Loading...
HomeMy WebLinkAboutVortex Services, LLC dba Sancon Technologies - 2025-06-17 RECEIVED BY:Jr CITY CLERK RECEIPT COPY i C C Return DUPLICATE to I �CN /v A` City Clerk's Office (Name) after signing/dating C� j2s � zs - (Date) '� , Q CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: I!I ,, --"f/ 29.25- i SUBJECT: Bond Acceptance I have received the bonds for �rye/S fN(-1-,fi I LLC. �hlz_ .J pj14i)ci T G/jrv/d�7".1J (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's)Performance Bond No. DIIA01)3�'77',?J Payment Bond (Labor and Materials) Bond No. DIIAOD3// Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved /ehh 7/02S (Council Approval Date) CC No. / 7 7 Agenda Item No. I PS` MSC No. City Clerk Vault No. &Oa SO Other No. SIRE System ID No. Me . g:/forms/bond transmittal to treasurer TINcro 2000 Main Street, of ow=.4;4, 6, Huntington Beach,CA = City of Huntington Beach 92645 APPROVED 6-0-1 (GRUEL-ABSENT) File#: 25-407 MEETING DATE: 6/17/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, Acting City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Lili Hernandez, PE, Principal Civil Engineer Subiect: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Vortex Services, LLC dba Sancon Technologies in the amount of$1,599,942.70 for the Fiscal Year 23/24 Sewer Lining Project, CC-1777; and Approve an appropriation of - $525,000 from the Sewer Service Fund Statement of Issue: On April 10, 2025, bids were received electronically for the Fiscal Year 23/24 Sewer Lining Project. - City Council action is requested to award the construction contract for$1,599,942.70 to Vortex Services, LLC dba Sancon Technologies, the lowest responsive and responsible bidder. Financial Impact: Total funds for the project, including contingency and supplemental expenses, are estimated at $1,900,000. Currently, $1,375,000 is available in the Sewer Fund Account (51189024.82600). Staff requests an additional $525,000 appropriation from the Sewer Service Fund (511). Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Vortex Services, LLC dba Sancon Technologies in the amount of$1,599,942.70; and B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and C) Appropriate $525,000 from the Sewer Service Fund (511) to Account 51189024.82600. - Alternative Action(s): Reject bid or provide staff with alternative action. Analysis: City of Huntington Beach Page 1 of 2 Printed on 6/11/2025 powered by Legistar m 193 File#: 25-407 MEETING DATE: 6/17/2025 The Engineering and Utilities Divisions identified the need to rehabilitate existing sewer pipes based on maintenance history and video inspection. The project includes lining approximately 23,500 lineal feet of aged sewer main lines identified as the priority segments for this project. The locations would benefit from lining as the existing pipes have either calcium deposits from groundwater seepage through minor cracks and joints, or have joints impacted by tree roots from adjacent mature trees located on parkways. These calcium deposits and roots restrict sewage flow and will be removed prior to lining for improved efficiency. Lining of the pipes is a trenchless operation performed by inserting a cured-in-place liner inside the existing pipe to form a replacement pipe. This is an important, efficient, and cost-effective method for rehabilitating sewer main lines, helping to restore and maintain proper service while preventing sanitary sewer overflows. The project also includes rehabilitation of 86 manholes to further enhance system reliability. Bids were advertised electronically beginning on March 17, 2025 through April 10, 2025. Only one bid was received, which was from Vortex Services, LLC dba Sancon Technologies. Sancon (now operating as Vortex Services) has successfully completed the City's Annual Sewer Lining Project for the past four years through the City's open competitive bidding process. As a locally based contractor. in Huntington Beach, their proximity reduces mobilization costs and contributes to their strong familiarity with the City's sewer infrastructure, resulting in consistently competitive bids. Their - submitted bid of$1,599,942.70 is approximately $200,000 below the Engineer's Estimate of $1,800,000. Staff recommends awarding a contract to Vortex Services, LLC dba Sancon Technologies in the amount of$1,599,942.70. The total project cost is estimated to be $1,900,000, which includes the construction contract, a 10% construction contingency, and material testing and inspection. Environmental Status: This action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. Strategic Plan Goal: Goal 6 - Infrastructure Investment, Strategy C - Conduct an assessment of all City facilities to determine priorities for upgrades and repairs, implementation and financial priority. - Attachment(s): 1. City Funded Construction Contract 2. Location Map 3. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 6/11/2025 powered by Legistar° 194 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND VORTEX SERVICES,LLC dba SANCON TECHNOLOGIES FOR SEWER LINING FY 23/24-CC1777 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and VORTEX SERVICES,LLC dba SANCON TECHNOLOGIES , a corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Sewer Lining FY 23/24 -CC1777 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents(as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed,and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions,including those on file in the office of the Department of Public Works of CITY, and any revisions,amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications,Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit"A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 I6-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Million Five Hundred Ninety Nine Thousand Nine Hundred Forty Two and ' ( Dollars ($ 1,599,942.70 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within One Hundred Twenty ( 120 ) consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for Iabor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten(10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract,docx—revised 04/2016 deductions for CON TRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand and 00/100 Dollars ($ 1,000.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes,unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires, floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty(30)days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15) days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the it torespond within the timeprescribed, the CONTRACTOR mayso Demand, or the CITY fails expo notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CON TRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent(100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however,that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 officeof the CityClerk of CITY. CONTRACTOR and anysubcontractor resolution on file in the under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement; thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than (40)hoursper week from anyoneperson employed it eight(8)hours of labor per day or forty by hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8) hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1) calendar day or forty (40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION,DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused,including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance,including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injuryand propertydama e, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR,CITY may elect not to terminate this Agreement;in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES:RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices,Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices,certificates or other communications will be sent by notifying the other party via personal delivery,reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach VORTEX SERVICES,LLC dba SANCON TEC ATTN:Lili Hernandez ,Public Works ATTN: Mark Weber,Project Manager 2000 Main Street 5841 Engineer Dr. Huntington Beach, CA 92648 Huntington Beach, CA 92649 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract,docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not,in fact,held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations,inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on TA t (04h , 20 25 ' * eitd- C; ,G I iv Junes I zags CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the S `to o alifornia By:--� Ryan Helmu M_ r(print name) q� , /' V ITS: Chairman/President i ent �d'+C/ Mce-PresidCity C'lerrkk !%23/0/6" (circle one) INITIATED AND APPROVED: By: a...CI- Director o blic Works Charles Parsons (print name) REVIEWED AND APPROVED: IT ' ecretary / Chief Financial Officer / sst; Secrete /Treasurer circle one) City anager APPROV AS TO FO M: ity ttorney \ y COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on J U Ile,. , 20 25 CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: Ryan Helmuth Mayor (print name) ITS: Chairman/President/Vice-President City Clerk (circle one) INITIATED AND APPROVED: AND By: Director of Public Works Charles Parsons (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City Manager APPROV:i. AS TO FO I ity ttorney -- COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 F''MB/7' . SECTION C PROPOSAL for the construction of FY 2023/24 SEWER LINING PROJECT CC No. 1777 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 120 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. c-i Accompanying this proposal of bid,find k itit Bo&0 in the amount of 1OZ °Y N which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond forlb% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature N/11 C-2 SECTION C ,'o�,%-�"�-,F ►~°"m�� BID PROPOSAL U��I�� , X k,. . , CC NO. 1777 '�% .... ,, ,,,*. `4Qa FY 23/24 SEWER LINING PROJECT Fc°LINTY iP, ITEM DESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT NO. QUANTITY (FIGURES) (FIGURES) MOBILIZATION (LIMITED TO 6% OF AN/ 1W 1 TOTAL BID) LS 1 #Q ;F 2 TRAFFIC CONTROL LS 1 t 1 O,Odd .i 3 CLEANING° AND CCTV OF 8"TO LF 18,974 74C) W'1, 1 W 95% ORIGINAL DIAMETER 4 CLEANING AND CCTV OF 10"TO LF 3,131 ir,766• 95% ORIGINAL DIAMETER 5 CLEANING AND CCTV OF 12"TO LF 1,2971 95% ORIGINAL DIAMETER INSTALL UV LINER INSIDE 8" PIPE 6 INCLUDING POST VIDEO LF 13,503 i 51.SO 1 ps,Noy CO INSPECTION IN RD 187 INSTALL CIPP LINER INSIDE 8" PIPE INCLUDING POST VIDEO 7 INSPECTION IN RD 128, 188,AND LF 5,471 Z�.Qa f 6C� 263 INSTALL CIPP LINER INSIDE 10" 8 PIPE INCLUDING POST VIDEO LF 3,131 34.00 INSPECTION IN RD 128, 188, AND �Ir7, ���' 264 INSTALL CIPP LINER INSIDE 12" PIPE INCLUDING POST VIDEO 9 LF 1,297 S�7 INSPECTION IN RD 128, 188,AND II�?��s 265 10 GRIND AND RE-OPEN SEWER EA 506 rj0 ,(� 4 -wile) SERVICE LATERAL C-3 11 MANHOLE LINING EA 86 (� bo ZVI,010 REHABILITATION REPAIR ACTIVE INFILTRATION AT �� ci� S - S-D 12 PIPE JOINTS WITH PRESSURE EA 50 Tee CHEMICAL GROUTING ALLOWANCE FOR REPAIR OF SEWER LINES CONTAINING OPEN 13 CRACKS, OFFSET JOINTS, OR FFA 1 $50,000.00 $50,000.00 OTHER DEFORMITIES THAT RESTRICT THE ABILITY TO INSTALL LINING TOTAL BID AMOUNT FOR CC NO. 1777 WRITTEN IN WORDS: WRITTEN IN FIGURES: pNcs mohtolv `ivE riiipb' move r1u 'ts .11/-1Y-11fr0 1)(0.44Ytt MA) SpIc r'( Ct r"IT C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number S ,�S ring•kofiuttAs P ItW'f rogvouGd6S, t g?Alt24 Gy2 1 O005611'Zl 4133,4 /b t Z 52g2 SYsTesn DWtytf 3/ By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of pezjuzy under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on N fl/25, at iluvriapv&wit , 04 Date City State H&044' , being first dulysworn, deposes and says that he or she is vic Pi�e0IDey, of v x s°xvz ;� imigisetjr5 the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Vowr Sd tw+ue, 1-u'- dl,, S rts.vat/ TrrAvoki tt S Name of Bidder • ignatu er Hv./FI NCI gen- I, C4 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the FY 2023/24 SEWER LINING PROJECT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8,California Administrative Code,Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. 1/011:TO , I.L dbh Sltt4.440v TecifridteoKS Contractor g1C4 Q latac Title Date: / 0/5 C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes Gd'No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's 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. ilo , Sc�.c%�r1, l�G de," J4-A+ccw I acMA/vl,vGrES Contractor By Grt -r H6 Title Date: 61 igi ZS C-9 p BIDDER'S INFORMATION BIDDER certifies that the follow S g information i true and correct: v0�- SOMCFS,fi(�C Sswwti(o w144 KT Bidder Name 5efit L uGfN4 i— biwiv41. Business Address t- fw11 N G Iry 6oiKN c-'l yg City, State Zip ( -I1 ) g•l I - 1.321 giw e rei,1cot'.c.40—% Telephone Number Email Address 101005? k State Contractor's License No. nd Class "'w Ft/1 b/201-}- Original Date Issued 4,71-3674MTV M"i 10l31 r 20 2,5 Expiration Date The work site and video CCTV footage of existing sewer lines were inspected by our office in 2022/2023. The following are persons,firms, and corporations having a principal interest in this proposal: See- /}mfu1eJ The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. tJa"nrx SaiWW, CAL- dbn Conutidd I titrNoWG/66 Company Name Signs • dd. .PAtittiki Newttrni Printed or Typed Signature C-10 SANG`\ � , t N technologies A VONIEX COMPAnY CERTIFICATION (Vortex Services, LLC dba Sancon Technologies) Date: January 2,2025 TO WHOM IT MAY CONCERN: I, the undersigned Senior Vice President and Secretary of Vortex Companies, LLC, a Delaware limited liability company,hereby certify as follows: • That Vortex Services, LLC is a wholly-owned subsidiary of Vortex Infrastructure Services, LLC, which is a wholly-owned subsidiary of Vortex Companies, LLC; • That Vortex Services,LLC is the successor to Sancon Technologies, Inc.; • That Sancon Technologies is a trade name of Vortex Services,LLC; and • That the following individuals are officers and authorized signatories of Vortex Services, LLC dba Sancon Technologies: Michael Vellano Chief Executive Officer and President Matthew Samford Chief Financial Officer and Treasurer Ryan Graham Chief Operating Officer Lou Gastin Chief Accounting Officer and Assistant Secretary B.J. Kerstiens Senior Vice President—Services Quin Breland Senior Vice President—Shared Services, General Counsel,and Secretary Chuck Parsons Regional Vice President—Sancon Technologies Ryan Helmuth Vice President and General Manager— Sancon Technologies Gary Drew Operations Manager—Sancon Technologies That each of the foregoing officers is authorized to execute bid packages,contracts,subcontracts,purchase orders, change orders and all other contract documents on behalf of the Company and fully bind the Company. This Certification may be relied upon by third parties to confirm the authority of officers to act on behalf of the Company. A V RT@X I 5841 Engineer Dr. Huntington Beach.CA 92649 ( wwwsancon.com I. SANC ` i N technologies A VOfTEX COMPANY VORTEX SERVICES,LLC DBA SANCON TECHNOLOGIES By: Vortex Infrastructure Services, LLC, its sole member By: Vortex Companies, LLC, its sole member By: Quin Breland, its Senior VP and Secretary AV lTEXr LHv1rANY 5841 Engineer Dr. I Huntington Beach,CA 92649 I www.sancon.com E•o /1 i r stci1 b NOTARY CERTIFICATE Subscribed and sworn to before me this_day of , 202_. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange J} on 04/09/2025 before me, Mo Sexton - Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Helmuth Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing T MO SEXTON paragraph is true and correct. `.41WIT�a.iNotaPuCallfnIajWITNESShand officialseal. range CountyY Commission p 2437910 • My Comm.Expires Feb 11,2027 Signature / A'�I%� Place Notary Seal and/or Stamp Above Si. 'fre of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General 0 Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee ❑ Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work showing at least five (5) years of experience specifically referencing the construction of sanitary sewer lining installation using both CIPP and UV technologies of at least 10,000 linear feet of 8- inch or greater in public right-of-way, calcium cleaning and root removal from sanitary sewer systems,and manhole lining and rehabilitation within public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Cr N a - 041A4 117 Ctsi wfitv Avg, C1t1N0,. C14 q 1'--t tD Name and Address of Public Agency q Name and Telephone No. of Project Manager: t D" % O 1 1 / 1, 164, 01 gu Io" City 4 uV c iff., ,a,t) tuts/ 2,0 2'l Contract Amount Type of Work Date Completed Provide additional project description to show similar work: "4 to' Glee tJ c4(P rxt)' ; C ,tot VINT(); C c'.', 2. EAT Okifp6ir COL,AM Wow acip+c j— 185 N. tifcAtorzoI-x opfivcip Cv1 c7 26151 Name and Address of Public Agency Name and Telephone No. of Project Manager: 3;;ITIP DO If - 4 -S3g_ O r3H f 2 g19,16 3 �N i ION 014'4 U) Gildr f,yt8'' Mmf '40-44 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 8" 4 ro" t I Pf' I u v Nam'; Cl °IO c=10; favor fiewev , C+tt c,iv at- 3. C 1 rY o F T7N f3 4 'WO 4MN c r-; 1 ivi7rt n el by rr q.U4, CA °►2en e Name and Address of Public Agency Name and Telephone No. of Project Manager: 12 t. Sv weS 7-tN-3 4 I,�H ow 145 87 1 CI 4 Ant - s"/zoz� Contract Amount Type of Work Date Completed c 1Pd 3"x - SNS' ; et-frutil NI,hvNotf; C40,auAA vGcovral$1.• Provide additional project description to show similar work: StRi tTPV41 C-12 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. /14-2 t iff1. Name of proposed Project Manager - Telephone No. of proposed Project Manager: '+ ' 2Z23 S OTC- itrT40/6r0 44 6 Project Name&Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed 2. �aw N1CMN6u. Name of proposed Superintendent Telephone No.of proposed Superintendent: � S(!a -fib Sy Cog etrro cIfrD ? v v►Gs Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-I 3 SANCON TECHNOLOGIES MARK WEBER, PMP—PROJECT MANAGER EDUCATION: B.A. POLITICAL SCIENCE, UNIVERISTY OF CALIFORNIA, LOS ANGELES EXPERIENCE: Mark has worked in Project Management for the past 9 years and received his PMP certification in 2017. He has been a Project Manager for Sancon since 2018 and has managed both Manhole and Pipeline Rehabilitation projects such as: Regional Treatment Plant— Moulton Niguel Water District CIPP 21", 33"and 36"x 1,100'; Coat(1) New Diversion Structure and (1) New Manhole Original Project Value: $1,654,536 Project Contact: David Spitz 714-465-0255 CC-1619 FY 20/21 Sewer Lining—City of Huntington Beach CIPP Lining of 8"and 12"sewer mains totaling approximately 21,980'and rehabilitating (114) Manholes with Sancon 100 polyurethane Project Value: $857,915 Project Contact: Keegan Olds (714) 536-5431 CC-1599 FY 19/20 Sewer Lining—City of Huntington Beach CIPP Lining of 8"and 15"sewer mains totaling approximately 25,945'and rehabilitating (106) Manholes with Sancon 100 polyurethane Project Value: $857,915 Project Contact: John Martin (714) 536-5431 Anaheim St Trunk Sewer Rehabilitation—Los Angeles County Sanitation District CIPP 30"x 1,300' Project Value: $462,100 Project Contact: Julio Fernandez—951-833-2210 Rehabilitation of Clarifier No. 2—Inland Empire Utilities Agency Rehabilitation of a 120'diameter secondary clarifier including concrete rehabilitation and equipment replacement Original Project Value: $661,600 Project Contact: Matt Poekse—909-573-6188 Easy and Royal Street Trunk Sewer Rehabilitation Projects—City of Simi Valley Installation of 10", 12", 20", 36"and 39"CIPP (Totaling approx. 3,700') Project Value: $455,613 Project Contact: Steve Radaich (Charles King Company) —562-426-2974 Rose Canyon and Barnett Structures Rehabilitation—City of San Diego Rehabilitation of(2) Structures over 102" live flow sewers Project Value: $280,000 Project Contact: Khader Safi (PAL Engineering) —858-752-4901 SPECIAL TRAINING/ CONTINUING EDUCATION AND CERTIFICATIONS: • Project Management Professional Certification • OSHA 30 Hour Certified, Confined Space Training • NASSCO— MACP • NASSCO— PACP • NASSCO - LACP • BMP's Superintendent Professional Experience Resume John Mitzner Sancon Technologies 5841 Engineer Dr. Huntington Beach, CA 92649 Mr. Mitzner has been employed by Sancon since 2005. He has had increasing responsibilities since his hire date and has been a job Superintendent on countless pipe lining projects. A few projects that Mr. Mitzner has been Superintendent on are as follows: Balboa Trunk Sewer Rehabilitation Project Orange County Sanitation District 12,000' of 15"—24" Sancon CIPP Back Bay Sewer Relining Project Orange County Sanitation District 3,000 Feet of 24" Sancon CIPP FY 2019/20 Sewer Lining Project City of Huntington Beach 25,945' of 8"and 15" Sancon CIPP Annual Sewer Rehabilitation Project, CIP 18701 City of San Juan Capistrano 9,090' of 6", 8"and 18" Sancon CIPP Collection Carpinteria System Rehabilitation Carpinteria Sanitary District 9,000' of 6"-12" Sancon CIPP La Mirada Trunk Sewer La County Sanitation Districts 325 Feet of 24" Sancon CIPP 725 Feet of 18" Sancon CIPP Downtown Sewer Rehabilitation Project City of Huntington Beach 30,000+LF of pipe lining including Fold&Form PVC +CIPP Liners Mr. Mitzner is our Superintendent for all of our CIPP and Manhole Rehabilitation projects. He oversees the crew members as well as the successful execution of Sancon's most complex projects. CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efi ling.dir.ca.gov/PWCR/ActionServlet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not 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, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. dicTCX SeWnGes, LPL,AU" sitivcc " 1 oC4IN014416 Contractor By —Cr UtDS Q SMJC 1. C Email jicc 190.6voarr Title Date: NlhY' PWC Registration#: 7--00000 1 C-14 VORTEX SERVICES, LLC dba SANCON TECHNOLOGIES GENERAL ENGINEERING CONTRACTOR Tel: (714)891-2323 STATE CONTRACTORS LICENSE#1030053 Fax:(714)891-2524 DIR REGISTRATION#2000007099 April 9, 2025 To: Whom It May Concern RE: City of Huntington Beach CC 1777—UV Qualifications and Expereince As the manufacturer-certified installer of the UV Cured-in-Place Pipe liner known as iMPREGLiner GL16, Vortex Services, LLC dba Sancon performs all installations of the UV CIPP lining process using our own fully trained forces. Our personnel have been fully trained in the installation and processing procedures for the iMPREGLiner GL16 lining system. To satisfy requirements identified in Technical Specification Section 1.6 QUALIFICATIONS AND EXPERIENCE Paragraphs D and E,we will have a manufacturer's representative on site if requested by the City of Huntington Beach as afforded by Paragraph F. Sincerely, Vortex Services, LLC dba Sancon Technologies • Chuck Parsons Regional Vice President I 5841 Engineer Drive Huntington Beach,CA 92649 VORTEX services Dale Owner/GC Installation Type Project Name Name&Phone if Footage Diameter Type Completed City of Vurtlund UV CIPPL l&ILinor Prujiv1 (20718744843 4416 11-26' 2024 S Sar pill Clirporelien UV MN, Schowlic NIA b'eau(an•SerAvr 100 1207)827.443S 92 6- ,2024 S CCC ConAniclinn UV COTT AugUita Roy livilding.Lining ILI)441-6087 20 IC 24 24 S Spiruchn(11401 Inc, (IV(()PI 144nch Phi 1 ining (410)320-4512 338 24' 2024 C City of Portland UV CIPPI. Ponlanden-Call 4207)87440143 3915 8.21- 2024 'S !I Shaw 31n/Picr3 ConsInIction UV CIPPI. Wcxiliroo&FAI Lining (2073 2/159925 2103 12' 2024 S Bath In,,Wo6k.1 UV CIPPI. 131W Se.,Lining (207)406-0676 443 8-14" 2024 5 T..of ANC(MA(Atcailis Engi',crying) UV Cirri. Sandy Pond Ron&Sc.,Lini ng L978)833-2252 7787 11.24 2024 S Sowing Trucking UV CIPPL Madlicry Road Lilting 1,603)234.8515 75 24' 2024 Is) 4 City of Sncih Piiiiland UV CIPP1. P Y2024 Scmcf Lining Broinct (2o)767-1675 x7571 2552 8.11r 2024 Tom of AlIcnsionn UV CIPPL LcUndro Air-OPP (603)48 5-5600 x 310 6333 6.8" 2524 S Town of Fermin& UV CIPPL 11,97 14o51839.3n Dam (207)751.3919 13115 12-30' 2024 D D&C C10,190li000 Co,Inv UV CIPPL Mil 01 S(mit&Swingy St 5c0cr Styr 007)132-4318 897 IIC 2024 D Tool or Iluli MA 1/V CIPPL /1911Psnagerm Clean&CIPPL (781)731-7853 1878 12' 2024 S i Salmi Scmiega District 1/V CIPPL Goodall ilrock Lining (207)422-3079 1264 12-15' 2024 S i CiIi of 52.1 ME UV CIPPI. Saco On-CsIl 4207)7124465 390 15' 2024 S Toun ofBrunwia. UV CIPPL Lininsx rek 2924 Lining (207)841.6891 715 8' 2924 S City of Portland i IJV C.iiiiil. ('ll Lber Prtitt.o/$2 (207)874.8843 7383 8-20- 2024 S City of Saco MII 'UV C1PPL SVC*EIl(plital Pipe Living 4297)712,1465 520 27' 2524 S Town of Lanca•ter•111 11V CIPPL L anemic(Man&CCTV (6112)915-1282 530 10' 2(124 5 1.:04'or LACOni a NI 1 UV C1P15, Lactinin On.C41 (603)998.9937 1628 8.24- 2024 S Town of Kilt4ry MP. UV CIPPL 1(.Al_ca(2n,Coll ,(207)752-7242 115 15' 21324 p- Illroc.1 nu_Itrw t I V CIPPL 1/VC1161 Vil1 41,11 II. 007) ,E!1159 40 Ir_ 2,,2, 1, ,Mil.cr ,c0!DPW V'91....,.1 -/20f I N.,.15?3 37 12 2.,/:'3 II .......... I/44,1,300J If l'IPAr IA'1010I. V.*I.a.(1,!., 201282-ITO 701 38' 70.27 I) - i tik or I'. 01 1 IV ell'i'L f.X.,141.1.I IN Ric,&17/11•Ni 00/3 283 1570 790 I' :021 5 Criv.41114 1..0,,r4•.....1 III:C1196. LkIrTirrn nal Lux&fctlmt izit'a 24141179 :W, 11" 21121 • L'i.3_,A.24144t_11.57594 N...ra 1.1V CIPPL lVcinan A3o 1.1071282-137 9 013 .43': 2023 h Cnt orPttnlats1 -(IV CIPPL i&I I v.Iinip. no)1374.10143 .3'40 a. 2031 N _ .....---!...-- (703.31 Nolan! 1.13/.CIIIPL 1&I 1 3rm Plogrs4 OM 87448143 1.723 _hr., MI 11Lot of Porlinl I IV CI1717 I&I 1 tr.Piny,. (3.0711414.1011-1 1,90 17 203 i S .. 1'In 34 1ro1ri.1 UV MK t&I litit.t 1.0,51.3 (707107.5:1(74i 2 4.3 1)' 2021 5 _ Coi r II irlilinJ -IIV&IPPI Inil Lima 11 jgc• 4167311-11843 1.2913 131- 702 3 3 l. .1.1\01.144 IP/tIPPI. Ir_iaLL0,0 P.p.' (2013 r174.14812 %kg 21,' 71121 N " - - (Ins.&17,911.1 11V C1PPL 1r&I 1 gut l'Atjtxt atti)5745/513 415_ 3t-' 2021 3 -------.. --,...- L'o,.410%11 tnsl 113.7C1.-11.71- 163 Lar..r Pirgc. i2071874.8/111 4W ._ I • - `1-7•14441'..30anl 1111717171 III 1 lergra_ _42073 824.3441 243 4 ri. 2023 S 3irn 34 l'iutbr.11311I1117W ilTorpi. -- Olyoninnit On C311 Coca.° 001 Ii14.,S34) 1860 8' 2021 On I.(Pootlan414.1P.DPW UV C11713. III:rir nr2 Inliitinirm y2(171 874,8943 2022 (II s 41%011430d 61141.1044 1/V 4.13.3_ Ir3143w 7 41...I loftitratirrn 12073 871.8841 519 II, 153.3 • t 03 irt 17.9‘13130 Mt-DPW 113/C1101. 20221inrnitullin1.11111tAn4r3).1 4212 874-11841 1022 3 ... CA3 cr 090.4 2.11.UP W Cl'CIPPI 1106,ag511(1611Mion .12073 117-3317442 1811 I 2' Y.1122 • 738.51179130n1 ME 11PW UV CIPPL InfInsi ant 1011140on 007i 874-1384) 2558 I 5' .7.021 - S 71:30 of Pottand 3.43i DPW UV 111171. I•dlog.4140114141inn 12073-874.8841 1442 106 21123 1: , Crl,91 0701311.1 MC DPW UV CLITI. Inflow 4,40hatmliv 1207310 43031 470 20' 2021 S 57'03 r4 IMIUMAIC DPW UV ICIPPI lighin ar4:48011109M1 1.1.713) - 874-8811 15,16 .24^ 2023 On or 15r;th,t4 tor;of W 11V Clyn., loll. ;xi Infiliirin,r1 0117187140143 113 i-F--, - 20 IlY __41 XX22 4 lnn1901 511i DI,W 11V C1PP/ billein no III0613.nricur 1207,87-3.-10141 954 167. 2022 5 -. Cl,sT(I mi.i 626 DPW 1 iy4317171. 161193.n4JIn1141r4t.nin. (33711311-10313 102 i 13 Z021 3 lin rit IirroIn•11.13I DPW tiVrligg. InTs,30131slii11i.001 22071 X748811 II. , 11i2 t S Ct.irf Porteuvut8 NII (tV(WM. 8401.0 It 0343)7436.17111 170 I I' 2023 N CIAO(54.001.000 III 71;1C1.1411'01 Cirann4.34141 Si S.e,Cr 11.441,11,0114m1 ME ON:136X 4166- IMS 2021 - Cm-navy.1.1,C ...4.041.3.i:ii Sr N.344 11.101,11M0.11311-. 43071768 47.0 ' ti5 itr 20C1 S 1±5.01111.at i/V 1 WPC 894,3113.cl I.Ina -44I3I343.97t40 40 In 10.22 I) ... ;Wit 172411311clutUtwat UV CUM. ihr CAI C1PP•30 In, (V441940322 129 6- 21111 ...„ 34314i4 31.3.31x11410,14.11 ' (n V VIITI, aaripillCIPP Str3t. i207443:19-0322 58 .:3 It' U 21,,,3, 044ic Works 11,4008861 -(iv met. On Call CIPP Norci,xx (2117)-4194011_ 44, 1.3" D Public Wo41.5 Pcpvilinall i7)ICIIII, Oa CAI OPP 5.3.3„-no 1,207)4314M7 507' 12' 2023 11 ttcry PrArli.Wvas1540181.6 -- 11V CJIIII. On CAI OPP 78494150..: 11073-411-0211 Ton li' 72121 I1 avonia 1414 Ilcpiartincia 401168g Works LV CIPPL t Int cll LIPP iicilysis WOO:8438n 3T01 8 ;or, s .4-114anartnlAPati.VolX UV CIPPL On l'.31444'5‘.53,r3 611L-J t43 Va.:5379 14111 ,. 16 2023 5 ,L7 1701121runisixt 610111hr N:41,,, IECIPPI. Ori_CA14:1157 Sci-vnei (X42T3 586381_ 737 07 23 5 „,..CoriqnvIrrin UV CIPPL Wolin.:5114 WWII'l'IVollfe{Att. VA1213:102222 210 II 202,1 S I IV CfPPI. 143.9 Cr avIIKRUnikt...1 MI 11173 4-17.2.06 _,.. 2701 12' 2033 3 .. U9 I2.333. 1011.0164.(97 110i0558.15117 0.47)447.7546 19,5 24" --. -- 2023 3 -9-.): 11111034 lir cIPP1 20.31.1 tnttig-,s'r.t'ffit:1 47 43071.325,5715 III i, 202) • 'r Nexionyc 0,10. 30/C/PI'l 202.4 1.64 h5 444 12071324.5314 . 559 VC 7012--, .3 ' • COW..Au.11 UV CIPP1 15 18,01,1340 59/91-1(c 5,04 1(c1736 5,3,S17.4135 TiII, 6' I. 202.2 S 100101..'6016 !IV CIPIN, Z5I1f01 i/VLIPP m CCIV-110:446510 731/11 05011133-1514 130 15' 2011 1, 01111134.1 ,UV CRT! NI 11.81T 1 rV3-11'1'&(XIV-Rix3..NI 1 rmli 112-1554 3 03 30' 2011 11 ME Iminin Nen.15-y4runint IIV CIIII 113"I Inc 1190j4.•4r16/433 (247 r 466-.72711 710 Vs- ..,... 103 S i'et MA t W.f.(*Waring) 1'11a1,1 IS ICIPII 1 inirtg_ 49753927U-99 519 15' 2021 • . '..0(Ai.-MA inucAlsi Eng 1(.130,1 yv OPP( 1.47CIPP 1 airing 116 83 93.2 9999 4517_ 21" 2023 5 401'A.0190.61,31,41-ncinixo.i (IV CIPPL t IVCItiri Lining 193%17337.97199 1513 93' 2011 S iti„n01,51 LI UV C11711 II CI.,,,.µ 317 111-4• (203•2%9.3030 .70 0 2023 3 . 81Cnr11,71,1C1 UV CIPP1 8 I 71,701 an.1 Rehah 12014 2,36 3001 195 lit 1021 5 , of r.t.tto:t ut tpt;ciittl. t;tk.WV Pon 11.4 12.021 256-3060 541 12' 1021 -7-3---1 . , I AilfKlit C.I UV civil. 113XLVP littt 140,1 (241.1);i6,1)0660 ial IS' NCI 5 of 1141 MA tiV C11171. 1 Wain'tinny! 781.738-111,2 521 I 3.- 2022 S j ..,. .7 - _. ,3 of Latogi4 NI 1.1V CIPPL r&t•CAI CPT&-IN.1. (WO;,23-6'.174 575 0 2021 • i•1143.43,001411 1.1V OPP/ till 01,11 CFI'SUN i,411 ,(41))14%4;379 4771 14;4 20'24 S - knIn al A.m.:al 11VCIPPI Cili CO OPP St 41,i,, 6805 128.6179 4'10 7 r 2023 Si 111f CIPPL . limn c351011inac&1111 (MI 160rI (6031 424-5117 4141 42' 1023 3 a - rosin•.r hilli:u 31 Cill 1 IV CIPP1 151M101,816.1144,1 410114 i1411)Vi.1).11:11 IIINP 7I' 21/43 3 .-_- -FkivatA4 Yarnsmth 511„ (IS 531171 1137CIPP living (207)546.2,11 3 iix; 14" 3475 S 74-..J0111,4018.10 I IV QM/ Smi.er 1.1,huil, (2011 22X11(a; tTio II' Iltr! S ..... ._.___, - I15oo{.7.1411,:01,n 4I, t'5!Celli it, I I h.q.,.itirlub (2971 i 35-1614 44 I 2' 2.0 II It,,,,,,ii,t;,.....0 1.1,1,0 i IV 4:11.11 022,,,,,,,ttc1nuni, i 10 73 7 20 ..- 014) 0,00 kit).40167.1059,1 Iimvi 11V CII1PL (I I V3'1,33007 I 20x)X,I 4;700 .41 2022 .., --- .....- ---1 I,,,,,,,,,, I N I lit1,4 .,‘,161.,,Ir coil 321.1877 rcoro i! II. n 21.21 ‘.1 ,Nall,..v1 I iV i II.1.1 Kit In.N.,,,. 12,10`.8744843 X' 'So: s 1 Pornory.1 L1V I.Iiiil l&I Linti r'tvg.. r,341-0 g14.413,11 i 315 19 .9•22 7. _ -.- VorrIrvisl III.L:cIPPI 1.&1 00.I 1230,4 87440612 tisir 1 7 2022 , Por1104 ii V i NTT 1111 I trio I.o......i 01.610 I g1;43 1.110 IN 211:2 • - • "I ic Owl.i-194x;11 7 IIII 7 11`1.1 1107,13i,i in 4„01 Nuf,i k,.: 1,.:.fil I'V 1.0:,t- ino 4 .27 • - - 15 ; •vtIcur 1 1 19404 A I I UV 1.11.15 11.9‘,11100•Itt I:,II S.4 IA i,.. (201 S)I.?thi; 339 I S 2.12 - -- , 4 3049.1./1 19-06417 -iiv t 1100. 4 IN.,III,(4;!311.%;40.4., 3/94I4.7 I :ow 40 4031 II .I,11',.L.I.1-10"76417 11V CIPPL 00.8613-,i r 511.41 5..3 r..,.,. ,x0Y,.1 ni54 . . 1....S.% UV t IIII9. ..! 341,0 9,10, (2!I7I 23 30441 3 4: :I 6(Y rnimin• 1.17 r 11717i. 1,9 51x il',,,n Rd,4, 1207t8114240 51.9 3 aivl Ili 505. 3^00 min Arrinci 113'3 6.11. I3..01N,1031 --'00.301-1113 - 1200 It 12.1361 la II D It y rittP1 It...,.tt tt.ta-.t.,itt5vitt t S02,1.,41-421 :010 II. ','-'• S - - It ty t trot itSch.,M..100,..tt-ott to t r;0 :,,..{736 ''' 1 IX “ II ;iv 051 .3x C.41r 113-33.3r.,• 7).1,01, ,,,, • Lo. 1 till) a e, l 11 , );+. 111 11111 Uri l 81 11 P Ssntt ., )2? - - -- -._ - 24121 , Ut MIN tst(ul c0'I'Tcirrwa -- 1'r al 4 1=" ,� 1 taNlllk(ut .n1,dr.h11..1Y,a).. .-. -.- __ -- - -._ • n � wnuban IIV GII'Pl - _ 1aat1Trxr CTYru t:M FRaU( l9nn '/i1 0X9Ja Pod In ..0.+ . ,Ira teM.rt,h fu _.. .� . ._ 0nµt _- r 0.018 rla0.9.11.10110 ill tliit 119000\m11P )Av 1 t, s6071 1a1 '„ - t/ a kinds C,a t mtup 119 t.i119 Ito, fowl,h _... tt 1 1.4 ':73 71 1 -- - era Ihm1404110 late LL _�';t1 c0P1't tb•, t( (1)I, DC 1 Pi I o; _.., Ins tiadad n' (hay t4V.;U')l ~ Sa m R Imf1 .1 1 11...It - - I: SL l sd.d l(ii 11,1(']I'Il l;dtt SYt as R pnabl t.,,-hsrue- 7 _-. l a - 1ru CIP11. In60)d1I513 Sport 1114.11 1r 13111-3,•1.4, 17 !Pt l - I wnedunt.%) t, ,_..-__... -., -- ..- -- - t x.a, 't 1 wuPi-nnin) . _ Uvl9r•rl .Uweh)uss1hr59nSenores jNi7)a,r-R4Sa ._! I.np i$14.4144.ML 7,19tu1))) ,UVC'(I'PI 11>•urwn Pahl' - 311••(lit1 _ - .- - -.i _. 7Lin Js4dt]nt 7 1 • `1' y 1soi.hrn.n(2.40t1 IIV L'IPPL P1e•en,I5 Rail. ( ) 6i ))' p .. ,. ..11isr� ds.. )iilroF' :�83) T`17d 3rs1.I221 r 1821 .y UVCIPI'l. Fold Pond Rd Pipe Lining (207)1196-4212 330 8' 2011 S AtmrsH)ghtraY IkradfuiJ itelxaabk U V CIPP1. Hrta(aIa Oao Liner (2)7)714-5<14 35 12' 1021 D Ilmby Consuuvion UV CIPPL 10•Sailer Lining (603)698.41881 4110 10' 2021 S CSy Co South Portland UVCIPPL 20211:goer Rehab (10737673201 118%1 19--24' 3021 S City arDidderfad Seaver t7VCIPri. 2021 12'UVGRPIiner (207)571-117011 250 12' 2021 City of Laconia UV CIPPL 8'SL't92R LINING (603)52.1-3876 1900 8' 21121 3 City ofLnroli. UV CIPPL 2021 UVGRP Liner (663)524.3876 2900 13' 2021 3 City or Portland:T-19.00417 UVCIPPI; Trcnchlcss On Call Snr0(4 (207)374.2654 32011 8' 2021 3, Ciiy orPordanlrT-19.131411 UVCIPPI. Tml.lW11OnC3113cnica (2071157.1-9654 200. 12' 2021 S City ofPo.tlaod:1%-194%417 UV CIPPL Tninddess On Coll Service. (207)87-1.9654 7181 IS' 2021 S UV CIi'1'1. Ttonddess On CoIII Smile (207)874-8654 400 18' 2021 3 Cityo(Pacoad:T-19.1W17 207)284.66441 500 8' 2021 3 COo Iond U V CIPPL Vie..Richmond l CourOoadCorwnceti.a UV CIPPL Ybats RicMtnnd YI'I'ipo lining (802)999-1458 350 lfi' 2031 D Knox County Aquas•Siemer UVCIPPI. 2021 Airport Lining (207)212-0933 360 36' 2021 D Knot Corot)Aipn4t•Slanted 11V CIPPL 2021 Airport Lining (107)2980131 36(1 48' 2021 D t1UC0'PI, 2021 AI1Pon Lining 1207)2084193) 540 48' 2021 0 Knox Cowry A]Prmt•Stamen 607 M 3UDT UVCIPPI. StoO,tani;NH UVOftk'Li1n ( )435.7939 180 60' 2021 Dg• 2U21 S SI(Jml Sewerage lliao]et UV CIPPL 20218h,Pip*Line (317)324-5313 230 TFORDCraoouenim UVCIPPI. Noosnl Dont UV0lU'liner (9731352-1454 IN 24- 21121 D Tarn ofHOlshorouf11 1411 IIV CIPPL 8'and 10'Senor Lining (603)464.7093 1500 or 2021 3 Tom)ofI:01 y UV CI'!'). ,2021 Drain Redding (207)475-1321 5(31 I2'-18' 2021 17 Into of Livermum Fells UV CIPPL 2021hail CrosOng (207)397.123g IW 13' 2021 S Toon of Livermore Papa UV CIPPL 2021 Knapp St Lining 1207)897.2238 180 21' 2021 S' Toon ofSotersa9nh M1 _ UVCIPPI. 102115'UV Drain Liner (603)692-1262 3(D ISM `DI I) Toms dTtiloo.N(I 11V CIPPL 2021 UVCRP Liner (601)286-1521 615 3 -21121 S Town of Yarmouth UVURP Lining UV CIPPL 2021 UVOI(P Lining (207)846.1415 2400 8'•12' VIAMo UVCIP1'l. Richmond VTUV(0(1'liner (801)917-2458 3511 36' 2011 D I1VC]PPL Pair Maven UVURP (8021917.2458 350 42- 2021 D Weaver 125 2•I' 2t121 I) \Vsacarl)n+Uurs UV CII'!'I. MIDOl'Nomer Pipe Shah (G03)228-8631 � 12• 2U0 D Aubmu Ma1M Public Works UV CIPPL 2020 Drain Relining C207)333.6601 22' 2020 I) Atnbtml Maine PAH.Works UV CIPPL 2011 Drain Relining (207)3336601 '250Usnfl,4ecni4 UV CIPPL Sans Rehab (603)5143377 6350 13' 2020 3 UVOU'11. 2019 Trentideaa On Call Senicea (2117)374.8631 2200 8' 21121 S• Cityofl'nnlod•T-19-/10417 10' 2020 3 Cilydlfinloatr T•19-U11117 UV Cll'1'L LI2U 7rerv:htesa Cht CallSmi..n (2U7)tl74R654 �,% 12- 11y20 S Cite of Portland'T-19-00417 UV CIPPL 2021 Tienelikw On Cell Sra iaas (207)874-A654 l I8' 2020 S k,n Cis•ofPenhnd:T•1948417 UV CIPPL 2022Trcnchless CM Call Services (107)37441654 I11n6B011 LI' 2021 3 City ofpn,ih T-19a8N17 UV CIPPL 2023 Tionelde,s(In Call Services (217)374-3654 S CilofSaw:T•18-IXKAY UV CIPPL 10'en.Counln Sertcrl4lting Pat Pus(207)284fi(N1 700 10' 202U Cite of Yanwih 11VCll'PL 31120 Senor Relining 11071846.2433 5011 3' 202n S Cho.dYana3Wl UV CtPPt. 2021Seacr Relining (217)846-2433 Spl In' 212U • City ofYamer4b (iv C1P('L 2(122 Sasso Reluun (217)946.2438 1500 12' 20111 S Kilim'Public Weal Department 11V CI('11. 36m Clots Cbli30 (207)-13941333 60 36' 2021 1) Town oft tus6•wt Nil UV GILT'\. 36'Cult-on Rehab (603)8366013 75 36' 212(1 D Tn.nbte)CraRt0A100,htc.1-19481316 114 C0'PL Tots blend Senn Svslem l'n91ec1 Mat Clownau(107.176841902 1150 8' 20211 S Wearer IIIOOben' UV CIPPL N(0))7 Wawa Ape Rehab 1603)118.1631 2011 15' 2)2U I) UV CB9'). M IDUT Waiter Pipe ltoheb l603).21tl-8631 150 !8' 10211 D Weaver Brothers 1 Wso4<r DrmlaTs UV CIPPL t411DU7'Wmrwr Piet RcMb (403).229.8671 18U LI� 2t11111 S W11.1 VA lkalaW Uuulp U V CIP19. Draw,and Sewer ItehaU (802)496-2203 22_5 8' MU VA llo.pitd Lining IIV CIPP!. Drain and Scott Rehal. (302)496.21115 125 15' 2010 I) Ynd:Sewer Dis1riet 11 V CIPPL Frronan Si IleJub 'Thu l loskcl](207)363-132 150 8' 2020 S Aobtrn.Cin of Public Wak3.T-18410807 UV CII9'1L, Court St 15-a 1411.UVGININ1)I neitlrr Sn01140lhw0333'6601ra12135 175 IS' 2019 I) Dmmwid:Seaer District T-19430317 UVCIPI. M.Knn Stuet UVCII'P Dml Mutso-(207)719.41148 471 8" 21119 S Cite ofLam..Nil T-19003311 (IV CIPPL. 2014U901111 Lining-Messer Slreel 15' (613)524-3876 12511 15' 21119 S Cityof I...NH 1970115 UV CIPI'I. 1019 U VGSU'Livi giddy W3lner(60J)448.3112. 475 18' 2019 S ng S Hid UV CR9'I. M19lIVGRI'liuinF Cries Htituur(631449-1112 II&I 21' b114 CM et Sacs'l•ISa81696 UV Clint Udderiatl'nrk Ctoss Cau63'Sewer RWabiliknin Pat Fn.e1207)184.6641 698 8' 2119 S Ciko(Sam,7-134)11696 UV CIPPL Industrial Park Cross Censure Scots R0)ubdinniat rat Fox(207(284.6641 CM 10' 2019 S UVCWPS. Ilndmt(iai Pak Cross Cann'601ter.Reh711illlaim1 Pa Fos(207)284-(6.11 7681 IS' 2019 D C,(d)n Cospreane 8001-1 (172)377-5014 43(1 12' 2019 S tkfdiae.Coq,n04 n:1-1&1r19.s; UV I)'rl. Nashua uvcmr l:liug 408 15' xn9 S Odeliee C'olpma8'nt.T-04m1945 UVCIPPI_ Nadm UVCIPI'Lfninp (973)377.5044 433 5' 21119 S Defel.ee Cal9AatimiT-1840943 (IV CIPPL NaC,u UVCIPI'lin' (973)377-5[N4 I3i6sticc Corporaiion:l'•1848045 UV CIPPL Na41ua 11VC0'P Lining (973)377-5044 417 I8'101iplical 2019 S lid Pelliln&Sans.Cu.-.T-1900519 UV CIPPL Tom ni 1.1.tdoo.,n6o.MEOITSU6I Sorer IJP,raes 17rcn liier(217)316-9125 360 8 2019 S Ed Iklliiier A Snots,Co 7 I-14-'81539 IIV CSPI'l. Toun of Madawasla,ME URtames Nosier Upgrades Drew 1.111e)(1071316-9925 1211 211- 7.119 S {:d)'a0hkr&ii040,C.t:l t9-'8s579 UV CIPPL torn dALdaaosk4.blli Ull'Suce1 Soma Upgrades Ur.`w(0.on(2u7)316.99'13 loll 21' 2119 S ND Papa I.LC.T-194D226 UV CIPPL Ol4 Tenn Navas Sewer Rehabilitation AIWr?,brards(n17)2ALUu7 Sul M' 2019It ND Paper610.1osl Paper Operations,hu.T-19.1)301 LIV CIPPI. l2in Scow 144oblfaioa MiF.Rnh),(21171413.1779 191 12' 2019 S Pleasant)88 Dese1apnion.I6:T-I3-M1305 UV CIPPL Strom 00601rrad'k,(Rdubilitanon Anne Mamie(2071415.3925 65 6' 1019 U Anne Mcbrdv(2n7 415J925 11)9 (IC 201') D lleasant hill Development,Inc:T-111.00&15 (IVC{PPI. Storm Dohsluso:hiessm Rehabiliaha4 L Pleasant hill Development,lu•.:T-I9-rIrIX315 UV CD'f1. Storm[ain7ratchlaa Rehabilitation AmaMe4lndr(217)415d915 _ 72 12' 21119 D Ileas,.11111 Dcee)1Pmad,IneT-In_18,8115 UV CIPPL :Nam Drain Tnauhless RehdiUluim Anne Mcbrady(307)415-3925 425 I 15• 2119 I) Ma1Mc.un(61e3)335-7500 1 Sii IS' N119 S Rion.Catholic Dior..,15.1km) UV CAMS. 2r xiller 1wrlCll'F Lining Allan lUrdkr(2(17)233.57{1 4110 IS' 2119 S 8.for St r age'isnie l'a0.7nJ T-IR4wdU(. 11V CI74'L Soo[ilk[ 07 324-5313 2200 15' 2U9 _ S felon o Storage 151'i3 IJV CIPPL SO'nford111. Lang (2 ) .W19 S felon dim.kill 1910331 I1VC11'M. 9'IIVGNI' hark llW[(2)716#-4214 470 8' loan of Sordoni,1411 T-1948s110 11V CIPPL Auofad A"11VC0'P Lining Mike Millsl2'17135741769 350 8' 219 S blike 601Is 2071357-8769 450 3' 2019 S omen o Vann th,ktliM T1-191u110 UY C9C9W'L Slnf d 1-mil C hot t1.61 �_ own s4 Yalmut6,ME 7-I8a8HeiR U V(:1pPl. Siuetisie 1-mil Cohort l,iru_ay Tan Connolly(2N)946-2.115 191 24' 101'1 D Mal Chipman 917)768-0902 1257 8' 2(09 S Ttonilsky C'asuu:iion,Inc.T-194uD16 UV CIPPLOWL Tate Mead Sol eer Scstem Proje)I l Trmtl4ey Con+lNcliun,Liu-'f-IN81316 IIV CIPPL Tmcr Mud Sewer Sralrm lhujc<) ,Met CUaPmm(217)769.0102 305 10' 2119 S Woodland Mr LLC. UVCIPPI. 36•Pipe SAL* (21171427-3311 1111 36' 2019 .DOD'MOAN _ 70U lY 0 t Aml1.'We+:l'•184/0387 'UV CIPPL 159 Bridge St CIPP Liner-December 2n 18 Clap 2U7 15" S Bangor.ay oCT•17-00770 UVCIPPL Mubip1e SoerCIPP Liner Perim] tl ( )659.4747 833 S Bangor,Citeof.:T-17.00770 UVCIPPI. MWliplc Se'tnr CUTLiuer]'rojerd Chip Soot(207)639-4747 210 24' 2018!on-IDoioult(207)992.4250 2.8n 24' 3 13alga,Ciq off f-IA4g792 UVCIPPL SisteSt(kin5-'Sin UVCIPi'linm stove ISobuidpa(207)2J6.7955 3011 L2' 3 CCI Sol T6unOLTT7-00101 UV C1P1'1. 6Win SI.UVCIM'-280'312' _ 1 S CCI Solon...LLC:T-17.00691 UVCIPPL PNSY Repair Sewer Mains and Manholes(ST16.132� Candid.Shelton(207)6X-7172 4500 8' S CCI Solutions.IlC:T-1741U(i91 UV CIPPL 1>NSY Repair So�crMainr andMad'oles(5T16-1321) Candid.Shelton(207)620.7173 - 800- 10' 3 CCI Soluu0001,LLC:T-17.00091 UVCIPPI. PNSY Repair Senor Mains aryl Mardwks(ST16.1321) Candid.Shelton(207)620-7172 60(1 12' 8 CCI Su5u0.0aLLC:T•17.00691 UV CR'PI• PNSY Repair Sewer Mains andhladloles(STI6-1321) Candid.Shelton(2071620-7172 12t10 18' 1 3 City of Laconia,NH T-19.0(1529 UV CIPPL 2118 UVOIKP Lining•MesserMesserStreet 15' (603)524.3876 700 12• 3 Calory V7lege giro!Mille0T•18•02I I UVCII'l'I. Comas.Villogc Corp UV CIPP l,8C11315'and 190N8' Skov A'doson(6t13)447-5470 2000 IS'Ue0Uonl II/others Construction.Ina.:T•Ie•00458 11VCD'PL O0.Wo Road Saner Areal3l removal Phase l _L)ak m ny Dear(u (207)839-2272 1230 15' 2018 3 1 S i OrwlerAugasu U1iks'DiarieloT-184%N5I UV CS'PL PunNal Ave l8in CLIP cdvest tehub Andy Begb.(207)485.3339' 75 18' = 207 871-7771 330 36' 2018 D MaineTtondle Awln.6v.:T-1tl1X1519 UV CIPPL Inunuie 195 Cohort Linings ( ) 4S0 42' 211a _ D Maine'Trundle Awhwi9•.:T-18-nflS{9 UVCR'1'L Intmtotc l%Cufren Linings (207)871-777I ND Paper I.I.C.T-19.00219 119fi0'PL 01d Toren Pmeesa Sorer liehobililntinn Andy Iid,eards(207)290.1046 400 le" 2018 3 Pon Mat Railaloo:T.18-00540 UV COWL 15'C)A'Drainage Liner laslmn Stoney 978-408.3538 1181 12 20)3 13 Portland Wang Dislric1.I'•17481925 U V CIPPL 8'UV C]PP al Ricker par): Charlene Poulin(207)774-5961 3110 8' 2040 S SeN1CmWnlctionCol)8ralinn:T-I11-60474 J LTV CIPPL MTh Eoll 75 Sllpliln:(UV CW) Greg Scott 120 54' 2013. D CC3=Can_n xr.n r.Cr.w^-w w•r.»xr nC.Cw C.n=Cr, n r.C=cd:r.n nwC„hn n Hannan„..l. 2 Hen wwn w a w'a a aee w r r r r w r r r,.r r r w r r r r r r r r r r r r r r,e.n -v.e.c m.e.c.n.e.e..o. „ a ..2 n w w.n.n R AAA-F.ARRSRRn&Rn9RRRR.'.SRRRRanR AARRRRRRRRRRRSrRRRRs R Y.RRRRR a i . _-A�:__rmxHa__Ligilk e� -iz i,.. x-'g� 3 =' =za§---• ---^'• '-a^ k aa__Sem- - s LI R Ug a r Aa01,1w1a ,maa § aLma 12 a E:1 3�i5 - iRC'f ii Ni rFiiiir_--�Ixe o„_. c4 _t -%r. i sfR& er^ ar r r w n 3nme sRng „. F4ES g'i .•.n_« 9 � s � srsi M : x ` a^I1c" �� ^ n3 Z ; °% " im eVa € ,:. Y � , F _ a382.4€iu,..:OkfogR11.1 , tiJ A3:[i1, 9:. ,ARA <Z,R 8 ,a,.1 i s J inn 1'TT .qp,L z _ :J E L J V. x y, s fl) flL 'iiiii -> , 2 AJAR n 1 n h - .al1 f z7 gg 4 1L S 6 '.Wk1 0 I.§ E Y z'zzzi .i=<`J1xg. . ktaD= 55 .,'.ice= ..T.-6 e. . aF4.11“I S U< )0 �£ ri 4*UI ii ASS 5" 1 :e .-.,-:= =w -3� �ltIk; ,hoafb2 �.� s;_ggz_ s� x s s�- »�� Fi �' i%At F-?Cua6 = C� �v: L�,,n �< 5: �w "��+g3 �a.�>e5, �::.+�_�-. t- '6C u i�� c a .1 t^3 5 6> >`- s-i %e-a J 41 9_ a_i Z R > 'z ,c6_..uuo'3E-Sw �RP.zm`z3' C_f �<rax- LL- • %E..J .^�. . � e . _eS2..L �7U�:J i:J^. -'_ - ' '�=>J'am.0�..=i` ''skeg 3 Scd_ = a`°3 = msgit.c.„. L - c_`_6S 6ygJULUJUEs_ �U aL0E .UU: :JJJUJJUUJC..:IUUU U J JU JU > JU_ U U VUUU_e%VUUJU U JJUU UU � . 77t »: n �� n g7 > _>_a n»J >3I, :77 A �aaN T.'. 4 g=g 5 51 ! ^r..i.=y I�, -,-.- Y — ^ �JS.J g X H tLF!H F 7 Aad Si'. n g g ,.rr u `•X $, E ir- rF 33T .e:4 F. _1. s K F..-114�`i d, Gt £' c bboE _�9c .,�Jv�,� �Z iii+�. A�t 39I 3a. 3 - �' Z<31fuEEXgu ' �ystt :t dg.fitg . : 4 -_-6zf -aleu t ¢ gr3R , r'� Y g21,-., o= yg • 5t4ug e ��jj E� 8 gg y cy 3 c5�1`}. sssl�3l>-eSc�e�=3���•<��3,��.�cziz�cz�_> 3n3�a��.'',cui�c5='i.Su�=Y�3rni3 � l.> IMPREG April 10, 2025 To Whom It May Concern, IMPREG Gro up,the global leader in manufactured fiberglass reinforced cured-in- place pipe (CIPP) liners for the rehabilitation of wastewater Infrastructure, is proud to certify trained & qualified installation teams for the installation of the IMPREG Liner. This letter certifies SANCON as an official installer of IMPREG UV CIPP liners.The SANCON team has completed the required training and level of installation expertise necessary with the IMPREG Liner to earn the recommendation as certified installers. SANCON currently follows the continued education for UV CIPP wastewater infrastructure rehabilitation, and IMPREG Liner Installation Best Practices. This certification is valid until December of 2025 , and upon completion of additional training, will be renewed as of January of 2026 Sincerely, Claudia C. Law Director of Commercial Operations IMPREG, LLC. 8000 Whitepine Road 804-303-4507 Richmond,VA 23237 IMPREG Americas IMPREG.COM ,fi,,r, , , T DATE(MM/DDIYYYY) ACC:0RCI CERTIFICATE OF LIABILITY INSURANCE 12/11/2025 5/8/2025 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(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies,LLC NAME:CONTACT DBA as Lockton Insurance Brokers,LLC in CA PHONE FrAX CA license d0F 15767 E MANo.END: to C,Not: 3657 Briarpark Do,Ste.700 ADDRESS_ Houston TX 77042 INSURER(S)AFFORDING COVERAGE _ NAIC S (866)260-3538 INSURER A:The Continental Insurance Company 35289 INSURED Vortex Services,LI.0 INSURER B:Continental Casualty Company 20443 1552676 (See Attached Named Insured Schedule) INSURER C:American Casualty Company of Reading,PA 20427 18150 Imperial Valley Drive INSURER D:Transportation Insurance Company 20494 Ilouston TX 77060 INSURER E:Crum&Forster Specialty Insurance Co 44520 INSURER F: COVERAGES CERTIFICATE NUMBER: 21756928 REVISION NUMBER; XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AODL SUER POLICY NUMBER POLICY FEE POLICY EXP LIMITS LTR INSD MD (MMIDONYYY) (MMIDDNYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 8018648635 2/1 1/2025 12/11/2025 EACH OCCURRENCE $ 2,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(EaENTED occurrence) $ 500,000 i MED EXP(Any one person) $ 15,000 PERSONAL&AOV INJURY $ 2,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY I X I PE LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ B AUTOMOBILE LIABILITY y y 8018648618 2/11/2025 12/11/2025 COMBINED SINGLE LIMIT $ B X— 8018648621(PD) 2/11/2025 12/11/2025 BODILY idenn 2,000,000 ANY AUTO BODIL INJURY(Per person) $ XXXXXXX OWNED ^SCHEDULED BODILY INJURY(Per accident) $ XXXXXXX AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY RO accident) $ XXXXXXX NL AUTOS ONLY AUTOS ONLY (Per $ XXXXXXX A UMBRELLA LIAB X OCCUR Y Y 7094435231 I2/1I/2024 I2/11/2025 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAO CLAIMS-MADE AGGREGATE $ I0,000,000 DED RETENTIONS S XXXXXXX WORKERS COMPENSATION y X STATUTE PER ORH C AND EMPLOYERS'LIABILITY 8018648599(AOS) 2/11/2025 12/t 1/2025 D ANY PROPRIETOR/PARTNERIEXECUTIVE YIN 801$64$5$5 CA) 2/I1/2025 12/I1/2025 E.L.EACH ACCIDENT S I,000,000 D OFFICERntIEMBER EXCLUDED? INI NIA 8018648604 AZ,MA,OR,\Vl) 2/11/2025 12/11/2025 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes.describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 P. Contractors Pol./Prof. Y Y PKC-116341 12/I 1,2024 12/11/2025 S5M Each Occ.;S5M Agg. Liab.(E&O)(Claims Made) S5M Each 1Vrongful Act DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101,Additional Remarks Schedule,may be attached If more space Is required r Contractors Pollution Deductible:S50,000 each pollution condition.E&O(Professional)Deductible:S50,000 each claim.EAf2PHOgi1 95A8))T0q5rIC7lil at con Technologies,Inc.rolled into Vortex Services,I-LC program. I MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 21756928 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE i ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s) City of Huntington Beach, its officers, elected or appointed officials, employees, agents, and volunteers . Location(s)Of Covered Operations Various locations, Huntington Beach, CA Project Description: FY 2023-24 Sewer Lining Project - CC No. 1777 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. It is understood and agreed as follows: CG 20 10 (04-13) Policy No: 8018648635 Page 1 of 2 Endorsement No: 104 The Continental Insurance Co. Effective Date: 06/11/2025 Insured Name:VORTEX INTERMEDIATE, LLC Copyright Insurance Services Office, Inc.,2012 CNA CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors- Scheduled Person or Organization Endorsement A. Section II —Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused,in whole or in part,by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. if coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1. All work,including materials,parts or equipment furnished in connection with such work,on the project(other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or 2. That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of the Policy remain unchanged. CG 20 10(04-13) Policy No: 8018648635 Page 2 of 2 Endorsement No: 104 The Continental Insurance Co. Effective Date: 06/11/2025 Insured Name:VORTEX INTERMEDIATE, LLC Copyright Insurance Services Office, Inc.,2012 CNA CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s) City of Huntington Beach, its officers, elected or appointed officials, employees, agents, and volunteers. Location And Description Of Completed Operations Various locations, Huntington Beach, CA H Project Description: FY 2023-24 Sewer Lining Project - CC No . 1777 mmoi Information required to complete this Schedule, if not shown above,will be shown in the Declarations. CG 20 37(04-13) Policy No: 8018648635 Page 1 of 2 Endorsement No: 105 The Continental Insurance Co. Effective Date: 06/11/2025 Insured Name:VORTEX INTERMEDIATE, LLC Copyright Insurance Services Office, Inc.,2012 CNA CNA PARAMOUNT Additional insured - Owners, Lessees or Contractors- Completed Operations Endorsement It is understood and agreed as follows: A. Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for bodily injury or property damage caused,in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of the Policy remain unchanged. I+: CG 20 37(04-13) Policy No: 8018648635 Page 2 of 2 Endorsement No: 105 The Continental Insurance Co. Effective Date: 06/11/2025 Insured Name:VORTEX INTERMEDIATE, LLC Copyright Insurance Services Office, Inc.,2012 CNA CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. the additional insured is a named insured under such other insurance;and b. the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date Is shown below, and expires concurrently with said Policy. CNA74987XX(1-15) Policy No: 8018648635 Page 1 of 1 Endorsement No: 50 The Continental Insurance Co. Effective Date: 02/11/2025 Insured Name:VORTEX INTERMEDIATE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services 011ice,Inc.,with Its permission. Miscellaneous Attachment:M529788 Master ID: 1552676,Certificate ID:21756928 All policies(except Workers'Compensation/EL)include a blanket automatic additional insured [provision] that confers additional insured status to the certificate holder only if there is a written contract between the named insured and the certificate holder that requires the named insured to name the certificate holder as an additional insured. In the absence of such a contractual obligation on the part of the named insured, the certificate holder is not an additional insured under the policy. All policies include a blanket automatic waiver of subrogation endorsement[provision]that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. In the absence of such a contractual obligation on the part of the named insured, the waiver of subrogation feature does not apply. All policies(except Workers'Compensation/EL)contain a special endorsement with"Primary and Noncontributory"wording. All policies include a blanket notice of cancellation to certificate holders endorsement, providing for 30 days'advance notice if the policy is cancelled by the company other than for nonpayment of premium, 10 days' notice if the policy is cancelled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company.The endorsement does not provide for notice of cancellation if the named insured requests cancellation. Attachment Code:D541833 Master ID: 1552676,Certificate ID:21756928 VORTEX NAMED INSUREDS Vortex Intermediate, LLC Vortex Lining Systems, LLC Vortex Companies, LLC Vortex Infrastructure Services, LLC Vortex Industrial Solutions, LLC Vortex Services, LLC F/K/A VacVision Environmental, LLC dba VacVision, LLC Vortex Infrastructure Products, LLC Quadex, LLC Schwalm USA, LLC Vortex Companies International, LLC Vortex International US, Inc. FIK/A Quadex International US, Inc. Vortex Canada Inc. Fleer-Tech GmbH Vortex Technology Group, LLC CIPP Corp., LLC Vortex Geotechnical, LLC Tri-State Utilities LLC Lining Division Ltd. Vortex Europe AG Vortex Europe GmbH Sancon Technologies, Inc. Vortex Services, LLC dba Prism Contractors Duplicate Original Bond No. DUA003672 • PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to Vortex Services, LLC dba Sancon Technologies 5841 Engineer Drive, Huntington Beach, CA 92649 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: City Funded Construction Contract Between The City of Huntington Beach and Vortex Services,LLC dba Sancon Technologies Sewer Lining FY 23/24-CC177 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best, Moody's or Standard&Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and Axis Insurance Company 10000 Avalon Boulevard,Suite 200.Alpharetta. GA 30009 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of One Million Five Hundred Ninety Nine Thousand Nine Hundred Forty Two and 70/100 dollars($ 1,599,942.70 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract,in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves,and each of our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the Principal, his,her,or its heirs,executors, administrators,successors or assigns,or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774,1775, 1813 or 1815 of the Labor Code,or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract,Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 15-4584/117357 Duplicate Original Bond No. DUA003672 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract: the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety,by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: June 11, 2025 ATTEST Vortex Services, LLC dba Sanco Technologies (Corporate Seal) - By: . :11111111 Nam: '. ..1J• Title: d\( ' S ldant ATTEST Axis Insurance Company (Corporate Seal) ame` By: • Na n P.Clark,Attorne -in-Fact _ ( gnature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (678)746-9400 (Area Code&Telephone Number for Surety) APPROVED AS T : By: ael E.Gates. ity ttorney Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PAYMENT BOND Page 2 of 2 15-4584/117357 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 :•:a,:-In .,...4F1-1.: ,..e:oma'4Ge'k3€i i#i 404404 0s 0#.s i0s0* i' t 400443k0 i0440, s.e ..;..,.:,.;;_;,_;;_;;_,;_, A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange 1 on 06/17/2025 before me, Mo Sexton - Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Helmuth Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing MO SEXTON paragraph is true and correct. _ Notary Public California CD Orange County WITNESS my ha d a d official seal. Commission#2437910 y Comm.Expires Feb 11,2027 / I Signatur: 1A,A i��..e� Place Notary Seal and/or Stamp Above -ignalft of No ary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): 0 Corporate Officer— Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General O Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact O Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association Duplicate Original Bond No. DUA003672 P 9 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has, by written agreement dated ,20 , entered into a contract with Vortex Services, LLC dba Sancon Technologies 5841 Engineer Drive, Huntington Beach, CA 92649 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: City Funded Construction Contract Between The City of Huntington Beach and Vortex Services, LLC dba Sancon Technologies Sewer Lining FY 23/24-CC177 • --------T- (Project Title) �-- WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety'); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best,Moody's, or Standard&Poor's,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and Axis Insurance Company 10000 Avalon Boulevard, Suite 200,Alpharetta, GA 30009 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of One Million Five Hundred Ninety Nine Thousand Nine Hundred Forty Two and 70/100 Dollars ($1,599,942.70 ),this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices.fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations, amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion,addition or other modification to the Contract, or the work to be performed thereunder,shall in any way affect, limit, restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change deletion,addition or other modification to the Contract,or the work to be performed thereunder,and agrees 15-4 j 84i 1 17174 Duplicate Original Bond No. DUA003672_r to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: June 11, 2025 ATTEST Vortex Services, LLC dba S. con Technologies (Corporate Seal) 410;0146010W- By: Nam:' ' f1 a . s Title: \/C(,2 pTS\wu it ATTEST Axis Insurance Company (Corporate Seal) e me) By: _ Nam ar P. Clark ttorne -in-Tact (Si ature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (678)746-9400 (Area Code&Telephone Number for Su,eiy) APPROVED AS TO F By Michael E.Gates,City Attorney �.Jt� Z,f Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 154584/I 17174 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 06/17/2025 before me, Mo Sexton - Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Helmuth Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing fr._ MOSEXTON paragraph is true and correct. rid. Notary Public•California %tr- , WITNESS m •a • • • offi 'al seal. Orange County ' /F Commission#2437910 C',L,F.0 My Comm.Expires Feb 11,2027 Signature �� •titittl � Place Notary Seal and/or Stamp Above SV of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator ❑ Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association Acknowledgment of PRINCIPAL STATE I - COUNTY OF On the - .efore me personally appeared to me known, who being by me duly sworn,did depose and say: that she/h- 's the of the the corporation described in a• • which executed the foregoing .•nd as principal;that she/he knows the seal of the said c• •oration;that the seal affixed to said in . ment is such corporate seal;that it was so affix- • by order of the board of directors of said corpor. '.n; and that she/he signed his name ther, o by like order. Commission Expires: Notary 'r .lic Acknowledgement of SURETY STATE OF TEXAS COUNTY OF HARRIS On the 11th of June,2025, before me personally appeared Aaron P. Clark that he/she is the Attorney-in-Fact of Axis Insurance Company,the Surety in and which executed the foregoing bond;that he/she knows the seal of said Surety;that the seal affixed to said bond is the corporate seal of the Surety;that it was so affixed by authority of the Power of Attorney of the Surety; and that he/she si • er name thereto by like authority. Commission Expires: 08/28/2028 Joshua Wright, Public ..04P''' JOSHUA WRIGHT ::°,. z Notary Public,State of Texas s'"A 412 Comm.Expires08-28-2028 .,,,,,X Notary ID 135065300 DUA003672 POWER OF ATTORNEY Know All Men by These Presents: That AXIS Insurance Company,an Illinois property and casualty company,(the"Company")does hereby appoint: Aaron P.Clark,Florence McClellan,Robert F Bobo,Timothy F Kelly,Teresa D Kelly,Craig C Payne,and Laura Kneitz. as its true and lawful Attomey(s)-In-Fact,to make,execute,seal and deliver for and on its behalf as surety,bonds and undertakings,such documents to be valid as though executed by the Company on its own behalf.The Company may revoke this appointment al any time. EXCEPTION: NO AUTHORITY is granted to make,execute,seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check,draft or letter of credit. This Power of Attorney is signed,sealed and certified under and by the authority of resolutions adopted by unanimous written consent of the Board of Directors of the Company on September 27,2023: RESOLVED,that in connection with the Agreements,any one of the Chief Executive Officer,President,any Executive Vice President, any Senior Vice President of the Company,or any Vice President-Surety(each an"Authorized Officer"),acting singly,shall have the power and authority to appoint and revoke Attorneys-In-Fact,and to allow such Attorneys-In-Fact to further delegate their power and authority pursuant to appropriate written agreements,to make,execute,seal and deliver for and on behalf of the Company as surety,bonds and undertakings,such documents to be valid as though executed by the Company on its own behalf;and RESOLVED FURTHER,that each of the each of the Authorized Officers and any Secretary or Assistant Secretary of the Company,hereby is,acting singly, authorized,empowered and directed to perform such acts and things as may be necessary or appropriate to carry out the foregoing resolution and the transactions contemplated thereby. In Witness Whereof,AXIS Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by a duly elected and qualified officer,this 10th day of October,2023. Attested and Certi d AXIS Insurance mp Ftp NCE c B : c Y Printed Name: Andrew M.Weissert CORPORATE SEAT -< Title: Senior Vice President 'C!INOOS STATE OF GEORGIA COUNTY OF FULTON Before me personally came Andrew M.Weissert,Senior Vice President of AXIS Insurance Company,to me known to be the individual and officer described herein, who acknowledged that they,being duly authorized,signed,sealed with the corporate seal and delivered the foregoing instrument by the authority and direction of said Company. ...31,1111064\ IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my official seal. • GRU@Qe Notary Pu c ' Z n■tOP 0 I�V � CERTIFICATION Ta •p Dec.• ,O/�aYTH�. I, Frances It.Mathis Assistant Secretary of AXIS Insurance Company,do hereby certify that the attached Power of Attorney the 10th day of October.2023,on behalf of the person(s)as listed above is a true and correct copy and the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said Andrew M.Weissert who executed the Power of Attorney,was a duly elected Senior Vice President of AXIS Insurance Company on the date of the execution of the attached Power of Attorney. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the corporate seal of AXIS Insurance Company on this the 1 Ith day of June .20 25. By: Victzwe, ____ �.,c�NCE C, iSeall O Printed Name: Frances R.Mathis vj �-o 7 Title: Assistant Secretary CORPORATE SEA' < ittM00 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to • City Clerk's Office (Name) after signing/dating (Date) %, Q CITY OF HUNTINGTON BEACH tieINTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: cG!/70/o�y o?d s SUBJECT: Bond Acceptance I have received the bonds for V D riG�' Vl`a,k,�LI2 �bA_. �G1YI Ljd1L�Tr�l 1 O/gie4. / (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. DUA0 472 Payment Bond (Labor and Materials) Bond No. J)UADD3/?-2, Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No, Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved fr /25 (Council Approval Date) CC No. / Agenda Item No. /y �S-la 7-) MSC No. City Clerk Vault No. &OD.So Other No. SIRE System ID No. ThrL. gJforms/bond transmittal to treasurer CONTRACT PREPARATION FORM To Be Submitted with Request for Legal Services(RLS) 1. Staff Contact: Lili Hernandez, Extension: 5386, Dept.: Public Works Utilities 2. Name of contracting party: Vortex Services, LLC 3. Contractor's Contact: Name: Mark Weber, Title: Project Manager Name of Firm: Vortex Services, LLC dba Sancon Technologies Street Address: 5841 Engineer Dr City, State and Zip Code: Huntington Beach, CA, 92649 Telephone: i714L891 2323 4. Capacity of contracting party? (check one): a. ❑ Sole Proprietor Owner Signs b. ❑ General Partnership General Partner c. ❑ Limited Partnership General or Managing Partner d. ❑ Limited Liability Partnership General Partner e. [' Trust Trustee w/trust document evidencing authority to sell f. ® Limited Liability Company 2 officers must sign. I officer from A and 1 from B Column g. ❑ Corporation 2 officers must sign. 1 officer from A and 1 from B Column Column A Column B :. Chairman of the Board Secretary President Any Assistant Secretary Any Vice-President Chief Financial Officer Any Assistant Treasurer 4a. CA State of Corporation If the Corporation cannot provide the above signatures, it may have one officer sign only if an authorizing resolution from the Board of Directors is provided. 5. Who will sign the agreement? (See#4 above): Name: Ryan Helmuth Name: Charles Parsons Title: Vice President Title: Assistant Secretary 6. Purpose of this Agreement/Scope of Services: (Attach City's RFP and/or contractor's proposal). 7. Funding: ® City Funded ❑ State Funded ❑ Federally Funded Contract_Prep_Form-CC1777 1 of 2 5/12/2025 9:48:00 AM CONTRACT PREPARATION FORM To Be Submitted with Request for Legal Services(RLS) 8. Duration of the project? (Give number): 120 Days, _ Months, —Years. 9. Compensation? (Hqw much): $1,599,942.70. 10. Professional Services: Have the procurement Ordinances, H.B.M.C. Sections 3.02 and 3.03, et. seq., and Charter Sections 613 and 614 been complied with? (Be sure to discuss the Request for Gouncil Action, what steps were taken to solicit proposal): Click Here To Select Response, Narrative: 11. Liquidated Damages: $1000 per day for each day delayed. 12. Does the contract require the payment of monies to the City? No. If yes, have copies of this request been forwarded to the City Treasurer and the Director of Finance? Click Here To Select Response. 13. Does the contract require a waiver of insurance or modifications of the minimum indemnification requirements? No. If yes, have copies of this request been forwarded to the Risk Manager and the City Attorney? Click Here To Select Response. With this form, please provide prior executed contract(s) and any amendments and name of attorney who handled previous.assignment, IMPORTANT,NOTIC : : Any exhibits must be submitted with the Request for Legal Services (i.e., scope of work and rate/fee schedule). All required bonds, certificates of insurance approved by the City Attorney's Office and/or waiver documents must accompany the contract when submitted for final signature. Contract_Prep_Form-CC1777 2 of 2 5/12/2025 9:48:00 AM k. n1 ","" L D UNCOMMONLY INDEPENDENT Josh Wright 3657 Briarpark Dr.,Ste.700 Houston,TX.77042 Phone:713.458.5496;Cell 843-817-4604 Email:josh.wright@lockton.com Via FedEx Priority April 1,2025 To: John Hernandez Vortex Services, LLC dba Sancon Technologies 5841 Engineer Drive Huntington Beach,CA 92649 (714)785-6766 RE: City of Huntington Beach,California 04/10/2025—10%Bid Bond for FY 2023/24 Sewer Lining Project CC No.1777 Dear John: Enclosed please find the original documents as captioned above. Please have the bond signed and witness, where indicated,by an authorized officer of the company(and affix seal,if applicable)prior to filing the originals with your bid. Should your bid increase by more than 10%,please let us know as this could require additional surety approval. Please do not hesitate to contact me at 713-458-5496 with any questions. Sincerely, Josh Wright Account Manager Enclosure 1 Document A31OTM - 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal statrrs and address) (Name,legal status and principal place of business) Vortex Services,LLC dba.Sancon Technologies Axis Insurance Company 5841 ;engineer Drive 10000 Avalon Boulevard,Suite 200 Huntington Beach,CA 92649 Alpharetta,GA 30009 This document has Important legai consequences. Consultation with an attorney is OWNER; encouraged with respect to its (Name,legal status and address) cempieUon or modification. City of Huntington Beach 2000 Main Street Any singular reference to Huntington Beach,CA 92648 Contractor,Surety,Owner or other party shall be Considered plural where applicable. BOND AMOUNT: Ten Percent of Total Amount Bid(10%T.A.B.) PROJECT: (Name,location or address,and Project number,if air) FY 2023/24 Sewer Lining Project CC No.1777 City of Huntington Beach,California The Contractor and Surety are bound to the Owner In the amount set forth above,for the payment Of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided horeln,The conditions of this Bond are such that lithe Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enterS into a contract with the Owner in accordance with the terms of such bid,and gives suoh bond or bonds as may be spcoified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful porformanco of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may In good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain In lull force and effect,The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time In which the Owner may accept the bid.Waiver of notice by the Surety shall not apply'to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain The Surety's consent for an extension beyond sixty(60)days, If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcrefrom and provisions confbrming to such statutory or other legal requirement shall be deemed incorporated herein,When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and seated this 01 st day of April 2025 s, • Vortex Services,L ba.$ancon Technologies (Principal) (Seal) • (Witness) ( teAtk L` qr), v,,, Axis insurance Corn (Surety) (Witness) Robert-ir obo • on . tak 7ltfdrney-in-Facf- LMa•70054 Deno ^^�^ r �I {n Acl owiedgment of PRINCIPAL STATE OF COUNTY OF • • On the , before me personally appeared to me known,who being by me duly sworn,did depose and say: that she/he is the of the • the corporation described in and which executed the foregoing bond as principal; that she/he knowsthe seal of the said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the board of directors of said corporation; and that she/he signed his name thereto by like order. 6'( M YO ' Commission Expires: Notary Public Acknowledgement of SURETY STATE OF TEXAS COUNTY OF HARRIS On the 1st of April,2025, before me personally appeared Aaron P, Clark that he/she is the Attorney-in-Fact of Axis Insurance Company,the Surety in and which executed the foregoing bond; that he/she knows the seal of said Surety; that the seal affixed to said bond is the corporate seal of the Surety;that it was so affixed by authority of the Power of A -noy-ef Surety;,and that he/she signed his/her name thereto by like authority. Commission Expires: 08/28/2028 Joshua Wright,N Public O iiip JOSHUA WRIGHT R' �g%Notary Public,State of Texas ✓r�a ° c Comm.Expires 08.28-2028 r°aO Notary in 135066300 DUAX002537 POWER OF ATTORNEY Know MI Men by These Pi'esentst That AXiS Insurance Company,an Illinois property and casualty company,(the"Company")does hereby appoint; Aaron Clark,Florence:McClellan,Robert F Bobo,Timothy F Kelly,Teresa D Kelly,Craig C Payne,and.Laura Kneitz. as its true and lawiltl Attontey(s)-In-Fad,to make,execute,seal,and deliver for and on its behal f us surety,bonds and undertakings,such documents to be valid as though executed by the Company on its own being,,The Company may revoke this appoint eat at any time. EXCEPTION: NO AUTHORITY Is granted to make,execute,seal and deliver bonds or undertakings that gunrnntee the payment or collection deny promissory note, check,draft or letter of credit. • This Power of Attorney is signed,seated mid certified under and by the authority of resolutions adopted by unanimous written consent of the Board of Directors of the Company on September 21,2023; RESOLVED,that in connection with the Agreements,any one of the Chief Executive Officer,President,any Executive Vice President, any Senior Vice President Of the Company,or any Vico President-Surety(each an"Authorized Officer"),acting singly,shall have the power and authority to appoint and revoke Attorneys-In-Fact,and to allow such Attorneys-In-Fact to MPhil delegate their power and authority pursuant to appropriate written agreements,to make,execute,seal and deliver for and on behalf of tits Company as surety,bonds and undertakings,such documents to be valid as though executed by the Company on its own behalf;and RESOLVED.FURTHER,that each of the each of the Authorized Officers and any Secretary or Assistant Secretary of the Company,hereby is,acting singly, nUthorized,empowered and.directed to perform such acts and things as mgy be necessary or appropriate to carry out the foregoing resolution and the transactions contemplated thereby. In Witness Whereof,AXIS insurance Company has caused this Instrument to be signed and its corporate seal to be affixed by a duly elected and qualified officer,this i0th day of October.2023. • Attested and Cerdf d AXIS Insurance nip cpMNCe o q By: .. v Printed Name:_Andrew Weisser( <COCORPORATESPAL. x M. • ) . Title: Senior Vice President •!1.LiiQOSS.STATE OF GEORGIA COUNTY OF FULTON Before me personally came Andrew M.Welssert,Senior Vice President of AXIS Insurance Company,to me known to be the individual and officer described herein, who acknowledged that they,being duty authorized,signed,scaled with the corporate seal and delivered the foregoing instrument by the authority and direction of said Company. ®geoaiaeqspq, IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my official seal. N GR�$ 1.7 • f9dAAAY mh.= 0 Notary Pu c k p4,.'6" 4 . oAlb 06 . .Dec CERTIFICATION 4kk�O�SI�Th�I ka11.1m I, Frances R.Mathis Assistant Secretary of AXIS Insurance Company,do hereby certify that the attached Power of Attorney the 10th day of October.2023,on behalf of the person(s)as listed above is a true and correct copy and the same has been iri Rill force and effect since the date thereof and is in full force turd effect on the date of this certificate;and I do further certify that the said Andrew M.Welssert,who executed the Power of Attorney,was a duly elected Senior Vice President of AXIS Insurance Company on the date of the execution of the attached Power of Attorney, IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the corporate seal of AXIS insurance Company on this the 1s"d tf_' L// .20 :-- By:le,...W.V17/7i ----- gv�NC .OO Printed Name: Prances R.Mathis _ o x V • Title: MssistanL Secretnrx Q couronAri:xr:At. •< \s'• !L (5. e i LiNO . • 1 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 £ tsarefie€se A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange on 04/08/2025 before me, Mo Sexton - Notary Public Date Here insert Name and Title of the Officer personally appeared Ryan Helmuth Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the Instrument. i certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing ° ry Mo SEXTON paragraph Is true and correct. (.. ll;4rr Notary Public-California g.;,t.0 Orange County WITNESS my h and official seal. �9,m Commission N 2437910 " My Comm.Expires Feb 11,2027 Signatur Place Notary Seal and/or Stamp Above n ure of Notary Public OPTIONAL Completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signer's.Name: ❑Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited ❑ General 0 Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact ❑ Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: - Signer is Representing: ©2019 National Notary Association City of Huntington Beach Bid Results for Project FY 2023/24 Sewer Lining Project(CC-1777) Issued on 03/17/2025 Bid Due on April 10,2025 10:00 AM(PDT) Line Totals(Unit Price*Quantity) .3.� r:tir - { 4 %41 . item ., ...,. .._ .� .,. . ..:.<. _. ,. .. ..-�,,,..:,.. ,.:t.:_.,_ ,�._,_ :,.;.:,: ai-� - ,._.. ,... _.. ..:,..._.M:.. , . ._..._ .....a .. ..,.., _ ...... .. ... ....) .., ,,. - it,( - ,.5.« ..i>'=e '!3.'''.!=-.1..:-.... _ _ =t*9 7; ' -:ice v'2 _ y, ,._z ..D. s�ir� �'i -- - - ��?;Mii�a�� ��'a'tt»��` ,.:rficesr.,:•x ��........�., _:x•..:�,� rim.,._ :...: ..:.. ... . . .......... � ���:....-��-� - -<7, ._.. _. 1 Mobilization (Limited to 6%of Total Bid) LS 1 $78,627.00 $78,627.00 2 Traffic Control LS 1 $40,000.00 $40,000.00 3 Cleaning and CCTV of 8"to 95%Orginial Diameter LF 18974 $2.60 $49,332.40 4 Cleaning and CCTV of 10"to 95%Orginial Diameter LF 3131 $2.80 $8,766.80 5 Cleaning and CCTV of 12"to 95%Orginial Diameter LF 1297 $3.00 $3,891.00 Install UV Liner inside 8" pipe including Post Video Inspection in 6 RD 187 LF 13503 $51.50 $695,404.50 Install CIPP Liner inside 8" pipe including Post Video Inspection 7 in RD 128, 188,and 263 LF 5471 $29.00 $158,659.00 Install CIPP Liner inside 10" pipe including Post Video 8 Inspection in RD 128, 188,and 263 LF 3131 $37.00 $115,847.00 Install CIPP Liner inside 12" pipe including Post Video 9 Inspection in RD 128,188,and 263 LF 1297 $55.00 $71,335.00 10 Grind and re-open Sewer Service Lateral EA 506 $50.00 $25,300.00 11 Manhole Lining Rehabilitation EA 86 $2,605.00 $224,030.00 Repair Active Infiltration at Pipe Joints with Pressure Chemical 12 Grouting EA 50 $1,575.00 $78,750.00 Allowance for repair of Sewer Lines containing open cracks, offset joints,or other deformaties that restrict the ability to 13 install lining FFA 1 $50,000.00 $50,000.00 PROJECT LOCATION y ` FY 2023/24 Sewer Lining City of Huntington Beach ? McFac9tler,eye 4 `•0 " WFaratiden ua AI Egf•tag r Ave .\111140116, -,a Sid % g sa ,Av...,,-, - 4 spy ay A �' IMINTfY AtYB. c a,` r l''`` +} Etas Awe. vt. i, a :: f ineiraiaa as Avow,071. - Vi mutore Ava. 'T 14a BafttWK3 AvH. R ,f €! 0_5 1 1.5 Mies Districts 128, 187, 188 and 263 229 ... . . , 44060,4011rAdralitiop... -. • .010w • - „ :.. ......... . , .„.....,, Fiscal Year . * . . . . •• .. ......,,......... ., ,,. . ., „,..„. , , ci. - 40„-tikto:114,- - lt,. .-. • ..ep Nik. ....... .,-. •.. . .•.•: .. .:e.,, ,... . ... . 2023 _2024 7 ,,.• •-,--„,-t.„...--------„,,.„-:::-, ... ......„, wis iv. ,„1„, . ...... _. .„....... „a, . . , : _ , . .. .... .e.„ ._ ,. .„. ..: - .,/,/,„,., ,,./. :... . c, ‘ sewer Lining . .,..„ ., ,. . i.,, . :„ .• . . ,, .. • . ..... -. - - - ........ 0 ---- 41 • • k-- ----, • . ... . . - - - . % . --- -,-, - - ,421 icr - . ... .. -• IF fila• ' ' . .,.. ' ...-. '''1°'• .! t. . 110;T:7*.-4.-*... -49 '‘...0°' ' . 7 June 17, 2025 . ,. .. . . .. -., . ‘: , • wessessli - - • . - • -- AMP'• ' ' ' ---- - '-.nor, • .- :41111%11.111r4041, , - . . . . . . . . . , . • . ..,, 230 - Project Benefit - WhyThis Matters � • Clean and remove calcium deposits, tree roots, and "" w4.. .2% other debris from existing sewer lines , / -, ... .., • Install a new sewer liner using trenchless technology (CIPP method), utilizing the existing pipe as a host • • A no-dig method that inserts a liner into existing pipes, avoiding open trench excavation and minimizing disruption to streets and neighborhoods t. k ,a Y , l5 Improve sewer flow and reduce the risk of sewer . t s overflows .w �1" TING Sewer Lining - Trenchless Manhole Rehabilitation Rehabilitate 86 manholes to �� p:cc ,,,C�PPORq,fa..,.`���` Technology maintain structural integrity �i,: - ��.cc..,�� and extend service life a " __ = z: x 1 t‘,:ivit.,::"..4-_-_.:14-_:,.:-.7-iromf*::._.:::_,p,.--c...‘.,..,..cc.ii.,. ,:o01/1 ~� e°7NTY CPli°I 231 ProjectLocation_ _____. „, . ......____ it. Ai -r, ____ __ FY 2023/24 • District 128 I , il Sewer Lining Springdale/Bolsa/Edwards MM:4 Aw ; t._.; City of Huntington Beach WF.r►1M Awe ` 9i ; F h.1_ - 14 2i1j. E J.Not Avg, 4, ,tl rsinuatrAve a (p • District 187 Springdale/Slater/Talbert i3r rei' 2 £ 'VI 4 "k _ nG1at1 Avx . ��yI� , � ,_ - ��ah.� District 188 , r � Arr. k � Springdale/Slater/Edwards s . ��� �,F District 263 4 A.41.,,iAA.. Beach/Heil/Newland/Warner,# T;N r'qqqy��' alik all C('r , . R #., uL,,.na A.c G� _J�i71 . { lq' o us y 1s _ 1 =�OUNTV C`;Ili 232 D . • t 128 s ri c r Sewer Manholes to Rehabilitate=11 , -1 Sewer Lines to Rehabilitate=8-inch:1620 ft,10-inch;2263 ft, 12-inch:866 ft Sewer Facilities • Begins near Springdale & • '. n "` • ... ._ P ° City uJtl� N.glen Beach a 1, Briarcliff �* b w ‘It., i . y _ - • Extends toward Springdale & o ' 8 -� o. ¢ _ 5•-,' X Sealer Liow ow;.IeiO.•y{Ls4.+= Bolsa c 5 �. 7 I ,' U P�M.. 4 ,w �' 4,749 linear feet of sewer lining v� —._-..� • 11 manholes to be rehabilitated e.,. ', - tartnp Cv w+..•aaew res:aewrww.� i! ' Seaver Eoliths E ' 1 Ada Gqp/IWO.Sbuy vi6nip clr ` Y:.: v a Y . . lair co-. .. na, Y ctr. w•+. --7,7. ! �z. a"� erl. iI a s arcn.u.a Q. !� ^! eti 0 q eyy //,�� �o OW a a> ( II ll fig.: 10 L ....._ LL Vlch•IIy Map U .. . 0 £e `r 3 U3,I UDG - {x ) ` i, • 1S5n p ,� ',., 27 2 "1 = s x 1 OM. 4.a„, ,pr. f -, 1. _ f_ e ' ,a+ r 2 _ 137 138 A w 139 \yam ,•• .t - © •, 4 . c .� >> ,g,9 ;..��.0�i 6nlle Ave Reporting District 128 �►f/1 •••q•••'•• ts /'tiUNTNI i�// 233 District • Sewer Manholes to Rehabilitate=53 r ) Sewer Lines to Rehabilitate=8-inch:13503 ¢ N ` ewerFacilities • Begins near Springdale, west of ,.• to- J�= �}holitkettior ftradtSlater w •° .4 • Extends into adjacent residential _ 1 ,• ' 0 `�` ; -�—�= tract area ,: "" , 13,503 linear feet of sewer lining • die 2 • 53 manholes to be rehabilitated ..wows•. .. e i L.Gr •it `ems $ 1 ' • •• • • `.4` i 8 •-. . • _ 0 • • gg i , , 'p bw`..Y ' Pros.. „ko ` f ,i �NTINGT 'a J X 1 kink)51ap •........y.. v 17 78 •• 17 7 1 .y, v a F° 1871188 �'_ � � : .ro, , 18 S N. 1 oft \�:••.i.(ds , ram ) , . ..< ' J .� � 0nUNT`I GPI. , 'Y, .. 12cperting Distr(ct I87 .r•►" l 234 District t 188 r � Sewer Manholes to Rehabilitate 6 i• F SewarLinestoRehabtlitate a,O tnch:868ft,12-inch A31 ft Sewer• Facilities Begins near Springdale, east of "'1 ion li IENyton grvt,h ,....a,.:.- _, . t` ." .'' - a�. Slater t d Fl t t • owar in s one on p.. ar- �•�"� � Yf �s .� � �rhrr Llwa rim„. w � raawr Fenley -.. . • 517 linear feet of sewer lining : . .` """` • 6 manholes to be rehabilitated ( 0 sow rue* I .., 1 4 ill 5 ,u ' , ems..»8 -.}.- -n sr, Win, .' �,i ANT I N G T. x-ail y I NMialry.lap `' •a.......... (J ti._,..� w i ,�,-,a i 177179 10 �•...•\NcpR 0Rq o.\ , a i I i`�ti J tL 9\� = t, 8 8 189 $ �': i' _ 1 7 1 �` La- i �� ��� "r ,.�,�_ .ram t. - + �`�. � ••r.Far ) ' P�.••• .4.� Reporting District 18$ <�F�•'......ar�,A� 1, =ei)UNT`I AO' ll 235 t 263 District • Sewer Manholes to Rehabilitate=16 i, ' 1 Sewer Lines to Rehabilitate=8-inch:3851 ft 1.4ry-- !z.`a Sewer Facilities • Begins near Newland, south City 4/Huntington B of Heil " i ` ` • Extends toward Brush and I 8: 3 . • = Irby , sewer Lines e...ar.. ,...,�.. �,, a3 � at, Cr.' :. aar° .._..v W -.v War„• •,:. • .." -a te._ ,7. } p `""•No "`,I. 3,851 linear feet of sewer u d�� „e. n,p x 'i. .,W4Mr Cwl 1 _ o � °f �,,,, e M lining »o .. . ,�.. ' I. .ng yX _s 16 manholes to be a '+R" .,„:„. ,.,, _ . i.�„e�n r„ s Sewer E•tllka ,;m � :.�-c-�:- rehabilitated 11 !— fig. .# ;r p - 9 t 1Yl Q 4 - fir` `1 i0 p a- i .+.,Fti.. tti :} +( S. € ti�� 3 ` ,., ��. ++ iii ANT I N T ,,i ,.per. .,w ,>K (1i au,t }:, .r t lt,.ah f �t" ti�,ic}nlsp pgPO qr••eo, A }k 252 1� ...F 444 - f, f 26 264 % _ _ _ s % 3. . ,I »_ 262 3 o s -,-. _ • -9 'o i 272 273 •••+�8 1), 19a9•�A•• w f yZ "mowiitt, , .._ J_ ~\ `•......••� • ` �' ..0 NTY ,5 — Ir Reporting District 263 "" / 236 Fiscal Year 23/24 Sewer Lining Project • ENGINEER'S ESTIMATE $1,800,000 • LOWEST RESPONSIBLE AND VORTEX SERVICES, LLC dba Sancon Technologies RESPONSIVE BIDDER • BID AMOUNT $1,599,942.70 • TOTAL FUNDING $1,900,000 (including 10% contingency and inspection) • AVAILABLE FUNDS $1,375,000 (Sewer Fund Account 51189024.82600) • ADDITIONAL FUNDS $525,000 (Sewer Service Fund (511)) REQUESTED il` N . GT • TENTATIVE CONSTRUCTION AUGUST 2025 through JANUARY 2026 ,. • CONSTRUCTION DURATION APPROXIMATELY 6 MONTHS =' ° 'r (j '.. T f.1846. 1 f[�. i 0;00- 237 Alopirigrarialrap:400. .;,.. ,•;,.,:.,-'"' •„. • , .. : ...: inw ##111\c\i'\1/4 \\*\l' I 1\1 G i law, •w.. milk . .. .. ,... „ .......... . .....,. ... . ...... . „...... .............. . .„.„., ,...,,...„.„,..„„ . „. ..„,:,,...„ „• .. „,,, , ,. ., . ,.. , ,... :. 0° 0 ( (*' es,..e.•16 go... 04/ • 0 RA 7. }' �1 =! . i�,�4 ;1 :0(0‘ 1411104k, ..„..... ''f'. ' , -I li:r jajilittir:`,Z=.-',4,,e.';:;::, .."?' 0 .e."' **••• 0 V -441k144 1.'', , -.,---,-,-.: -,,,.',i.,...-n i- - •••-4'--47.---. •.: q : ''1 j. K : " "' fir . yr ' ! : •- 410 � t r � 0 5 ' . A ' - _ . —_ — ' ' ".. If ,.� v. s � �. �r r .ozx -;t' � 3�.uz t x.h A � �$?.e-.r kk .t r,� x '. 4$a. '°#'.t,i :r`�, `a 6 ti '�,:i lax '; °&.,,q, ",.d.�f ' >� S.-`Y :„„ 7. `.�& �, .,, rg .4� ..: 6 x st ` xx x w��`.�`��� .'.s `"�5��"- "�&5��:� as�=� .... `"��t'�� „�,..Y-s ..._-,"+�\,,. ... ��,.. .w�' � , �-� -z" ,. ;3"�"z_.7.•� ..,44." t;?t... .'': 'F 238 ia .• ..`d: o— CITY OF iirva :L� HUNTINGTON BEACH ........ Lisa Lane Barnes I City Clerk June 23, 2025 • Vortex Services, LLC dba Sancon Technologies Attn: Mark Weber, Project Manager 5841 Engineer Drive Huntington Beach, CA 92649 Re: Sewer Lining FY 23/24—CC-1777 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should.you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714.-536-5517. Sincerely, Lisa Lane Barnes City Clerk • LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov NOTE TO FILE Vortex/Sancon was the sole bidder for this project