2023/04/25 City Council Resolution 2023-032 RESOLUTION NO. 2023-032
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AWARDING THE CONSTRUCTION CONTRACT FOR THE LYDIA PARK
PLAYGROUND RENOVATION PROJECT No. 2018-22 TO A FELIX GENERAL
ENGINEERING INC. DBA WESTPAC CONSTRUCTION IN THE AMOUNT OF
$265,641.70, AUTHORIZING THE CITY MANAGER TO SIGN DEDUCTIVE
CONTRACT CHANGE ORDER NO. 1 IN THE AMOUNT OF $74,975.00, FINDING
THE PROJECT EXEMPT FROM THE CALIFORNIA ENVIRONMENTAL QUALITY
ACT (CEQA) PURSUANT TO CEQA GUIDELINES SECTIONS 15301 AND 15302,
AUTHORIZING A DEED RESTRICTION AND APPROVING THE PLANS AND
SPECIFICATIONS
WHEREAS,the Lydia Park Playground Renovation Project, is funded from a$204,598
State Parks grant and $51,099 of Casino Supplemental funding; and,
WHEREAS,the project consists of physical improvements to the play structure,
installation of ADA compliant pedestrian ramps, and a pathway to the play area of Lydia Park;
and,
WHEREAS,the project plans and specifications were designed by BKF Engineers and
approved by the City Engineer; and,
WHEREAS, City of Rohnert Park formally bid the project according to the California
Uniform Public Contract Cost Accounting Act(CUPCCAA) and six bids were received; and,
WHEREAS, Public Works staff reviewed the bids and determined A Felix General
Engineering Inc. DBA Westpac Construction submitted the lowest responsive and responsible
bid at $269,429.50; and
WHEREAS, there is insufficient construction funds available to award the construction
contract at the base bid amount of$269,429.50; and
WHEREAS, staff recommends approving dedcutive Bid Alternate No. 2 in the amount
of($3,787.80) with contract award, resulting in a new contract value of$265,641.70; and
WHEREAS,playground features can be reduced to stay within available project budget;
and
WHEREAS, staff recommends approving deductive Contract Change Order No. 1 in the
amount of$(74,975.00), resulting in a new contract value of$190,666.70; and
WHEREAS,there are sufficient funds in the project to award the construction contract to
A Felix General Engineering Inc. DBA Westpac Construction in the amount of$190,666.70 (See
Exhibit A); and
WHEREAS, a deed restriction is required on the Lydia Park parcel, restricting the title to
the property for purposes consistent with the grant (See Exhibit B).
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park that it does hereby authorize and approve the following:
1. The above recitals are true and correct and material to this Resolution. 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.
1
2. The Project is categorically exempt from the requirements of the California
Environmental Quality Act("CEQA")pursuant CEQA Guidelines sections 15301
(Existing Facilities) and 15302 (Replacement or Reconstruction). (14 Cal. Code Regis. §§
15301, 15302), and directs staff to file a notice of exemption with Sonoma County.
3. The plans and specifications for the Lydia Park Playground Renovation Project No.
2018-22, are on file at City Clerk's Office, are hereby approved and adopted.
4. In accordance with California Public Contract Code Section and any other applicable
laws, the City Council of the City of Rohnert Park hereby finds the bid of A Felix
General Engineering Inc. DBA Westpac Construction for the Project to be the lowest,
responsive, responsible bid and waives any irregularities in the bid.
5. The City Manager is hereby authorized and directed to execute the contract with A Felix
General Engineering Inc. DBA Westpac Construction in substantially similar form to
Exhibit A, which is attached hereto and incorporated by this reference, for the sum of two
hundred sixty five thousand, six hundred forty-one dollars and seventy cents
($265,641.70) for construction of the project in accordance with the bid documents and
applicable law upon submission by A Felix General Engineering Inc. DBA Westpac
Construction of all documents required pursuant to the project bid documents.
6. The City Manager is hereby authorized and directed to sign Contract Change Order No. 1
in the deductive amount of($74,975.00) (see Exhibit C).
7. The City Manager is authorized to sign Contract Change Orders up to ten percent(10%)
of the construction contract amount, $19,066.67.
8. City staff is hereby directed to issue a Notice of Award to A Felix General Engineering
Inc. DBA Westpac Construction for this project.
9. The City Manager is hereby authorized to execute a deed restriction on the Lydia Park
parcel (see Exhibit B).
10. This Resolution shall become effective immediately.
11. 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 25th day of April, 2023.
CITY OF ROHNERT PARK
• in•'11-.1111111111E1
Samantha R•• •_uez, Mayor
Resolution 2023-032
Page 2 of 3
ATTEST:
ck-
rE ilizabeth Machado
, Assistant City Clerk
Attachments: Exhibit A, B and C
ELWARD: L`k.je, GIUDICE: P%_, SANBORN: P R'-t.e HOLLINGSWORTH ADAMS: . RODRIGUEZ: ""le,
AYES: (5r. ) NOES: ( ) ABSENT: ( ) ABSTAIN: ( )
Resolution 2023-032
Page 3 of 3
EXHIBIT A TO RESOLUTION 2023-032
Page 1
C O N T R A C T
Lydia Park Playground Renovation Project
PROJECT NO. 2018-22
THIS AGREEMENT, made and entered into this _____ day of April, 2023, by and between
A Felix General Engineering Inc DBA WestPac Construction, hereinafter called "Contractor",
and the City of Rohnert Park, hereinafter called "City".
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.Scope 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 March 28, 2023 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 Performance 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 60 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 two thousand nine hundred dollars ($2,900) 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 Two Hundred Sixty-five Thousand, Six
Hundred Forty-one Dollars and Seventy Cents ($265,641.70).
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
EXHIBIT A TO RESOLUTION 2023-032
Page 2
d)Accepted Proposal, with all attachments and certifications
e)Performance Bond
f)Payment Bond
g)Special Provisions
h)Standard Specifications
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.Prevailing 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
Page 3
EXHIBIT A RESOLUTION 2023-032
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 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
EXHIBIT A TO RESOLUTION 2023-032
Page 4
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 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 Compensation 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.Indemnity and Insurance: To the fullest extent permitted by law (including without
limitation California Civil Code Section 2782), 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 sole negligence, intentional misconduct or 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.
Page 5
EXHIBIT A TO RESOLUTION 2023-032
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 Right 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.
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.
Page 6
EXHIBIT A TO RESOLUTION 2023-032
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.
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
Page 7
EXHIBIT A TO RESOLUTION 2023-032
or C ity Mana ger, 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.
CITY OF ROHNERT PARK A Felix General Engineering Inc DBA
WestPac Construction
____________________________________
Marcela Piedra, City Manager Date Name/Title Date
Per Resolution No. ________________adopted by the Rohnert Park
City Council at its meeting of _________________________, 2023
ATTEST: APPROVED AS TO FORM:
____________________________________
City Clerk City Attorney
1
EXHIBIT B TO RESOLUTION 2023-032
RECORDING REQUESTED BY:
California Department of Parks and Recreation
Office of Grants and Local Services
WHEN RECORDED MAIL TO:
Office of Grants and Local Services
PO Box 942896
Sacramento, CA 94296-0001
Attn: Erin Spencer, Project Officer
DEED RESTRICTION
I. WHEREAS, the City of Rohnert Park (hereinafter referred to as
“Owner(s)” is/are recorded owner(s) of the real property described in Exhibit B-1,
attached and incorporated herein by reference (hereinafter referred to as the
“Property”); and
II. WHEREAS, the California Department of Parks and Recreation
(hereinafter referred to as “DPR”) is a public agency created and existing under the
authority of section 5001 of the California Public Resources Code (hereinafter referred
to as the “PRC”). And
III. WHEREAS, Owner(s) (or Grantee) received an allocation of grant funds
pursuant to the California Drought, Water, Parks, Climate, Coastal Protection, and
Outdoor Access For All Act of 2018 Per Capita Program for improvements on the
Property; and
IV. WHEREAS, on February 8, 2022, DPR’s Office of Grants and Local Services
conditionally approved Grant Nos. C9801700 and C9802344, (hereinafter referred to as
“Grant”) for improvements on the Property, subject to, among other conditions,
recordation of this Deed Restriction on the Property; and
V. WHEREAS, but for the imposition of the Deed Restriction condition of the
Grant, the Grant would not be consistent with the public purposes of the Per Capita
Program and the funds that are the subject of the Grant could therefore not have been
allocated; and
VI. WHEREAS, Owner(s) has/have elected to comply with the Deed
Restriction of the Grant, so as to enable Owner(s), to receive the Grant funds and
perform the work described in the Grant;
2
EXHIBIT B TO RESOLUTION 2023-032
NOW, THEREFORE, in consideration of the issuance of the Grant funds by
DPR, the undersigned Owner(s) for himself/herself/themselves and for his/her/their
heirs, assigns, and successors-in-interest, hereby irrevocably covenant(s) with DPR that
the condition of the grants (set forth at paragraph(s) 1 through 5 and in both grant
documents in Exhibit B-2 hereto) shall at all times on and after the date on which this
Deed Restriction is recorded constitute for all purposes covenants, conditions and
restrictions on the use and enjoyment of the Property that are hereby attached to the
deed to the Property as fully effective components thereof.
1. DURATION. This Deed Restriction shall remain in full force and effect and
shall bind Owner(s) and all his/her/their assigns or successors-in-interest for the period running
from July 1, 2018 to June 30, 2038 (20 years).
2. TAXES AND ASSESMENTS. It is intended that this Deed Restriction is
irrevocable and shall constitute an enforceable restriction within the meaning of a)
Article XIII, section 8, of the California Constitution; and b) section 402.I of the California
Revenue and Taxation Code or successor statue. Furthermore, this Deed Restriction
shall be deemed to constitute a servitude upon and burden to the Property within the
meaning of section 3712(d) of the California Revenue and Taxation Code, or successor
statue, which survives a sale of tax-deeded property.
3. RIGHT OF ENTRY. DPR or its agent or employees may enter onto the
Property at times reasonably acceptable to Owner(s) to ascertain whether the use
restrictions set forth above are being observed.
4. REMEDIES. Any act, conveyance, contract, or authorization by Owner(s)
whether written or oral which uses or would cause to be used or would permit use of the
Property contrary to the terms of this Deed Restriction will be deemed a violation and a
breach hereof. DPR may pursue any and all available legal and/or equitable remedies
to enforce the terms and conditions of this Deed Restriction up to and including a lien
sale of the property. In the event of a breach, any forbearance on the part of DPR to
3
EXHIBIT B TO RESOLUTION 2023-032
enforce the terms and provisions hereof shall not be deemed a waiver of enforcement
rights regarding such breach, or any subsequent breach.
5. SEVERABILITY. If any provision of these restrictions is held to be invalid,
or for any reason becomes unenforceable, no other provision shall be affected or
impaired.
Dated: , 2023
Signed:
Marcela Piedra, City Manager
Exhibit B - 1
to Grant Deed
DESCRIPTION OF THE PROPERTY
THE LAND REFERRED TO HEREIN IS SITUATED IN THE STATE OF CALIFORNIA,
COUNTY OF SONOMA, DESCRIBED AS FOLLOWS:
Parcel B
Parcel B, as shown upon Rohnert Park Parcel Map No. 179, filed in the Office of the County Recorder of the County of Sonoma on October 27, 1972 in Book 34 of Maps of Page 2 of 19, Sonoma County Records.
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
3/9/2022
EXHIBIT B-2
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
3/9/2022
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
3/9/2022
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
3/2/2022
DocuSign Envelope ID: 4A7C80AB-D3F0-4A9B-A4F3-A41B5527C159
3/9/2022
DATE: April 25, 2023
Item Description Amount
1 Remove Bid Item #18 Fibar Wood Fiber System 100 ($13,762.00)
2 Reduce Bid Item No. 17 Playbooster 5-12 Design components ($61,213.00)
TOTAL of CHANGE ORDER ($74,975.00)
Original Contract Amount:$265,641.70
CCO #1:($74,975.00)
CCO #2:$0.00
CCO #3:$0.00
Revised Contract Amount:$190,666.70
Recommended by: ______________________________________________________
Jason Sampietro, Assistant Engineer Date
Recommended by: ___________________________________________________________________
Terrie Zwillinger, CIP Program Manager Date
Approved by: ______________________________________________________
Marcela Piedra, City Manager Date
ATTEST: __________________________________________________
Sylvia Lopez Cuevas, City Clerk
Accepted by: ___________________________________________________________
DateAdam Felix, WestPac Construction
CITY OF ROHNERT PARK
600 Enterprise Drive Rohnert Park CA 94928
PH: (707) 588-3300 FAX: (707) 588-3333
Lydia Park Playground Renovation Project
The total of Contract Change Order No. 1 is (28%) of the original contract.
Project No. 2018-22
*********************************************************************************************************************
CONTRACT CHANGE ORDER NO. 1
TO: WestPac Construction
You are herby directed to make the herein described changes from the plans and specifications or do the following described work
not included in the plans and specifications of this contract. All new work herein described shall be done in accordance with the
applicable provisions of the plans and specifications, except as modified by this contract change order. NOTE: This change order is
valid when signed on behalf of the Owner.
Justification:
The adjustments to the Contract Price and Contract Time in this Change Order include all costs, including direct, indirect,
consequential, and overhead (field and home office) costs, related to the Change described above. By signing this Change Order,
Contractor agrees to accept the adjustment to the Contract Price, calculated as provided above, and the adjustment of the Contract
Time, as payment in full for all costs, including direct, indirect, consequential, and overhead (field and home office) costs, related to
the Changes described above. Except as amended by this Contract Change Order, the Contract shall remain in full force and effect.
We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is
approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services
necessary for the work above specified, and will accept as full payment therefore the prices shown above.
Item #1: Staff requested the fibar wood fiber installation be removed from the contract. This work can occur in-house at a later date.
The City Manager's Change Order Authority is 10%.
Item #2: Staff requested components of the playground system be removed to meet budget constraints. The swings, shade material
and two spring components were removed.