Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Albert J. Boro Center Backflow Prevention InstallationCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
Public Works Contract for Projects up to $200,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Aanenson Wildcat, Inc. dba Wildcat Engineering ("Contractor"), a California corporation for work on the
City's Albert J. Boro Center Backflow Prevention Installation ("Project"), and is effective on Jut19,2024
("Effective Date").
The parties agree as follows
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): A
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor $64,450 (the "Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all
overhead costs, in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 1
Approved by City Attorney, dated 03/28/2022
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
4. Time for Completion. Contractor will fully complete the Work within four (4) months from the
date the City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $600 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
the Work of failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not limited by any limitation on the amount or type of damages or
compensation payable under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract. City will notify
Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A-Vill or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.pinsadvanta eq com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self -insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 2
Approved by City Attorney, dated 03/28/2022
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for all
liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 3
Approved by City Attorney, dated 03/28/2022
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 4
Approved by City Attorney, dated 03/28/2022
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City 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. section 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 Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 5
Approved by City Attorney, dated 03/28/2022
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip San Rafael, CA 94901
Phone: (415) 485-3454
Attn: Megan Kelly, Assistant Engineer
Email: megan.kelly@cityofsanrafael.org
Contractor:
Name: Wildcat Engineering
Address: 1364 No Mc Dowell Blvd #A3
City/State/Zip: Petaluma, CA 94954
Phone: 707-762-5500
Attn: Roxanne Torguson
Email: wcateng@yahoo.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 6
Approved by City Attorney, dated 03/28/2022
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Page 7
Approved by City Attorney, dated 03/28/2022
The parties agree to this Contract as witnessed by the signatures below:
CITY:
S/Ct istine Alilovich (Jul 19. 202414:24 POT.
CRISTINE ALILOVICH, City Manager
Date: Jul 19, 2024
Approved as to form:
Rvberf r. 4udtrsL
s/ Rrhnt r EPtt—,Ad ::, 024 17-56 PDTi
ROBERT F. EPSTEIN, City Attorney
Date: Jul 11, 2024
Attest:
Li;l&a� LaYa
S/Lindsay Lira 'Ju 19, 2J24 IS'.:2 POT;
LINDSAY LARA, City Clerk
Date: Jul 19, 2024
CONTRACTOR: Wildcat Engineering
Business Name
bxanhe TDwaim
s/ 4ozan nc Torpuwn ±Jun 13. 024 14 40 PDT1 Seal:
Roxanne Torguson
Name/Title
Date: J u n 18, 2024
c0&d Ja"e
S/ Chad Aanenson (Jun 25. 202415,33 PDT'
Chad Aanenson
Name/Title
Date: Jun 25, 2024
951203 08/31/2024
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
Albert J. Boro Center Backflow Prevention Installation
City Project #: 11449-02
Approved by City Attorney, dated 03/28/2022
Up to $200,000 Contract
Page 8
Exhibit A
SCOPE OF WORK
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Scope of Work
Approved by City Attorney, dated 03/28/2022
Exhibit A
Aanenson Wildcat Inc dba Wildcat Engineering
1364 No Mc Dowell Blvd #A3
Petaluma, CA 94954
707-762-5500 ph 707-763-3167 fax
April 2, 2024
City of San Rafael
Re: 50 Canal St, San Rafael
Attn: Megan
Attached you will find a copy of our proposal for the above referenced job.
If this proposal is acceptable, please sign and return to our office, via fax or
mail.
If I can be of further assistance, please do not hesitate to contact our office
between 9:00 a.m. and 4:00 p.m. at 707.762.5500.
Thank you for your business.
Respectfully,
1Z&Xa*Me" ro-r0V4&sv
Office Manager
WILDCAT ENGINEERING
1364 No Mc Dowell Blvd #A3
Petaluma, CA 94954
p. 707.762.5500 f. 707.763.3167
Proposal
CA License No. 951203
To: City of San Rafael Date: April 2, 2024
Project: 50 Canal St, San Rafael
Total
Provide all labor, equipment and materials to remove 2 existing buried 6" backflows. Then install
MMWD supplied materials along with 2 new aboveground DDCV w tamper switches per
drawing provided and to local codes.
$64,450.00
• Any alarm work including wiring to tamper switches is not included and by others
• Prevailing wage is acknowledged
STANDARD NOTES AND EXCLUSIONS, INCLUDING PAYMENT TERMS, ARE PART OF THIS BID
PROPOSAL (SEE PAGE 2).
CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE
CONTRACTORS' STATE LICENSE BOARD. ANY QUESTIONS CONCERNING A CONTRACTOR
MAY BE REFERRED TO THE REGISTRAR OF THE BOARD WHOSE ADDRESS IS: CONTRACTORS'
STATE LICENSE BOARD 9821 BUSINESS PARK DRIVE, SACRAMENTO, CA 95827-1703.
MAILIADDRESS: P.O. BOX 2699, SACRAMENTO, CA 95826
THIS PRICE MAYBE AFFECTED IF NOT ACCEPTED IN SEVEN (7) DAYS OR WE MAY WITHDRAW THIS
PROPOSAL. ACCEPTANCE INDICATES YOU HAVE READ AND UNDERSTAND THE FOLLOWING
PAGES, WHICH ARE A PART OF THIS CONTRACT.
FOR THE SUM OF: Sixty Four Thousand Four Hundred Fifty Dollars ($64,450.00)
Authorized Signature: _ !2o%cuyuiei TcTaio m Title: _Off .C& ma.�_
Acceptance: Date:
Page 2
PROPOSAL STANDARD NOTES AND EXCLUSIONS
1. If rock is encountered and jack hammering, hoe ram, or any equipment is required, larger
than a Case 580 backhoe, or if drilling does not proceed at a rate of one foot in five
minutes, all costs will be charged as additional costs.
2. All permits, bonds, engineering, testing, inspections, layout work and line and grade
checks are the responsibility of the owner or general contractor. This is not the
responsibility of WILDCAT Engineering.
3. Should hazardous substances (i.e., asbestos, petroleum products be encountered), the
removal of the hazardous substance is the sole responsibility of the owner or general
contractor, not WILDCAT Engineering.
4. WILDCAT Engineering assumes no responsibility for damage, displacement, or
settlement to any concrete or asphalt including buildings, driveways, streets, curbs,
gutters or sidewalks.
5. The replacement of any hard scape or landscaping including sprinkler systems damaged
or destroyed during the progress of our work is not included.
6. All additional work will be billed as per the WILDCAT Engineering standard rate sheets
or by written quote. Rate sheets are available upon request. Extra work to be approved
prior to commencement.
7. Time spent in obtaining permits will be billed at $100.00 per hour. Office time will be
billed at $65.00 per hour. Expert witness time will be billed at $235.00 per hour. Trial
testimony will be billed at $1,000.00 per half day.
8. Only items specifically stated on the proposal are included in the proposal. Any item not
specifically included will be excluded from the proposal.
9. Payment is as billed. No retention. Payment is due to WILDCAT Engineering
regardless if general contractor is paid or not. WILDCAT Engineering does not accept
pay when paid by contracts. Payments not received when billed are subject to a 1.5% per
month late fee.
10. It is agreed that if payment is not made when billed, Wildcat Engineering is authorized to
withdraw from the project until payment is made along with a re -mobilization fee.
it. In the event the parties become involved in litigation or arbitration in which the services
of an attorney or any other expert are required, WILDCAT Engineering shall be fully
compensated for the cost of its participation in such proceedings including, attorney's
fees and expert's fees. All parties agree that jurisdiction shall be in Sonoma County.
12. Scheduling, phasing, and job prosecution shall be controlled by WILDCAT Engineering.
If special scheduling is required to accommodate portions of the job or subcontractors,
additional costs are billed including, but not limited to, additional move in and
remobilization charges.
13. Unless specifically specified, it is assumed that the work will proceed in appropriate
weather and daylight hours. Additional costs for wet weather work will be charged as
extras. Overtime will be billed at 150% of regular pricing.
14. All prices are conditional on the use of WILDCAT Engineering's standard contract or
subcontract.
15. It is agreed that should the owner or contract elect to terminate the contract for any
reason; WILDCAT Engineering will be paid the full gross profit on the remainder of the
contract.
Page 3
CONTRACTORS STATE LICENSE BOARD NOTIFICATION
REQUIREMENTS
CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE
CONTRACTORS STATE LICENSE BOARD, WHICH HAS JURISDICATION TO INVESTIGATE
COMPLAINTS AGAINST CONTRACTORS, IF A COMPLAINT REGARDING A PATENT ACT OR
OMISSION IS FILED WITHING FOUR YEARS OF THE DATE OF THE ALLEGED VIOLATION. A
COMPLAINT REGARDING A LATENT ACT OR OMISSION PERTAINING TO STRUCTURL
DEFECTS MUST BE FILED WITHIN 10 YEARS OF THE DATE OF THE ALLEDGED VIOLATION.
ANY QUESTIONS, CONCERNING THE CONTRACTOR MAY BE REFERRED TO THE
REGISTRAR, CONTRACTORS STATE LICENSE BOARD, POST OFFICE BOX 26000,
SACRAMENTO, CALIFORNIA 95826.
STATE LAW REQUIRES ANYONE WHO CONTRACTS TO DO CONSTRUCTION WORK TO BE
LICENSED BY THE CONTRACTORS STATE LICENSE BOARD IN THE LICENSE CATEGORY IN
WHICH THE CONTRACTOR IS GOING TO BE WORKING — IF THE TOTAL RICES OF THE JOB IS
$500 OR MORE (INCLUDING LABOR AND MATERIALS).
LICENSED CONTRACTORS ARE REGULATED BY LAWS DESIGNED TO PROTECT THE
PUBLIC. IF YOU CONTRACT WITH SOMEONE WHO DOES NOT HAVE A LICENSE, THE
CONTRACTORS STATE LICENSE BOARD MAY BE UNABLE TO ASIST YOU WITH A
COMPLAINT. YOUR ONLY REMEDY AGAINST AN UNLICENSED CONTRACTOR MAY BE IN
CIVIL COURT, AND YOU MAY BE LIABLE FOR DAMAGES ARISING OUT OF ANY INJURIES
TO THE CONTRACTOR OR HIS OR HER EMPLOYEES.
YOU MAY CONTACT THE CONTRACTORS STATE LICENSE BOARD TO FIND OUT IF THIS
CONTRACTOR HAS A VALID LICENS. THE BOARD HAS COMPLETE INFORMATION ON THE
HISTORY OF LICENSED CONTRACTORS, INCLUDING ANY POSSIBLE SUSPENSIONS,
REVOCATIONS, JUDGEMENTS, AND CITATIONS. THE BOARD HAS OFFICES THROUGHOUT
CALIFORNIA. PLEASE CHECK THE GOVERNMENT PAGES LOCATED IN THE WHITE PAGES
OF THE PHONE BOOK FOR THE OFFICE NEAREST YOU OR CALL 1.800.321.CSLB FOR MOR
INFORMATION.
Page 4
NOTICE TO OWNER
"Under the California Mechanics" Lien Law, any contractor, subcontractor, laborer, supplier, or other person or entity who
helps to improve your property, but is not paid for his or her work or supplies, has a right to place a lien on your home,
land, or property where the work was performed and to sue you in court to obtain payment.
This means that after a court hearing, your home, land, and property could be sold by a court officer and the proceeds of
the sale used to satisfy what you owe. This can happen even if you have paid your contractor in full if the contractor's
subcontractors, laborers, or suppliers remain unpaid.
To preserve their rights to file a claim or lien against your property, certain claimants such as subcontractors or material
suppliers are each required to provide you with a document called a "Preliminary Notice." Contractors and laborers who
contract with owners directly do not have to provide such notice since you are aware of their existence as an owner. A
preliminary notice is not a lien against your property. Its purpose is to notify you of persons or entities that may have a
right to file a lien against your property if they are not paid. In order to perfect their lien rights, a contractor, subcontractor,
supplier, or laborer must file a mechanics' lien with the county recorder which then becomes a recorded lien against your
property. Generally, the maximum time allowed for filing a mechanics' lien against your property is 90 days after
substantial completion of your project.
TO INSURE EXTRA PROTECTION FOR YOURSELF AND YOUR PROPERTY,
YOU MAY WISH TO TAKE ONE OR MORE OF THE FOLLOWING STEPS:
1. Require that your contractor supply you with a payment and performance bond (not a license bond), which
provides that the bonding company will either complete the project or pay damages up to the amount of the
bond. This payment and performance bond as well as a copy of the construction contract should be filed with the
county recorder for your further protection. The payment and performance bond will usually cost from 1 to 5
percent of the contract amount depending on the contractor's bonding ability. If a contractor cannot obtain such
bonding, it may indicate his or her financial incapacity.
2. Require that payments be made directly to subcontractors and material suppliers through a joint control. Funding
services may be available, for a fee, in your area which will establish voucher or other means of payment to your
contractor. These services may also provide you with lien waivers and other forms of protection. Any joint
control agreement should include the addendum approved by the registrar.
3. Issue joint checks for payment, made out to both your contractor and subcontractors or material suppliers involved
in the project. The joint checks should be made payable to the persons or entities which send preliminary notices
to you. Those persons or entities have indicated that they may have lien rights on your property; therefore you
need to protect yourself. This will help to insure that all persons due payment are actually paid.
4. Upon making payment on any completed phase of the project, and before making any further payments, require
your contractor to provide you with unconditional "Waiver and Release" forms signed by each material supplier,
subcontractor, and laborer involved in that portion of the work for which payment was made. The statutory lien
releases are set forth in exact language in Section 3262 of the Civil Code. Most stationery stores will sell the
"Waiver and Release" forms if your contractor does not have them. The material suppliers, subcontractors, and
laborers that you obtain releases from are those persons or entities who have filed preliminary notices with you. If
you are not certain of the material suppliers, subcontractors, and laborers working on your project, you may obtain
a list from your contractor. On projects involving improvements to a single-family residence or a duplex owned
by the individuals, the persons signing these releases lose the right to file a mechanics' lien claim against your
property. In other types of construction, this protection may still be important, but may not be as complete.
To protect yourself under this option, you must be certain that all material suppliers, subcontractors, and laborers have
signed the "Waiver and Release" form. If a mechanics' lien has been filed against your property, it can only be voluntarily
released by a recorded "Release of Mechanics' Lien" signed by the person or entity that filed the mechanics' lien against
your property unless the lawsuit to enforce the lien was not timely filed. You should not make any final payments until
any and all such liens are removed. You should consult an attorney if a lien is filed against your property."
(Rev. 4/99) Home Improvement Certification Reference Booklet
Exhibit B
BONDFORMS
Required for contracts over $25, 000.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Bond Forms
Approved by City Attorney, dated 03/28/2022
Payment Bond
City of San Rafael ("City") and Aanenson Wildcat, Inc. dba Wildcat Engineering ("Contractor")
have entered into a contract, dated 20_ ("Contract") for work on the
City's Albert J. Boro Center Backflow Prevention Installation ("Project"). The Contract is
incorporated by reference into this Payment Bond ("Bond").
General. Under this Bond, Contractor as principal and
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ under California Civil Code sections 9550, et seq.
Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 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 and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn:
Address:
City/State/Zip:
Phone:
Fax:
Email:
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Payment Bond
Approved by City Attorney, dated 03/28/2022
Bond No. 1001121771
Payment Bond
City of San Rafael ("City") and Aanenson Wildcat, Inc. dba Wildcat Engineering ("Contractor')
have entered into a contract, dated J �` t,t e 2024 ("Contract") for work on the
City's Albert J. Boro Center Backflow Prevention Installation ("Project'). The Contract is
incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and American Contractors Indemnity Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 64,450.00XX * , under California Civil Code sections 9550, et seq.
Sixty four thousand four hundred fifty and 00/100XX
2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 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 and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn: Eric Fedors
Address: 801 S Figueroa St UNIT 700
City/State/Zip: Los Angeles. CA 90017
Phone: 916-900-3550
Fax: N/A
Email: efedors@tmhcc.com
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Payment Bond
Approved by City Attorney, dated 03/28/2022
7. Effective Date; Execution. This Bond is entered into and is effective on June 24th
2024 Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: American Contractors Indemnity Company
Business Name
s/
D H,a L. Mott, Attorney In Fact
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Aanenson Wildcat, Inc. DBA Wildcat Engineering
1
s/ i
Name/Title
s/
Name/Title
APPROVED
s/
Business Name
Z"--- -� �/ IL-
T.
L
� -
EPST , City Attorney Date
END OF PAYMENT BOND
Albert J. Boro Center Backflow Prevention Installation
City Project #:11449-02
Up to $200,000 Contract
Payment Bond
Approved by City Attorney, dated 03/28/2022
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 �-Av-xy,b�) V I— )
On l9 -2 kA i'20 `z kA before me, _L� f lic-n, C 1—U�"C
Date HereJlnsert Name and Title of the Officer
personally appeared_an`t�.
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(p' whose namek6)CZtare
subscribed to the within instrument and acknowledged to me that he &they executed the same in
hiq!fPtheir authorized capacity i(§), and that by hi Dheir signature(s)- on the instrument the person(8),
or the entity upon behalf of which the person(,pyacted, 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.
JEFFERY L. FOREMAN WITNESS my hand and official seal.
Notary Public • California
Humboldt County
Commission # 2482051
►•'�,My Comm. Expires Feb 16, 2028 Signatur
fgna��tary 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:
Number of Pages: 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:
Signer's Name: -
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
TOKIOMARINE
H C C
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and
U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and
appoint:
James Gray, Manuel Mello, Dylan Sacco, Lawrence A. Ford or
Danika L. Mott of Eureka, California
its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed ""' Ten Million and 00/100 ""' Dollars ( " $10,000,000.00—) ).
This Power of Attorney shall expire without further action on January 319c 2028. This Power of Attorney is granted under and by authority
of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 st day of February 2024.
,01
" ZTO%; y, �`�NOINrQ'c, �. S SUA?'14 �� of Insure AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS
o'': yo`--., �`�0; O r e BONDING COMPANY, UNITED STATES SURETY COMPANY,
4i% =L=ro= �: 'o=___�, �c r� U.S. SPECIALTY INSURANCE COMPANY
�`�-' INCORPORATED :1_�W: `2c_Wi ?;=yrn��
a SEPT. 25, 1980 ,On = ^ :. ,�` %' . �_ - Y .�
W �1^'. YV. •ate �7 $y;
r�Daniel P. ice President
y ,. 'sy'• '2c
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 Los Angeles
On this 15t day of February 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,
or the entity upon behalf of which the person 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 offic 1 seal. 1)urrun"
Signature (seal)
Ow Cum. wires Ln 31. IOU
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In Witness Whereof,
24th day Of Junr
have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this
Bond No. 1001121771
Agency No 2102 - PDF POA
2024
V,rrt111ry., \\\1i.irr II • S.0 I
�\rr1`^IIr,rlll
�cToRs,`ND'N
ib3` vQ Q' 4�9 qFf% ��d s +'''
ec,
;_=x Kio Lo, A460ant Secretary
SEPT ?5. 19YJ
OFF HCCSMANPOA02/2024
i�in
:.a nn,I
visd tmhcc.com&u' rety for more information
Bond No. 1001121771
Performance Bond
City of San Rafael ("City") and Aanenson Wildcat, Inc„ dba Wildcat Engineering ("Contractor') have
entered into a contract, dated ,) , i ., Z `� 12024 ("Contract') for work on the Albert J. Boro
Center Backflow Prevention Installation ("Project'). The Contract is incorporated by reference into this
Performance Bond ("Bond").
American Contractors
1. General. Under this Bond, Contractor as Principal and Indemnity Company its
surety ("Surety"), are bound to City as obligee for an amount not less than $ 64,450.00XX
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond. Sixty four thousand four hundred fifty and 00/100XX
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable)
file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety
must be given as follows:
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Performance Bond
Approved by City Attorney, dated 03/28/2022
Attn: Eric Fedors
Address: 801 S Figueroa St UNIT 700
City/State/Zip: Los Angeles, CA 90017
Phone. 916-900-3550
Fax: N/A
Email efedors@tmhcc.com
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on June 24th
2024 . Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY. American Contractors Indemnity Com
S/
Danika . Mq Attorney In Fact
Varrie/Tfie [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Aanenson Wildcat, Inc. DBA Wildcat Engineering
Business Name
s/
Name/Title
s/
Name/Title
APPROVED BY
s/ A
BERT F. JEPSTEIN,/Co Attorney
END OF PERFORMANCE BOND
Albert J. Boro Center Backflow Prevention Installation
City Project* 11449-02
v
Date
Up to $200,000 Contract
Performance Bond
Approved by City Attorney, dated 03/28/2022
CALIFORNIA•. • •D
_H .V._ y .y� .i. a`+ .NY .N .A .N .tit N<: \ .N - -�\ . 1 .5\f.:\t.Nf�. �.ai.:\t/.'.�� •.c�f.aC� cam%. di .a .
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 Hv�rn`C�ti�Cj�
On 7u_,r-Nx 1 �I�YI L+=LL1 before me, a .rr� - M�-Z1�
Date Here Insert Name and Title of the Offic
personally appeared j - s f► —A _ . T\.- , '
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(4 whose name(4 sue. re
subscribed to the within instrument and acknowledged to me that he they executed the same in
hi er heir authorized capacity), and that by hi�their signature on the instrument the personX',
or the entity upon behalf of whichthe persona) acted, executed the instrument.
.�•',,' �. JEFFERY L. FOREMAN
Notary Public - California
Humboldt County >_
= Commission N 2482051
• •�••� My Comm. Expires Feb 16. 2028
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature
i f N tary 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:
Number of Pages:
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:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
TOKIO MART N E
HCC
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and
U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and
appoint:
James Gray, Manuel Mello, Dylan Sacco, Lawrence A. Ford or
Danika L. Mott of Eureka, California
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed ""' Ten Million and 00/100 ""' Dollars ( " $10,000,000.00—) ).
This Power of Attorney shall expire without further action on January 31 sr 2028. This Power of Attorney is granted under and by authority
of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of February 2024.
'`tQo�cTogs�,, oO OINc ".,, 01 S Suit N ,,``��� 5nsvra�� ;, AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS
N
0;"' a BONDING COMPANY, UNITED STATES SURETY COMPANY,
o = i U.S. SPEC ALTY INSURANCE COMPANY
V INCORPORATED
gQ. SEPT. 25.1990 '
o . .. Daniel P. Aguilar, ice President
iFOR,N\A o" C ...........
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which
this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On this 1sr day of February 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,
or the entity upon behalf of which the person 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 offic I seal.
0.UnUFM
NotaprPiblk-Ugfomli
Signature - (seal)='fD
" ►ry (Dorn. Et�IrK Jan 3t, 3036
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this
24th day of June 2024
Bond No. 1001121771
Agency No. 2102 - PDF POA
Tp,'. •"H��iMGi,. `S sUOF
visit tmhcc.comfsurety for more information
rAQ_Z_
Kio Lo, A&i5hnt Secretary
r 2•
* HCCSMANPOA02/2024
Bond No. RCB0030279
Performance Bond
City of San Rafael ("City") and Pump Repair Service Co. ("Contractor") have entered into a contract,
dated April 22 , 2024 ("Contract") for work on the Glenwood Pump Station Repair
("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond").
Contractors Bonding and Insurance Compan
1. General. Under this Bond, Contractor as Principal and its
surety ("Surety"), are bound to City as obligee for an amount not less than $ 125.60T00
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total arnount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable)
file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety
must be given as follows:
Glenwood Pump Station Repair
Up to J)LUU,000 Uontract
Performance Bond
Approved by City Attorney, dated 03/28/2022
Attn: Contractors Bonding and Insurance
Address: 9025 N. Lindbergh Drive
City/State/Zip: Peoria, IL 61615.
Phone: 800-444-0406
Fax: 866 692 6796
Email: New. Claim@rlicorp com
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on June 4
2024 . Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: CONTRACTORS BONDING AND INSURANCE COMPANY
Business Name
s/
Josefina op, Attorney -in -fact
Name/Title [print] -
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Pump Repair Service Co.
Business Name
s/
Narne/Title
�5-8-6 NCfatrte word," OAf, fcc
S/
Name/Title
APPROVED BY CITY:
s,
ROBERT F. Sjt IN, City Attorney Date
END OF PERFORMANCE BOND
Glenwood Pump Station Repair
�% *0
'Pr•oft 81F*i
ow
d SEAL . o
Up to $200,000 Contract
Performance Bond
Approved by City Attorney, dated 03/28/2022
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
Illinois
County of Cook
On June 4. 2024 before me, M. Labno, Notary Public
Date Here Insert Name and Title of the Officer
Personally appeared Josefina
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrumentthe person(s), orthe entity upon behalf of
which the person(s) acted, executed the instrument.
OFRCIAL SEAL
M LABNO
Nouq PUW stay o1 Ova
my nw
Co+i nksion No. 976616
CoAWO Ewa up ta. M7
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws of the
State of Illinois that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature R
M. Labno Signature of Notary 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
Number of Pages
Document Date
Signer(s) OtherThan Named Above
Capacity(ies) Claimed by Signer(s)
Signer's Name
❑ Corporate Officer—Title(s)
❑ Partner Q Limited ❑ General
❑ Individual ❑ Attorney in Fact
OTrustee ❑ Guardian or Conservator
0 Other
Signer's Name
0 Corporate Officer—Title(s)
13Partner 13Limited ❑General
[:]Individual 0 Attorney in Fact
❑Trustee Q Guardian or conservator
0 Other
Signer Is Representing Contractors Bonding Signer Is Representing
and Insurance Company
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 emt` % 64 __k, )
On tt : l ?CG'L before me, ��,G r t �� Notary Public
Dote Here Insert Name and Title of the Officer
Personally appeared ILL;1�
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrumentthe person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
LORI DEwlr
*my
Notary Public • CaliforniaContra Costa County
Commission # 2455405 Comm. Expires Aug 24, 2027
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws of the
State of that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal. r—
Signature
Signature of Notary 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 �'`� Cf�r/VftGC)^c-� ielld Document Date
Number of Pages
Signer(s) OtherThan Named Above
Capacity(ies) Claimed by Signer(s)
Signer's Name
0 Corporate Officer—Title(s)
❑ Partner 0 Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee 0 Guardian or Conservator
0 Other
Signer's Name
❑ Corporate Officer—Title(s)
❑ Partner 0 Limited ❑General
❑ Individual ❑ Attorney in Fact
❑Trustee ❑ Guardian or Conservator
❑ Other
Signer Is Representing Pump Repair Service Signer Is Representing
Company
. OWE R OF ATTORNEX
RLI Insurance Company
Contractors Bonding and Insurance Company
9025 N. Lindbergh Dr. Peoria, IL 61615
Phone: 800-645-2402
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and
together, the "Company") do hereby make, constitute and appoint:
Haley Anderson, John P. Flarney, Josefina Rojo, Jacquelyn M. Norstrom, Matthew Labno. Jessica Hernandez, jointly or severally
in the City of Chicago , State of Illinois its true and lawful Agent(s) and Attorney(s) in Fact, with
full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all
bonds and undertakings in an amount not to exceed Twenty Five Million Dollars
( $25,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been
executed and acknowledged by the regularly elected officers of the Company.
RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of
the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board
of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint
Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate
seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Sr. Vice President with its corporate seal affixed this 12th day of
December . 2023 .
,....,'�'SG99y'
p
...•, •O
==0 �•O�yPon
�':
``\�yv
�• 9�
GF'.
GORPORA)I�t
`.` SEAL =
SEAL
.,_
State of Illinois '1L1NO�S
SS
County of Peoria )}
On this 12th day of December 2023 ,before me, a Notary
Public, personally appeared Eric Raudins , who being by me duly sworn,
acknowledged that he signed the above Power of Attorney as the aforesaid
officer of the RLI Insurance Company and/or Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and deed of said corporation.
By: /� ,
Jill A. Scott t�(� Notary Public
4 % JILL A SCOTT
M
a _ Notary Public
2, State of Ohio
• • �i-}: '• ,° My Comm. Expires
�y •"s±.w o' September 22, 2025
RLI Insurance Company
Contractors Bonding and In nce Company
f
By:
Eric Raudins Sr. Vice President
CERTIFICATE
I, the undersigned officer of RLI Insurance Company and/or
Contractors Bonding and Insurance Company, do hereby certify
that the attached Power of Attorney is in full force and effect and is
irrevocable; and furthermore, that the Resolution of the Company as
set forth in the Power of Attorney, is now in force. In testimony
whereof, I have hereunto set my hand and the seal of the RLI
Insurance Company and/or Contractors Bonding and Insurance
Company this 4th day of June , L024 .
RLI Insurance Company
Contractors Bonding and Insurance Company
By: � 4kLA L J ±5! 1_
Jeffrey I ic6 Corporate Secretary
1233387020212 A0058D 19
7. Effective Date; Execution. This Bond is entered into and is effective on
20_ Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY:
Business Name
s/
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Name/Title
s/
Name/Title
APPROVED BY CITY:
s/
ROBERT F. EPSTEIN, City Attorney Date
END OF PAYMENT BOND
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Payment Bond
Approved by City Attorney, dated 03/28/2022
Performance Bond
City of San Rafael ("City") and Aanenson Wildcat, Inc„ dba Wildcat Engineering ("Contractor") have
entered into a contract, dated 20 ("Contract") for work on the Albert J. Boro
Center Backflow Prevention Installation ("Project"). The Contract is incorporated by reference into this
Performance Bond ("Bond").
General. Under this Bond, Contractor as Principal and , its
surety ("Surety"), are bound to City as obligee for an amount not less than $
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable)
file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety
must be given as follows:
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Performance Bond
Approved by City Attorney, dated 03/28/2022
Attn
Address:
City/State/Zip:
Phone:
Fax:
Email
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond
8. Effective Date; Execution. This Bond is entered into and effective on
20_ Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY
Business Name
s/
Name/Title [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Name/Title
s/
Name/Title
APPROVED BY CITY:
s/
ROBERT F. EPSTEIN, City Attorney Date
END OF PERFORMANCE BOND
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Performance Bond
Approved by City Attorney, dated 03/28/2022
Bid Bond
("Bidder") has submitted a bid,
dated 20 ("Bid"), to the City of San Rafael ("City") for work on
the ("Project'). Under this duly executed bid bond ("Bid Bond"), Bidder as Principal and
, its surety ("Surety"), are bound to City as obligee in the penal sum
of ten percent of the maximum amount of the Bid (the 'Bond Sum"). Bidder and Surety bind themselves
and their respective heirs, executors, administrators, successors and assigns, jointly and severally, as
follows:
1. General. If Bidder is awarded the Contract for the Project, Bidder will enter into the Contract with
City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance of the Notice of Award to Bidder, Bidder must
submit to City the following:
2.1 Contract. The executed Contract, using the form provided by City in the Project contract
documents ("Contract Documents");
2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price, executed by a
surety licensed to do business in the State of California using the Payment Bond form
included with the Contract Documents;
2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the Performance
Bond form included with the Contract Documents; and
2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the Contract
Documents, and any other documents required by the Instructions to Bidders or Notice of
Award.
3. Enforcement. If Bidder fails to execute the Contract and to submit the bonds and insurance
certificates as required by the Contract Documents, Surety guarantees that Bidder forfeits the Bond
Sum to City. Any notice to Surety may be given in the manner specified in the Contract and
delivered or transmitted to Surety as follows:
Attn:
Address.
City/State/Zip:
Phone:
Fax:
Email
4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this obligation
will be null and void; otherwise it will remain in full force and effect for 60 days following the bid
opening or until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the
provisions of Civil Code §§ 2819 and 2845.
[Signatures are on the following page.]
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Bid Bond
Approved by City Attorney, dated 3/28/2020
This Bid Bond is entered into and effective on 20
SURETY:
Business Name
s/
Date
Name, Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
Business Name
s/
Date
Name, Title
END OF BID BOND
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Bid Bond
Approved by City Attorney, dated 3/28/2020
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
am the Office manaver [title] of Wildcat Engineering
[business name], the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
1 declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on Jun 18, 2024 [date], at
Petaluma [City], CA [state].
51 �OXRNN2TY�l�fON
Roxanne Torauson
Name [print]
END OF NONCOLLUSION DECLARATION
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #-.11449-02 Noncollusion Declaration
Approved by City Attorney, dated 3/28/2022
Exhibit D
BID SCHEDULE
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be
provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed
by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether
direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total
Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form.
AL = Allowance CIF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds
LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM UNIT EXTENDED
NO. ITEM DESCRIPTION EST. QTY. UNIT COST TOTAL AMOUNT
TOTAL BASE BID: Items 1 through inclusive: $
Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #: 11449-02 Bid Schedule
Approved by City Attorney, dated 3/28/2022
This Bid Proposal is hereby submitted on
s/
s/
Company Name
Address
City, State, Zip
Contact Name
20
Name and Title
Name and Title
License #, Expiration Date, and Classification
DIR Registration #
Phone
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum: Date Received Addendum: Date Received
#01 #05
#02 #06
#03 #07
#04 #08
END OF BID SCHEDULE
Albert J. Boro Center Backflow Prevention Installation
City Project #: 11449-02
Approved by City Attorney, dated 3/28/2022
Up to $200,000 Contract
Bid Schedule
Exhibit E
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
DESCRIPTION
OF WORK
SUBCONTRACTOR
NAME
CALIFORNIA
CONTRACTOR
LICENSE NO.
LOCATION OF
BUSINESS
DIR REG. NO.
PERCENT
OF
WORK
END OF SUBCONTRACTOR LIST
'For street or highway construction this requirement applies to any subcontract of $10,000 or more.
Albert J. Boro Center Backflow Prevention Installation Up to $200,000 Contract
City Project #:11449-02 Subcontractor List
Approved by City Attorney, dated 3/28/2022
Informal Contract - AJ B Center Backflow Prev
Install - Wildcat
Final Audit Report 2024-06-25
Created: 2024-06-18
By: Shannon Mackie (shannon.mackle@cityofsanrafael.org)
Status: Signed
Transaction ID: CBJCHBCAABAAzlhd3a9lojjUJq-J51ljTwcXKMX61Xs
"Informal Contract - AJB Center Backflow Prev Install - Wildcat"
History
Document created by Shannon Mackie (shannon.mackle@cityofsanrafael.org)
2024-06-18 - 8:30:38 PM GMT- IP address: 199.88.113.8
. Document emailed to Roxanne Torguson (wcateng@yahoo.com) for signature
2024-06-18 - 8:38:17 PM GMT
Email viewed by Roxanne Torguson (wcateng@yahoo.com)
2024-06-18 - 8:39:34 PM GMT- IP address: 69.147.91.11
&o Document e-signed by Roxanne Torguson (wcateng@yahoo.com)
Signature Date: 2024-06-18 - 9:40:40 PM GMT - Time Source: server- IP address: 192.184.136.190
P- 4 Document emaiied to aanenson1 @comcast.net for signature
2024-06-18 - 9:40:42 PM GMT
Email viewed by aanenson1@comcast.net
2024-06-18 - 9:49:30 PM GMT- IP address: 172.226.36.4
Email viewed by aanenson1@comcast.net
2024-06-25 - 10:29:23 PM GMT- IP address: 172.225.88.149
6© Signer aanenson1 @comcast.net entered name at signing as Chad Aanenson
2024-06-25 - 10:33:44 PM GMT- IP address: 192.184.136.190
b© Document e-signed by Chad Aanenson (aanenson1 @comcast.net)
Signature Date: 2024-06-25-10:33:46 PM GMT -Time Source: server- IP address: 192.184.136.190
Agreement completed.
2024-06-25 - 10:33:46 PM GMT
�- Powered by
( Jh SAN RAFAEL Adobe
Acrobat Sign
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: Public Works
Project Manager: Shannon Mackie (for Megan Kelly) Extension: 3353
Contractor Name: Wildcat Engineering
Contractor's Contact: Roxanne Torguson Contact's Email: wcateng@yahoo.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
I DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
ll
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
5/30/2024
Attorney c/o Laraine.Gittens@cityofsanrafael.org
©SIVI
2
City Attorney
a. Review, revise, and comment on draft agreement
6/12/2024
and return to Project Manager
6/12/2024
© NT
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
® NT
3
Department Director
Approval of final agreement form to send to
6/13/2024
® AM
contractor
4
Project Manager
Forward three (3) originals of final agreement to
6/18/2024
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
® N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
City Clerk
official
Attest signatures, retains original agreement and
10
forwards copies to Project Manager
Informal Contract - Wildcat Engineering -
AJBCC Backflow Prevention Installation
Final Audit Report 2024-07-19
Created: 2024-07-10
By: Nataly Torres (nataly.torres@cityofsanrafael.org)
Status: Signed
Transaction ID: CBJCHBCAABAAdSIUSd3JXyyt-IGfsmylrWEcnrZ8M16k
"Informal Contract - Wildcat Engineering - AJBCC Backflow Prev
ention Installation" History
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2024-07-10 - 11:14:07 PM GMT- IP address: 199.88.113.8
L'+ Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2024-07-10 - 11:16:56 PM GMT
t Document shared with Shannon Mackie(shannon.mackle@cityofsanrafael.org) by Nataly Torres
(nataly.torres@cityofsanrafael.org)
2024-07-10 - 11:17:44 PM GMT- IP address: 199.88.113.8
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2024-07-10 - 11:17:52 PM GMT- IP address: 104.47.64.254
6e Document approved by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
Approval Date: 2024-07-10 - 11:18:21 PM GMT - Time Source: server- IP address: 199.88.113.8
P+ Document emailed to rob.epstein@cityofsanrafael.org for signature
2024-07-10 - 11:18:22 PM GMT
Email viewed by rob.epstein@cityofsanrafael.org
2024-07-11 - 6:42:36 PM GMT- IP address: 146.75.154.173
6© Signer rob.epstein@cityofsanrafael.org entered name at signing as Robert F. Epstein
2024-07-12 - 0:56:03 AM GMT- IP address: 104.28.124.163
6© Document e-signed by Robert F. Epstein (rob.epstein@cityofsanrafael.org)
Signature Date: 2024-07-12 - 0:56:05 AM GMT - Time Source: server- IP address: 104.28.124.163
ered by
SAN RAFAEL PO1N e
��� Adobe
rTIE C'TV v."" ? 14 155 0y Acrobat Sign
'y Document emailed to city.clerk@cityofsanrafael.org for approval
2024-07-12 - 0:56:07 AM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-07-12 - 4:01:01 PM GMT- IP address: 104.47.64.254
6© Signer city.clerk@cityofsanrafael.org entered name at signing as Lindsay Lara
2024-07-12 - 4:01:14 PM GMT- IP address: 67.169.52.201
d© Document approved by Lindsay Lara(city.clerk@cityofsanrafael.org)
Approval Date: 2024-07-12 - 4:01:16 PM GMT - Time Source: server- IP address: 67.169.52.201
El Document emailed to cristine.alilovich@cityofsanrafael.org for signature
2024-07-12 - 4:01:19 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2024-07-19 - 9:24:20 PM GMT- IP address: 104.47.65.254
6e Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich
2024-07-19 - 9:24:42 PM GMT- IP address: 199.88.113.8
6S0 Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org)
Signature Date: 2024-07-19 - 9:24:44 PM GMT - Time Source: server- IP address: 199.88.113.8
E'41 Document emailed to city.clerk@cityofsanrafael.org for signature
2024-07-19 - 9:24:46 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-07-19 - 10:11:52 PM GMT- IP address: 104.47.65.254
6© Signer city.clerk@cityofsanrafael.org entered name at signing as Lindsay Lara
2024-07-19-10:12:13 PM GMT- IP address: 199.88.113.8
Oe Document e-signed by Lindsay Lara (city.clerk@cityofsanrafael.org)
Signature Date: 2024-07-19 - 10:12:15 PM GMT - Time Source: server- IP address: 199.88.113.8
® Agreement completed.
2024-07-19 - 10:12:15 PM GMT
Are SAN RAFAEL '—' by
W I Adobe
Acrobat Sign