2018/06/12 City Council Resolution 2018-080RESOLUTION NO. 2018-080
A RESOLUTION APPROVING THE PLANS AND SPECIFICATIONS FOR
THE WET WELL LINING PROJECT (PROJECT NUMBER 2017-09),
AWARDING THE CONSTRUCTION CONTRACT TO MACHADO
BROTHERS, INC., AND RELATED ACTIONS
WHEREAS, the Wet Well Lining Project (Project Number 2017-09) includes the
rehabilitation of the wet well at pump station #1, diversion structure, and replacing a sewer line; and
WHEREAS, the plans and specifications for the Projects were prepared by GHD Inc, and
reviewed by Development Services Staff; and
WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that the
City's purchasing functions shall be governed by the City's purchasing policy; and
WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 3.6.F Contracts
for Public Projects and the Public Contract Code, an invitation for bids was posted/published on
April 23, 2018 for the Project; and
WHEREAS, two sealed bids were received on the public bid opening date of May 15,
2018; and
WHEREAS, Development Services staff determined that Machado Brothers Inc
submitted the lowest cost bid and is the lowest responsive and responsible bidder with an amount
of $438,500;
WHEREAS, these is adequate funding to complete the Wet Well Lining Project within
the approved Capital Improvement program budget.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park as follows:
1. The above recitals are true and correct and material to this Resolution.
2. The plans and specifications for the Wet Well Lining Project (Project Number 2017-09),
which are on file with the City's Clerk's office, are hereby approved and adopted.
3. The Project is exempt from review under the California Environmental Quality Act
("CEQA") because the scope of the project is pavement rehabilitation, and is therefore
categorically exempt under CEQA Guidelines section 15301 (Existing Facilities) and
15302 (Replacement or Reconstruction), and Notice of Exemption is directed to be filed.
4. In making its findings the City Council relied upon and hereby incorporates by reference
all of the bid materials, correspondence, staff reports and all other related materials.
5. In accordance with California Public Contract Code Section 20160 and any other
applicable laws, the City Council of the City of Rohnert Park hereby finds the bid of
Machado Brothers, Inc for the Project to be the lowest, responsive and responsible bid
and waives any irregularities in such bid in accordance with applicable law.
6. The City Manager is hereby authorized and directed to execute the contract with
Machado Brothers, Inc in substantially similar form to Exhibit A, which is attached
hereto and incorporated by this reference, for the sum of four -hundred and thirty-eight
thousand five hundred dollars ($438,500) for construction of the Project in accordance
with the bid documents and applicable law upon submission by Machado Brothers, Inc of
all documents required pursuant to the Project bid documents.
7. The City Manager is hereby authorized to execute change orders in an amount not to
exceed 10% of the project costs to allow for unanticipated changes during construction or
forty three thousand eight hundred and fifty dollars ($43,850).
8. City staff is hereby directed to issue a Notice of Award to Machado Brothers for this
project.
9. This Resolution shall become effective immediately.
10. All portions of this resolution are severable. Should any individual component of this
Resolution be adjudged to be invalid and unenforceable by a body of competent
jurisdiction, then the remaining resolution portions shall continue in full force and effect,
except as to those resolution portions that have been adjudged invalid. The City Council
of the City of Rohnert Park hereby declares that it would have adopted this Resolution
and each section, subsection, clause, sentence, phrase and other portion thereof,
irrespective of the fact that one or more section, subsection, clause, sentence, phrase or
other portion may be held invalid or unconstitutional.
DULY AND REGULARLY ADOPTED this 12th day of June, 2018.
CITY OF ROHNERT PARK
ATTEST: Pam Stafford, Mayor V
V�
$Ann"eB—tuieri-ler., City Clerk
Attachment: Exhibit A
AHANOTU: f? _ BELFORTE: lqqe MACKENZIE: CALLINAN: STAFFORD:
AYES: ( S ) NOES: ( d ) ABSENT: ( 0 ) ABSTAIN: ( O )
(2)
2018-080
Exhibit A
CONTRACT
WET WELL LINING PROJECT -PHASE A
PROJECT NO. 2017-09
THIS AGREEMENT, made and entered into this day of , 20_, by and
between hereinafter called "Contractor", and the City of Rohnert Park, hereinafter
called "City".
WITNESSETH:
WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the
work hereinafter mentioned in accordance with the sealed proposal of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scrape of Work: The Contractor must perform all the work and furnish all the labor, materials,
equipment and all utility and transportation services required to complete all of the work of construction and
installation of the improvements more particularly described in the Resolution adopted by the City Council
of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more particularly set forth
in the Contractor's bid therefor on file in the office of the City Clerk, except work to be performed by
subcontractors as set forth in the Contractor's bid and for which the Contractor retains responsibility.
2. Time of Perfort-flance and Liquidated Damages: The Contractor must begin work within
fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must
diligently prosecute the same to completion within 180 calendar days of that Notice. The Contractor
acknowledges and agrees that time is of the essence with respect to Contractor's work and that Contractor
shall diligently pursue performance of the work.
In the event the Contractor does not complete the work within the time limit so specified or within
such further time as said City Council must have authorized, the Contractor must pay to the City liquidated
damages in the amount of FIVE HUNDRED DOLLARS ($500) per day for each and every day's delay in
finishing the work beyond the completion date so specified. Additional provisions with regard to said time
of completion and liquidated damages are set forth in the specifications, which provisions are hereby referred
to and incorporated herein by reference.
3. Payments: Payments will be made by City to the Contractor for said work performed at the
times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid.
The award of the contract is for a total amount of <<AMOUNT>>.
4. Component Parts and Interpretation: This contract must consist of the following documents,
each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a
part hereof by reference thereto:
a) This Agreement
b) Notice Inviting Sealed Proposals
C) Instruction and Information to Bidders
d) Accepted Proposal, with all attachments and certifications
e) Faithful Performance Bond
f) Labor and Material Bond
g) Special Provisions
h) Standard Specifications
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No.2017-09 Page 1-16
LA #4834-0043-9827 v
i) Technical specifications
j) Design Standards
k) Plans, Profiles and Detailed Drawings
In the event of conflict between these documents, the following order of precedence will govern:
this contract; change orders; supplemental agreements and approved revisions to plans and specifications;
special conditions; standard specifications; detail plans; general plans; standard plans; reference
specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard
Specifications (2010 edition) of the California Department of Transportation shall apply to this project.
5. Independent Contractor. Contractor is and will at all times remain as to City a
wholly independent contractor. Neither City nor any of its officers, employees, or agents will have control
over the conduct of Contractor or any of Contractor's officers, employees, agents or subcontractors, except
as expressly set forth in the Contract Documents. Contractor may not at any time or in any manner
represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers,
employees, agents or subcontractors of City.
6. Prevaflilig Wages: Copies of the determination of the Director of the Department
of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of
worker needed to execute this Contract will be on file in, and available at, the office of the Director at 601
Carmen Drive, Camarillo, California 93010.
Contractor must post at the work site, or if there is no regular work site then at its principal office,
for the duration of the Contract, a copy of the determination by the Director of the Department of Industrial
Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.)
Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified
prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code
§ 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the retention
and inspection of payroll records.
Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775,
Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of
the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the
worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between
the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof,
for which each worker was paid less than the prevailing wage rate.
Nothing in this Contract prevents Contractor or any subcontractor from employing properly
registered apprentices in the execution of the Contract. Contractor is responsible for compliance with
Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and
subcontractors must submit contract award information to the applicable joint apprenticeship committee,
must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice's
work for every five hours of labor performed by a journeyman (unless an exception is granted under §
1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California
Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise
qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin,
ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under
apprenticeship standards and who have written apprentice contracts, may be employed on public works in
apprenticeable occupations. With each application for payment, Contractor shall also deliver certified
payrolls to Owner as set forth above in these General Conditions, and concurrently therewith (but in no
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No.2017-09 Page 1-17
LA #4834-0043-9827 v1
event less frequently than monthly) directly to the Labor Commissioner in the format prescribed by the
Labor Commissioner.
If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply,
as applicable, with the labor and reporting requirements of the Davis -Bacon Act (40 USC § 276a-7), the
Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards
Act (40 USC § 327 and following).
7. Hours of Labor: Contractor acknowledges that under California Labor Code sections 1810
and following, eight hours of labor constitutes a legal day's work. Contractor will forfeit as a penalty to
City the sum of $25.00 for each worker employed in the execution of this Contract by Contractor or any
subcontractor for each calendar day during which such worker is required or permitted to work more than
eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions
of Labor Code section 1810.
8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,
Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor
or any Subcontractor under him.
Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any
apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the
Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
B. When the number of apprentices in training in that area exceeds a ratio of one to five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the assignment of an apprentice to any work performed under a public works Contract
would create a condition which would jeopardize his life or the life, safety, or property of
fellow employees or the public at large, or if the specified task to which the apprentice is to
be assigned is of such a nature that training cannot be provided by a journeyman, or
E. When the Contractor provides evidence that he employs registered apprentices on all of his
Contracts on an annual average of not less than one apprentice to eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on
such Contracts and if other Contractors on the public works site are making such contributions.
The Contractor and any Subcontractor under him must comply with the requirements of Section
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained
from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,
California, or from the Division of Apprenticeship Standards and its branch offices. .
9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads
as follows:
"A contractor must not discriminate in the employment of persons upon public
works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those
bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise
Emergency Sewer Pond and Wet Well Lining — Phase A
Rohnert Park City Project No.2017-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-18
provided in Section 12940 of the Government Code. Every contractor for public works who
violates this section is subject to all the penalties imposed for a violation of this chapter. "
10. Workmen's Compensnlioil Insurance: In accordance with the provisions of Article 5, Chapter 1,
Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with
Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment
of compensation to his employees and must for that purpose obtain and keep in effect adequate Workmen's
Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workmen's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions before
commencing the performance of the work of this contract.
11. lndeiiwity and 111sUNM ICL : To the fullest extent permitted by law, Contractor must indemnify,
hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and
consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses
including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be
asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor's activities
hereunder, including the activities of other persons employed or utilized by Contractor including
subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the
active negligence of the City. This indemnification obligation is not limited in any way by any limitation on
the amount or type of damages or compensation payable by or for Contractor under Worker's Compensation,
disability or other employee benefit acts or the terms, applicability or limitations of any insurance held or
provided by Contractor and must continue to bind the parties after termination/completion of this Agreement.
Contractor shall procure and maintain throughout the time for performance of the work under this
Contract the insurance required by the Special Provisions. The requirement that Contractor procure and
maintain insurance shall in no way be construed to limit the Contractor's duty to indemnify City as provided
in the paragraph above.
Failure of City to monitor compliance with these requirements imposes no additional obligations
on City and will in no way act as a waiver of any rights hereunder.
12. City Riehl of"Termination and Right to Complete the Work. The City may terminate the
Contract when conditions encountered during the work make it impossible or impracticable to proceed,
or when the City is prevented from proceeding with the Contract by act of God, by law, or by official
action of a public authority. In addition, the occurrence of any of the following is a default by Contractor
under this Contract:
A. Contractor refuses or fails to prosecute the Work or any part thereof with such
diligence as will insure its completion within the time specified or any permitted
extension.
B. Contractor fails to complete the Work on time.
C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of
creditors, or a receiver is appointed on account of Contractor's insolvency.
D. Contractor fails to supply enough properly skilled workers or proper materials to
complete the Work in the time specified.
E. Contractor fails to make prompt payment to any subcontractor or for material or
labor.
F. Contractor fails to abide by any applicable laws, ordinances or instructions of City
in performing the Work.
Emergency Sewer Pond and Wet Well Lining — Phase A
Rohnert Park City Project No.2017-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-19
G. Contractor breaches or fails to perform any obligation or duty under the Contract.
Upon the occurrence of a default by Contractor, the Director will serve a written notice of default
on Contractor specifying the nature of the default and the steps needed to correct the default. Unless
Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements
acceptable to City for the correction or elimination of such default are made, as determined by City, City
may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor
will not be entitled to receive any further payment, except for Work actually completed prior to such
termination in accordance with the provisions of the Contract Documents.
In event of any such termination, City will also immediately serve written notice of the termination
upon Contractor's surety. The surety will have the right to take over and perform pursuant to this Contract;
provided, however, that if the surety does not give City written notice of its intention to take over and
perform this Contract within five days after service of the notice of termination or does not commence
performance within 10 days from the date of such notice, City may take over the Work and prosecute the
same to completion by contract or by any other method it may deem advisable for the account and at the
expense of Contractor. Contractor and the surety will be liable to City for any and all excess costs or other
damages incurred by City in completing the Work.
If City takes over the Work as provided in this Section, City may, without liability for so doing,
take possession of, and utilize in completing the Work, such materials, appliances, plant, and other
property belonging to Contractor as may be on the site of the Work and necessary for the completion of
the Work.
13. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts
Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure
performance under a contract. At the request and sole expense of the Contractor, securities equivalent to the
amount withheld must be deposited with the public agency, or with a state or federally chartered bank as the
escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the contract.
Securities eligible for substitution under this section must include those listed in the California Public
Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor must be
the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon.
Alternatively, the Contractor may request and the City shall make payment of retentions earned
directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the
Contractor may direct the investment of the payments into securities and the Contractor shall receive the
interest earned on the investments upon the same terms provided for in Section 22300 for securities
deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive
from the escrow agent all securities, interest, and payments received by the escrow agent from the City,
pursuant to the terms of this section.
Any escrow agreement entered into pursuant to this section must contain as a minimum the following
provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor; and
C. The termination of the escrow upon completion of the contract.
14. General Provisions
A. Authority to Execute. Each Party represents and warrants that all necessary action
has been taken by such Party to authorize the undersigned to execute this Contract and to bind it to the
performance of its obligations.
Emergency Sewer Pond and Wet Well Lining — Phase A
Rohnert Park City Project No.2017-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-20
B. Assignment. Contractor may not assign this Contract without the prior written
consent of City, which consent may be withheld in City's sole discretion since the experience and
qualifications of Contractor were material considerations for this Contract.
C. Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
D. Integrated Contract. This Contract, including the Contract Documents, is the entire,
complete, final and exclusive expression of the Parties with respect to the Work to be performed under
this Contract and supersedes all other agreements or understandings, whether oral or written, between
Contractor and City prior to the execution of this Contract.
E. Modification of Contract. No amendment to or modification of this Contract will
be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as
applicable. The Parties agree that this requirement for written modifications cannot be waived and that
any attempted waiver will be void.
F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be
executed in several counterparts, each of which will be deemed an original, and all of which, when taken
together, constitute one and the same instrument. Amendments to this Contract will be considered
executed when the signature of a party is delivered by facsimile or other electronic transmission. Such
facsimile or other electronic signature will have the same effect as an original signature.
G. Waiver. Waiver by any Party of any term, condition, or covenant of this Contract
will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach
of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver of any
subsequent breach or violation of any provision of this Contract. Acceptance by City of any Work
performed by Contractor will not constitute a waiver of any of the provisions of this Contract.
H. Interpretation. This Contract will be interpreted, construed and governed according
to the laws of the State of California. Each party has had the opportunity to review this Contract with
legal counsel. The Contract will be construed simply, as a whole, and in accordance with its fair meaning.
It will not be interpreted strictly for or against either party.
I. Severability. If any term, condition or covenant of this Contract is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining
provisions of this Contract will not be affected and the Contract will be read and construed without the
invalid, void or unenforceable provision.
J. Venue. In the event of litigation between the parties, venue in state trial courts will
be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the
Northern District of California.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its
officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above
written.
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No.2017-09 Page 1-21
LA #4834-0043-9827 v
CITY OF ROHNERT PARK
City Manager Date
Per Resolution No. «RESO #>>adopted by the Rohnert Park
City Council at its meeting of «Month»«Day»«Year».
ATTEST:
City Clerk
Emergency Sewer Pond and Wet Well Lining — Phase A
Rohnert Park City Project No.2017-09
LA #4834-0043-9827 v1
<<CONTRACTOR>>
Name/Title Date
APPROVED AS TO FORM:
City Attorney
Part 1: Bid Documents
Page 1-22
INSURANCE
Bidder's attention is directed to the following insurance forms and to Section 2.03 of the Special
Provisions, located on Pages 2-1 through 2-6 in the Special Provisions section. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to determine
in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. Failure to comply strictly with the insurance requirements may
result in forfeiture of the bid security and withdrawal of the bid proposal.
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No.2017-09 Page 1-23
LA #4834-0043-9827 v1
CERTIFICATE OF INSURANCE ISSUE DATE MMIDDM")
CITY OF ROHNERT PARK (the "City")
PRODUCER
THIS CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW
BEST'S
COMPANIES RATING
COMPANY
LETTER A
COMPANY
LETTER B
INSURED
COMPANY
LETTER
COMPANY
LETTER D
COMPANY
LETTER E _
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE
INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH
THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. LIMITS SHOWN MAY HAVEN BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE(MM/DD/YY)
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE E
GENERAL LIABILITY
PRODUCTS-COMP/OPS AGGREGATE E
❑ COMMERCIAL GENERAL LIABILITY
PERSONAL BADVERTISING INJURY E
❑ CLAIMS MADE ❑ OCCUR
EACH OCCURRENCE $
❑ OWNER'S 8 CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire) S
❑ OTHER -
MEDICAL EXPENSE (Any one person) E
COMBINED
AUTOMOBILE LIABILITY
SINGLE LIMIT $
❑ ANY AUTO
BODILY
❑ ALL OWNED AUTOS
(Per person)
(Per pereon) $
0 SCHEDULED AUTOS
BODILY INJURY
0 HIRED AUTOS
❑ NON -OWNED AUTOS
(Per accident) $
❑ GARAGE LIABILITY
PROPERTY DAMAGE Y
EXCESS LIABILITY
EACH OCCURRENCE $
❑ UMBRELLA
❑ OTHER THAN UMBRELLA FORM
AGGREGATE 5
STATUTORY
❑ WORKER'S COMPENSATION
AND
EACH ACCIDENT $
DISEASE -POLICY LIMIT $
EMPLOYERS' LIABILITY
DISEASE -EACH EMPLOYEE $ _
PROPERTY INSURANCE
AMOUNT OF INSURANCE
11COURSE OF CONSTRUCTION
3
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS
THE FOLLOWING PROVISIONS APPLY:
1. None of the above-described policies will be canceled until after 30 days' written notice has been given to the City at the address indicated below.
2. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are added as insureds on all liability insurance policies listed above.
3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with, the insurance described above.
4. The City is named a loss payee on the property insurance policies described above, if any.
5. All rights of subrogation under the property insurance policy listed above have been waived against the City.
6. The workers' compensation insurer named above, if any, agrees to waive all rights to subrogation against the City for injuries to employees of the insured resulting
from work for the City or use of the City's premises or facilities.
AUTHORIZED REPRESENTATIVE
CERTIFICATE HOLDER/ADDITIONAL INSURED
CITY OF ROHNERT PARK
SIGNATURE
130 AVRAM AVENUE
TITLE
ROHNERT PARK, CA 94928
PHONE NO.
Rev. 111019
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No. 2417-09 Page 1-24
LA #4834-0043-9827 v
INSURERISO FORM CG 20 10 11 85 (MODIFIED)
POLICY NO: COMMERCIAL GENERAL LIABILITY
ENDORSEMENT NO:
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Organization:
The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are
named as additional insured.
(If no entry appears above, the information required to complete this endorsement will be shown
in the Declarations as applicable to this endorsement).
WHO IS INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of "your work" performed for
that insured.
i Afl 'itimiiE.I+1
1. The insured scheduled above includes the insured's elected or appointed officers, officials,
employees, agents and volunteers.
2. This insurance must be primary as respects the insured shown in the schedule above, or if excess,
must stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying
primary coverage. In either event, any other insurance maintained by the Insured scheduled above
must be in excess of this insurance and must not be called upon to contribute with it.
3. The insurance afforded by this policy must not be canceled except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the Entity.
4. Coverage must not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insurance would be invalid under
Subdivision (b of Section 2782 of the Civil Code.
Signature -Authorized Representative
Address
CG 20 10 11 85 Insurance Services Office, Inc. Form (Modified)
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No. 2017-09 Page 1-25
LA #4834-0043-9827 v1
SUBMIT IN DUPLICATE
AUTOMOBILE LIABILITY SPECIAL ENDORSEMENTError! Bookmark
ENDORSEMENT NO
ISSUE DATE(MMIDDNY)
not defined.
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
LOSS ADJUSTMENT EXPENSE ❑ Included in Limits
❑ In Addition to Limits
0 Deductible 0 Self -Insured Retention (check which) of 5
Telephone
NAMED INSURED
APPLICABI LITY. This insurance pertains to the operation and/or tenancy of the named
insured under all written agreements and permits in force with the City unless checked here IE in
which case only the folInwing specific agreements and permits with the City are covered:
CITY AGREEMENTWERMITS
TYPE OF INSURANCE
OTHER PROVISIONS
❑COMMERCIAL AUTO POLICY
❑BUSINESS AUTO POLICY
❑OTHER
LIMIT OF LIABILITY
CLAIMS: Underwriter's representative for claims pursuant to this insurance.
Name:
Address:
$ per accident, for bodily injury and property damage.
Telephone: ! 1
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1 INSURED. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are included as insureds with regard to damages and defense of
claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, or for which
the Named Insured is responsible.
2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy must: (a) be
primary insurance as respects the City, its officers, officials, employees, agents or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named
Insured's primary coverage. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers must be excess of the Named
Insured's insurance and not contribute with it.
3. CANCELLATION NOTICE. With respect to the interests of the City, this insurance must not be cancelled, except after thirty 30) days prior written notice by receipted
delivery has been given to the City
4. SCOPE OF COVERAGE. This policy affords coverage at least as broad as:
(1) If primary, Insurance Services Office form number CA0001 (Ed. 1/87), Code 1 ("any auto"); or
(2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED TQ Broker/Agent 1, Underwriter To
REPRESENTATIVE
CITY OF ROHNERT PARK
I (print/type name), warrant that I have
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature
(original signature required)
Telephone: ( ) Date signed:
[awm Lir
Emergency Sewer Pond and Wet Well Lining — Phase A Part 1: Bid Documents
Rohnert Park City Project No. 2017-09 Page 1-26
LA #4834-0043-9827 v1
SUBMIT IN DUPLICATE
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY
ENDORSEMENT NO
ISSUE DATE(MM/DD/YY)
SPECIAL ENDORSEMENT
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No:
Policy Period: (from) (to)
OTHER PROVISIONS
Telephone
NAMED INSURED
CLAIMS: Underwriters representative for claims pursuant to this insurance.
EMPLOYERS LIABILITY LIMITS
I�ama'
$ (Each Accident)
Address:
5 (Disease - Policy Limit)
5 (Disease - Each Employee)
Telephone: ( 1
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1 CANCELLATION NOTICE This insurance must not be cancelled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
2. WAIVER OF SUBROGATION This insurance Company agrees to waive all rights of subrogation against the City, its officers, officials, employees, agents and volunteers
for losses paid under the terms of this policy which arise from the work performed by the Named Insured for the City.
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED i& Broker/Agent ud Underwriter Ia
REPRESENTATIVE
I (print/type name), warrant that I have
CITY OF ROHNERT PARK
_.
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature_„_,,_
(original signature required)
Telephone: ( ) Date signed -
REV. 11/06
Emergency Sewer Pond and Wet Well Lining — Phase A
Rohnert Park City Project No. 20 I7-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-27