Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Public Safety Center Demolition1�
SAN RAFAEL Agenda Item No: 5.c
THE CITY WITH A MISSION Meeting Date: August 21, 2017
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works S\
i -
Prepared by: Bill Guerin, City Manager Approval:
Director of Public Works
File No.: 06.01.XXX
TOPIC: DEMOLITION FOR NEW PUBLIC SAFETY CENTER
SUBJECT: RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A
CONSTRUCTION CONTRACT TO CVE CONTRACTING GROUP, INC., DBA CENTRAL VALLEY
ENVIRONMENTAL, FOR THE CITY OF SAN RAFAEL PUBLIC SAFETY CENTER DEMOLITION PROJECT,
PROJECT NO. 11291 (BID OPENING TUESDAY JULY 25TH 2017), IN AN AMOUNT OF $937,000
RECOMMENDATION: Staff recommends that the City Council adopt the resolution to accept the bid
from CVE Contracting Group, Inc. doing business as Central Valley Environmental ("CVE") and execute an
agreement for CVE to provide services for the demolition and site preparation of the new Public Safety
Center.
BACKGROUND: The City hired Mary McGrath Architects and Kitchell Construction Management in 2014
to design and manage the construction of the City's Essential Facilities program consisting of two new
fire stations, a new Public Safety Center, and improvements to multiple other essential facilities within
the City. Since that time, staff has made significant progress in delivering the program including the
design of both Fire Stations 52 and 57, the demolition of the two existing facilities, the award of a
construction contract for the two new fire stations, and the near completion of the design for the Public
Safety Center. Staff is asking the Council to approve the next step in our essential facilities program, the
demolition and excavation of the future Public Safety Center (PSC) site.
The site currently occupied by the existing Fire Stations 51, 1313 Fifth Street, the Parking Services
Building and an adjacent public parking lot are the site for the new PSC. The design for the PSC project
has been approved by the Design Review Board and the Planning Commission. The final design is nearly
complete and the City's building official is currently reviewing the final construction documents for
approval. In order to ensure that the site is ready for the construction of the new PSC, the demolition
and excavation needs to be completed first in order to ensure that any unknown underground issues are
identified and removed.
FOR CITY CLERK ONLY
File No.: 4-1-710x12-22
Council Meeting: 08/21/2017
Disposition: Resolution 14381
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 2
The demolition and excavation for the PSC project was advertised in accordance with San Rafael's
Municipal Code on June 28, 2017. The engineer's estimate was $955,000. On July 25, 2017 at 2:00 pm
the following bid was received:
NAME OF BIDDER AMOUNT
Central Valley Environmental $937,000
ANALYSIS: The Department of Public Works and Kitchell, the City's Construction Project Management
firm, have reviewed the bid document and find it to be complete and in compliance. The City's
construction estimating firm, Lee Saylor Associates also performed an analysis of the submitted bid,
which fully accounted for the current market rate.
After the bid opening, the project management team met with CVE to discuss the proposed work and
identified several areas where project savings can be realized. The team negotiated a $95,000 deductive
change order from CVE, removing de -watering ($20,000), selective demolition (deconstruction)
($55,000) and additional savings ($20,000). Dewatering is not required because the excavation will be
limited to work above the water table. Selective demolition will be contracted for separately, using a
small business contractor, Grey Industries that will salvage historic/cultural items from Fire Station #51
which will be stored and saved until the new PSC is completed. The items to be salvaged include the
following:
o Spiral Staircase
o Fire Pole with Eagle top
o Garage doors — salvage 2 of the best of 4
o Exterior "SRFD" iron railing on the front elevation of the building
o Knob/ tube Electrical box
o Fire Bell
o Placards / Signage / Red Lights
o Flag Pole
o Brick
Grey Industries will also provide selective demolition at 1313 Fifth Street including approximately 20
wood framed windows, the vintage interior and exterior doors, and a portion of the wood siding.
The City Council is asked under a subsequent agenda item to consider this $95,000 deductive change -
order from the CVE to reduce the demolition and excavation project cost.
City staff is negotiating with a Gray Industries, Inc., a local small salvage contractor, and the selective
demolition will be accomplished just prior to, or during, the time in which CVE mobilizes for the full
demolition of the site. Removal of these specialty items will allow CVE to expeditiously demolish the
remaining structures. The contract with Grey industries has not been finalized but staff expects to
award a contract of not more than $15,000 to $20,000 that represents a significant savings from the
$55,000 removed from CVE's contract. The selective demolition will be funded through a sustainability
grant not to exceed $30,000.
PUBLIC OUTREACH: City staff from Community Development, Public Works, the Fire Department, and
the City Manager's Office participated in public outreach to neighbors and other interested parties at a
community meeting on August 20, 2017. For more information on public outreach, please see the
Essential Facilities Public Input webpage at www.citvofsanrafael.orci/departments/facilities/ which also
includes the project -specific communications plan.
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
FISCAL IMPACT: This project is supported by Measure E revenues in the City's General Fund. The City is
using a combination of accumulated funds and anticipated, future bond proceeds to support this
contract.
Funding Source
Funding Source Amount Note(s)
Original Budget Amount
Measure E $983,850
Total Available Funds $983,850
Expenses
Category -Eden Expense Code I Amount I Note(s)
Demolition & Excavation Construction Contract
Construction -02 $937,000 (CVE)
$42,100 Demolition and Excavation Contingency (5%)*
Total Expenses $979,100
* Staff requests that a change -order contingency of 5 percent of the contract value be added to
the construction budget to address unforeseen conditions and other changes requested by the
contractor or required by the City. Such change -orders will be administered and approved by the
Facility Subcommittee or its expressed designees.
Note: Upon execution of this contract, staff will ask the City Council to consider a deductive change
order to the CVE contract in the amount of $95,000. If approved by Council, the total value of the CVE
contract will be $842,000 ($937,000-$95,000). With the addition of five percent contingency, the total
not to exceed amount of the demolition and excavation contract will be $884,100.
OPTIONS:
1. Adopt the resolution awarding the contract to CVE in the amount of $937,000. If this option is
chosen, demolition and excavation will commence as soon as possible.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen,
rebidding will delay construction and could incur additional costs should the revised bids come
in higher.
ACTION REQUIRED: Adopt the resolution awarding the construction contract to CVE in the amount of
$937,000.
ATTACHMENTS:
1. Resolution
2. Central Valley Environmental Bid
RESOLUTION NO. 14381
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONSTRUCTION CONTRACT TO CVE CONTRACTING GROUP,
INC., DBA CENTRAL VALLEY ENVIRONMENTAL, FOR THE CITY OF SAN
RAFAEL PUBLIC SAFETY CENTER DEMOLITION PROJECT, PROJECT NO. 11291,
IN THE AMOUNT OF $937,000
WHEREAS, on the 25th day of July, 2017, pursuant to due and legal notice published in
the manner provided by law, inviting sealed bids or proposals for the work hereinafter
mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of
the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly
open, examine, and declare all sealed bids or proposals for doing the following work in said City,
to wit:
"Essential Facilities Demolition Project — Public Safety Center"
City Project No. 11291
in accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, only a single bid was received, from CVE Contracting Group, Inc., doing
business as Central Valley Environmental (hereafter, "Central Valley Environmental"); City
Staff has reviewed the bid proposal of $937,000 from Central Valley Environmental, and find it
to be complete and in compliance with the contract documents; and
WHEREAS, the bid specifications for the project specify that the award of the
agreement for the project shall be awarded to the lowest responsible and responsive bidder, and
WHEREAS, Central Valley Environmental is the lowest responsible and responsive
bidder for the aforementioned project; and
WHEREAS, there are sufficient funds in the Measure E — Public Safety Improvements
fund to support this contract.
1
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The bid from Central Valley Environmental is hereby accepted at the unit prices
stated in its bid, and the agreement for Essential Facilities Demolition Project —
"Public Safety Center" is hereby awarded to Central Valley Environmental.
2. The City Manager and the City Clerk are authorized and directed to execute an
agreement for the aforementioned project with Central Valley Environmental, subject
to final approval as to form by the City Attorney, in the amount of $937,000, and to
return the bidder's bond upon the execution of the agreement.
3. A change -order contingency of 5 percent of the contract value is hereby added to the
construction budget to address unforeseen conditions and other changes requested by
the contractor or required by the City. Such change -orders may be administered and
approved by the City Council Facility Sub -Committee or its expressed designees.
4. Funds totaling $983,850 have been appropriated for City Project No. 11291 from the
Measure E- Public Safety Improvements.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the
City Council of said City held on Monday, the 2I st day of August, 2017 by the following vote, to
wit:
AYES: COUNCILMEMBERS: Bushey, Gamblin, McCullough and Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: Colin
A-- Je&4_r
ESTHER C. BEIRNE, City Clerk
2
00 5213 - AGREEMENT
THIS AGREEMENT, dated this 6 day of 9 , 2017, by and between CVE Contracting
Group Inc., d/b/al Central Valley Environmental whose place of business is located at: 4263 N. Selland
Ave., Fresno, CA 93722 ("Contractor"), and the CITY OF SAN RAFAEL (sometimes referred to herein as
"Owner") acting under and by virtue of the authority vested in the City of San Rafael by the laws of the
State of California.
WHEREAS, City of San Rafael, by its Resolution No. 4381 adopted on the 21 st day of
August, awarded to Contractor the following contract:
CITY OF SAN RAFAEL ESSENTIAL FACILITIES DEMOLITION PROJECT —
PUBLIC SAFETY CENTER
NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor
and City of San Rafael agree as follows:
Article 1. Work
1.1 Contractor shall complete all Work specified in the Contract Documents, in accordance with the
Specifications, Drawings, and all other terms and conditions of the Contract Documents.
Article 2. City of San Rafael Representative and Construction Manager
2.1 City of San Rafael has designated Bill Guerin Director of Public Works to act as City of San
Rafael Representative(s), who will represent City of San Rafael in performing City of San Rafael
duties and responsibilities and exercising City of San Rafael rights and authorities in Contract
Documents. City of San Rafael may change the individual(s) acting as City of San Rafael
Representative(s), or delegate one or more specific functions to one or more specific City of San
Rafael Representatives, including without limitation engineering, architectural, inspection and
general administrative functions, at any time with notice and without liability to Contractor. Each City
of San Rafael Representative is the beneficiary of all Contractor obligations to City of San Rafael,
including without limitation, all releases and indemnities.
2.2 City of San Rafael has designated Kitchell to act as Construction Manager (CM). City of San
Rafael may assign all or part of the City of San Rafael Representative's rights, responsibilities and
duties to Construction Manager. City of San Rafael may change the identity of the Construction
Manager at any time with notice and without liability to Contractor.
2.3 All notices or demands to City of San Rafael under the Contract Documents shall be submitted to
the City of San Rafael 's Representative at:
Kitchell — Jamie Milliner, Project Manager
c/o The City of San Rafael,
1400 Fifth Avenue
San Rafael, CA 94901
or to such other person(s) and address(es) as City of San Rafael shall provide to Contractor.
Article 3. Contract Time and Liquidated Damages
3.1 Contract Time.
City of San Rafael AGREEMENT 00 52 13 - 1 of 5
Essential Facilities Demolition Project—
Public Safety Center
The Notice to Proceed is tentatively set to be issued on September 11, 2017.
Contractor shall immediately apply for necessary approvals and permits, prepare required
documents and submittals, and mobilize personnel and equipment to commence the City of San
Rafael Work within 10 calendar days from the date when the Notice to Proceed is issued. City of
San Rafael reserves the right to modify or alter the Commencement Date of the Work.
Contractor shall achieve Final Completion of the entire Work within 84 calendar days from the
date of Notice to Proceed.
3.2 Liquidated Dama4es.
City of San Rafael and Contractor recognize that time is of the essence of this Agreement and
that City of San Rafael will suffer financial loss in the form of contract administration expenses
(such as project management and consultant expenses), if all or any part of the Work is not
completed including consequential loss of use and disruption of normal operations within the
times specified above, plus any extensions thereof allowed in accordance with the Contract
Documents. Consistent with Article 15 and 16 of Section 00 72 13 (General Conditions),
Contractor and City of San Rafael agree that because of the nature of the Project, it would be
impractical or extremely difficult to fix the amount of actual damages incurred by City of San
Rafael because of a delay in completion of all or any part of the Work. Accordingly, City of San
Rafael and Contractor agree that as liquidated damages for delay, Contractor shall pay City of
San Rafael:
3.2.1 $500.00 (Five Hundred Dollars) per day for each calendar day that expires after the time
specified herein for the Contractor to achieve Final Completion of the entire Project as
indicated in Section 00 31 13 (Preliminary Construction Schedule).
These measures of liquidated damages shall apply cumulatively and except as provided below,
shall be presumed to be the damages suffered by City of San Rafael resulting from delay in
completion of the Work.
3.3 Liquidated damages for damages as a result of delays shall cover administrative, overhead,
interest on bonds, and general loss of public use damages suffered by City of San Rafael as a
result of delay or costs of substitute facilities. Liquidated damages shall not cover the cost of
completion of the Work, damages resulting from defective Work, lost revenues or damages
suffered by others who then seek to recover their damages from City of San Rafael (for example,
delay claims of other contractors, subcontractors, tenants, or other third -parties), and defense
costs thereof.
Article 4. Contract Sum
4.1 City of San Rafael shall pay Contractor the Contract Sum for completion of Work in accordance
with Contract Documents as follows:
NINE HUNDRED AND THIRTY-SEVEN THOUSAND AND NO/100 DOLLARS
$937,000.00
Article 5. Contractor's Representations
In order to induce City of San Rafael to enter into this Agreement, Contractor makes the following
representations and warranties:
City of San Rafael AGREEMENT 00 52 13 - 2 of 5
Essential Facilities Demolition Project—
Public Safety Center
5.1 Contractor has visited the Site and has examined thoroughly and understood the nature and
extent of the Contract Documents, Work, Site, locality, actual conditions, as -built conditions, and
all local conditions, and federal, state and local laws and regulations that in any manner may
affect cost, progress, performance or furnishing of Work or which relate to any aspect of the
means, methods, techniques, sequences or procedures of construction to be employed by
Contractor and safety precautions and programs incident thereto.
5.2 Contractor has given City of San Rafael prompt written notice of all conflicts, errors, ambiguities,
or discrepancies that it has discovered in or among the Contract Documents and the written
resolution thereof through Addenda issued by City of San Rafael is acceptable to Contractor.
5.3 Contractor is duly organized, existing and in good standing under applicable state law, is duly
qualified to conduct business in the State of California, is registered with the Department of
Industrial Relations and qualified to perform public work pursuant to Section 1725.5 of the Labor
Code.
5.4 Contractor has duly authorized the execution, delivery and performance of this Agreement, the
other Contract Documents and the Work to be performed herein.
5.5 Contractor has listed the following Subcontractors pursuant to the Subcontractor Listing Law,
California Public Contracting Code §4100 et seq. in Section 00430:
See Attachment 1 incorporated herein by reference.
Article 6. Contract Documents
6.1 Contract Documents consist of the following documents, including all changes, addenda, and
modifications thereto:
The entirety of Division
00, including:
Section 00 51 00
Notice of Award
Section 00 52 13
Agreement
Section 00 55 00
Notice to Proceed
Section 00 65 19
Agreement and Release of Any and All Claims
Section 00 65 36
Guaranty
Section 00 72 13
General Conditions
Section 00 73 00
Special Conditions
Section 00 91 13
Addenda
The entirety of Specification Division 01 through Division 33, including:
Drawings dated June 20, 2017 and Specifications as attached and referred.
6.2 The Contract Documents may only be amended, modified or supplemented as provided in
Section 00 72 13 (General Conditions).
Article 7. Miscellaneous
7.1 Terms used in this Agreement are defined in Section 00 72 13 (General Conditions) and Section
0142 00 (References) and will have the meaning indicated therein.
7.2 It is understood and agreed that in no instance are the persons signing this Agreement for or on
behalf of City of San Rafael or acting as an employee, agent, or representative of City of San
Rafael, liable on this Agreement or any of the Contract Documents, or upon any warranty of
authority, or otherwise, and it is further understood and agreed that liability of the City of San
Rafael is limited and confined to such liability as authorized or imposed by the Contract
Documents or applicable law.
City of San Rafael AGREEMENT 00 52 13 - 3 of 5
Essential Facilities Demolition Project —
Public Safety Center
7.3 Contractor shall not assign any portion of the Contract Documents, and may subcontract portions
of the Contract Documents only in compliance with the Subcontractor Listing Law, California
Public Contracting Code §4100 et seq.
7.4 In entering into a public works contract or a subcontract to supply goods, services or materials
pursuant to a public works contract, Contractor or Subcontractor offers and agrees to assign to
the awarding body all rights, title and interest in and to all causes of action it may have under
Section 4 of the Clayton Act (15 U.S.C. §15) or under the Cartwright Act (Chapter 2 [commencing
with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services or materials pursuant to the public works contract or the
subcontract. This assignment shall be made and become effective at the time City of San Rafael
tenders final payment to Contractor, without further acknowledgment by the parties.
7.5 Copies of the general prevailing rates of per diem wages for each craft, classification, or type of
worker needed to execute the Contract, as determined by Director of the State of California
Department of Industrial Relations, are deemed included in the Contract Documents by reference
and on file at City of San Rafael office, and shall be made available to any interested party on
request. Pursuant to Section 1861 of the Labor Code, Contractor represents that it is aware of
the provisions of Section 3700 of the Labor Code which require every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that Code, and Contractor shall comply with such provisions before commencing the
performance of the Work of the Contract Documents.
7.6 Contractor and each of Contractor's subcontractors agree to complete and verify construction
reports on a form prescribed by the Division of the State Architect and to file the reports no less
than quarterly during construction as required by Title 24; at the completion of the Work; at the
suspension of work for a period of more than one month; whenever the services of Contractor or
any of Contractor's subcontractors are terminated for any reason; and at any time a special verified
report is required by the Division of the State Architect.
7.7 Should any part, term or provision of this Agreement or any of the Contract Documents, or any
document required herein or therein to be executed or delivered, be declared invalid, void or
unenforceable, all remaining parts, terms and provisions shall remain in full force and effect and
shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing
such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end
that this Agreement and the Contract Documents may be deemed valid and binding agreements,
enforceable in accordance with their terms to the greatest extent permitted by applicable law. In
the event any provision not otherwise included in the Contract Documents is required to be
included by any applicable law, that provision is deemed included herein by this reference (or, if
such provision is required to be included in any particular portion of the Contract Documents, that
provision is deemed included in that portion).
7.8 This Agreement and the Contract Documents shall be deemed to have been entered into in the
County of Marin, State of California, and governed in all respects by California law (excluding
choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in Marin
County. Both parties hereby waive their rights under California Code of Civil Procedure Section
394 to file a motion to transfer any action or proceeding arising out of the Contract Documents to
another venue.
IN WITNESS WHEREOF the parties have executed this Agreement in quadruplicate the day and year
first above written.
OWNER: CONTRACTOR:
CVE Contracting Group, Inc. DBA Central Valley
CITY OF SAN RAFAEL Environmental - Tim Williamson
[Contractor's name]
City of San Rafael AGREEMENT 00 52 13 - 4 of 5
Essential Facilities Demolition Project—
Public Safety Center
By: M
Ji S\ch City M age
Attest:
� e-- '24,
z�
Esther C Beirne, City Clerk
Approve as to form:
` Q
Robert F. Epstein, City Ati orney
By:
Signature
President / CEO
Title
-END OF SECTION -
City of San Rafael AGREEMENT 00 52 13 - 5 of 5
Essential Facilities Demolition Project—
Public Safety Center
00 65 36 - GUARANTY
TO THE CITY OF SAN RAFAEL for construction of
City of San Rafael Essential Facilities Demolition Project — Public Safety Center
The undersigned guarantees all construction performed on this Projects and also guarantees all material and
equipment incorporated therein.
Contractor hereby grants to City of San Rafael for a period of one year following the date of Final Completion, or
such longer period specified in the Contract Documents, its unconditional warranty of the quality and adequacy of
all of the Work including, without limitation, all labor, materials and equipment provided by Contractor and its
Subcontractors of all tiers in connection with the Work.
Neither final payment nor use or occupancy of the Work performed by the Contractor shall constitute an
acceptance of Work not done in accordance with this Guaranty or relieve Contractor of liability in respect to any
express warranties or responsibilities for faulty materials or workmanship. Contractor shall remedy any defects in
the Work and pay for any damage resulting therefrom, which shall appear within one year, or longer if specified,
from the date of Final Completion.
If within one year after the date of Final Completion, or such longer period of time as may be prescribed by laws
or regulations, or by the terms of Contract Documents, any Work is found to be defective, Contractor shall
promptly, without cost to City of San Rafael and in accordance with City of San Rafael written instructions, correct
such defective Work. Contractor shall remove any defective Work rejected by City of San Rafael and replace it
with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the
work of others resulting therefrom. If Contractor fails to promptly comply with the terms of such instructions, or in
an emergency where delay would cause serious risk of loss or damage, City of San Rafael may have the
defective Work corrected or the rejected Work removed and replaced. Contractor shall pay for all claims, costs,
losses and damages caused by or resulting from such removal and replacement. Where Contractor fails to
correct defective Work, or defects are discovered outside the correction period, City of San Rafael shall have all
rights and remedies granted by law.
Inspection of the Work shall not relieve Contractor of any of its obligations under the Contract Documents. Even
though equipment, materials, or Work required to be provided under the Contract Documents have been
inspected, accepted, and estimated for payment, Contractor shall, at its own expense, replace or repair any such
equipment, material, or Work found to be defective or otherwise not to comply with the requirements of the
Contract Documents up to the end of the guaranty period.
All abbreviations and definitions of terms used in this Agreement shall have the meanings set forth in the Contract
Documents, including, without means of limitation, Section 014200 (References and Definitions).
The foregoing Guaranty is in addition to any other warranties of Contractor contained in the Contract Documents,
and not in lieu of, any and all other liability imposed on Contractor under the Contract Documents and at law with
respect to Contractor's duties, obligations, and performance under the Contract Documents. In the event of any
conflict or inconsistency between the terms of this Guaranty and any warranty or obligation of the Contractor
under the Contract Documents or at law, such inconsistency or conflict shall be resolved in favor of the higher
level of obligation of the Contractor.
CVE Contracting Group, Inc. DBA Central Valley Environmental 4263 N Selland Ave.
F' Address
Fresno, Ca. 93722
Sig ature City/State/Zip
Tim Williamson - President 9/6/2017
Name and Title Date
-END OF SECTION -
City of San Rafael GUARANTY 00 65 36 - 1 of 1
Essential Facilities Demolition Project —
Public Safety Center
Bond No.: 106732975
Premium: $13,953.00
00 6113 - CONSTRUCTION PERFORMANCE BOND
THIS CONSTRUCTION PERFORMANCE BOND ('Bond") is dated 9/7/2017 , is in the penal
sum of
Nine Hundred Thirtv Seven Thousand Dollars and 00/100
[which is one
hundred percent of the Contract Price], and is entered into by and between the parties listed below to
ensure the faithful performance of the Construction Contract listed below. This Bond consists of this page
and the Bond Terms and Conditions, paragraphs 1 through 12, attached to this page. Any singular
reference to **SEE BELOW** ("Contractor"),
Travelers Casualtv and Suretv Companv of America ("Surety"), City of San Rafael ("City of San Rafael") or
other party shall be considered plural where applicable.
**CVE Contracting Group, Inc. dba Central Valley Environmental**
CONTRACTOR: SURETY:
CVE Contracting Group, Inc. dba Central Valley Environmental Travelers Casualtv and Suretv Comoanv of America
Name
4263 N. Selland Ave.
Address
Fresno, CA 93722
City/State/Zip
CONSTRUCTION CONTRACT:
Name
11070 White Rock Road, Ste. 130
Principal Place of Business
Rancho Cordova, CA 95670
City/State/Zip
CITY OF SAN RAFAEL, Essential Facilities Demolition Project — Public Safety Center
Located at 1400 51' Avenue, San Rafael, California, 94901
DATED September 6 2017 in the Amount of $ $937.000.00 (the "Penal Sum")
CONTRACTOR AS PRINCIPAL SURETY TravelerFLC;ualty and Suret Company of America
Company: (Corp. Seal) Company: (Corp.
CVE Contractin Group, Inc. d entral Valley Environmental _ �
Signature..__. Signature:
Named Title: AA �I1%�Name and Title: QQdyLy go,Attornev-in-Fact
Q
BOND TERMS AND CONDITIONS
1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to City of San Rafael for the complete and proper
performance of the Construction Contract, which is incorporated herein by reference.
If Contractor completely and properly performs all of its obligations under the Construction
Contract, Surety and Contractor shall have no obligation under this Bond.
3. If there is no City of San Rafael Default, Surety's obligation under this Bond shall arise after:
3.1 City of San Rafael has declared a Contractor Default under the Construction Contract
pursuant to the terms of the Construction Contract; and
3.2 City of San Rafael has agreed to pay the Balance of the Contract Sum:
City of San Rafael CONSTRUCTION PERFORMANCE BOND 00 61 13 - 1 of 4
Essential Facilities Demolition Project —
Public Safety Center
3.2.1 To Surety in accordance with the terms of this Bond and the Construction Contract;
or
3.2.2 To a contractor selected to perform the Construction Contract in accordance with the
terms of this Bond and the Construction Contract.
4. When City of San Rafael has satisfied the conditions of paragraph 3, Surety shall promptly (within
30 days) and at Surety's expense elect to take one of the following actions:
4.1 Arrange for Contractor, with consent of City of San Rafael, to perform and complete the
Construction Contract (but City of San Rafael may withhold consent, in which case the
Surety must elect an option described in paragraphs 4.2, 4.3 or 4.4, below); or
4.2 Undertake to perform and complete the Construction Contract itself, through its agents or
through independent contractors; provided, that Surety may not select Contractor as its
agent or independent contractor without City of San Rafael consent; or
4.3 Undertake to perform and complete the Construction Contract by obtaining bids from
qualified contractors acceptable to City of San Rafael for a contract for performance and
completion of the Construction Contract, and, upon determination by City of San Rafael of
the lowest responsible bidder, arrange for a contract to be prepared for execution by City of
San Rafael and the contractor selected with City of San Rafael concurrence, to be secured
with performance and payment bonds executed by a qualified surety equivalent to the
bonds issued on the Construction Contract; and, if Surety's obligations defined in
paragraph 6, below, exceed the Balance of the Contract Sum, then Surety shall pay to City
of San Rafael the amount of such excess; or
4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor
and with reasonable promptness under the circumstances, and, after investigation and
consultation with City of San Rafael, determine in good faith its monetary obligation to City
of San Rafael under paragraph 6, below, for the performance and completion of the
Construction Contract and, as soon as practicable after the amount is determined, tender
payment therefore to City of San Rafael with full explanation of the payment's calculation.
If City of San Rafael accepts Surety's tender under this paragraph 4.4, City of San Rafael
may still hold Surety liable for future damages then unknown or unliquidated resulting from
the Contractor Default. If City of San Rafael disputes the amount of Surety's tender under
this paragraph 4.4, City of San Rafael may exercise all remedies available to it at law to
enforce Surety's liability under paragraph 6, below.
5. If Surety does not proceed as provided in paragraph 4, above, then Surety shall be deemed to be
in default on this Bond ten days after receipt of an additional written notice from City of San
Rafael to Surety demanding that Surety perform its obligations under this Bond. At all times City
of San Rafael shall be entitled to enforce any remedy available to City of San Rafael at law or
under the Construction Contract including, without limitation, and by way of example only, rights
to perform work, protect work, mitigate damages, and advance critical work to mitigate schedule
delay, or coordinate work with other consultants or contractors.
6. Surety's monetary obligation under this Bond is limited by the Amount of this Bond identified
herein as the Penal Sum. This monetary obligation shall augment the Balance of the Contract
Sum. Subject to these limits, Surety's obligations under this Bond are commensurate with the
obligations of Contractor under the Construction Contract. Surety's obligations shall include, but
are not limited to:
6.1 The responsibilities of Contractor under the Construction Contract for completion of the
Construction Contract and correction of defective work;
City of San Rafael CONSTRUCTION PERFORMANCE BOND 0061 13 - 2 of 4
Essential Facilities Demolition Project —
Public Safety Center
6.2 The responsibilities of Contractor under the Construction Contract to pay liquidated
damages, and for damages for which no liquidated damages are specified in the
Construction Contract, actual damages caused by non-performance of the Construction
Contract including, but not limited to, all valid and proper back charges, offsets, payments,
indemnities, or other damages;
6.3 Additional legal, design professional and delay costs resulting from Contractor Default or
resulting from the actions or failure to act of the Surety under paragraph 4, above (but
excluding attorney's fees incurred to enforce this Bond).
No right of action shall accrue on this Bond to any person or entity other than City of San Rafael
or its successors or assigns.
Surety hereby waives notice of any change, alteration or addition to the Construction Contract or
to related subcontracts, purchase orders and other obligations, including changes of time. Surety
consents to all terms of the Construction Contract, including provisions on changes to the
Contract. No extension of time, change, alteration, modification, deletion, or addition to the
Contract Documents, or of the work required there under, shall release or exonerate Surety on
this Bond or in any way affect the obligations of Surety on this Bond.
Any proceeding, legal or equitable, under this Bond shall be instituted in the courts of the County
of Marin. Communications from City of San Rafael to Surety under paragraph 3.1 of this Bond
shall be deemed to include the necessary agreements under paragraph 3.2 of this Bond unless
expressly stated otherwise.
10. All notices to Surety or Contractor shall be mailed or delivered (at the address set forth on the
signature page of this Bond), and all notices to City of San Rafael shall be mailed or delivered as
provided in Section 00 52 13 (Agreement). Actual receipt of notice by Surety, City of San Rafael
or Contractor, however accomplished, shall be sufficient compliance as of the date received at
the foregoing addresses.
11. Any provision in this Bond conflicting with any statutory or regulatory requirement shall be
deemed deleted here from and provisions conforming to such statutory requirement shall be
deemed incorporated herein.
12. Definitions.
12.1 Balance of the Contract Sum: The total amount payable by City of San Rafael to Contractor
pursuant to the terms of the Construction Contract after all proper adjustments have been
made under the Construction Contract, for example, deductions for progress payments
made, and increases/decreases for approved modifications to the Construction Contract.
12.2 Construction Contract: The agreement between City of San Rafael and Contractor
identified on the signature page of this Bond, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Material failure of Contractor, which has neither been remedied nor
waived, to perform or otherwise to comply with the terms of the Construction Contract
including, but not limited to, "default" or any other condition allowing a termination for cause
as provided in Section 00 72 13 (General Conditions).
12.4 City of San Rafael Default: Material failure of City of San Rafael, which has neither been
remedied nor waived, to pay Contractor progress payments due under the Construction
Contract or to perform other material terms of the Construction Contract, if such failure is
the cause of the asserted Contractor Default and is sufficient to justify Contractor
termination of the Construction Contract.
City of San Rafael CONSTRUCTION PERFORMANCE BOND 0061 13 - 3 of 4
Essential Facilities Demolition Project —
Public Safety Center
-END OF SECTION -
City of San Rafael CONSTRUCTION PERFORMANCE BOND 0061 13 - 4 of 4
Essential Facilities Demolition Project —
Public Safety Center
CALIFORNIA ALL-PURPOSE 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 )
ss
County of Fresno )
On �i , before me, Bonnie Gonzalez, Notary Public, personally appeared
Cody Lvman , who proved to me on the basis of satisfactory evidence to be the persons}
whose name{4 is/afe subscribed to the within instrument and acknowledged to me that
he/she/theyexecuted the same in his/4efA4e4f authorized capacity�e4, and that by
his/heF/theFF signature4&} on the instrument the person{}, or the entity upon behalf of which
the persont4 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.
BONNIE GONZALEZ
NOTARY PUBLIC - CALIFORNIA
COMMISSION # 2202238
FRESNO COUNTY
aN Y^ My Comm. Exp. July 12, 2021
(Seal)
Signaturre��
Bonni'Xonzalez, Notary Publ
CALIFORNIA ALL-PURPOSE 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
On \ before me, \ ev-,�i L-Rwc-AP �� y �l'�bl
��'C
Date Helie Inert Name a Title of the Officer
personally appeared r l` M �J�J i k �1 G\msr)(
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(4 whose name(Sf is/a*
subscribed to the within instrument and acknowledged to me that he/sy<WtIWy executed the same in
his/h*/th,<ir authorized capacity(), and that by his/hXtr/tl it signatureWon the instrument the person*,
or the entity upon behalf of which the personK 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.
TIFFANY L. FAKEY
Commission * 2139413
iNotary Public - California Z Sign ture
Z Fresno County Signa t of Notary Public
Mr Comm. Expires Jan 7, 2020 1
I
Place Notary Seal Above
OPTIONAL
Though this section is 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:
Signer(s) Other Than Named Above
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — Limited General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
'—' Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — Limited General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
F Other:
Signer Is Representing:
��.�w•-cw�;cw�ct=���-��-�.w�c���.�<-%`.�-..�.�.�c�www��.a���c;�.w�.c.�-v��www�:`c.�,�.ws
©2016 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
WARNING: THIS POWER OF ATTORNEY IS INVALID WIYHOIJT THE RED BORDER
Imo. POWER OF ATTORNEY
TRAVELERS1 Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 2227966
Certificate No. 006955708
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
John C. Day, Steven P. Edwards, Lyn Genito, Bonnie Gonzalez, and Cody Lyman
of the City of Fresno , State of California , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th
day of August 2016
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surely Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
<tl- OR �s 4,: •..--... y11
O' 1951 sen ` �vSSAI.n � w CONN. n s cau� e 1896
ie:..�n
By�
D
Robert L. Raney, Senior Vice President
On this the 25th day of August 2016 before me personally appeared Robert L. Ramey, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•T�
In Witness Whereof, I hereunto set my hand and official seal. ilpTAJ? W w"_ 1. V�
My Commission expires the 30th day of June, 2021. AIIBUG # Marie C. Tetrr„\,lt, Notaq Public
ft
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
! and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
i
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of c� /���' 20 L
�(sr
.
Kevin E. Hughes, Assistant Sec tary
GFS(l,�t yY F1RE y. O�1N �„^N•.i'`\ JPy INSUgq �JR�SY gkOS �Fyp wy(�, c.S-. �fY�
=O31982 O '�9%7 ='�'r' "{ i f a ' a HANTFOPD, < 1 FY{RIF'pN0.
r 1951 N'� • 5 E A L °o : �'•�y`�SBAL:'e
ry � RN �i � a.r� F d......_• 'L f a . �sy �
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Bond No.. 106732975
Premium. Included in
Performance Bond
00 6116 - CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND
THIS CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND ('Bond") is dated 9/7/2017
is in the penal sum of
Nine Hundred Thirtv Seven Thousand Dollars and 00/100
[one hundred percent of the Contract Price], and is entered into by and between the parties listed below
to ensure the payment of claimants under the Construction Contract listed below. This Bond consists of
this page and the Bond Terms and Conditions, paragraphs 1 through 13, attached to this page. Any
singular reference to * SEE BELOW" ("Contractor"),
Travelers Casualty and Surety Company of America ("Surety"), the City of San Rafael ("City of San
Rafael") or other party shall be considered plural where applicable.
"CVE Contracting Group, Inc. dba Central Valley Environmental"
CONTRACTOR: SURETY:
CVE Contractinq Group, Inc. dba Central Valley Environmental Travelers Casualty and Surety Company of America
Name Name
426Pllanri Avp
Address
Fresno, CA 93722
City/State/Zip
CONSTRUCTION CONTRACT:
11070 White Rock Road, Ste. 130
Principal Place of Business
Rancho Cordova, CA 95670
City/State/Zip
City of San Rafael Essential Facilities Demolition Project — Public Safety Center
at San Rafael, California.
DATED September 2017 in the Amount of $ $937.000.00 (the "Penal
Sum")
CONTRACTOR AS PRINCIPAL SURETY Travelers. sualty and Surety Company of America
Company: (Corp. Seal) Company: (Corp. al)
CVE ContractingGroup. Inc. dba.�entral Valley Environmental
Signature:�Signature:
Naand Title: M l a m-rOrt Name and Title: Codv L an. A nev-in-Fact
A"
BOND TERMS AND CONDITIONS
Contractor and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to City of San Rafael and to Claimants, to pay for labor,
materials and equipment furnished for use in the performance of the Construction Contract, which
is incorporated herein by reference.
With respect to City of San Rafael, this obligation shall be null and void if Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants; and
2.2 Defends, indemnifies and holds harmless City of San Rafael from all claims, demands,
liens or suits by any person or entity who furnished labor, materials or equipment for use
in the performance of the Construction Contact, provided City of San Rafael has promptly
notified Contractor and Surety (at the address set forth on the signature page of this
Bond) of any claims, demands, liens or suits and tendered defense of such claims,
demands, liens or suits to Contractor and Surety, and provided there is no City of San
Rafael Default.
City of San Rafael CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND 00 61 16 - 1 of 3
Essential Facilities Demolition Project —
Public Safety Center
With respect to Claimants, this obligation shall be null and void if Contractor promptly makes
payment, directly or indirectly through its Subcontractors, for all sums due Claimants. If
Contractor or its Subcontractors, however, fail to pay any of the persons named in Section 8004
of the California Civil Code, or amounts due under the Unemployment Insurance Code with
respect to Work or labor performed under the Contract, or for any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages
of employees of Contractor or Subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code, with respect to such Work and labor, then Surety shall pay for the same, and
also, in case suit is brought upon this Bond, a reasonable attorney's fee, to be fixed by the court.
4. Consistent with the California law, Civil Code §8000, et seq., Surety shall have no obligation to
Claimants under this Bond unless the Claimant has satisfied all applicable notice requirements.
5. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond
shall be credited for any payments made in good faith by Surety under this Bond.
6. Amounts due Contractor under the Construction Contract shall be applied first to satisfy claims, if
any, under any Construction Performance Bond and second, to satisfy obligations of Contractor
and Surety under this Bond.
7. City of San Rafael shall not be liable for payment of any costs, expenses, or attorney's fees of
any Claimant under this Bond, and shall have under this Bond no obligations to make payments
to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond.
8. Surety hereby waives notice of any change, including changes of time, to the Construction
Contract or to related subcontracts, purchase orders and other obligations. Surety further hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Construction Contract, or to the Work to be performed there under, or materials or equipment to
be furnished there under or the Specifications accompanying the same, shall in any way affect its
obligations under this Bond, and it does hereby waive any requirement of notice or any such
change, extension of time, alteration or addition to the terms of the Construction Contract or to
the Work or to the Specifications or any other changes.
Suit against Surety on this Bond may be brought by any Claimant, or its assigns, at any time after
the Claimant has furnished the last of the labor or materials, or both, but, per Civil Code §9558,
must be commenced before the expiration of six months after the period in which stop notices
may be filed as provided in Civil Code §8508.
10. All notices to Surety or Contractor shall be mailed or delivered (at the address set forth on the
signature page of this Bond), and all notices to City of San Rafael shall be mailed or delivered as
provided in Section 00 52 13 (Agreement). Actual receipt of notice by Surety, City of San Rafael
or Contractor, however accomplished, shall be sufficient compliance as of the date received at
the foregoing addresses.
11. This Bond has been furnished to comply with the California Law including, but not limited to, Civil
Code §9500, et seq. Any provision in this Bond conflicting with said statutory requirements shall
be deemed deleted here from and provisions conforming to such statutory or other legal
requirements shall be deemed incorporated herein. The intent is that this Bond shall be
construed as a statutory bond and not as a common law bond.
12. Upon request by any person or entity appearing to be a potential beneficiary of this Bond,
Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made.
13. Definitions.
City of San Rafael CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND 0061 16 - 2 of 3
Essential Facilities Demolition Project —
Public Safety Center
13.1 Claimant: An individual or entity having a direct contract with Contractor or with a
Subcontractor of Contractor to furnish labor, materials or equipment for use in the
performance of the Contract, as further defined in California Civil Code §8004. The intent
of this Bond shall be to include without limitation in the terms 'labor, materials or
equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or
rental equipment used in the Construction Contract, architectural and engineering
services required for performance of the Work of Contractor and Contractor's
Subcontractors, and all other items for which a stop notice might be asserted.
13.2 Construction Contract: The agreement between City of San Rafael and Contractor
identified on the signature page of this Bond, including all Contract Documents and
changes thereto.
13.3 City of San Rafael Default: Material failure of City of San Rafael Administrative Office,
which has neither been remedied nor waived, to pay the Contractor as required by the
Construction Contract, provided that failure is the cause of the failure of Contractor to pay
the Claimants and is sufficient to justify termination of the Construction Contract.
-END OF SECTION -
City of San Rafael CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND 0061 16 - 3 of 3
Essential Facilities Demolition Project —
Public Safety Center
CALIFORNIA ALL-PURPOSE 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 )
ss
County of Fresno )
On '9��/ZD/ijr before me, Bonnie Gonzalez, Notary Public, personally appeared
Codv Lvman , who proved to me on the basis of satisfactory evidence to be the person
whose name{4 is/-a� subscribed to the within instrument and acknowledged to me that
he/she/theyexecuted the same in his/h,.% authorized capacitykie4, and that by
his/#ef/theif signaturek4 on the instrument the personk4, or the entity upon behalf of which
the person{s4 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.
BONNIE GONZALEZ
` NOTARY PUBLIC - CALIFORNIA y
® COMMISSION # 2202238
• FRESNO COUNTY
N` My Comm. Exp. July 12. 2021
(Seal)
Signature
Bonnie onzalez, Notary Public
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
�-. n7r_VX 4
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
On C�Abefore me, \ ���_ IAC ,i'7��
Date ��. r Insert•• Name a itle of th icer
personally appeared � l.J� J t' (( ! Cl /1(190r)
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person*_whose name(* is/ate
subscribed to the within instrument and acknowledged to me that he/sib/thdy executed the same in
his/fir/th rr authorized capacity6s), and that by his/*r/ttWr signature('N'Un the instrument the person(,
or the entity upon behalf of which the persor�*) acted, executed the instrument.
Place Notary Seal Above
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.
Sign ture `
Signat e otary Public
OPTIONAL
Though this section is 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:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
n Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
©2016 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
TIFFANY L. PARLEY
AnkCommission # 2139413
< Notary Public - California
=
z
= Fresno County
M� Comm. Expires Jan 7. 2020
Place Notary Seal Above
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.
Sign ture `
Signat e otary Public
OPTIONAL
Though this section is 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:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
n Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
©2016 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
-;Ak POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 227966
Certificate No. 006955706
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
John C. Day, Steven P. Edwards, Lyn Genito, Bonnie Gonzalez, and Cody Lyman
of the City of Fresno , State of__._ California , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedin,s allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th
day of August 2016
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul. Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surely Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
❑ o�°�Lr �. ,.t�°"'°''y G �� >P ffff��@i �.yy �c.: .L'. p � 4 r pS
982' O Si 7� PiCOggpRAttaL m fJfL�pr�R��� :WrG�RPONAl�::�j.i u i
(HAHfFOf�, S c�
SERL.o, v=.SEAL:: W CONN. o '\'•,.
bey � tiN, ! � ti>�r, iee ec yv'-•... ...+p•PJ i'yp-�. ,,:de >` ,ea f !`'� �O-•
`tan,,,M:,w� 'yaS,.` Ate! \s�_... r•" 1 �a �+ � AtN�
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 25th day of August 2016 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•T�
In Witness Whereof, I hereunto set my hand and official seal. t1QAr
My Commission expires the 30th day of June, 2021. t4 '0l/81Marie C. Tetreault, Notary Public
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.tl
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof' is tiled in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �� day of ��^' �L—� 20 A
Kevin E. Hughes, Assistant Sec��tary
,�JG,'�,AYS U.I�T-y`N""' �,• ' �F\A� ' �D��µ I_ GN �AP{ INSU.Vq SJR FF' 4Np S ��yp
L� rcT
. 3 imm 9
`oi w NnrtrFoeo, R0. 1696
G . �+ 195 N $GAL 'o asCONN. n CONN c NO•�
�tSEAL;'3
s... �..:.. Edi Fa+°e \",y �•� �r+i� ��3'1 AtN
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CVECONT-01 EBARTSCH
ACORO D/YYYY)
E (MMID
CERTIFICATE OF LIABILITY INSURANCE DATE
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 be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Elaine Bartsch
Fresno CSG-Alliant Insurance Services, Inc.iI H NE Ext): IFA (AIC, No):
9 E. River Park Place East Ste 310 I E-MAIL
Fresno, CA 93720 I ADDRESS: ebartsch@alliant.com
INSURER(S) AFFORDING COVERAGE NAIC #
INSURERA:Arch Specialty Insurance Company 21199
INSURED INSURER B: Zurich American Insurance Company 16535
CVE Contracting Group, Inc. DBA: Central Valley I INSURER C
Environmental
4263 N. Selland Avenue I INSURER D:
Fresno, CA 93722 I INSURER E:
I INSURER F: I
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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 ADUL SUBM POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DDIYYYYI (MMIDDIYYYY) LIMITS
A X COMMERCIAL GENERAL LIABILITY `EACH OCCURRENCE $ 1,000,000
CLAIMS -MADE M OCCUR X
X 12EMPOS30403
08/01/2017
08/01/20181 DAMAGE TU RENTED
PREMISES (Ea occurrence)
S 50,0001
MED EXP (Any one person)
$ 5,0001
PERSONAL 8 ADV INJURY
S 1,000,0001
GEN'L AGGREGATE LIMIT APPLIES PER
I GENERAL AGGREGATE
$ 2,000,0001
POLICY M JECT F LOC
I PRODUCTS - COMP/OP AGG
5 2,000,0001
X
I OTHER applies to GL only
POLL PROF LIAB
S 1,000,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
CO accident)
S 1,000,000
_
B X ANY AUTO X
X BAP017629303
08/0112017
08/01/2018 1 BODILY INJURY (Per person)
S
ALL OWNED
SCHEDULED
1 BODILY INJURY (Per accident)
5
AUTOS
AUTOS
NON -OWNED
PROPERTY DAMAGE
S
_ HIRED AUTOS
AUTOS
(Peraccident)
S
UMBRELLA LIABOCCUR
EACH OCCURRENCE
S 8,000,000
A X EXCESS LIAR CLAIMS -MADE X
X 12EMX0560701
08/01/2017
08/01/2018 I AGGREGATE
S 1
DED I I RETENTION $
Aggregate
S 8,000,000
WORKERS COMPENSATIONX
I STATUTE I I ETPER H
AND EMPLOYERS' LIABILITY
B ANY PROPRIETOR/PARTNER/EXECUTIVE YINN / A
OFFICER/MEMBER EXCLUDED?
X WC018075002
08/0112017
08/01/2018 I E.L. EACH ACCIDENT
S 1,000,0001
(Mandatory In NH)
I E.L. DISEASE - EA EMPLOYEE
S 1,000,0001
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
S 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 1f more space Is required)
RE: Essential Facilities Demolition Project -Public Safety Center, 1039 C Street, San Rafael, CA - Fire Station 51, Community Development Blue House &
Parking Enforcement Office Trailer
City of San Rafael, its officers, agents, employees and volunteers; the State of California; Construction Manager(s); Project Manager(s), Inspector(s) and
Architect(s) are included as additional insureds per policy forms attached. Excess Liability coverage is following form over General Liability, Pollution
Liability, Automobile Liability, and Employer's Liability coverages.
Endorsement(s) Attached:
General Liability Additional Insured including Completed Operations and Primary
SEE ATTACHED ACORD 101
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Ci of San Rafael THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City ACCORDANCE WITH THE POLICY PROVISIONS.
c/o Jamie Milliner
1400 Fifth Avenue
San Rafael, CA 94901 AUTHORIZED REPRESENTATIVE
@ 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID: CVECONT-01 EBARTSCH
LOC #: 1 _
ACORO
ADDITIONAL REMARKS SCHEDULE Page 1 of 1
AGENCY NAMEDINSURED
Fresno CSG-Alliant Insurance Services, Inc. CVE Contracting Group, Inc. DBA: Central Valley Environmental
4263 N. Selland Avenue
POLICY NUMBER Fresno, CA 93722
SEE PAGE 1
CARRIER NAIC CODE
SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance
Description of Operations/LocationsNehicies:
General Liability Waiver of Subrogation
Automobile Liability Additional Insured
Automobile Liability Primary
Automobile Liability Waiver of Subrogation
Workers' Compensation Waiver of Subrogation
Cancellation Provisions
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 33
NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT
This endorsement is used to add the following to Part Six of the policy.
PART SIX
CONDITIONS
A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail
or deliver a copy of such written notice of cancellation to the name and address corresponding to each person
or organization shown in the Schedule below. Notification to such person or organization will be provided at
least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer
number of days notice if indicated in the Schedule below.
B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of
such written notice of cancellation to the name and address corresponding to each person or organization
shown in the Schedule below at least 10 days prior to the effective date of such cancellation.
C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient
proof of such notice.
SCHEDULE
Name and Address of Other Person(s) / Number of Days Notice:
Organization (s):
City of San Rafael
Attn: Eric Davis 30
1400 Fifth Avenue
San Rafael, CA 94901
All other terms and conditions of this policy remain unchanged.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsemt EEff ctive 08/1/2017 Poli ��NN WC018075002 Endorsement No.
Insured nE 8ontracting Group, Inc. dba: CentraMR&y Environmental Premium $
Insurance Company Zurich American Insurance Company
WC 99 06 33
(Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance, Inc. with its permission. Page 1 of 1
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY
WC 04 03 06 (Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a
different date is indicated below.
(The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.)
This endorsement, effective on August 1, 2017 at 12:01 A.M. standard time, forms a part of
(DATE)
Policy No. WC018075002 Endorsement No.
of the Zurich American Insurance Company
(NAME OF INSURANCE COMPANY)
issued to CVE Contracting Group, Inc. dba: Central Valley Environmental; CVE NB Contracting Group, Inc. dba:
Central Valley Environmental
ALLIANT INSURANCE SERVICES, INC.
Premium (if any) $
Authorized Representative
We have the right to recover our payments from anyone liable for an injury covered by this policy We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be 0.0% of the California workers' compensation premium
otherwise due on such remuneration.
Schedule
Person or Organization Job Description
ALL PERSONS AND/OR ORGANIZATIONS
THAT ARE REQUIRED BY WRITTEN CONTRACT OR
AGREEMENT WITH THE INSURED, EXECUTED PRIOR
TO THE ACCIDENT OR LOSS, THAT WAIVER OF
SUBROGATION BE PROVIDED UNDER THIS POLICY
FOR WORK PERFORMED BY YOU FOR THAT PERSON
OR ORGANIZATION.
WC 252 (4-84)
WC 04 03 06 (Ed. 4-84) Page 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF SUBROGATION- SPECIFIC PERSON OR ORGANIZATION
ENDORSEMENT
This endorsement modifies insurance provided under the Environmental Multiline Policy
In consideration of the premium charged, it is hereby agreed that SECTION V, Conditions, paragraph 13.
Subrogation is amended to include the following:
We agree to waive this right of subrogation against the person or organization shown in the Schedule
below to the extent that you had, prior to an OCCURRENCE or CLAIM, a written agreement to waive
such rights.
Schedule
Name of Person or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU
PERFORM WORK UNDER A WRITTEN CONTRACT THAT
REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US.
THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO
THE DATE OF THE LOSS OCCURRENCE.
All other terms and conditions of this Policy remain unchanged.
Policy Number: 12 EMP 05304 03
Named Insured: CVE CONTRACTING GROUP, INC.; CVE NB CONTRACTING GROUP, INC.
DBA CENTRAL VALLEY ENVIRONMENTAL
This endorsement is effective on the inception date of this Policy unless otherwise stated herein:
Endorsement Effective Date: 8/1/2017
00 EMP0052 00 05 04 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
NOTICE OF CANCELLATION OR MATERIAL CHANGE
This endorsement modifies insurance provided under the Environmental Multiline Policy
In consideration of the premium charged, it is hereby agreed that the Policy is amended by the following
additions:
1. The following is added to Section V, COMMON CONDITIONS:
We shall provide 30 days written notice (except 10 days for non payment of premium) prior to a
MATERIAL CHANGE OF POLICY TERMS or Cancellation of the Policy to
CITY OF SAN RAFAEL
1400 FIFTH AVENUE
SAN RAFAEL. CA 94901
2. The following is added to Section VII, DEFINITIONS:
MATERIAL CHANGE OF POLICY TERMS means a change of the Declarations regarding:
a. A change in the POLICY PERIOD, or
b. A removal of a Coverage Section, or
c. A removal of any Named Insured or Insured specifically identified by name in the policy, or
d. A reduction of the amount of Limits of Liability, which reduction is not the result of payment of
CLAIMS or CLAIM EXPENSES, or
e. A reduction in the amount of the Policy Aggregate, which reduction is not the result of payment
of CLAIMS or CLAIM EXPENSES.
All other terms and conditions of this Policy remain unchanged.
Issued By: Arch Specialty Insurance Company
AdditionalPremium:
EndorsementNumber:
Policy Number: 12 EMP 0530403 Named Insured: CVE CONTRACTING GROUP, INC.; CVE NB
CONTRACTING GROUP, INC. D/B/A CENTRAL VALLEY ENVIRONMENTAL
This endorsement is effective on the inception date of this Policy unless otherwise stated herein:
Endorsement Effective Date: 8/1/2017
00 EMP0068 00 08 04 Page 1 of 1
INSURED: CVE Contracting Group, Inc. dba: Central Valley Environmental; CVE NB Contracting Group, Inc. dba: Central Valley Environmental
POLICY NUMBER: BAP017629303 COMMERCIAL AUTO
TERM: 8/1/2017 to 8/1/2018 CA 04 44 9013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: CVE Contracting Group, Inc.
Endorsement Effective Date: 08/01/2017
SCHEDULE
Names) Of Person(s) Or Organization(s):
Any person or organization to whom or which you are required to provide additional insured status or additional
insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to
loss, except where such contract or agreement is prohibited by law.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident" or the 'loss" under a contract with
that person or organization.
CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
Wolters Kluwer Financial Services I Uniform Forms'"
INSURED: CVE Contracting Group, Inc. dba Central Valley Environmental
CVE NB Contracting Group, Inc. dba Central Valley Environmental
POLICY #BAP017629303
TERM: 8/1/2017 to 8/1/2018
4. Loss Payment — Physical Damage
Coverages
At our option, we may:
a. Pay for, repair or replace damaged or
stolen property;
b. Return the stolen property, at our expense.
We will pay for any damage that results to
the "auto" from the theft; or
c. Take all or any part of the damaged or
stolen property at an agreed or appraised
value.
If we pay for the "loss", our payment will
include the applicable sales tax for the
damaged or stolen property.
5. Transfer Of Rights Of Recovery Against
Others To Us
If any person or organization to or for whom we
make payment under this Coverage Form has
rights to recover damages from another, those
rights are transferred to us. That person or
organization must do everything necessary to
secure our rights and must do nothing after
"accident" or "loss" to impair them.
B. General Conditions
1. Bankruptcy
Bankruptcy or insolvency of the "insured" or the
"insured's" estate will not relieve us of any
obligations under this Coverage Form.
2. Concealment, Misrepresentation Or Fraud
This Coverage Form is void in any case of
fraud by you at any time as it relates to this
Coverage Form. It is also void if you or any
other "insured", at any time, intentionally
conceals or misrepresents a material fact
concerning:
a. This Coverage Form;
b. The covered "auto";
c. Your interest in the covered "auto'; or
d. A claim under this Coverage Form.
3. Liberalization
If we revise this Coverage Form to provide
more coverage without additional premium
charge, your policy will automatically provide
the additional coverage as of the day the
revision is effective in your state.
4. No Benefit To Bailee — Physical Damage
Coverages
We will not recognize any assignment or grant
any coverage for the benefit of any person or
organization holding, storing or transporting
property for a fee regardless of any other
provision of this Coverage Form.
5. Other Insurance
a. For any covered "auto" you own, this
Coverage Form provides primary
insurance. For any covered "auto" you don't
own, the insurance provided by this
Coverage Form is excess over any other
collectible insurance. However, while a
covered "auto" which is a "trailer" is
connected to another vehicle, the Covered
Autos Liability Coverage this Coverage
Form provides for the "trailer" is:
(1) Excess while it is connected to a motor
vehicle you do not own; or
(2) Primary while it is connected to a
covered "auto" you own.
b. For Hired Auto Physical Damage Coverage,
any covered "auto" you lease, hire, rent or
borrow is deemed to be a covered "auto"
you own. However, any "auto" that is
leased, hired, rented or borrowed with a
driver is not a covered "auto".
c. Regardless of the provisions of Paragraph
a. above, this Coverage Form's Covered
—� Autos Liability Coverage is primary for any
liability assumed under an "insured
contract".
d. When this Coverage Form and any other
Coverage Form or policy covers on the
same basis, either excess or primary, we
will pay only our share. Our share is the
proportion that the Limit of Insurance of our
Coverage Form bears to the total of the
limits of all the Coverage Forms and
policies covering on the same basis.
6. Premium Audit
a. The estimated premium for this Coverage
Form is based on the exposures you told us
you would have when this policy began. We
will compute the final premium due when
we determine your actual exposures. The
estimated total premium will be credited
against the final premium due and the first
Named Insured will be billed for the
balance, if any. The due date for the final
premium or retrospective premium is the
date shown as the due date on the bill. If
the estimated total premium exceeds the
final premium due, the first Named Insured
will get a refund.
b. If this policy is issued for more than one
year, the premium for this Coverage Form
will be computed annually based on our
rates or premiums in effect at the beginning
of each year of the policy.
CA 00 01 10 13 © Insurance Services Office, Inc., 2011 Page 9 of 12
a
Notification to Others of Cancellation ZURICH
Policy No. I Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem.
BAP017629303 08/01/2017 08/01/2018 08/11/2017 78971-000
INSURED: CVE Contracting Group, Inc. dba: Central Valley Environmental
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial Automobile Coverage Part
A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of
premium, we will mail or deliver a copy of such written notice of cancellation:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured,
or the longer number of days notice if indicated in the Schedule below.
B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail
or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or
organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation.
C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of
such notice.
SCHEDULE
Name and Address of Other Person(s) /
Organization(s):
City of San Rafael
Attn: Eric Davis
1400 Fifth Avenue
San Rafael, CA 94901
All other terms and conditions of this policy remain unchanged.
Number of Days Notice:
30
U -CA -812-A CW (05/10)
Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED/ PRIMARY COVERAGE
INCLUDING COMPLETED OPERATIONS (COVERAGES A, B, D & F)
This endorsement modifies insurance provided under the Environmental Multiline Policy
It is agreed that Section III - WHO IS AN INSURED is amended to include the following:
Under Coverages A,B,D and F the person or organization shown in the schedule below shall be an
Additional Insured, but only to the extent liability arises out of YOUR WORK for that Additional
Insured and not due to any actual or alleged independent liability of said Additional Insured.
This Endorsement does not apply to BODILY INJURY or PROPERTY DAMAGE arising out of the
sole negligence or willful conduct of, or for defects in design furnished by the Additional Insured.
With respect to the coverage afforded to the Additional Insured, this insurance is primary and non-
contributory, and our obligations are not affected by any other insurance carried by such Additional
Insured whether primary, excess, contingent or on any other basis.
This Endorsement does not increase the Company's limits of liability as specified in the Declarations of
this policy.
Additional Insured:
ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN
CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN
CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE.
All other terms and conditions of this Policy remain unchanged.
Policy Number: 12 EMP 05304 03
Named Insured: CVE CONTRACTING GROUP, INC.; CVE NB CONTRACTING GROUP, INC.
DBA CENTRAL VALLEY ENVIRONMENTAL
This endorsement is effective on the inception date of this Policy unless otherwise stated herein:
Endorsement Effective Date: 8/1/2017
00 EMP0101 00 01 14 1 of 1
INSURED: CVE Contracting Group, Inc. dba: Central Valley Environmental; CVE NB Contracting Group, Inc. dba: Central Valley Environmental
TERM: 8/1/17 to 8/1/18
POLICY NUMBER: BAP017629303 COMMERCIAL AUTO
CA 20 48 02 99
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi,
fied by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision
of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement Effective: 8/1/2017 Countersigned By:
ALLIANT INSURANCE SERVICES, INC.
1 Named Insured:
CVE Contracting Group, Inc. (Authorized Representative)
SCHEDULE
Name of Person(s) or Organization(s):
Any person or organization to whom or which you are required to provide additional insured status or additional
insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to
loss, except where such contract or agreement is prohibited by law.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to the endorsement.)
Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that
person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section Il of
the Coverage Form.
Copyright, Hawaii Insurance Bureau, Inc., 1999
Includes copyrighted material of the
Insurance Services Office Inc., with its permission CA 1028 (2-99)
CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1999 Page 1 of 1
Ti"�"r�' _ .moi- �i ^�i�A�4tlL•l
Vfi
A Rp
-4F
M4
lin A,
it
mt
`
o HISTORIC SWITCH BOARD
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 2
BELL
UPSTAIRS- BY POOL TABLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT
■ FIRE POLE
ALL PARTS & ACCESSORIES
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 4
1.
DOOR & HARDWARE, PAIR OF DOORS
2 IN BEST CONDITION, PROCESS PER HAZIVIAT REPORT PRO IR TO
SALVAGING TO THE CITY
v
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 5
p:
'4
1.
DOOR & HARDWARE, PAIR OF DOORS
2 IN BEST CONDITION, PROCESS PER HAZIVIAT REPORT PRO IR TO
SALVAGING TO THE CITY
v
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 5
m HISTORIC BELL
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 6
CORBELS(FIVE)
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT
r ,' +55• �:y��?!'.'f' ` �r �...i�+"'+. ��1A�,n3";;•:�'i :,yy�r�-i!3y.. :.,. �'%!��..��y.,�.s�
>sy
-,-FLl2-
"P- A . . �` -
y
"I �
a PLAQUE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 9
m TELEPHONE BOX, SIGN & LAMP
I
F4
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 10
® SPIRAL STAIR
ALL PARTS & ACCESSORIES
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 11
kA �
S r.
i
N . � �h' 3�,AiS1 � �. {•'' j �kQ .Lys 4 L Y �; FF •i �- R �`
+� a�t�,w � Stti� � Jf v� s'cr�, s x �le`'i�.r,•"i ""�'�.� . �7
xi �� ��`?•`'�s "£f F- �G'. �r'�i faP x`44 �: �' 7'"x ]a r{r ,r F r.� -.�..t s
� f
ER• Wig: s x
S
IN
^' 1
• �
!e
�'` • ,rylnyr r :S �r^"� � �y''�•d �' 7 , � f 3'. al n.
•.u� n s
5- r, a
FA; s i
�S
t�
1 '
■ LAMP @ FIRE PLOLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 13
"ij;.'?xxe
3 � •�•
�
: of :k.+r7•"u,.�i'Y F•eL $ i::.
�N
Mv y._.
■ LAMP @ FIRE PLOLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 13
ti� ..
f..
.�: /�+ .
�•;
�� ��
��K
.. F, ���
�� �� -
{
w� _, w'
5 �:.5 f
`'�:
F ..
;'•�• -
{ �:
�,:i`.
-.:: .gid .;
i c':
'� ,' �
u,
x.: _
_ ";� <'
! :,l..
�- ` ,r �;
Y,r
l
REDWOOD AT ATTIC
SALVAGE ALL(29) BEAMS @ MIN- 16'-0" LENTH• FOR FIRE
DEPARTMENT= TO BUILD LARGE KITCHEN TABLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 16
r
k
i .�
•Nx
... i lyy-eT
l
REDWOOD AT ATTIC
SALVAGE ALL(29) BEAMS @ MIN- 16'-0" LENTH• FOR FIRE
DEPARTMENT= TO BUILD LARGE KITCHEN TABLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 16
r
l
REDWOOD AT ATTIC
SALVAGE ALL(29) BEAMS @ MIN- 16'-0" LENTH• FOR FIRE
DEPARTMENT= TO BUILD LARGE KITCHEN TABLE
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 16
I
WHITE CABINETS AT DAY ROOM
SAVE TWO, OWNER TO SELECT
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 17
r
f
�
r
�
r
I
d
I
WHITE CABINETS AT DAY ROOM
SAVE TWO, OWNER TO SELECT
PUBLIC SAFETY CENTER DEMOLITION EXHIBIT 17
.1
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Department of Public Works
Project Manager: Jorge Meza
Extension: 916-661-0039
Project Name: Public Safety Center Demolition Project Certificate of Insurance / Performance Bond / Construction Labor and
Material Payment Bond / Agreement / Guaranty
Contractor Name: f VE
Contractor's Contact: Tim Williamson – President / Tiffany Farley – Corp Secretary
Contact's Email: timwecvecorv.com; tiffanyf evecormcom;
Step RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1 Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
enter a date.
N CR
b. Email contract (in Word) & attachments to City
Atty c/o Laraine.Gittens@cityofsanrafael.org
9/5/2017
2 City Attorney
a. Review, revise, and comment on draft agreement
'' 1 j )e tn
1� LAG
and return to Project Manager
_n. ciat
b. Confirm insurance requirements, create Job on
® LAG
PINS, send PINS insurance notice to contractor,1/
t U.
W iPVc date.
3 Project Manager
Forward three (3) originals of final agreement to
❑ CR
contractor for their signature
4 Project Manager
When necessary, * contractor -signed agreement
N N/A
agendized for Council approval
*PSA > $20,000; or Purchase > $35,000; or
Or
❑ CR
Public Works Contract > $125,000
Click here to
Date of Council approval
enter a date.
PRINT
CONTINUE R. dNG PROCESS WITH HARD COPY
5 Project Manager
Forward signed original agreements to City
❑ CR
Attorney with printed copy of this routing form
6 City Attorney
Review and approve hard copy of signed
/� f
agreement
7 City Attorney
Review and approve insurance in PINS, and bondsQ�—
(for Public Works Contracts)
8 City Manager/ Mayor
Agreement executed by Council authorized official
q I/
9 City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager
00 43 93 - BID SUBMITTAL CHECKLIST
1.1 BID INFORMATION
A. Bidder: CVE Contracting Group Inc. dba Central Valley Environmental
B. Prime Contract:
C. Project Name: City of San Rafael Essential Facilities Demolition Project— Public Safety Center
D. Project Location: 1309 5w Avenue, San Rafael, CA 94901
E. Owner: City of San Rafael,
F. Architect: Mary McGrath Architects
H. Construction Manager: Kitchell
1.2 BIDDER'S CHECKLIST
A. In an effort to assist the Bidder in properly completing all documentation required, the following
checklist is provided for the Bidder's convenience. The Bidder is solely responsible for verifying
compliance with bid submittal requirements.
B. Attach this completed checklist to the outside of the Submittal envelope.
® Used the Bid Form provided in the ProjectManual section 00 41 13.
Prepared the Bid Form as required by the Instructions to Bidders.
Indicate on the Bid Form any Addenda received.
[ren Bidder Registration and Safety Experience Form
u Verified that the Bidder can provide Certificates of Insurance in the amounts indicated.
[V] Safety Experience Form
® Non -Collusion Affidavit
® Bidders Certifications
[y� Base Bid Breakdown
EZ Proposed Subcontractors List 00 43 36
Attached to the Bid Form: Bid Bond OR a certified check for the amount required.
Bid envelope shows name and address of the Bidder.'
Bid. envelope shows the Bidder's Contractor's License Number.
Bid envelope shows name of Project being bid.
® Bid envelope shows name of Prime Contract being bid, if applicable.
® Bid envelope shows time and day of Bid Opening.
Bond Accompaning Bid Section 00 4313.
-END OF SECTION -
City of San Rafael BID SUBMITTAL CHECKLIST 00 43 93 -1 of 1
Essential Facilities Demolition Project -
Public Safety Center
00 41 13 - BID FORM
To be submitted as part of bid by the time and date specified in Section 00 21 13 (Instructions to Bidders),
paragraph 1.
CITY OF SAN RAFAEL, ESSENTIAL FACILITIES DEMOLITION PROJECT— PUBLIC SAFETY CENTER
THIS BID IS SUBMITTED BY:
CVE Contracting Group Inc. dba Central Valley Environmental
(Firm/Company Name)
Re: CITY OF SAN RAFAEL, ESSENTIAL FACILITIES DEMOLITION PROJECT—
PUBLIC SAFETY CENTER
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with
the City of San Rafael for the City of San Rafael, Essential Facilities Demolition Project — Public
Safety Center (Project) in the form included in the Contract Documents, Section 00 52 13
(Agreement), to perform and furnish all Work as specified or indicated in the Contract Documents for
the Contract Sum and within the Contract Time indicated in this Bid and in accordance with all other
terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Contract Documents, Section 00 11 16
(Invitation to Bids), and Section 00 21 13 (Instructions to Bidders), including, without limitation, those
dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 Days
after the day of Bid opening.
3. In submitting this Bid, Bidder represents:
(a) Bidder has examined all of the Contract Documents and the following Addenda (receipt of all
of which is hereby acknowledged).
(b) Bidder has visited the Site and performed tasks, reviews, examinations, and analysis and
given notices, regarding the Project and the Site, as set forth in Section 00 52 13
(Agreement), Article 5.
(c) Bidder has received and examined copies of the geotechnical data, existing conditions and
hazardous material surveys listed in Section 00 31 00.
(d) Bidder has given City of San Rafael notice of all conflicts, errors, ambiguities, or
discrepancies that it has discovered in or among the Contract Documents, geotechnical
City of San Rafael BID FORM 00 41 13 - 1 of 4
Essential Facilities Demolition Project -
Public Safety Center
data, existing conditions and hazardous material surveys, and actual conditions. The written
resolution thereof through Addenda issued by City of San Rafael is acceptable to Contractor.
4. Based on the foregoing, Bidder proposes and agrees to fully perform the Work within the time stated
and in strict accordance with the Contract Documents for the following sums of money listed in the
following Schedule of Bid Prices:
SCHEDULE OF BID PRICES
All Bid items must be filled in completely. Section 01 10 00 (Summary of Work) describes the scope of work
to be performed under this contract. Section 0127 00 (Unit Price) describes the scope of work to establish
unit prices. Quote in figures only, unless words are specifically requested.
Bid Prices:
ITEM DESCRIPTION
1. Base Bid: All Work for the
Public Safety Center per
the contract documents.
Grand Total Base Bid
Price:
Grand Total Base Bid Price:
DESCRIPTION
BID
PRICE
G1 31�►000 ov
(Words)
BID
PRICE
ITEM
1. Alternate No. 1: Second ,n)
Story Patio Double Doors fG��
to be salvaged at FS 51
2. Alternate No. 2 — 20 wood
frame double hung
windows to be salvaged at
Blue House
3. Alternate No. 3-2400
square feet of wood lap
siding to be salvaged at
the Blue House
4. Alternate No. 4 —Vintage
Doors Interior/ Exterior to
be salvaged at the Blue
House
,15'060
5. The low bidder will be determined by the Grand Total Base Bid Price for the Demolition of the
Public Safety Center
Alternate pricing will be presented to the San Rafael City Council at the time of contract
approval. City of San Rafael City Council will determine which of the alternates (if any) they will
select and add to the Project.
City of San Rafael BID FORM 0041 13 - 2 of 4
Essential Facilities Demolition Project -
Public Safety Center
Unit Price No. 1 (Backfill for all 2 -sites) per section 01 27 00 $ 1 � Cubic Yard
Unit Price No. 2 (Excavation and Off -haul for all 2 -sites) per section 0127 00 $�'7Cubic Yard
Unit Price No. 3 (Import Fill for all 2 -sites) per section 0127 00 F/Thousand
-leUbic Yard
Unit Price No. 4 (Dewatering) per section 0127 00 $ f ' Gallons
6. The undersigned Bidder understands that City of San Rafael reserves the right to reject this Bid. The
undersigned Bidder acknowledges that City of San Rafael reserves the right to include any or none
of the alternates in the contract.
7. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or
delivered to the undersigned Bidder within the time described in paragraph 2 of this Section 00 41 13
or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver
the documents required by Section 00 21 13 (Instructions to Bidders) within the times specified
therein. These documents include, but are not limited to, Section 00 52 13 (Agreement), Section 00
61 13 (Construction Performance Bond), and Section 00 61 16 (Construction Labor and Material
Payment Bond).
8. Notice of Award or request for additional information may be addressed to the undersigned Bidder at
the address set forth below.
9. The undersigned Bidder herewith encloses cash, a cashier's check, or certified check of or on a
responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to
do a surety business in the State of California, in form specified in Section 00 21 13 (Instructions to
Bidders), in the amount of ten percent (10%) of the Total Bid Price and made payable to "City of San
Rafael".
10. The undersigned Bidder agrees to commence Work under the Contract Documents on the date
established in Section 00 52 13 (Agreement) and to complete all work within the time specified in
Section 00 52 13 (Agreement). The undersigned Bidder acknowledges that City of San Rafael has
reserved the right to delay or modify the commencement date. The undersigned Bidder further
acknowledges City of San Rafael has reserved the right to perform independent work at the Site, the
extent of such work may not be determined until after the opening of the Bids, and that the
undersigned Bidder will be required to cooperate with such other work in accordance with the
requirements of the Contract Documents.
11. The undersigned Bidder agrees that, in accordance with Section 00 72 13 (General Conditions) and
Section 00 73 00 (Supplementary Conditions), liquidated damages for failure to complete all Work in
the Contract within the time specified shall be as set forth in Section 00 52 13 (Agreement).
12. The names of all persons interested in the foregoing Bid as principals are:
(IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give the legal name of
corporation, state where incorporated, and names of president and secretary thereof; if a
partnership, give name of the firm and names of all individual co-partners composing the firm; if
Bidder or other interested person is an individual, give first and last names in full).
NAME OF BIDDER: CVE Contracting Group Inc. dba Central Valley Environmental
Licensed in accordance with the act for the registration of Contractors, and with
DIR Number: 1000001553
License Number: 913083
Expiration: 04/30/2018
City of San Rafael BID FORM 0041 13 - 3 of 4
Essential Facilities Demolition Project -
Public Safety Center
Where Incorporated, if applicable
California
Tim Williamson, President
Principals
I certify (or declare) under penalty of perjury under the laws of the State of California that the
foregoing is true and correct.
Sil ature of Bidder
NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the
signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder
is a partnership, set forth the name of the firm together with the signature of the partner or partners
authorized to sign contracts on behalf of the partnership.
Business Address:
Officers authorized to sign contracts:
Telephone Number(s):
Fax Number(s):
E -Mail address:
Federal ID Number:
Date of Bid:
4263 N. Selland Ave.
Fresno, CA 93722
Tim Williamson - President
Tiffany Farlev - Corporate Secretary
559-222-1122
559-222-1147
timw@cvecorp.com, tiffanyf@cvecorp.com
45-4137958
07/25/2017
-END OF SECTION -
City of San Rafael BID FORM 0041 13 - 4 of 4
Essential Facilities Demolition Project -
Public Safety Center
00 43 13 - BOND ACCOMPANYING BID
KNOW ALL BY THESE PRESET a Contracting Group, Inc.
That the undersigned rdba Central Valley EnvironmeltAls Principal and the undersigned as Surety are
held and finely bound unto City of SAN RAFAEL ( City of San Rafael), as oblige, In the penal sum of
r Ten Percent of Amount Bid ) Dollars IS 0% of Bid I lawful money of the United States of
America be' at least ten percent (10%) of the aggregate amount of said Principal
r**SEE BELOW'* I's base Bid plus accepted Alternates, for the payment of which, well and truly to
be made, we bind ourselves, our successors, executors, administrators, and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the said Principal Is submitting a Bid for, CITY of SAN RAFAEL, ESSENTIAL FACILITIES
DEMOLITION PROJECT- PUBLIC SAFETY CENTER (Project).
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Bid submitted by the said Principal be
accepted and the Contract be awarded to said Principal and said Principal shall within the required periods enter
into the Contract so awarded and provide the required Construction'Performance Bond, Construction Labor and
Material Payment Bond, Insurance certificates, and all other endorsements, fomes, and documents required under
Section 002113 (instructions to Bidders), then this obligation for the Bid Bond shall be void, otherwise to remain in
full force and effect.
IN WITNESS WHEREOF, the above bound parties have executed this instrument this f 14th 1 day
of r lulv 1, 2017.
(Corporate Seat) CVE Contracting Group, Inc.
db rth Valle environmental
By
Principal
Travelers Casualty and Surety Company of America
Surety
(Corporate Seat)
BY kvL_111
Cody Lyman
16,�, Alorney in Fact
-END OF SECTION-
**CVE Contracting Group, Inc.
dba Central Valley Environmental**
City of San Rafael BOND ACCOMPANYING BID 00 43 13 - 1 of 1
Essential Facilities Demolition Project—
Public Safety Center
CALIFORNIA ALL-PURPOSE 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 )
ss
County of Fresno )
On -7//,/ ho/ -7- . before me, Bonnie Gonzalez, Notary Public, personally appeared
Codv Lvman , who proved to me on the basis of satisfactory evidence to be the persona)
whose name(4 is/aFe subscribed to the within instrument and acknowledged to me that
he/&keA4ey executed the same in his/4e4theif authorized capacity(ie4, and that by
his/herAhe*F signature s} on the instrument the person(4, or the entity upon behalf of which
the person(4 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.
BONNIE GONZALEZ
NOTARY PUBLIC • CALIFORNIA
3 m COMMISSION M 2202238 �E
• .x FRESNO COUNTY
My Comm. EXP. July 12, 2021
Signature.
(Seal) Bonnie donzalez, Notary Public
CALIFORNIA ALL-PURPOSE 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 Calif (� )
County of ! " � ;zn J l�
PcbOn -Z% before me,�1�
Date I e @rt Name no T' of the Offi er
personally appeared ' \ C4
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(k whose name} is/a)ir
subscribed to the within instrumeVt and acknowledged t e that he/se/tFf�4i executed the same in
his/hKt/tKir authorized capacity(n and that kLy his/$ter/VrW signature( n thb instrument the person -
or a entity upon behalf of whic t e person acted, executed the in ument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
TIFFANY L. FARLEY WITdatur)j
hand and official seal.
Commission M 2139413
a • Notary Puolic •California
_ ` Fresno County Sig jPAA
MY Comm. Expires Jan 7, 2020 I ignature Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is 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:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
POWER OF ATTORNEY
`TRAVELERS`
Farmington Casualty Company
St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company
Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company
United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
ARorney-In Fact No.
Certificate No. 006955647
227966
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
John C. Day, Steven P. Edwards, Lyn Genito, Bonnie Gonzalez, and Cody Lyman
of the City o' Fresno _ _ , State of California , thew true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th
day of August 2016
Farmington Casualty Company
Fidelity and Guaranty; Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casually and Surety Company of America
United States Fidelity and Guaranty Company
G/.SU.rYA y,..iY <y Oy \OK..�NSG /Cy HSUO� PFY AMO �,1YI..�
? _yppqL �`.
O ty ,✓m,' 6 OSPOgAI i W/ '_ 04 p 9 4�
r`� nCNnrrca4rro £ aF' .., nr fcoNPOPn>�:,�5`
1982 0 •- - �1
avMm�J> $` 1977 1951 a n�o
SEA.
-%IS ;n` `x" S �e tees
wxxA°' p
r nM T�' �R�NCF Sq AM�a� ,�'Nvn ....'Ndo �F . �AY7 AINSr"
State of Connecticut
City of Hartford ss.
Robert L. Raney, Senior Vice President
On this the 25th day of August 2016 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
p,TET
In Witness Whereof, I hereunto set my hand and official sealk1QT*AH
My Commission expires the 30th day of June, 2021. * p(reblp i
c 4Ar fid`
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY
Marie C. Tetreault, Notary Public
00 43 16 - WORK TO BE PERFORMED BY BIDDER
Each Bidder shall provide complete and accurate information in the form below regarding the portions of
the work which the Bidder intends to complete with its own forces. The failure of any Bidder to provide
complete and accurate information in the following form may render the Bid Proposal of such Bidder to be
nonresponsive and rejected. This Page of the Bid proposal may be reproduced as necessary to identify
all portion of the Work which the Bidder intends to perform with its own forces.
Portion of Work to be Performed by the Dollar Value of Portion of Work to be Performed
Bidder's Own Forces by the Bidder's Own Forces
(Describe by reference to Plan Sheets or
Specifications Sections; Limit Information on
Each Line to Discrete Portions of the Work)
©t &VU tro
�0 ev
It oa0vv d
�� ov
Zee, dDD°%
Name of Bidder �r5` �a\J l/pAyyGy�1 awl
-END OF SECTION -
City of San Rafael WORK TO BE PERFORMED BY BIDDER 00 43 16 - 1 of 1
Essential Facilities Demolition Project—
Public Safety Center
00 43 36 - PROPOSED SUBCONTRACTORS LIST
Bidder submits the following information as to the subcontractors Bidder intends to employ if awarded the
Contract.
Pursuant to California Public Contracting Code, Section 4100 at. seq., the following list gives the name, business
address, and portion of work (description of work to be done) for each subcontractor that will be used in the work
if the bidder is awarded the Contract. (Additional supporting data may be attached to this page.) Each page shall
be sequentially numbered, and headed "Proposed Subcontractors" and shall be signed.
Name and location of the place of business of each subcontractor who will perform work or labor or render service
to the prime contractor in or about the construction of the work or the improvement, or a subcontractor licensed by
the State of California who, under subcontract of the prime contractor, specially fabricates and installs portions of
the work or improvements according to detailed drawings contained in the plans and specifications in an amount
in excess of one-half of one percent (0.5%) of the general contractor's total bid.
Contractor will not be permitted to change this listing without prior written approval of the Owner. If the bidder fails
to stipulate a subcontractor for any portion of the work under this contract, it shall be understood that the
Contractor will perform such work without subcontracting the same, and they will not be permitted to subcontract
said work without prior written approval of the Owner. Contractor will be required to show a sample of the
proposed subcontract to the owner prior to executing any subcontracts. The Owner will require that each
subcontract have a provision where the subcontractor is assignable to the Owner.
The percentage of work, labor, or services which will be done or rendered by each subcontractor shall be
provided by the Contractor
Full Name of Subcontractor, Address Description of Work: Subcontractor's License
and Telephone Number Reference To Bid Items No.
CVE Demolition Inc. Demolition and Removal of Debris 905631
905631
35500 Ss. W�eltVj Road, ern is}}} CA 95385 >rort f ` 1 JB
76
7z&!SN
VleChi- iI -
City of San Rafael PROPOSED SUBCONTRACTORS LIST
Essential Facilities Demolition Project—
Public Safety Center
0148346r
�X>(2w,of�00(�
Vvr
�a.�t7 (Mat
004336-1 oft
i
(Bidder to attach additional sheets if necessary)
-END OF SECTION -
City of San Rafael PROPOSED SUBCONTRACTORS LIST 00 43 36 - 2 of 2
Essential Facilities Demolition Project —
Public Safety Center
CERTIFICATION OF PREVAILING WAGE RATES AND RECORDS
By my signature hereunder, as CONTRACTOR, I certify, that I am aware of the provisions of Section 1773
of the Labor Code which requires the payment of prevailing wage on public projects. Also, that the
CONTRACTOR and any subcontractors under the Contractor shall comply with Section 1776, regarding
wage records, and with Section 1777.5, regarding the employment and training of apprentices, of the
Labor Code. It is the CONTRACTOR'S responsibility to ensure compliance by any and all subcontractors
performing work under this Contract.
The information below applies to the above five sections.
BIDOER'S SIGNATURE
Name of Bidder
CVE Contracting Group Inc. dba Central Valley Environmental
Signed by (printed)
Tim Williamson
Title
President
Dated
0712512017
-END OF SECTION -
City of San Rafael BIDDER CERTIFICATIONS 0045 30 - 2 of 2
Essential Facilities Demolition Project—
Public Safety Center
00 45 30 BIDDER CERTIFICATIONS
TO BE EXECUTED BY ALL BIDDERS ANDSUBMITTED WITH BID
CERTIFICATE OF NON-DISCRIMINATION
On behalf of the bidder making this Bid, the undersigned certifies that there will be no discrimination in
employment with regard to race, color, religion, sex, sexual orientation, disability or national origin; that all
federal, state, and local directives and executive orders regarding non-discrimination in employment will
be complied with; and that the principle of equal opportunity in employment will be demonstrated positively
and aggressively.
BIDrWR'S SIGNATURE
STATEMENT OF CONVICTIONS
"I hereby swear, under penalty of perjury, that no more than one final, un -appealable finding of contempt
of court by a Federal Court has been issued against me within the past two years because of failure to
comply with an order of a Federal Court to comply with an order of the National Labor Relations Board."
BID�fE `S SIGNATURE
PREVIOUS DISQUALIFICATIONS
"I hereby swear, under penalty of perjury, that the below indicated bidder, any officer of such bidder, or any
employee of such bidder who has a proprietary interest in such bidder, has never 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 except as indicated on the separate sheet
attached hereto entitled "Previous Disqualifications." If such exceptions are attached, please explain the
circumstances.
BIDDSIVS SIGNATURE
CERTIFICATION OF WORKER'S COMPENSATION INSURANCE
By my signature hereunder, as CONTRACTOR, I certify that 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.
BID&ER'S SIGNATURE
City of San Rafael BIDDER CERTIFICATIONS 0045 30 -1 of 2
Essential Facilities Demolition Project—
Public Safety Center
00 45 11 - BIDDER REGISTRATION AND SAFETY EXPERIENCE FORM
INSTRUCTIONS
In order to register to undertake work for the City of San Rafael Bidder must provide the following:
1) Fill out this registration form completely; do not leave blanks.
2) Provide certificates of insurance complying with insurance noted in General Conditions 00 72 13
Section 13 Insurance and Bonds.
INDEPENDENT CONTRACTOR REGISTRATION
Contractor's License #: 913083
Date: 04/30/2018 Fed I.D. # 45-4137958
Full Corporate Name of Company:
CVE Contracting Group Inc. dba Central Valley Environmental
Street Address:
4263 N. Selland Ave.. Fresno CA 95722
Mailing Address:
4263 N. Selland Ave.. Fresno CA 95722
Phone: 559-222-1122
Fax: 559-222-1147
Name of Principal Contact:
C:i_ tv of San Rnfaal Fssanital Fnnilitiaa nemolitinn Proient - Pi iblic Safety Center
Type of Business: Sole Proprietor Partnership
Non -Profit 501 C3 Corporation
Other (please explain 1
City of San Rafael REGISTRATION AND SAFETY EXPERIENCE FORM 00 45 11 - 1 of
Essential Facilities Demolition Project —
Public Safety Center
A.M. Best Rating:
SAFETY EXPERIENCE
The following statements as to safety experience of Bidder are submitted with Bid, as part thereof, and
Bidder guarantees the truthfulness and accuracy of the information.
1. List Bidder's Interstate Experience Modification Rate for the last three years.
2016: 127%
2015: 130%
2014: 139%
2. Use Bidder's last years Cal/OSHA 200 log to fill in the following:
a. Number of lost workday cases
b. Number of medical treatment cases
c. Number of fatalities
3. Employee hours worked last year 67,940.5
4. State the name of Bidder's safety engineer/manager or Site Safety Officer:
Gilbert Sandoval, Superintendent
Attach a resume or outline of this individual's safety and health qualifications and experience.
BIDDER CERTIFIES, UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF
CALIFORNIA, THAT THE FOREGOING INFORMATION IS CURRENT AND ACCURATE AND
AUTHORIZES THE CITY OF SAN RAFAEL AND ITS AGENTS AND REPRESENTATIVES TO OBTAIN
A CREDIT REPORT AW/OR VERIFY ANY OF THE ABOVE INFORMATION.
SIGNATURE
7/20/17
DATE
-END OF SECTION -
City of San Rafael REGISTRATION AND SAFETY EXPERIENCE FORM 00 45 11 - 4 of 4
Essential Facilities Demolition Project—
Public Safety Center
ILLIt•�'r�ti _ .
L►ECENT
NVIVALLEYRONMENTAL
_Y
Gilbert Sandoval, Superintendent
4263 North Selland Ave, Fresno CA 93722
Phone: 559-978-1497
Email: gilberts@cvecorp.com
EXPERIENCE
Central Valley Environmental, Fresno CA, 93722
5/1/2013 to present
5/2013 —4/2016: Performed in role of Foreman with related labor
and project management in all areas of Asbestos, Mold and Lead
Abatement. Experience includes running large scale projects for the
Government, State, Public and Private Entities.
4/2016 -Present: Perform role of Superintendent overseeing all
laborers and work being performed under the direction of our
Foremen, Leadmen and Laborers on all/every type of Asbestos, Mold
and Lead Abatement projects.
Restoration Management Companv, Fresno, CA, 93721
11/2010 — 4/30/2013
Asbestos, Mold & Water Technician for a major restoration company.
I was part of the castratrophe team that was sent to New Jersey after
Hurricane Sandy. Duties include demolition & the remediation of
asbestos & mold. Also conduct moisture inspections and the setting
up of drying equipment for the purpose of drying out the structures. I
am Asbestos and WRT certified.
CERTIFICATIONS
AHERA Certified Asbestos Removal Supervisor/Contractor
CDPH Certified Lead Removal Worker
OSHA 10
Department of Transportation - Haz Mat Endorsement
00 45 53 - BASE BID BREAKDOWN
ALL Bidders announced at the bid opening shall deliver to the City of San Rafael, c/o the Project
Manager, Jamie Milliner, the form below within two (2) working days after the bid opening date and time.
Bid Breakdowns received late may be cause for disqualification of Bidders as non-responsive. Each line
shall be filled in completely. Leaving blank lines or combining lines may be considered non-responsive.
The undersigned, doing business under the firm name of. CVE Contracting Group Inc. dba Central Valley Environmental
having submitted a Bid in accordance with the Invitation to Bid and Instructions to Bidders in the following
amount;
Grand Total Base Bid: ($
is herewith providing the required Base Bid Breakdown as follows:
Item Work to be Performed for Public Safety Center
01 Site Parkinq
02 Fire Station 51
03 Blue House
04 Parking Services
05 Hazmat
06 Temporary fencing (to remain in place)
07 Sound Barrier/ Curtain (to remain in place)
08 General Conditions
09 Bonds/insurance
10 Fee/Overhead & Profit
Total Cost for Demolition
OTHER
TOTAL BASE BID:
Subcontractor Or
Bidder
-END OF SECTION -
Dollars
Dollar Value of Portion
of Work to be
Performed
City of San Rafael BASE BID BREAKDOWN 004553-1 of 7
Essential Facilities Demolition Project—
Public Safety Center
00 45 19 - NON -COLLUSION AFFIDAVIT
PUBLIC CONTRACT CODE §7106
NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
STATE OF CALIFORNIA )
ss.
COUNTY OF Fresno )
Tim Williamson 1, being first duly sworn, deposes and says that he or she is
President [Office of Affiant] of CVE Contracting Group, Inc., dba Central Valley Environmental
[Name of Bidder], the party making the foregoing Bid, that the Bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that
the Bid is genuine and not collusive or sham; that 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, and that the Bidder has not in any manner, directly or indirectly, sought by agreement,
communication or conference with anyone to fix the Bid price of Bidder or any other bidder, or to fix any
overhead, profit or cost element of the Bid price, or of that of any other bidder, or to secure any
advantage against the City of San Rafael, or anyone interested in the proposed contract; that all
statements contained in the Bid are true; and further, that Bidder has not, directly or indirectly, submitted
its Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,
organization, Bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid.
Executed under penalty of perjury under the laws of the State of California:
CVE Contracting Group, Inc., dba Central Valley Environmental
(Name of Bidder)
r
(Signal re of Principal)
Subscribed and sworn before me
This 20th day of July 204
i
Notary Public of the Stated
My Commission exp
I_ . crtr o
TIFFANY L. FAHLEY
Commission 4r 2139413
Z • Notary Public - California
Fresno County
c lit� Comm. Expires Jen 7, 2020
(If Bidder is a partnership or a joint venture, this affidavit must be signed and sworn to by every
member of the partnership or venture.)
(If Bidder [including any partner or venturer of a partnership or joint venture] is a corporation, this
affidavit must be signed by the Chairman, President, or Vice President and by the Secretary,
Assistant Secretary, Chief Financial Officer, or Assistant Treasurer.)
(If Bidder's affidavit on this form is made outside the State of California, the official position of the
person taking such affidavit shall be certified according to law.)
-END OF SECTION -
City of San Rafael NON -COLLUSION AFFIDAVIT 00 45 19 - 1 of 1
Essential Facilities Demolition Project—
Public Safety Center
INSURANCE
Workers' Compensation:
Carrier: See attached proof of insurance and related information requested
Address:
Phone and Fax:
Policy Number:
General Liability:
Carrier:
Address:
Phone and Fax:
Policy Number:
Automotive Liability:
Carrier:
Address:
Phone and Fax:
Policy Number:
Policy Limit $:
A.M. Best Rating:
City of San Rafael REGISTRATION AND SAFETY EXPERIENCE FORM 00 45 11 - 2 of 4
Essential Facilities Demolition Project—
Public Safety Center
INSURANCE
Workers' Compensation:
Carrier:
Zurich American Insurance Company
Address:
11290 Pyrites Way #200, Rancho Cordova, CA 95670
Phone and Fax:
916-636-0811
Policy Number:
WC018075001
General Liability:
Carrier:
Arch Specialty Insurance Company NAIC#21199
Address:
13841 Southwest Highway, Orland Park, IL 60462-1354
Phone and Fax:
559-374-3560/559-374-3697
Policy Number:
12EMP05300400
Automotive Liability:
Carrier:
Zurich American Insurance Company
Address:
See above
Phone and Fax:
See above
Policy Number:
BAP01769302
Policy Limit $:
1,000.000
A.M. Best Rating:
A+ XV
All -Risk Course of Construction:
Carrier:
N/A
Address:
Phone and Fax:
Policy Number:
Policy Limit $:
A.M. Best Rating:
Professional Liability (if applicable):
Carrier:
Arch Specialty Insurance Company NAIC#21199
Address:
See above
Phone and Fax:
See above
Policy Number:
12EMP0530402
Policy Limit $:
1,000,000
A.M. Best Rating:
A+ IX
Environmental Impairment Liability (if applicable):
Carrier:
Arch Specialty Insurance Company NAIC#21199
Address:
See above
Phone and Fax:
See above
Policy Number:
12EMX0560700
Policy Limit $:
1,000,000
___+, CVECONT-01 EBARTSCH
ACODI " CERTIFICATE OF LIABILITY INSURANCE DAT8(MMIDD6 )
tllwTHIS 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 be endorsed. If SUBROGATION IS WAIVED, subject to l
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Elaine Bartsch
NAME:
Fresno CSG-Alliant Insurance Services, Inc. PHONE FAX
9 E. River Park Place East Ste 310 A/c No Ext),
IANC. No):
Eebartschalliant.com
-MAIL _
Fresno, CA 93720 ADDRESS: _
INSURER(S) AFFORDING COVERAGE NAIC#
_ INSURERA:Arch Specialty Insurance Company 21199
INSURED INSURERB:Zurich American Insurance Company 16535
CVE Contracting Group, Inc. DBA: Central Valley 1 INSURERC:
Environmental
3443 W. Gettysburg INSURER 0: -
Fresno, CA 93722 INSURER E: _
I INSURER F;
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH RTHIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH-'OLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY 'AID CLAIMS
INSRTypE OF INSURANCE ADDLSUBR POLICYEFF POLICYEEP LIMITS
LTR INSD WVO POLICY NUMBER IMMIDD/YYYY) (MMIDDA'Y"
A 7MERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,0001
❑X 12EMP0530402 08/0112016108101/2017—OTWACE TO HEN I EU 50000
CLAIMS -MADE OCCUR PREMISES fEa ocoJrrencel $ r
MED EXP (Any one person) $ 6,000
PERSONAL B ADV INJURY $ 1,000,0001
GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY jEO � LOC PRODUCTS-COMP/OP AGO $ 2,000,00
OTHER:applies to GL only POLL PROF LIAB $ 1,000,00
AUTOMOBILE LIABILITY GOMBINED SINULE LIMIT $ 1,000 0001
fEa accitlentl r
B %t ANY AUTO BAP017629302 08/0112016 08101/2017 BODILY INJURY (Per person) $ 1
ALL OWNED SCHEUTODULED BODILY INJURY (Per accident) $
AUTOS NON -OWNED PROPER-ZDAMAGE $
_ HIRED AUTOS AUTOS Per accltlentl
UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 4,000,000
/{ X EXCESS LIAB H CLAIMS -MADE 12EMX0560700 08/01/2016 08/01/2017 AGGREGATE $ 4,000,000
DED RETENTION$ $ j
WORKERS COMPENSATION X STATUTE I ERH
AND EMPLOYERSLIABILITYYIN WC018075001 08/01/2016 08/01/2017 Ei EACH ACCIDENT $ 1,000,0001
B OFFICER RIETOR/PARTNER/EXECUTIVE ❑ N/A
(Mandatory
In N R EXCLUOED4
(Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,00
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,00
DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (I CORD 101, Additional Remarks Schedule, maybe attached if more space Is required)
RE: For Information Purposes Only
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Information Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Y ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
IftSAN RAFAEL STAFF REPORT APPROVAL
THE CITY WITH AMISSION ROUTING SLIP
Staff Report Author: Bill Guerin Date of Meeting: 08/21/2017
Department: Public Works
Topic: CITY OF SAN RAFAEL ESSENTIAL FACILITIES DEMOLITION PROJECT — PUBLIC SAFETY CENTER
Subject: RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION
CONTRACT TO CVE CONTRACTING GROUP, DBA CENTRAL VALLEY ENVIRONMENTAL FOR THE CITY OF SAN
RAFAEL PUBLIC SAFETY DEMOLITION PROJECT, PROJECT NO. 11291 (BID OPENING TUESDAY JULY 25TH
2017), IN AN AMOUNT OF $937,000
Type: (check all that apply) ❑ Consent Calendar ❑ Public Hearing
❑ Discussion Item x❑ Resolution ❑ Ordinance
❑ Professional Services Agreement ❑ Informational Report
*If PSA, City Attorney approval is required prior to start of staff report approval process
Was agenda item publicly noticed? ❑ Yes ❑No Date noticed:
Due Date Responsibility Description
DEPARTMENT REVIEW
FRIDAY Director Director approves staff
noon report is ready for ACM,
8/4 City Attorney & Finance
review.
MONDAY
morning
8/7
FRIDAY
noon
8/11
MONDAY
morning
8/14
Assistant City Manager
City Attorney
Finance
CONTENT REVIEW
ACM, City Attorney &
Finance will review items,
make edits using track
changes and ask questions
using comments. Items will
be returned to the author
by end of day Wednesday.
❑Mailed ❑Site posted ❑Marin IJ
Completed
Date
8/7/2017
8/8/2017
8/8/2017
8/14/2017
DEPARTMENT REVISIONS
Author Author revises the report Click here to
based on comments enter a date.
receives and produces a
final version (all track
changes and comments
removed) by Friday at
Initial / Comment
❑X
BG
0
RW
0
LG
0
Minor addition to
appropriate in RESOMB
0
noon.
ACM, CITY ATTORNEY, FINANCE FINAL
APPROVAL
Assistant City Manager ACM, City Attorney &
Click here to
Finance will check to see
enter a date.
their comments were
0
City Attorney adequately addressed and
8/14/2017
LG
sign -off for the City
Manager to conduct the
8/14/2017
0
Finance final review.
VB
TUES City Manager Final review and approval Click here to
noon enter a date.
8/15