coil Emergency and Ifntenance and Repair Services 7. Exceptions No exceptions taken. On-CaN Emergency and Maintenance and Repair Services 8. Business Entitv 9. DIR Registration / Contractor's License Company Name: W.A. Rasic Construction Company, Inc. Address: 4150 Long Beach Blvd., Long Beach, CA 90807 Telephone Number: (562) 928-6111 Fax: (562)928-7339 Type of Entity: A California Corporation DBE Status: None License-# __ _. 368761 Classification: A, C34 DIR# 1000000649 City License #: 10071 Years in Business: 42 Years Owners: Peter L. Rasic- President Franky A. Rasic- Vice President Walter A. Rasic, Jr.- Vice President/Secretary/Treasurer CitV o/ Seal Beath Business License The pinot4 0- or OMPOW n brow Llano Is raft Or+reetl -cane- pelwenl bete Tat U MM CoM m WVM'% terry 4n Or OMA to Wa U2t7 Of Ser Bads. Cirbrr* the WAWA Vbft atet4, p jaMn, a utlllRbtl or otsrpatbn dttltm' brow ibr 0te oetb0 ALL BUSINESS LICENSES DUE UPON EXPIRATION. TO BE POSTED IN A CONSPICUOUS PLACE NOT TRANSFERARtE SSUEO: 4/2/:010 MIRES: 4/212021 nU ,MON, INC. I BLVD. NN07 SS: A, C-34 LICENSE NO: 10071 LICENSE FEE: $222.00 .^.. i BY: Maim llNMl_.._. OCa STATE 1,g11b! 2M ACTta UC&de —368761 388761 CORP .. _... WARASIC CONSTRUCTION COMPANY INC ---AL;-14 01/37,2023 ,w,w dib c. acv Peter L. Rasic- President iency and and Repair Services 10. Contract Signatories Walter A. Rasic, Jr.- Vice President/Secretary/Treasurer W.A. RASIC CONSTRUCTION COMPANY, INC. RFFFRFiVr-FC Since 1978, W.A. Rasic Construction has the ability to construct a wide range of projects both in terms of size and type. From A000 utility, Installations to multi-million dollar pipeline projects, W.A. Rasic Construction has constructed some of the most difficult civil construction projects in the Western United States. Our capabilities include Water / Wastewater (Transmission / Distribution / Treatment) Pipelines, Storm Drainage, Concrete Facilities, Dry Utilities (communication / electrical), Mechanical Piping, Petroleum Systems, Demolition and Crushing, Inspection Services, Design -Build Projects, Extensive Shoring, and Emergency Response Services. We proudly stand as one of the few contractors with the flexibility, diversity, and capability to span the full spectrum of civil construction. While self -performing over 1,000 contracts yearly, W.A. Rasic Construction has listed below some of our signature projects that represent over 400 million dollars in project references. For additional project references, please contact W.A. Rasic Construction or visit our website at www.warasic.com. DATE CONTRACT CONTACT OWNERIAGENCY LOCATION COMPLETED AMOUNT NAME PHONE INLAND EMPIRE UTILITIES AGENCY Rancho Cucamonga Nov -16 $1,936,000 Adham Almasri, P.E. (909) 993-1462 RP -4 Disinfection Facility Improvements EN1418 Inside a wasterwater treatment plant, this project consisted of constructing concrete containment basins with pads for two 10,000 gallon NaOCI tanks and the buried conveyance tubing inside CPVC conduit and design build of the seven peristaltic pumps manifold. Also, included Installation of controls, shade structure, electrical and demolition of the abandoned system. Site improvements included road grading and paving for access roads to existing structures. A key component of this project was the SCADA integration into the new system. CALIFORNIA STATE UNIVERSITY, SAN BERNARDINO San Bemardino, Ca Sep -16 $7,910,000 Christopher Myers (949) 648-3466 Central Utility Plant (CUP) & Site Utilities Upgrades This project involves the upgrades of underground utilities throughout the Cal State San Bernardino campus. The project included furnishing and installing 910 linear feet of 12" fused HDPE chilled and 6" welded steel hot water supply and return lines, installing a 16 x 14'x 10'_deefzcastin.place mechanicalsault,_6,860linear feet -o fused.MOPE naturaL=gas-distributionpiping, ranging .fronLl-to. 6" diameter, 1,500 linear feet of new 8" and 12" potable domestic water tines, 1,800 linear feet of fused HDPE gravity sewer lines, sizes ranging from 6" to 10", and 900 linear feet of 30" and 18" RCP storm drain lines. The project also included the fabrication and installation of steel hydronic piping in underground vaults and tunnels, 13 new above ground gas meter/regulator assemblies, installation and replacement of 38 underground water valves, ranging from 6" to 12', installation of 8 reduced flow backflow preventers size 6' and 10", and included extensive traffic & pedestrian control measures, as well as signigicant restoration of related pavement and surface features. LOS ANGELES DEPARTMENT OF WATER & POWER North Hollywood, CA Adg-1e $91,222,752 All Sabouni, P.E. (213) 367-2637 River Supply Conduit Units 5 & 6 The installation of 5,400 If of 78" diameter welded steel pipe by open cut utilizing solid sheeting shoring and 10,300 If of 11' diameter LOVAT Tunnel Boring machine. CITY OF BURBANK Burbank, CA Dec -16 $10,537,861 Dan rynn (818) 238-3932 Beachwood Sparks Force Main & Pump Station Installation of approximately 11,600 If of 24" HDPE sewer main including multiple bore & jacks, pump station shutdown and replacement of pumps, valves, appurtenances, and wet well lining, street restoration and tie-in to sewer plant. LOS ANGELES COUNTY SANITATION DISTRICT Carson, CA Jan -16 $30,463,994 Russ Vakharia (310) 830-8050 Joint Outfall "C" Unit 1, Phase If The installation of 7,800 LF of 90" T -Lock lined RGRCP at depths from 28'- 50' by open cut and conventional 12' diameter tunnel. COUNTY OF SAN LUIS OBISPO Los Osos, Ca Jul -14 $29,425,000 James Brantley, P.E. (805) 801.6162 Los Osos Wastewater Collection System Project Areas B&C This project involves the installation of 81,306 -If of Sewer gravity mains ranging in size from 8 to 18 inches, 17,515 -If of Sewer force mains ranging from 3 to 16 inches, 283 manholes, 1,757 service laterals, 27,019 -If of fiber optic conduit, & 27,264 -If of recycled effluent force mains ranging from 2 to 12 inches. The project also included Wet Wells and ancillary items consisting of one Pocket Pump Station, three Duplex Submersibel Stations, and one Triplex Station. Other work includes an effluent disposal system consisting of site preparation and 19,776 -If of subsurface perforated pipe and arched infiltration chambers This environmentally sensitive project will provide wastwater collection, conveyance, treatment, and recycled water reuse for the Los Osos community that is currently unsewered and utilized septic tanks. COACHELLA VALLEY WATER DISTRICT Thermal, CA Jun -14 $13,739,000 Carrie Oliphant (760) 398-2651 Avenue 62 Trunk Sewer Redesign and Rehabilitation This project involved the installation of 7,000 feet of 42" FRP trunk sewer pipe along Avenue 62 and the removal of existing 42" VCP sewer pipe. Construction of the trunk sewer required the removal and replacement of 1.5 miles of asphalt road and the removal and replacement of 5,000 feet of 24' PVC irrigation pipe. ORANGE COUNTY PUBLIC WORKS Yorba Linda, Ca Jul -13 $41,850,000 Ju Kim (714)975-0126 SARI Relocation including Metering Station This project involves the installation of 20,630 -If of 54" FRP Sewer and associated structures along the Santa Ana River to replace iu.kimAocow.ocgov conn the aging existing 42" Interceptor Sewer. Open cut installations range from 11' to 30' deep along the existing levee roads. There is also 2,808 -If of 84" RCP casing installed via Slurry Microtunneling method, up to ten tunneling shafts at depths to 70' deep, concrete inlet and outlet structures, a below ground metering station, and elaborate dewatering system. This highly orchestrated project includes mitigation measures for wild life, native plants and birds, bicyclists, and campers within the project site. W.A. RASIC CONSTRUCTION COMPANY, INC. RFFFRFN['FS DATE CONTRACT CONTACT OWNERIAGENCY LOCATION COMPLETED AMOUNT NAME PHONE LOS ANGELES WORLD AIRPORT Los Angeles, Ca March -13 $30,000,000 Tyler Chappell (310) 351-5907 Central Utility Plant Replacement Project Construct chilled water supply and return lines, hot water supply and return lines, domestic water supply, reclaimed water supply, underground power and communication systems to support the new Central Utility Plant (CUP) in the worlds 6th busiest airport. Project includes providing BIM modeling for all portions of the underground work, excavation and the installation of beam and plate shoring for the majority of the 18 miles of total new piping installation. Other work includes cast in place vaults, extensive traffic control, tunneling underneath world way into the new Tom Bradley International Terminal and asphalt restoration. CALLEGUAS MUNICIPAL WATER DISTRICT Moorpark, Ca December -12 $6,275,000 Shonna Summer, P.E. (805) 579-7156 Emergency Pipe Procurement and Storage Procurement of emergency steel pipe, liners, cylinders, fittings, and appurtenances varying in size from 14" diameter to 72" diameter to be stored onsite for future emergency repairs to Calleguas MWD facilities. This work also includes site work and grading to place and bury selected pipe and fittings underground for storage, above ground cylinder storage bays, and construction of a prefabricated metal building warehouse. YUCAIPA VALLEY WATER DISTRICT San Bernardino, Ca August -12 $9,350,000 Brent Anton (909) 797-5118 Yucaipa Valley Regional Brineline Extension Phase 3 Construction of 24,400 -If of 20" HDPE brineline throughout three cities through existing streets, right-of-ways, and beneath two waterways. In addition 2,300-9 of 20" HDPE to be installed via directional drilling under San Timoteo Creek and the Santa Ana River at depths greater than 65'deep and 1,800-9 of 20" HDPE to be installed via jacked casing in six locations. LA. COUNTY DEPARTMENT OF PUBLIC WORKS Long Beach, Ca January -12 $24,256,012 Ali Zadeh (626) 458-3104 Termino Avenue Drain The installation of 6,300 linear feet of Cast -In -Place and Precast Reinforced Concrete Box Culvert ranging in sizes up to Double 9'w x 8'h; 8,800 linear feet of 72" to 18" RCP Storm Drain Piping; 1,200 linear feet of 78" Direct Jack and Bore RCP, and over 100 Catch Basins equipped with trash excluder screens and filtration. Other work includes construction of a Low Flow Diversion Structure to capture and divert non -storm event runoff to existing sewers, installation of a temporary Sheet Pile Cofferdam, utilization of a groundwater treatment system capable of treating over 1.1 MGD, and removal and treatment of 8,900 tons of hydrocarbon contaminated soils. LOS ANGELES DEPARTMENT of WATER & POWER Los Angeles, Ca March -12 $48,135,518 Charles Ngo (213) 367-2319 River Supply Conduit - Unit 3 The installation of 11,200 linear feet of 96" CML&C steel pipe utilizing hydraulic pressed in sheet pile to protect the existing 1940's vintage 66' RCP waterline running parallel to the proposed pipeline. The project will also require 1,400 linear feet of 108" diameter lacked steel casing, three concrete vaults, and a 220 foot deep anode ground bed. LOS ANGELES DEPARTMENT of WATER & POWER Los Angeles, Ca March -12 $38,783,497 Ali Sabouni, P.E. (213) 367-2637 City Trunk Line South - Unit 2 The installation of 10,400 linear feet of 66" CML&C steel pipe. The majority of the pipeline will be installed via open cut methods and 2,100 linear feet will be installed by tunneling utilizing an earth pressure balance machine (EPBM) at 78" diameter, The entire open cut installation will be installed utilizing solid sheet shoring and hydraulically pressed in sheet pile. Pipeline and tunnel construction up to depths of 40'. The progress of the work will be controlled via a City mandated matrix of 8 system shutdowns, 7 tiered e uen : including 32 work areas and various tie-in connections. EASTERN MUNICIPAL WATER DISTRICT Murrieta, Ca April -10 $5,036,708 Gabe Necochea, P.E. ( 928 3777 Murrieta Area Sewer Improvement Project 4475 x 447 The rehabilitation of 5,800 linear feet of existing 12" and 15" VCP gravity sewer by utilizing the pipe bursting method. The pipe will Fax (951) 928-6111 be replaced by pneumatically bursting the existing pipe and then winching in a new 20" HDPE pipe. The pipeline alignment transverses sensitive biological and environmental areas requiring multi -agency cooperation. Other work includes sewer by-passing, replacing sewer manholes, extensive dewatering and treatment and roadway restoration. LOS ANGELES COUNTY SANITATION DISTRICT Carson, Ca November -10 $21,350,586 Russ Vakharia (310) 830-8050 Joint Outfall "C" Unit 1 Relief Trunk Sewer, Phase 1 The installation of 4,400 linear feet of 90' PVC Lined RCP Sewer placed in a 12 -foot diameter rib -and -lag tunnel and 1,200 linear feet installed by open cut method to depths ranging from 20-30' feet deep. Other work includes 400 linear feet of 10" Jet Fuel line mtocation to accommodate the deep tunneling shafts as well as the installation of cast in place concrete Junction Structures, Angle Point SImetures, manholes, live sewer tie-ins, and restoration of existing improvements. Anaheim, Ca November -08 $3,900,000 Caster Williams (714) 765-5176 CITY OF ANAHEIM City Switching Stations No. 10, 11, and 12. The installation of 12,200 linear feet of encased 12kv duct bank and 17 Pre -cast structures. Other work included removal and replacement of the asphalt roadway and concrete restoration. The project required multiple headings, multiple shifts and coordination with the Disneyland Resort as well as Caltrans. JOHNSON - PELTIER ELECTRIC Anaheim, Ca November -08 $4,600,000 Tom Fuette (562) 944-3408 12Kv Upgrade at the Disneyland Resort The installation of 10,000 linear feet of duct bank, associated grounding grid as well as 30 precast electrical structures, concrete equipment pads, relocation of various utilities to facilitate precast structure installation, and restoration of existing improvements throughout the Disneyland Resort W.A. RASIC CONSTRUCTION COMPANY, INC. QFFFQFM�''FC DATE CONTRACT CONTACT OWNERIAGENCY LOCATION COMPLETED AMOUNT NAME PHONE METROPOLITAN WATER DISTRICT Perris, Ca December -08 $40,709,918 Wally Lieu (213) 435-2727 PERRIS VALLEY PIPELINE - NORTH REACH The installation of 2.7 miles of owner furnished 96" and 108' Steel Pipe at depths up to 69 deep. Other work includes cast in place concrete vaults, butterfly valves, Flow meters, tunneling through solid rock, extensive rock removal and blasting, dewatering, blow -off and air vac installation, and complete roadway removal and replacement EASTERN MUNICIPAL WATER DISTRICT Moreno Valley, Ca Nov -OB $5,600,000 Karl Roland (951) 928-3777 CACTUS AVE FEEDER PROJECT x 4442 The installation of 2.6 miles of EMWD Furnished 48' Steel Pipe, Other work includes the installation of 48" Butterfly Valves, 640 Fax (951) 928-6111 linear feet of 66" Casing by Bore and Jack Operation, Air Releases, and Blow -Off Installation. EASTERN MUNICIPAL WATER DISTRICT Temecula, Ca Apr -08 $3,469,904 Bruce Ross (951) 928-3777 DESIGN -BUILD - DIAZ FORCE MAIN EMERGENCY REPLACEMENT x 4451 Provided engineering design and installation of 6,400 I.f, of 24" PVC Force Main. Other work included the installation of a dewatering Fax (951) 928-6111 system, installing 320 feet of 60' casing by bore and jack method, sewer b assin , and roadway restoration EASTERN MUNICIPAL WATER DISTRICT SAN JACINTO August -08 $10,021,745 Gabe Necochea, P.E. (951) 928-3777 NORTH SAN JACINTO SEWER PHASE 11 x 4475 The installation of 3,500 LF of 24" & 27' Amitech Polycrete Pipe by Microtunneling, 4,500 LF of 16" & 24" PVC pipe by Open Cut Fax (951) 928-6111 Installation, Beam & Plate Shorin , Extensive Dewatering and Sewer By -Passing METROPOLITAN WATER DISTRICT Perris, Ca to Jun -07 $10,822,990 Wally Lieu (213) 435-2727 COLORADO RIVER AQUEDUCT REHABILITATION Parker, AZ Utilized 200 W.A. Rasic Employees to Dewater 150 Million Gallons of Water From the Colorado River Aqueduct to facilitate the tion of 50 mechanical blow -offs, abandoning 27 transition drains, rehabilitate and recoat two radial gates, install flow metering at Copper Basin inlet tunnel, and provide access for inspection of siphons by MWD Inspectors. F EXHIBIT C TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS 1. This Agreement calls for services that, in whole or in part, constitute "public works" as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code ("Chapter 1"). Further, Contractor acknowledges that this Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by the Department of Industrial Relations ("DIR") implementing such statutes. Therefore, as to those Services that are "public works", Contractor shall comply with and be bound by all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full herein. 2. California law requires the inclusion of specific Labor Code provisions in certain contracts. The inclusion of such specific provisions below, whether or not required by California law, does not alter the meaning or scope of Section 1 above. 3. Contractor shall be registered with the Department of Industrial Relations in accordance with California Labor Code Section 1725.5, and has provided proof of registration to City prior to the Effective Date of this Agreement. Contractor shall not perform work with any subcontractor that is not registered with DIR pursuant to Section 1725.5. Contractor and subcontractors shall maintain their registration with the DIR in effect throughout the duration of this Agreement. If Contractor or any subcontractor ceases to be registered with DIR at any time during the duration of the project, Contractor shall immediately notify City. 4. Pursuant to Labor Code Section 1771.4, Contractor's Services are subject to compliance monitoring and enforcement by DIR. Contractor shall post job site notices, as prescribed by DIR regulations. 5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Agreement are on file at City Hall and will be made available to any interested party on request. Contractor acknowledges receipt of a copy of the DIR determination of such prevailing rate of per diem wages, and Contractor shall post such rates at each job site covered by this Agreement. 6. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. Contractor shall, as a penalty to City, forfeit $200.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. 7. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform City of the location of the records. 8. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Code of Regulations, Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to City a verified statement of the journeyman and apprentice hours performed under this Agreement. 9. Contractor shall not perform work with any Subcontractor that has been debarred or suspended pursuant to California Labor Code Section 1777.1 or any other federal or state law providing for the debarment of contractors from public works. Contractor and subcontractors shall not be debarred or suspended throughout the duration of this Contract pursuant to Labor Code Section 1777.1 or any other federal or state law providing for the debarment of contractors from public works. If Contractor or any subcontractor becomes debarred or suspended during the duration of the project, Contractor shall immediately notify City. 10. Contractor acknowledges that eight hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. Contractor shall, as a penalty to City, forfeit $25.00 for each worker employed in the performance of this Agreement by Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work performed by employees of Contractor in excess of eight hours per day, and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. 11. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 12. For every subcontractor who will perform work on the project, Contractor shall be responsible for such subcontractor's compliance with Chapter .1 and Labor Code Sections 1860 and 3700, and Contractor shall include in the written contract between it and each subcontractor a copy of those statutory provisions and a requirement that each subcontractor shall comply with those statutory provisions. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a periodic review of the certified payroll records of the subcontractor and upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any failure. 13. To the maximum extent permitted by law, Contractor shall indemnify, hold harmless and defend (at Contractor's expense with counsel reasonably acceptable to City) City, its officials, officers, employees, agents and independent contractors serving in the role of City officials, and volunteers from and against any demand or claim for damages, compensation, fines, penalties or other amounts arising out of or incidental to any acts or omissions listed above by any person or entity (including Contractor, its subcontractors, and each of their officials, officers, employees and agents) in connection with any work undertaken or in connection with the Agreement, including without limitation the payment of all consequential damages, attorneys' fees, and other related costs and expenses. All duties of Contractor under this Section shall survive the termination of the Agreement. ACC)R D CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) TYPE OF INSURANCE 2/15/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND 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 policy(les) must 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 Commercial Associates Insurance 1594 N. Batavia Street Orange, CA 92867 CONTACT NAME: FAX/(714)524-4e40 PHONE (714) 524-494910A No AC No E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A: Travelers Prop Cas Cc of America 25674 INSURED W.A. Rasic Construction Co., Inc. 4150 Long Beach Blvd. Long Beach, CA 90807 INSURERS: INSURER C: INSURER D: INSURERE: INSURER F : COVERO[;FS reo�norwT� w �■sem.,. �. wrvn I�Vm�GR. 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 ODL LTR TYPE OF INSURANCE POLICY NUMBER POUCY EFF MM/DDIyYYY1 POLICY EXP IMMIOD/YYYYJ I LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F] OCCUR EACH OCCURRENCES _ DAMAGE TO P MI a occurrence) $ MED EXP (Any oneperson) $ PERSONAL 8 ADV INJURY E GEN'LAGGREGATE LIMITAPPLIES PER: POLICY ❑ JET � LOC GENERAL AGGREGATE $ PRODUCTS-COMPIOPAGG ; OTHER: $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS COMFINED SINGLE LIMIT$ E accident BODILY INJURY (Per person) $ BODILY INJURY (Per accident) s PROPERTY DAMAGE P acd $ $ UMBRELLA LU18 EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION S A WORKERS COMPENSATIONs AND EMPLOYERS' LIABILITY AND PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICEH/MEMBEREXCLUDED? a (Mandatory In NH) If yea deacrfbe under DESCRIPTION OF OPERATIONS below N/A oe-7K520785-20-26-G 7/1/2020 7/1/2021 X E H- - ER E.L. EACH ACCIDENT 1 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1 000 000 E.L. DISEASE -POLICY LIMIT 1 1 000 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space is required) Re: Operations usual to the named insured - On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services. 30 days notice of cancellation except 10 days for non-payment. CERTIFICATE HOLDER City of Seal Beach 211 - 8th Street Seal Beach, CA 90740 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (2014/01) The ACORD name and logo are regls ered INS025 (201401) All POLICY NUMBER: DT -810 -8670X247 -TIL -20 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement, that is signed by you before the "bodily injury" or "property damage occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non- contributory. 1 of1 CA T4 99 02 16 u 2016 The Travelers Indemnity Company. All rights reserved. Page Includes copyrighted material of Insurance Services Office, Inc. with its permission. A� D CERTIFICATE OF LIABILITY INSURANCE DATE DD021 2/15/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND 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 policy(les) must 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 NA MNT PHONE (714)524-4949 ac NO: (714)524-4940 Commercial Associates Insurance 1594 N. Batavia Street E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAICM Orange, CA 92867 INSURERA:Travelers Indemnity Co of CT 25682 INSURED INSURER B: Travelers Prop Can CO of America 25674 INSURERC: W.A. Rasic Construction Co., Inc. INSURERD: 4150 Long Beach Blvd. INSURER E: Long Beach, CA 90807 INSURER F: MED EXP (Any one person) $ 10,000 COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 Seal Beach, CA, 90740 POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MWDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE E 2,000,000 PREMIE Es occurrence $ 300,000 A CLAIMS -MADE ❑X OCCUR MED EXP (Any one person) $ 10,000 X DT22-Co-8670X247-TCT-20 5/1/2020 5/1/2021 PERSONAL & ADV INJURY $ 2,000,000 GEN'LAGGREGATELIMIT APPLIESPER: POLICY ❑ JET LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS -COMPIOPAGG $ 4,000,000 $ OTHER: AUTOMOBILE LIABILITY CBIN a SINGLE LIMIT $ 2, 000, 000 BODILY INJURY (Per person) S B X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X DT -810 -9670X247 -TIL -20 5/1/2020 5/1/2021 BODILY INJURY (Per accident) $ HIREDAUTOS gUT08WNE0 PPRmO � AMAGE $ s UMBRELLALWB OCCUR EACH OCCURRENCE $ AGGREGATE S EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ElNIA AT E R E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory In NH) If yes, descnbe under E.L. DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more apace Is required) Re: Operations usual to the named insured - On -Call Emergency and Unexpected Task Utility Maintenance and Repair Services. City of Seal Beach, its directors, officials, officers, employees, agents, and volunteers are added as additional insured including primary wording where required by written contract as respects general liability 6 auto per attached CGD246 4/19, CGT100 2/19 6 CAT499 2/16. 30 days notice of cancellation except 10 days for non-payment. CER I1riGAI t HOLDER CANCFI. LATInN %) 198 2014 ACORIQ CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registers ma f ACORD INS025 (201401) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Seal Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 211 — 8th Street ACCORDANCE WITH THE POLICY PROVISIONS. Seal Beach, CA, 90740 AUTHORIZED REPRESENTATIVE %) 198 2014 ACORIQ CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registers ma f ACORD INS025 (201401) POLICY NUMBER: DT22-CO-8670X247-TCT-20 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products -Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only: a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury" caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies. Such person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agreement, the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section 111 — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: CG D2 46 0419 0 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. (3) Immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured as described in Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 0 2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 0419 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. OPrimary And Non -Contributory Insurance If Required By Written Contract If you specifically agree in a written contract or agreement that the insurance afforded to an insured under this Coverage Part must apply on a primary basis, or a primary and non- contributory basis, this insurance is primary to other insurance that is available to such insured which covers such insured as a named insured, and we will not share with that other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal and advertising injury' for which coverage is sought is caused by an offense that is committed; subsequent to the signing of that contract or agreement by you. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations By accepting this policy, you agree: POLICY NUMBER: DT22-CO-8670X247-TCT-20 a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Advertisement" means a notice that is broadcast or published to the general public or specific market segments about your goods, products or services for the purpose of attracting customers or supporters. For the purposes of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and b. Regarding websites, only that part of a website that is about your goods, products or services for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 ® 2017 The Travelers Indemnity Company. All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission.