2020/05/26 City Council Resolution 2020-044
RESOLUTION NO. 2020-044
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING THE CITY MANAGER TO EXECUTE A MAINTENANCE
AGREEMENT WITH DC ELECTRIC GROUP, INC., A COMMERCIAL ELECTRICAL
CONTRACTOR AND RELATED ACTIONS
WHEREAS, in March 2020, Sonoma County issued a Request for Proposals (RFP) for
traffic signal maintenance and other routine signal-related items for the County and received one
proposal, from DC Electric Group, Inc. (DC Electric); and
WHEREAS, staff has reviewed DC Electric’s proposal in response to the RFP and
determined that they are also qualified to perform City traffic signal maintenance work; and
WHEREAS, staff has also confirmed that DC Electric would pass along the same
competitive pricing that is in the Sonoma County proposal; and
WHEREAS, staff recommends awarding a contract to DC Electric to maintain the City’s
traffic infrastructure for the following reasons:
• DC Electric has been the selected contractor for 7 other agencies in Sonoma
County, and consistency to operate and maintain traffic infrastructure similar to the
rest of the County is in the best interest of the City;
• DC Electric is the only contractor with the knowledge of the City’s Advanced
Traffic Management System to be able to assist staff in the capacity that’s needed
to operate that system; and
• The City’s procurement policy authorizes purchasing directly from a vendor at a
price established by competitive bidding by another public jurisdiction that is in
substantial compliance with the City’s competitive procurement requirements.
WHEREAS, the current maintenance agreement with DC Electric has expired and since
initial contract implementation, several signals and rectangular rapid flashing beacons for
pedestrians have been added to the City’s assets, and a new contract with updated language and
service locations is appropriate; and
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park that it does hereby authorize and approve an agreement by and between DC Electric, a
commercial electrical contractor, and the City of Rohnert Park, a municipal corporation, for the
services as shown in Exhibit “A”, subject to minor modifications by the City Manager or City
Attorney.
BE IT FURTHER RESOLVED by the City Council of the City of Rohnert Park that it
does hereby authorize the City Manager to execute the Maintenance Agreement with DC Electric,
Inc.
BE IT FURTHER RESOLVED that the items contemplated in the Maintenance
Agreement are exempt under CEQA Guideline 15301, as the work consists of only minor
alterations, repair, and maintaining operations to existing infrastructure.
DULY AND REGULARLY ADOPTED this 261h day of May, 2020.
CITY OF ROHNERT PARK
w
Joseph Ca inan, Mayor
ATTEST:
S Cuevas, Assistant City Clerk, _--
On behalf of JoAnne M. Buergler, City Clerk
Attachment: Exhibit A
ADAMS: BELFORTE: STAFFORD: MACKENZIE: CALLINAN•
AYES: ( � )10=ES: ( � ) AB E : ( o ) ABSTAIN: )
Resolution 2020-044
2
OAK #4834-2996-8824 v1
DRAFT 3/30/20
AGREEMENT FOR
MAINTENANCE SERVICES AND
EMERGENCY REPAIRS
Between
THE CITY OF ROHNERT PARK,
a municipal corporation
and
DC Electric Group Inc.,
a commercial electrical contractor
Dated: ___________________
OAK #4834-2996-8824 v1
DRAFT 3/30/20
AGREEMENT FOR
MAINTENANCE SERVICES
This Agreement for Maintenance Services (“Agreement”) is entered into as of the date
referenced on the cover page (“Effective Date”) between the City of Rohnert Park, a municipal
corporation (“City”) and ____________________________ (“Contractor”) (collectively the
“Parties”). In consideration of the mutual promises and covenants made by the parties and
contained here and other consideration, the value and adequacy of which are hereby acknowledged,
the parties agree as follows:
SECTION 1. SCOPE OF SERVICES
1.1 Term. Subject to the provisions of Section 8 [Termination] of this Agreement, the term
of this Agreement is for 3 years commencing on the Effective Date (“Term”).
1.2 Contractor Services. Subject to the terms and conditions of this Agreement,
Contractor agrees to perform for City those maintenance services specified in the Scope of Services
attached hereto and incorporated herein by reference as Exhibit “A” [Scope of Services] (“Services”).
Contractor agrees to furnish, for the compensation provided for herein, all labor, materials, tools,
equipment, services, and incidental and customary work necessary to fully and adequately perform
and complete the Services. The Services shall be subject to inspection and approval by City.
Contractor agrees to work closely with City staff in the performance of the Services and shall be
available to City’s staff and consultants at all reasonable times. If the Agreement is extended beyond
3 years, the Contractor may request an adjustment of the flat rate, labor, and Equipment costs
specified in the Exhibit B. Changes in labor or equipment costs shall not exceed the change in the
Consumer Price Index (CPI) since the immediately preceding amendment to such rates. The CPI to
be used in rate adjustments shall be the all Urban Consumers (1982-84=100) for the San Francisco-
Oakland-San Jose, California area as published by the United States Department of Labor Statistics.
The Contractor and the City, may by mutual agreement, amend the Exhibit B, provided, however, no
more than one amendment may be made in each schedule in any calendar year. Increases due to
the cost of Contractor’s general liability insurance may be negotiated and approved by City when said
increases are properly documented by Contractor.
1.3 Extra Work. Contractor shall not be compensated for any work or services rendered in
connection with its performance of this Agreement, which are in addition to or outside of the Services
(“Extra Work”), except as expressly provided for herein. It shall be Contractor’s responsibility to
ensure that the scope and price of any Extra Work to be performed by Contractor is approved by City
in writing in advance of Contractor’s commencement of the Extra Work in accordance with Section
9.10 [Amendments] and Section 9.19 [Administration and Implementation]. City shall not be obligated
to pay for or otherwise be liable for unauthorized Extra Work performed by Contractor.
1.4 General Warranty. Contractor warrants all Services under this Agreement (which for
purposes of this Section shall be deemed to include unauthorized Extra Work which has not been
removed and any non-conforming materials incorporated into the Services) to be of good quality and
free from any defective or faulty material and workmanship. All warranties and guarantees of
subcontractors, suppliers and manufacturers with respect to any portion of the Services, whether
express or implied, are deemed to be obtained by Contractor for the benefit of City, regardless of
whether or not such warranties and guarantees have been transferred or assigned to City by
separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary,
on behalf of City.
OAK #4834-2996-8824 v1
DRAFT 3/30/20
1.5 Repair of Defects. Contractor agrees that for a period of one (1) year from and after
final acceptance of the Services, or in any guarantee or warranty provided by any manufacturer or
supplier of equipment or materials incorporated into the Services, whichever is later, Contractor shall
within ten (10) days after being notified in writing by City of any defect in the Services or
non-conformance of the Services, commence and prosecute with due diligence all work and services
necessary to fulfill the terms of the warranty at its sole cost and expense. In addition, Contractor
shall, at its sole cost and expense, repair and replace any portions of the work, facilities, fixtures, or
materials damaged by its defective Services or which becomes damaged in the course of repairing or
replacing defective Services. For any Services so corrected, Contractor's obligation hereunder to
correct defective Services shall be reinstated for an additional one year period, commencing with the
date of acceptance of such corrected Services. Contractor shall perform such tests as City may
require to verify that any corrective actions are adequate to remedy the defective condition. In the
event that Contractor fails to perform its obligations under this Section to the reasonable satisfaction
of City, then City shall have the right to correct and replace any defective, non-conforming, or
damaged Services at Contractor's sole expense. Contractor shall be obligated to fully reimburse City
for any expenses incurred hereunder upon demand.
1.6 Contractor’s Representative. Contractor hereby designates the representative named
in Exhibit “C” [Representatives], or his or her designee, to act as its representative for the
performance of this Agreement (“Contractor’s Representative”). Contractor’s Representative shall
have full authority to represent and act on behalf of the Contractor for all purposes under this
Agreement. Contractor’s Representative shall supervise and direct the Services, using his or her
best skill and attention, and shall be responsible for all means, methods, techniques, sequences and
procedures and for the satisfactory coordination of all portions of the Services under this Agreement.
SECTION 2. COMPENSATION AND METHOD OF PAYMENT
2.1 Compensation. City shall pay to Contractor for non-disputed Services rendered, the
compensation set forth in Exhibit “B” [Compensation] attached hereto and incorporated herein by
reference. Total compensation to Contractor for the Services shall not exceed the total price or “not
to exceed” amount set forth in Exhibit “B,” without the prior written approval of City in accordance with
Section 8.11 [Amendments] and Section 8.20 [Administration and Implementation].
2.2 Payment of Compensation. Contractor shall submit periodic (monthly or quarterly as
specified in Exhibit “B”) invoices together with an itemized statement of Services provided. The
statement shall describe the Services provided, the percent of work completed by item, together with
such other reasonable detail and supporting documentation as may be required by the City Manager,
or his/her designee. City will review the statement and pay, with the exception of any charges for
work performed or expenses incurred by Contractor which are disputed by City, within 30 days of
receiving such statement, all approved charges thereon. Payment to Contractor for work performed
pursuant to this Agreement shall not be deemed to waive any defect in work performed by Contractor.
2.3 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the City Council of City for each fiscal year covered by the Agreement. If
such appropriations are not made, this Agreement shall automatically terminate without penalty to
City.
SECTION 3. RESPONSIBILITIES OF CONTRACTOR
3.1 Control and Payment of Subordinates; Independent Contractor. Contractor agrees
that all Services shall be performed by Contractor or under its supervision. The personnel performing
the Services under this Agreement on behalf of Contractor shall at all times be under the Contractor’s
OAK #4834-2996-8824 v1
DRAFT 3/30/20
exclusive direction and control. Contractor will determine the means, methods and details of
performing the Services subject to the requirements of this Agreement. Contractor is and shall at all
times remain a wholly independent contractor and not an officer, employee or agent of City.
Contractor shall have no authority to bind City in any manner, nor to incur any obligation, debt or
liability of any kind on behalf of or against City, whether by contract or otherwise, unless such
authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by
City. Neither Contractor, nor any of Contractor’s officers, employees or agents, shall obtain any rights
to retirement, healthcare or any other benefits which may otherwise accrue to City’s employees.
Contractor expressly waives any claim Contractor may have to any such rights.
3.2 Standard of Care and Licenses. Contractor agrees that all Services shall be
performed in a skillful and competent manner, consistent with the standards generally recognized as
being employed by professionals in the same discipline in the State of California. Contractor
represents and warrants that it, its employees and subcontractors shall have sufficient skill and
experience to perform the Services and that it, its employees and subcontractors have all licenses,
permits, qualifications and approvals of whatever nature that are legally required to perform the
Services, including a City Business License, and that such licenses and approvals shall be
maintained in good standing throughout the term of this Agreement.
3.3 Required Corrections. Contractor shall perform, at its own expense and without
reimbursement from the City, any work necessary to correct errors or omissions that are caused by
the Contractor’s failure to comply with the standard of care provided for herein.
3.4 Law and Regulations. Contractor shall keep itself fully informed of and in compliance
with all local, state and federal laws, rules and regulations in any manner affecting the performance of
the Services, including all Cal/OSHA requirements, and shall give all notices required by law.
Contractor shall be liable for all violations of such laws and regulations in connection with Services.
3.5 Safety. Contractor shall perform the Services, and maintain its work area, so as to
avoid injury or damage to any person or property and shall otherwise exercise all necessary
precautions for the safety of employees appropriate to the nature of the work and the conditions
under which the work is to be performed.
3.6 Labor Code and Prevailing Wage Requirements.
3.6.1 Apprenticeable Crafts. To the extent applicable, Contractor shall comply with the
provisions of Section 1777.5 of the Labor Code with respect to the employment of properly registered
apprentices upon public works.
3.6.2 Hours of Work. To the extent applicable, Contractor shall comply with the legal
days work and overtime requirements of Section 1813 of the Labor Code.
3.6.3 Payroll Records. In accordance with the requirements of Labor Code Section
1776, Contractor shall keep accurate payroll records which are either on forms provided by the
Division of Labor Standards Enforcement or which contain the same information required by such
forms. Contractor shall make all such records available for inspection at all reasonable hours.
3.6.4 Prevailing Wage Laws. Contractor represents and warrants that it is aware of the
requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California
Code of Regulations, Title 8, Section 1600, et seq., (“Prevailing Wage Laws”), which require the
payment of prevailing wage rates and the performance of other requirements on “Public Works” and
“Maintenance” projects. If the Services are being performed as part of an applicable “Public Works”
OAK #4834-2996-8824 v1
DRAFT 3/30/20
or “Maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is
$1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall
make copies of the prevailing rates of per diem wages for each craft, classification or type of worker
needed to execute the Services available to interested parties upon request, and shall post copies at
the Contractor’s principal place of business and any location where the Services are performed.
3.6.5 Indemnity from Wage Determination. In addition to the General Indemnity
provided in Section 4 of this Agreement, Contractor expressly agrees to and shall indemnify, defend,
and hold City, its elected and appointed officials, officers, agents, servants, employees, attorneys and
contractors harmless from and against any Action (including, but not limited to any inquiry,
investigation, wage determination, or other Action by the California Department of Industrial Relations
or any Division thereof), claim liability, loss, damage, entry, costs, or expenses (including, but not
limited to attorney fees, expert fees, and court costs) which arises out of, or is in any way connected
to, compliance with California’s Prevailing Wages Laws with regard to this Agreement.
3.7 Equal Opportunity Employment. Contractor represents that it is an equal opportunity
employer and it shall not discriminate against any subcontractor, employee or applicant for
employment because of race, religion, color, national origin, handicap, ancestry, sexual orientation,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination.
3.8 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the
provisions of the Federal Immigration and Nationality Act, 8 U.S.C. §§ 1101, et seq., as amended,
and in connection therewith, shall not employ unauthorized aliens as defined therein.
SECTION 4. INDEMNIFICATION
4.1 Indemnity. Except as to the sole negligence of City, Contractor expressly agrees to,
and shall, indemnify, defend, release, and hold City, and its respective officials, officers, employees,
agents, and contractors harmless from and against any Action, liability, loss, damage, entry,
judgment, order, lien, and Costs and Expenses which arises out of, or are in any way related to, any
act or omission of Contractor, or its officers, directors, employees, agents, or contractors, connected
with the performance or failure to perform under this Agreement, notwithstanding that City may have
benefited therefrom, or any challenge to this Agreement. This Section shall apply to any acts or
omissions, willful misconduct or negligent conduct, whether active or passive, on the part of
Contractor’s officers, directors, employees, agents and contractors, including but not limited to acts or
omissions in any way related to, the release, treatment, use, generation, transportation, storage, or
disposal in, on, under, to, or from the location at which work under this Agreement is performed of
any Hazardous Substances by Contractor or its officers, directors, employees, agents, and
subcontractors. The Parties expressly agree that any payment, or Costs and Expenses City incurs or
makes to, or on behalf of, an injured employee under City’s workers’ compensation or other
insurance, is included as a loss or Costs and Expenses for the purpose of this Section. City shall not
be responsible for any acts, errors or omissions of any person or entity except City and its officers,
agents, servants, employees or contractors. The Parties expressly agree that the obligations of
Contractor under this Section shall survive the expiration or early termination of the Agreement.
4.2 Action. For purposes of this Agreement, “Action” shall mean any suit (whether legal,
equitable, or declaratory in nature), proceeding or hearing (whether administrative or judicial),
arbitration or mediation (whether voluntary, court-ordered, binding, or non-binding), or other
alternative dispute resolution process, and the filing, recording, or service of any process, notice,
OAK #4834-2996-8824 v1
DRAFT 3/30/20
claim, demand, lien, or other instrument which is a prerequisite or prelude to commencement of the
Action.
4.3 Costs and Expenses. For purposes of this Agreement, “Costs and Expenses” shall
mean all costs and expenses, to the extent reasonable in amount, actually and necessarily incurred
by a Party in good faith in the investigation, prosecution or defense of an Action, including, but not
limited to, court costs, filing, recording, and service fees, copying costs, exhibit production costs,
special media rental costs, attorney’s fees, consultant fees, fees for investigators, witness fees (both
lay and expert), travel expenses, deposition and transcript costs, and any other costs or expenses,
the award of which a court of competent jurisdiction may determine to be just and reasonable.
4.4 Hazardous Substances. For purposes of this Agreement, “Hazardous Substances”
shall mean any and all of the following:
a. any substance, product, waste or other material of any nature whatsoever
which is or becomes listed, regulated, or for which liability arises for misuse, pursuant to the
Comprehensive Environmental Response Compensation and Liability Act (“CERCLA”), 42 U.S.C.
§9601, et seq.; the Hazardous Materials Transportation Act, 49 U.S.C. §1801, et seq.; the Resource
Conservation and Recovery Act (“RCRA”), 42 U.S.C. §6901, et seq.; the Toxic Substances Control
Act, 15 U.S.C.S. §2601, et seq.; the Clean Water Act, 33 U.S.C. §1251, et seq.; the Insecticide,
Fungicide, Rodenticide Act, 7 U.S.C. §136, et seq.; the Superfund Amendments and Reauthorization
Act, 42 U.S.C. §6901, et seq.; the Clean Air Act, 42 U.S.C. §7401, et seq.; the Safe Drinking Water
Act, 42 U.S.C. §300f, et seq.; the Solid Waste Disposal Act, 42 U.S.C. §6901, et seq.; the Surface
Mining Control and Reclamation Act, 30 U.S.C. §1201, et seq.; the Emergency Planning and
Community Right to Know Act, 42 U.S.C. §11001, et seq.; the Occupational Safety and Health Act,
29 U.S.C. §§655 and 657; the Hazardous Waste Control Act, California Health and Safety Code
(“H.&S.C.”) §25100, et seq.; the Hazardous Substance Account Act, H.&S.C.§25330, et seq.; the
California Safe Drinking Water and Toxic Enforcement Act, H.&S.C. §25249.5, et seq.; the
Underground Storage of Hazardous Substances, H.&S.C. §25280, et seq.; the Carpenter-Presley-
Tanner Hazardous Substance Account Act, H.&S.C. §25300, et seq.; the Hazardous Waste
Management Act, H.&S.C. §25170.1, et seq.; the Hazardous Materials Response Plans and
Inventory, H.&S.C. §25001, et seq.; the Porter-Cologne Water Quality Control Act, Water Code
§13000, et seq., all as they may from time to time be amended; and
b. any substance, product, waste or other material of any nature whatsoever
which is or becomes listed, regulated, or for which liability for misuse arises pursuant to any other
federal, state or local statute, law, ordinance, resolution, code, rule, regulation, order or decree due to
its hazardous, toxic or dangerous nature.
SECTION 5. RECORDS AND DOCUMENTS
5.1 Accounting Records.
5.1.1 Maintenance and Inspection. Contractor shall maintain complete and accurate
records with respect to all expenses incurred under this Agreement. Any and all such documents or
records shall be maintained in accordance with generally accepted accounting principles and shall be
sufficiently complete and detailed so as to permit an accurate evaluation of the Services provided by
Contractor pursuant to this Agreement. All such records shall be clearly identifiable.
5.1.2 Inspection and Copying. Contractor shall allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of such records and any
other documents created pursuant to this Agreement. Contractor shall allow inspection of all work,
OAK #4834-2996-8824 v1
DRAFT 3/30/20
data, documents, proceedings, and activities related to the Agreement for a period of three (3) years
from the date of final payment under this Agreement. At no cost to City, Contractor shall provide
copies of such documents or records directly to the City for inspection, audit and copying when it is
practical to do so; otherwise, unless an alternative is mutually agreed upon, such documents and
records shall be made available at Contractor’s address indicated for receipt of notices in this
Agreement.
5.2 Ownership of Documents. All original maps, models, designs, drawings,
photographs, studies, surveys, reports, data, notes, computer files, files and other documents
prepared, developed or discovered by Contractor in the course of providing the Services shall
become the sole property of City and may be used, reused or otherwise disposed of by the City
without the permission of the Contractor. Upon completion, expiration or termination of this
Agreement, Contractor shall turn over to City all such original maps, models, designs, drawings,
photographs, studies, surveys, reports, data, notes, computer files, files and other documents
SECTION 6. INSURANCE
6.1 Maintenance of Insurance. Prior to the beginning of and throughout the term of this
Agreement, Contractor will maintain insurance in conformance with requirements established by City
for the type of Services being performed. Contractor acknowledges that prior to the Effective Date of
this Agreement, City provided to Contractor the applicable insurance requirements, a copy of which
are attached hereto as Exhibit “D” [Insurance]. Contractor acknowledges that the insurance coverage
and policy limits provided by City constitute the minimum amount of coverage required. Any
insurance proceeds in excess of the limits and coverage required in this Agreement and which are
applicable to a given loss, will be available to the City.
6.2 Subcontractors Insurance. Contractor agrees to ensure that subcontractors, and any
other party involved in the performance of the Services by Contractor, provide the same minimum
insurance coverage required of Contractor. Contractor agrees to monitor and review all such
coverage and assumes all responsibility for ensuring that such coverage is provided in conformity
with the requirements of this section. Contractor agrees that upon request, all agreements with
subcontractors and others engaged in the project will be submitted to City for review.
6.3 Modification of Insurance Provisions. The City Manager may make reasonable
amendments to the insurance requirements of this section, with the written concurrence of the
Finance Director or Risk Manager, in accordance with Section 8.20 [Administration and
Implementation] after considering the Scope of Services, potential liabilities, and the required level of
insurance to adequately protect the City.
SECTION 7. TERMINATION.
7.1 Termination by City. City may, by written notice to Contractor, terminate with or
without cause, and without any prior notice of default or right to cure by Contractor, the whole or any
part of this Agreement at any time and by giving written notice to Contractor of such termination, and
specifying the effective date thereof, at least five (5) days before the effective date of such
termination. Upon termination, Contractor shall be compensated only for those non-disputed
Services that have been adequately rendered to City, and Contractor shall be entitled to no further
compensation.
7.2 Termination by Contractor. Contractor may, by written notice to City, terminate this
Agreement based upon City’s failure to timely cure a default under this Agreement as provided
herein. At least forty-five (45) days prior to termination, Contractor shall provide City with a written
OAK #4834-2996-8824 v1
DRAFT 3/30/20
notice specifying City’s alleged default and providing City with a forty-five (45) day period to cure the
default. Should City timely cure such default, the Agreement shall not be subject to termination.
Should City fail to timely or adequately cure such default, Contractor may terminate this Agreement
by issuance of written notice to City.
SECTION 8. GENERAL PROVISIONS
8.1 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either
directly or by operation of law, this Agreement or any interest herein without the prior written consent
of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or
transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation
or transfer.
8.2 Loss and Damage. Contractor shall be responsible for all loss and damage which may
arise out of the nature of the Services agreed to herein, or from the action of the elements, or from
any unforeseen difficulties which may arise or be encountered in the prosecution of the Services until
the same is fully completed and accepted by City.
8.3 Time is of Essence. Time is of the essence in the performance of this Agreement and
each of its terms.
8.4 Liquidated Damages For Emergency Response. The Parties agree that City has a
legitimate interest in ensuring that Contractor provides the Services (including performance of all
duties and responsibilities) required under this Agreement in a consistent and reliable manner. The
Services under this Agreement include emergency maintenance and repair work that may impact the
operations of the City and the health, safety and general welfare of the public, where a delay in
performance, failure to timely provide such Services or to provide them in an inadequate manner will
cause City to suffer damages and that it is, and will be, impractical and extremely difficult to ascertain
and determine the exact amount of damages or to calculate actual damages. Therefore, in addition
to City’s right to treat such non-performance as a material breach of, and to terminate, this
Agreement, the Parties agree that liquidated damages, as provided herein, represent a reasonable
estimate of the monetary damages that reasonably could be anticipated and that proof of actual
damages would be costly or impractical. The Parties specifically confirm the accuracy of the
statements made above and the fact that each Party has had ample opportunity to consult with legal
counsel and obtain an explanation of the liquidated damage provisions at the time that the Agreement
was made. Therefore, in lieu of actual damages, Contractor agrees to pay to the City, not as a
penalty but as liquidated damages, the amount of $500 for each hour or fraction thereof for
Contractor’s delay in performance beyond the one hour period provided for in Task 10 of the Scope of
Work for Emergency Call response. City may, at its election, deduct any assessed liquidated
damages from payment due, or that will become due, to Contractor from City.
8.5 Excusable Delays. Contractor shall not be liable for damages, including liquidated
damages, if any, caused by delay in performance of failure to perform due to causes beyond the
control of Contractor. Such causes include, but are not limited to, acts of God, acts of the public
enemy, acts of federal, state or local governments, acts of City, court orders, fires, floods, epidemics,
strikes, embargoes, and unusually severe weather.
8.6 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and
shall take any additional acts or sign any additional documents as may be necessary, appropriate or
convenient to attain the purposes of the Agreement.
OAK #4834-2996-8824 v1
DRAFT 3/30/20
8.7 Governing Law. This Agreement shall be interpreted, construed and governed
according to the laws of the State of California. In the event of litigation between the parties, venue in
state trial courts shall lie exclusively in the County of Sonoma. In the event of litigation in a U.S.
District Court, venue shall lie exclusively in the Northern District of California.
8.8 Integration. This Agreement, including the attached Exhibits “A” through, is the entire,
complete, final and exclusive expression of the parties with respect to the matters addressed therein
and supersedes all other agreements or understandings, whether oral or written, or entered into
between Contractor and City prior to the execution of this Agreement. No statement, representation
or other agreement, whether oral or written, made by any party which is not embodied herein, shall be
valid and binding.
8.9 Severability. If a term, condition or covenant of this Agreement is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining
provisions of this Agreement shall not be affected thereby and the Agreement shall be read and
construed without the invalid, void or unenforceable provision(s).
8.10 Prohibited Interests. Contractor represents and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for Contractor, to
solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to
pay any company or person, other than a bona fide employee working solely for Contractor, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from
the award or making of this Agreement.
8.11 Amendments. No amendment to or modification of this Agreement shall be valid
unless made in writing and approved by Contractor and City. The City Manager shall have the
authority to approve any amendment to this Agreement if the total compensation under this
Agreement, as amended, would not exceed the City Manager’s contracting authority under the
Rohnert Park Municipal Code. All other amendments shall be approved by the City Council. The
Parties agree that the requirement for amendments or modifications to be in writing cannot be waived
and that any attempted waiver shall be void.
8.12 No Third Party Beneficiaries. There are no intended third party beneficiaries of any
right or obligation assumed by the Parties.
8.13 Delivery Of Notices. All notices required or permitted to be given under this
Agreement shall be in writing and shall be given to the respective parties at the addresses listed in
Exhibit “C”, or at such other address as the respective parties may provide in writing for this purpose.
Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours
after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable
address. Actual notice shall be deemed adequate notice on the date actual notice occurred,
regardless of the method of service.
8.14 Binding Effect. This Agreement shall be binding upon the heirs, executors,
administrators, successors and assigns of the Parties.
8.15 Waiver. Waiver by any Party to this Agreement of any term, condition, or covenant of
this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any
Party or any breach of the provisions of this Agreement shall not constitute a waiver of any other
provision, nor a waiver of any subsequent breach or violation of any provision of this Agreement.
Acceptance by City of any Services by Contractor shall not constitute a waiver of any of the
provisions of this Agreement.
OAK #4834-2996-8824 v1
DRAFT 3/30/20
8.16 Attorney’s Fees, Costs and Expenses. In the event litigation or other proceeding is
required to enforce or interpret any provision of this Agreement, the prevailing party in such litigation
or other proceeding shall be entitled to an award of reasonable attorney’s fees and Costs and
Expenses, in addition to any other relief to which it may be entitled.
8.17 Subcontracting. Contractor shall not subcontract any portion of the Services, except
as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain
provisions making them subject to all provisions of this Agreement, and specifically listing those
provisions requiring indemnification of the City and maintenance of insurance.
8.18 Counterparts. This Agreement may be signed in counterparts, each of which shall
constitute an original.
8.19 Authority To Execute. The person or persons executing this Agreement on behalf of
Contractor represents and warrants that he/she/they has/have the authority to so execute this
Agreement and to bind Contractor to the performance of its obligations hereunder.
8.20 Administration and Implementation. This Agreement shall be administered and
executed by the City Manager or his or her designated representative. The City Manager shall have
the authority to issue interpretations and to make amendments to this Agreement, including
amendments that commit additional funds, consistent with Section 8.11 [Amendment] and the City
Manager’s contracting authority under the Rohnert Park Municipal Code.
8.21 Additional Work; Use of City Forces. Nothing in this Agreement shall be interpreted
to limit the authority of the City to perform any work by use of City forces, or in the alternative, to
procure such work from an alternate contractor.
OAK #4834-2996-8824 v1
DRAFT 3/30/20
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and
year first above written.
CITY OF ROHNERT PARK DC ELECTRIC GROUP, INC.
________________________________ ______________________________
Darrin Jenkins, City Manager (Authorized Officer)
APPROVED BY RESOLUTION ___________
ON ________________ of _______________
Title____________________________
ATTEST: Print Name: _____________________
________________________________
JoAnne Buergler, City Clerk
APPROVED AS TO FORM:
________________________________
City Attorney
OAK #4834-2996-8824 v1
EXHIBIT “A”
SCOPE OF SERVICES
Scope of Services
PROJECT MANAGER FOR THE CITY: All questions and requests for the City
shall be directed to Vanessa Garrett for timing, coordination, and invoicing, 707-
588-2251, and Tom Kelley for maintenance, repair, and invoicing, 600 Enterprise
Drive, Rohnert Park, 707-588-3312.
PROJECT MANAGER FOR CONTRACTOR: All questions and requests for
Contractor shall be directed to Tim Carter, Project Manager, 605 W. Sierra
Avenue, Cotati, CA 94931, 707-992-0141 office, 707-484-6128 cell,
Tim@DCElectricgroup.com.
SCOPE OF WORK: Provide comprehensive traffic signal maintenance and repair
program that provides performance, reliability, and the functional requirements
necessary to achieve a high quality of intersection operation. Traffic signal
maintenance and repair program is essentially the preventative and responsive
activities taken to preserve traffic signal infrastructure and control devices
necessary for the safe and efficient utilization of arterial and local roadways.
While enhancing public perception and experience, program is designed to
maximize safety and minimize delay.
A traffic signal includes, but is not limited to: traffic signal controller and cabinet
and all appurtenant equipment, service cabinet, flashing beacons related to traffic
signal operations (i.e. advanced warning beacons), pedestrian and vehicle
signals, detector systems, video detection camera systems, CCTV camera
systems, wireless vehicle detection system, interconnected cable ( copper and
fiber optic), wireless communications equipment, traffic signal communications
equipment, emergency vehicle preemption system, uninterrupted power supply
system, intersection safety lighting, internally illuminated street name signs,
battery backup systems, railroad interface panels and devices.
All calls, other than Emergency Calls as defined in Task 10, shall be responded
to by Contractor within 24 hours unless another mutually agreed upon time is
determined in writing by the City and Contractor, or another timeframe is
expressly set forth in this Exhibit.
Task 1: Preventative Maintenance
Performance shall include all work associated with the complete maintenance
and operation of the traffic signals and associated systems within the City of
Rohnert Park, per “Attachment 1: List of Traffic Signal Devices and Map,” and
OAK #4834-2996-8824 v1
“Attachment 2: Preventative Maintenance Schedule.” Furnish and have readily
available all tools, equipment, apparatus, facilities, labor, services and materials
and perform all work necessary to maintain each traffic signals owned by the City
of Rohnert Park. Regular preventative field maintenance and emergency repair
services at signalized intersections locations within the City of Rohnert Park. An
advanced schedule for all maintenance inspections submitted at the inception of
the contract for City’s approval. Maintain readily available paper and electronic
copies of all preventive maintenance checklists specific to the infrastructure at
each location, and provide to the City monthly. The full results of traffic signal
conflict monitor field tests performed will also be provided. All preventative
maintenance and repair shall be performed in accordance with MUTCD
standards, City Standards and Specifications & Caltrans Standard Specifications.
All preventative maintenance work will be performed at per the rates provided in
“Exhibit 2: Schedule of Proposed Fees.”
Task 2: Routine Maintenance and Repair
Additional routine maintenance and repair services as requested by the City that
does not fall within services specified in Attachment 2 will be performed on a time
and materials basis per the rates provided in “Exhibit B: Schedule of Proposed
Fees.” Such work shall require prior approval in writing by the City, otherwise
such work shall be performed at Contractor’s sole risk. At the request of the City,
a quote or informal bid shall be submitted for approval prior to commencement of
said work.
Task 3: Traffic Signal Control Equipment
Contractor shall repair, replace or otherwise render in good working order any
and all defective parts of the traffic signal control equipment with like make and
model parts for temporary and permanent replacements, except as individually
agreed upon by City of Rohnert Park staff.
Task 4: Spare Equipment
The Contractor shall maintain adequate storage and shop repair facilities to
perform the Agreement, including sufficient stock of spare parts, standby
controller and signal equipment to effect permanent repairs to the system within
a thirty day (30) period. Failure to achieve effective permanent repairs within this
time limit may be sufficient cause for the City to authorize repairs to be
completed by others. Repetitive failure shall be sufficient cause to the City to
terminate the Agreement.
The Contractor shall be responsible for furnishing all spare standby controllers
necessary to maintain the continued safe, efficient operation of the signal system
whenever the original unit is withdrawn for maintenance, repair or modification.
Standby controllers shall be fully compatible with the City’s traffic control system
without exception. All component parts (detectors, load switches, communication
devices, lights, signal monitors, etc.) of each system shall be maintained at all
OAK #4834-2996-8824 v1
times to perform the functions for which they were designed unless authorized to
the contrary by City staff.
When convenient and cost effective to City staff, the Contractor agrees to use
City furnished materials.
Task 5: Vehicle Signals
All new installed lamps shall be in compliance with the latest MUTCD standards
for vehicle faces and signal heads. The Contractor shall replace and repair
vehicle signals as they malfunction.
Any existing LED vehicle signal head shall be considered malfunctioning if
luminosity is low as a result of an LED failure or no longer meets minimum
Caltrans standards and measurement criteria for LED traffic signal modules.
When convenient and cost effective for City Staff, the Contractor agrees to use
City furnished materials.
Task 6: New Traffic Signal Installations
Contractor shall maintain any additional traffic signals and appurtenant devices
as they are installed, or become a part of the maintenance requirements of the
City.
Prior to the turn-on of a new signal installation or major signal upgrade,
Contractor shall perform an inspection on the signal installation, monitor the
flashing-out of the new signal heads, and review the new traffic control
equipment operation prior to full activation of the new signal system.
Task 7: Pedestrian Signals
All new installed pedestrian signals shall be count-down LED with audio as
standardized by City standards. The Contractor shall replace or repair pedestrian
signals as they malfunction.
When convenient and cost effective for the City, the Contractor agrees to use
City furnished materials.
Task 8: Warranty Service
During the period of warranty, the Contractor is expected to cooperate with the
City staff and assist in all communication between manufacturer, installing
contractor, and staff regarding any warranty service. Contractor shall notify staff
of any undue delays in response by the manufacturer or installing Contractor and
details of each incident.
Task 9: Electronic Record System
OAK #4834-2996-8824 v1
The contractor shall supply and make operational a windows-based
computerized maintenance and inventory management system accessible by the
City and Contractor that at a minimum has the following features:
Intersections: A complete database of signalized intersections including all
routine maintenance histories, complete equipment inventory, electronic photo
images, repair history, conflict monitor testing, opticom testing, loop testing as
installed, battery back-up, and installation date of all equipment utilized at each
location.
Assets: Asset inventory, maintenance/ repair history and real-time available
inventoried replacement parts, current status of reordered equipment and
inventory tracking.
Preventative/ Emergency Maintenance: A record of all calls, date and time stamp
of: moment of receipt, dispatch, contractor arrival and departure. All records shall
have a description of the problem and repairs made. All records shall be updated
by the contractor and made available to the City upon request.
The electronic record management system shall be fully operational within 30
days of award of contract. Upon completion of the contract, the City, at its option,
may retain possession of the database for future use related to the City’s traffic
signal maintenance management inventory. This option will be at no cost to the
City.
Task 10: Emergency Services
Contractor shall provide emergency service response to Emergency Calls at all
times during the term of this Agreement (24-hours per day, 365 days per year,
including all holidays). Contractor shall maintain a single local telephone where
they can be reached twenty-four (24) hours per day. This telephone number shall
be made available to all persons designated by the City. All personnel for
Contractor that may be dispatched in response to an Emergency Call shall have
continuous communication access through two-way radio, pager, and/or cellular
phone.
The Contractor shall provide a response for initial evaluation, safety, and clean-
up tasks for all Emergency Calls, as designated in this task, within one (1) hour.
In all cases of major malfunction and/or damage, the Contractor shall contact
City staff to receive further direction.
The Contractor shall respond within one (1) hour after the City has first notified
the Contractor’s representative of the following events, which shall be considered
an “Emergency Call” for the purposes of this Agreement:
1. Any signal controller malfunction
2. Signal equipment knockdowns
OAK #4834-2996-8824 v1
3. Other situations that are potentially hazardous to public safety as
determined by the City, provided the City notifies Contractor that an
emergency response is required for such situation.
The replacement of burn-out lamps shall not be considered an Emergency Call
so long as there are two remaining signal phase indications still in operation and
the replacement of such burn-out lamps is completed by Contractor within twelve
hours.
Contractor shall notify City Project Manager immediately of any change in traffic
signal operations.
Emergency Calls that require replacement of equipment will require approval
from the City before replacement of equipment is commenced.
Upon completion of emergency work, the Contractor shall notify the City that the
emergency work has been completed. Notification shall be by phone call to City
project manager.
Task 11: Records
11.1 Intersection Records
Inventory List: at each intersection the Contractor shall maintain a printout
of the inventory list for that intersection. This list shall be updated when
components are changed during maintenance and shall be checked for
accuracy on a semi-annual basis. The inventory list shall include the
model, manufacture, serial number, and quantity of each piece of
equipment. The inventory list shall be continually updated and an
electronic copy shall be furnished to the City on a semi-annual basis.
The contractor shall create and provide a MS Access or approved equal
database with data entry forms for the field technicians to use to log
preventative maintenance and emergency call-out activity. The Contractor
shall maintain this database for use by staff. The Contractor shall maintain
a hardcopy of the preventative maintenance checklist form at each
intersection, and it shall be completely filled out.
11.2 Monthly Activity Log
The Contractor shall provide a computerized monthly activity report to the
City by the fifteenth day of each month for the previous month. The report
shall be emailed and shall include the following:
a. Time the service calls were received by Contractor, time arrived
at intersection, the response time, the technician name, the number
of hours spent for each repair and equipment replaced
OAK #4834-2996-8824 v1
b. A complete record of all work that was performed on the City
traffic signal equipment during the previous month including the
make, model, and serial number of any major components or other
equipment that was newly installed at each intersection. The
disposition of removed signal control components and the repair
history of reinstalled components shall be included in the monthly
report.
c. Time and date the PM work was performed
11.3 Pending Repair List
The Contractor shall provide a computerized monthly report, to the City by
the fifteenth day of each month, of all pending repair work needed at each
intersection. This report shall be broken down by intersection and be
separate from the Monthly Activity Report.
Task 12: Meetings
The Contractor’s technician shall be available to meet with the City as needed at
a mutually agreed upon time and place in the City to review maintenance
activities. The Contractor’s maintenance supervisor shall be similarly available to
meet with the City on a monthly basis or as needed.
Task 13: Underground Utility Location Services
The Contractor shall provide location and mark services as may be requested by
City. The Contractor shall have 48 hours (or two full business days) from
confirmed receipt of the request from the City to locate and mark the known
electrical facilities in the specified work area.
Contractor shall also accommodate urgent or short-notice requests to the best of
its ability provided that City staff follow up with a telephone call to confirm receipt
of the associated e-mail and/or fax.
Contractor shall attempt to accurately locate all underground facilities in the
specified work area designated by the City. Contractor shall comply with all
legally required or otherwise appropriate safety requirements, and shall not use
any method other than hand-digging to expose electrical facilities.
Task 14: Advanced Traffic Management System
Contractor shall provide assistance to the engineering department as it pertains
to troubleshooting the traffic management system.
OAK #4834-2996-8824 v1
OAK #4834-2996-8824 v1
Attachment 1
OAK #4834-2996-8824 v1
OAK #4834-2996-8824 v1
OAK #4834-2996-8824 v1
Attachment 2
Preventative Maintenance Schedule
Contractor’s preventative maintenance shall include all items in the California
Department of Transportation Maintenance Manual: Chapter K; HM4K Electrical work at
intervals as indicated in the manual, as well as all items listed below. The contractor
shall perform the below specified Monthly Preventative Maintenance inspections and
corrective work every month. Additionally, for the following signals, the maintenance
requirements shall conform to the executed Delegated Maintenance Agreement
effective October 10, 2019 between the City of Rohnert Park and the State of California
Department of Transportation and any subsequent amendments made:
1. Rohnert Park Expressway and Highway 101 SB
2. Rohnert Park Expressway and Highway 101 NB
3. Golf Course Drive and Highway 101 SB
Monthly Preventative Maintenance:
Contractor shall perform the monthly maintenance activities identified in paragraphs 1
through 7 of all infrastructure listed in Attachment 1, and shall submit a summary report
monthly.
1. Controller Cabinet
• Test and Check ground fault receptacle(s)
• Observe the general appearance of the cabinet, noting any rust or other signs of
deterioration and complete / recommend repair work if needed
• Inspect door gasket condition and replace if necessary
• Inspect door lock operation and replace if necessary Operate and inspect
ventilation fan and cabinet light (where applicable)
• Inspect for pests in cabinet and take corrective action if needed
• Visually inspect all relays, photocells, cabinet locks, cabinet fans, switches and
make routine adjustments and repairs as necessary
• Move the fan thermostat setting and determine if fan is operable. Return
thermostat to proper setting
2. Signal Controller
• Visually inspect signal controller and controller cabinet components for proper
• operation and recommend repairs/replacements as necessary
• Check timing of individual signal phases. Contractor shall notify the City
immediately of any operational issue. The contractor shall not make any timing
• changes unless it is a matter of public safety or is needed for the proper
operation of the traffic signal.
• Check operation of load switches, relays, isolators, internal modems, conflict
• monitors and red flash modules.
• Check operation of 170 or current controller and field master controller.
3. Signal & Pedestrian Heads
OAK #4834-2996-8824 v1
• Visually inspect all vehicular signals for proper operation and replace outages.
Replace all burnt out or flickering indications with LED indications
• Walk intersection and visually inspect all signal heads including backplates,
visors
and indications for proper operation and alignment. Replace all broken parts,
align signal heads and adjust all mast arm signs as necessary
• Check that all pedestrian signals are in good condition and aimed properly. Make
adjustments as necessary.
4. Pedestrian Push Buttons
• Actuate each button for proper operation. Visually inspect and note condition.
• Replace or repair any broken or defective pedestrian push buttons. All new
pedestrian push buttons shall be two inch ADA push buttons. The City and the
Contractor to agree on a standard specification.
• Check all audible and tactile pedestrian signal are in good condition and properly
positioned (where applicable) and make repairs as needed
5. Interconnect Communication
• Check operation
• Visually inspect cables, antenna, and other hardware and recommend repairs as
needed
6. Miscellaneous
• Visually inspect other signal hardware
• Report all deficiencies
• Check operation of flashing beacons at signalized intersections to ensure proper
Operation
• Check all signal, beacon, and pedestrian indication brackets, framework, and
terminal compartments for rust, cracks, and missing parts.
• Inspect base of pole near concrete foundations for cracks and loose pole base
nuts.
• Inspect poles for missing and loose hand hole covers.
• Inspect and tighten all traffic signal mast arm signal heads, opticom detectors,
and detection cameras as required.
• Check condition of detector loop wires.
7. Battery Back-up Unit
• Test and check ground fault receptacle
• Observe the general condition of the cabinet, noting any rust or other signs of
• deterioration
• Inspect door gasket
• Inspect door lock operation, repair if necessary
• Operate and inspect ventilation fan and thermostat
• Visually inspect UPS controller system, bypass switch, batteries , fan and
thermostat
OAK #4834-2996-8824 v1
• In addition to the monthly maintenance report, the Contractor shall conduct
Quarterly
• Preventative Maintenance and submit a report that shall include all of the
following elements.
Quarterly Preventative Maintenance:
Contractor shall perform the quarterly maintenance activities identified in paragraphs 8
through 10 of all infrastructure listed in Attachment 1 which shall take place in the
months of July, October, January and April, and shall submit a report with the monthly
maintenance summary.
8. Detectors and Loops
Visually inspect for exposed wires, cracks, and/or pot holes and recommend
repairs
or replacement as needed
Use laptop computer to check detection camera alignment and make
adjustments as
necessary, where applicable
Check and tune detector amplifiers
9. Pull Boxes
Check all Pull Boxes and detector hand holes for missing, damaged, or cracked
lids.
Recommend repairs as needed
Check condition of splices and make repairs as needed
Check hold down bolts for tightness
10. Controller Cabinet
Measure voltage level at service entrance in cabinet and record
Vacuum and clean controller cabinet and contents
Semi Annual Preventative Maintenance:
In addition to the quarterly and monthly maintenance, Contractor shall conduct the
semi-annual preventative maintenance activities identified in paragraphs 11 through 16
on all infrastructure listed in Attachment 1 and submit an activity summary report with
the monthly maintenance summary.. Semi-annual maintenance shall take place in the
months of October and April and shall include all elements identified in paragraphs 11
through 16.
11. Battery Backup Systems (As directed)
Test the operation of the battery backup unit. Test shall involve de-energizing
power to controller cabinet and verifying alarm indication to City and required
time frame for signal to trigger a flash operation
Test battery charge and replace as needed
OAK #4834-2996-8824 v1
Measure voltage level at service entrance in cabinet and record
Vacuum and clean cabinet and contents
Provide the City a printed report indicating the intersection, test date, and
findings. Finding to include battery status and replacement if necessary. Report
to also include timing in controller for alarm notificaiton, flash triggering time,
proper operaton and any repairs necessary.
12. Controller Cabinet
Check wire schematics and record to make sure they are in the cabinet. Notify
City if they are not present.
Inspect terminal blocks and tighten as needed
Lubricate hinges and lock
13. Signal heads
Clean all signal lenses and reflectors (including video detection and CCTV
cameras, and emergency preemption detection lenses), align signal heads and
adjust all mast arm mounted street name signs
14. Emergency Vehicle Pre-Emption
Test the operation of the opticom units at each signalized intersection
15. Bicycle Loop Detection
Test the operation of all locations at each intersection that bicycle loop detection
ssytem is present.
16. Miscellaneous
Clean and vacuum each signal controller cabinet and service cabinet
Adjust all mast arm mounter street name signs as needed
Check condition of paint
Check cabinet inventory list and update as needed. Provide an electronic copy to
City.
Test and check all connections for the railroad interface panels and note
functionality.
Annual Preventative Maintenance:
In addition to the monthly, quarterly and semi-annual maintenance, the Contractor shall
conduct the Annual Preventative Maintenance activities on all infrastructure listed in
Attachment 1 identified in paragraphs 17 through 19 and submit a report with the
monthly maintenance summary. Annual maintenance shall take place in the month of
October.
17. Conflict monitor
Test the operation of the conflict monitor at each signalized intersection with a
City approved testing device specifically designed for that purpose. City currently
requires the use of an MT-180 of City approved conflict monitor tester. A print out
of results shall be provided to the City within 30 days of test being completed.
OAK #4834-2996-8824 v1
18. Controller cabinet
Replace cabinet air filter
19. Miscellaneous
Check the tightness of all power service connections, neutral buss bar
connections and field wiring in the control cabinet and pole terminal
compartments.
Check anchor bolts for tightening
Check railroad interface panel for full functionality with SMART technician
OAK #4834-2996-8824 v1
EXHIBIT “B”
COMPENSATION TO CONTRACTOR AND ANY SUBCONTRACTORS
Compensation to Contractor under this Agreement shall not exceed $150,000
per each fiscal year (July to June) without written approval by the City.
OAK #4834-2996-8824 v1
DRAFT 3/30/20
EXHIBIT “C”
REPRESENTATIVES
CITY’S REPRESENTATIVE
City of Rohnert Park
Development Services
Attn: Vanessa Garrett
6250 State Farm Drive, Rohnert Park, CA
Email: vmarin@rpcity.org
CONTRACTER’S REPRESENTATIVE
DC Electric Group, Inc.
Regional Manager
Attn: Tim Carter
8023 Gravenstein Hwy S., Cotati, CA 94931
Email: tim@dcelectricgroup.com
OAK #4834-2996-8824 v1
DRAFT 3/30/20
EXHIBIT “D”
INSURANCE REQUIREMENTS FOR CITY OF ROHNERT PARK
Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter,
insurance against claims for injuries to persons or damages to property which may arise from or
in connection with the performance of the work hereunder by the Contractor, his agents,
representatives, employees, or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00
01 covering CGL on an “occurrence” basis, including products and completed operations,
property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit
shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate
limit shall be twice the required occurrence limit. The City does not accept policies on a claims-
made basis.
2. Automobile Liability: Insurance Services Office Form CA 0001 covering Code 1
(any auto), with limits no less than $2,000,000 per accident for bodily injury and property
damage.
3. Workers’ Compensation insurance as required by the State of California, with Statutory
Limits, and Employers’ Liability insurance with a limit of no less than $1,000,000 per accident
for bodily injury or disease.
4. In the event Contractor is required to perform any construction work, Contractor shall also
procure a Builder’s risk policy for such work as identified below, prior to beginning such work.
If the contractor maintains broader coverage and/or higher limits than the minimums shown
above, the City requires and shall be entitled to the broader coverage and/or the higher limits
maintained by the contractor. Any available insurance proceeds in excess of the specified
minimum limits of insurance and coverage shall be available to the City.
Self-Insured Retentions
Self-insured retentions must be declared to and approved by the City. At the option of the City,
either: the contractor shall cause the insurer shall to reduce or eliminate such self-insured
retentions as respects the Entity, its officers, officials, employees, and volunteers; or the
Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of
losses and related investigations, claim administration, and defense expenses. The policy
language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied
by either the named insured or City.
Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions:
1. The City, its officers, elected officials, employees, and volunteers are to be covered as
additional insureds on the CGL policy with respect to liability arising out of work or operations
OAK #4834-2996-8824 v1
DRAFT 3/30/20
performed by or on behalf of the Contractor including materials, parts, or equipment furnished in
connection with such work or operations and automobiles owned, leased, hired, or borrowed by
or on behalf of the Contractor. General liability coverage can be provided in the form of an
endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, CG 11 85 or
both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used).
2. For any claims related to this project, the Contractor’s insurance coverage shall be primary
insurance coverage at least as broad as ISO CG 20 01 04 13 with respect to the City, its officers,
elected officials, employees, and volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees, or volunteers shall be excess of the Contractor’s insurance
and shall not contribute with it.
3. Each insurance policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City.
Builder’s Risk (Course of Construction) Insurance
In the event Contractor is required to perform any construction work, Contractor shall procure
Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils)
coverage form, with limits equal to the completed value of the project and no coinsurance
penalty provisions. Contractor may submit evidence of Builder’s Risk insurance in the form of
Course of Construction coverage. Such coverage shall name the City as a loss payee as their
interest may appear. Additionally, Contractor shall procure and provide a payment bond where
required by law.
If the project does not involve new or major reconstruction, at the option of the City, an
Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be
obtained that provides for the improvement, remodel, modification, alteration, conversion or
adjustment to existing buildings, structures, processes, machinery and equipment. The Property
Installation Floater shall provide property damage coverage for any building, structure,
machinery or equipment damaged, impaired, broken, or destroyed during the performance of the
Work, including during transit, installation, and testing at the City’s site.
Acceptability of Insurers
Insurance is to be placed with insurers authorized to conduct business in the state with a current
A.M. Best rating of no less than A: VII, unless otherwise acceptable to the City.
Waiver of Subrogation
Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor
may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain
any endorsement that may be necessary to affect this waiver of subrogation. The Workers’
Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all
work performed by the Contractor, its employees, agents and subcontractors.
Verification of Coverage
Contractor shall furnish the City with original Certificates of Insurance including all required
amendatory endorsements (or copies of the applicable policy language effecting coverage
required under this agreement) and a copy of the Declarations and Endorsement Page of the
CGL policy listing all policy endorsements to the City before work begins. However, failure to
OAK #4834-2996-8824 v1
DRAFT 3/30/20
obtain the required documents prior to the work beginning shall not waive the Contractor’s
obligation to provide them. The City reserves the right to require complete, certified copies of all
required insurance policies, including endorsements, required by these specifications, at any
time.
Subcontractors
Contractor shall require and verify that all subcontractors maintain insurance meeting all
requirements stated herein, and Contractor shall ensure that the City, its elected officials,
officers, employees, and volunteers are listed as additional insureds on insurance required from
subcontractors. For CGL coverage, subcontractors shall provide coverage with a form at least as
broad as CG 20 38 04 13.