HomeMy WebLinkAboutGhilotti Construction Company, Inc. 2019-07-05COU #1920-001
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
2019 STREET REHABILITATION PROJECT
SPECIFICATION NO. 19-08
THIS AGREEMENT, made this 5th day of iuly , 20 19 by and between the City of
Ukiah, Mendocino County, California, hereinafter called the City and Ghilotti Construction Co. hereinafter
called the Contractor,
WITNESSETH:
WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other
contract documents for the work herein described and shown and has approved and adopted these contract
documents, specifications and drawings and has caused to be published in the manner and for the time required
by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this
contract and
WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal
accompanied by a proposal guaranty in an amount of not Tess than 10 percent of the bid price for the construction
of the proposed work in accordance with the terms of this contract and
WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the
proposals submitted and as a result has determined and declared the Contractor to be the lowest and best
regular responsible bidder for the work and for the sums named in the proposal,
NOW, THEREFORE, THIS AGREEMENT WITNESSETH:
Article 1. Work to be Done and Contract Days Allowed.
That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction;
shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature
necessary for completion of the work in conformity with the Special Provisions and other contract documents
hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall
complete the work within sixty (60) calendar days. Contract days shall be counted starting with the 10th day
following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may
begin work prior to start of counting contract days, however, in no event shall the Contractor start work without
giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment
permit from the City, or without having submitted certificates of insurance that have been accepted and approved
by the Engineer
2019 STREET REHABILITATION PROJECT 55 Spec. No. 19-08
Article II. Contract Prices.
That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete
performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full
compensation for all material and appliances necessary to the work, for all labor and use of tools and other
implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of
the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties
which may be encountered in the prosecution of the work; for all risks of every description connected therewith;
for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other
expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the
instructions and the requirements of the City.
Article III. Labor Discrimination.
Attention is directed to Section 1735 of the Labor Code, which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the race,
color, national origin or ancestry, or religion of such persons and every contractor for public works
violating this section is subject to all the penalties imposed for a violation of this chapter."
In connection with the performance of work under this contract, the Contractor agrees as follows:
(a) The Contractor will not willfully discriminate against any employee or an applicant for employment
because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, religion, ancestry, or national origin. Such action shall include,
but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
awarding authority setting forth the provisions of this Fair Employment Practice section.
(b) The Contractor will send to each labor union or representative of workers with which he or she has
a collective bargaining agreement or other contract or understanding, a notice, to be provided by
the awarding authority, advising the said labor union or worker's representative of the Contractor's
commitments under this section, to employees and applicants for employment.
(c) The Contractor will permit access to his or her records of employment, employment
advertisements, application forms and other pertinent data and records by the Fair Employment
Practices Commission, City of Ukiah or any other appropriate agency of the State of California
designated by the awarding authority, for the purposes of investigation to ascertain compliance
with the Fair Employment Practices section of this contract.
(d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair
Employment Practices Act shall be regarded by the awarding authority as a basis for determining
the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor
may submit bids, for revoking the Contractor's pre -qualification rating, if any and for refusing to
establish, reestablish or renew a pre -qualification rating for the Contractor.
The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment
Practices Act to have occurred upon that it has investigated and determined that the Contractor
has violated the Fair Employment Practices Act and has issued an order under Labor Code Section
1426 or obtained an injunction under Labor Code Section 1429.
2019 STREET REHABILITATION PROJECT 56 Spec. No. 19-08
Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall
notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding
authority within a stated period that the violation has been corrected, his or her pre -qualification
rating will be revoked at the expiration of such period.
(e) The Contractor agrees that should the City determine that the Contractor has not complied with the
Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and
1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof,
for each person who was denied employment as a result of such non-compliance, the penalties
provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered
from the Contractor. The City may deduct any such damages from any monies due the Contractor.
(f)
(g)
Nothing contained in this Fair Employment Practices section shall be construed in any manner of
fashion so as to prevent the City or the State of California from pursuing any other remedies that
may be available at law.
Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she
has or will meet the following standards for affirmative compliance, which shall be evaluated in
each case by the awarding authority:
(1) The Contractor shall provide evidence, as required by the City that he or she has notified all
supervisors, foremen and other personnel officers in writing of the content of the anti -discrimination
clause and their responsibilities under it.
(2) The Contractor shall provide evidence, as required by the City, that he or she has notified all
sources of employees' referrals (including unions, employment agencies, advertisements,
Department of Employment) of the content of the anti -discrimination clause.
(3) The Contractor shall file a basic compliance report, as required by the City. Willfully false
statements made in such reports shall be punishable as provided by law. The compliance report
shall also spell out the sources of the work force and who has the responsibility for determining
whom to hire, or whether or not to hire.
(4) Personally, or through his or her representatives, the Contractor shall, through negotiations
with the unions with whom he or she has agreements, attempt to develop an agreement which will:
a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training.
b. Otherwise implement an affirmative anti -discrimination program in terms of the unions'
specific areas of skill and geography to the end that qualified minority workers will be available
and given and equal opportunity for employment.
(5) The Contractor shall notify the City of opposition to the anti -discrimination clause by individuals,
firms or organizations during the period of its pre -qualification.
(h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier
subcontract so that such provisions will be binding upon each such subcontractor.
(i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of
submitting the bid.
2019 STREET REHABILITATION PROJECT 57 Spec. No. 19-08
Article IV. Parts of the Contract.
That the complete contract consists of the following documents, all of which shall be considered a part of this
agreement.
1. Notice to Bidders
2. Wage Rates
3. General Conditions
4. Technical Specifications
5. Proposal
6. Fair Employment Practices Certification
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construction Details
10. Standard Drawings
11. Indemnification Agreement
IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names
to be signed by authority of their duly authorized office this day of , 20
CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA
By:
CITY MANAGER, CITY OF UKIAH
Attest:
By:
Attest:
Title:
CITY CLERK, CITY OF UKIAH
CONTRACTOR
The foregoing contract is approved as to form and legality this
day of , 20
CITY ATTORNEY, CITY OF UKIAH
2019 STREET REHABILITATION PROJECT 58 Spec. No. 19-08
INDEMNIFICATION AGREEMENT
This Indemnification Agreement is made and entered in Ukiah, California, on July 5th
by and between the City of Ukiah (Ukiah) and Ghilotti Construction Company
,20 19 ,
(Contractor).
Contractor is
performing work as per the plans and specifications, Spec. No. 19-08, 2019 Street Rehabilitation
Project for Ukiah.
As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect
Ukiah from damage or damage claims which arise from its performance of the work.
Accordingly, Contractor agrees as follows:
1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and
employees from and against any claim, loss, or damage, including the legal and other costs of defending against
any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the
work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive
negligence or other wrongful conduct of Ukiah or its officers, agents and employees.
CONTRACTOR
BY:
TITLE:
2019 STREET REHABILITATION PROJECT 59 Spec. No. 19-08
CITY OF UKIAH
Mendocino County, California
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned,
AS PRINCIPAL, and
AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of
dollars ($ )
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly
and severally.
WHEREAS, the Principal has entered into a certain Contract with the City, dated , 20
a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform
the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof
that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall
fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the
City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs,
and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in
the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of
the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.
No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall
in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such
modification, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their
seals hereto, this day of 20
In the presence of:
WITNESS:
(SEAL)
(Individual Principal)
(Business Address)
(City/State/Zip Code)
2019 STREET REHABILITATION PROJECT 60 Spec. No. 19-08
WITNESS:
ATTEST:
ATTEST:
(Corporate Principal)
(SEAL)
(Business Address)
(City/State/Zip Code)
(Corporate Principal)
Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
(Corporate Surety)
Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
The rate of premium on this bond is $ per thousand.
The total amount of premium charges is $
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
certify that 1 am the
Secretary of the corporation named as Principal in the foregoing bond;
that who signed the said bond on behalf of the Principal, was
then of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
Affix Corporate Seal
2019 STREET REHABILITATION PROJECT 61 Spec. No. 19-08
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned,
, AS PRINCIPAL,
and
, AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of
dollars ($ ) for the payment of which sum we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally.
WHEREAS, the Principal has entered into a certain Contract with the City, dated
20 , a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform
the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof
that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall
fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the
City for all expenses which it may incur by reason of such claims, including its attorneys fees and court costs,
and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in
the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of
the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.
No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall
in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such
modification, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their
seals hereto, this day of 20
In the presence of:
WITNESS:
(SEAL)
(Individual Principal)
(Business Address)
(City/State/Zip Code)
2019 STREET REHABILITATION PROJECT 62 Spec. No. 19-08
WITNESS:
ATTEST:
ATTEST:
(SEAL)
(Corporate Principal)
(Business Address)
(City/State/Zip Code)
(Corporate Principal)
Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
(Corporate Surety)
Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
The rate of premium on this bond is $ per thousand.
The total amount of premium charges is $
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
certify that 1 am the
Secretary of the corporation named as Principal in the foregoing bond;
that who signed the said bond on behalf of the Principal, was
then of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
Affix Corporate Seal
2019 STREET REHABILITATION PROJECT 63 Spec. No. 19-08
DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND
1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable.
2. The name of the Principal shall be shown exactly as it appears in the Contract.
3. The penal sum shall not be less than required by the Specifications.
4. If the Principals are partners or joint venturers, each member shall execute the bond as an individual
and state his place of residence.
5. If the Principal is a corporation, the bond shall be executed under its corporate seal.
If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the
corporate name.
6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation,
shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies
attached to such records of the corporation as will evidence the official character and authority of the
officer signing, duly certified by the Secretary or Assistant Secretary, under the corporate seal, to be
true copies.
7. The current power-of-attorney of the person signing for the surety company must be attached to the
bond.
8. The date of the bond must not be prior to the date of the Contract.
9. The following information must be placed on the bond by the surety company:
a. The rate of premium in dollars per thousand; and
b. The total dollar amount of premium charged.
10. The signature of a witness shall appear in the appropriate place attending to the signature of each party
of the bond.
11. Type or print the name underneath each signature appearing on the bond.
12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart)
intended for signing.
2019 STREET REHABILITATION PROJECT 64 Spec. No. 19-08
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND
KNOW ALL MEN BY THESE PRESENTS,
That we,
, as PRINCIPAL
and
, as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
(5 PERCENT OF THE FINAL CONTRACT AMOUNT)
to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors,
administrators, successors and assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal entered into a Contract with the City Of Ukiah
dated
for
WHEREAS, said Contract has been completed, and was approved on the day of
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee
that the work will be free of any defective materials or workmanship which become apparent during the period
of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full
force and effect, provided however, any additional warranty or guarantee whether expressed or implied is
extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee.
Signed, sealed, and dated this day of , 20
(Seal)
BY: (Seal)
(Seal)
Principal
BY:
(Seal)
(Seal)
(Seal)
Surety
2019 STREET REHABILITATION PROJECT 65 Spec. No. 19-08
Reproduction of Insurance Services Office, Inc. Form
ISSUE DATE (MM/DD/YY)
CERTIFICATE OF INSURANCE
CITY OF UKIAH
PRODUCER
THIS
AMEND,
COMPANY
LETTER
COMPANY
LETTER
COMPANY
LETTER
COMPANY
LETTER
COMPANY
LETTER
CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW.
COMPANIES BEST'S RATING
A
B
INSURED
C
D
E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTAVDING ANY
REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY
NUMBER
POLICY EFFECTIVE
DATE (MIWDD/YY)
EXPIRATION DATE
(MMDD/YY)
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
❑ COMMERCIAL
❑ CLAIMS MADE
❑ OCCURRENCE
❑ OWNER'S & CONTRACTOR'S
PROT
❑ OTHER
GENERAL AGGREGATE
$
PRODUCTS COMP/OPS AGGREGATE
$
PERSONAL & ADVERTISING INJURY
$
EACH OCCURANCE
$
FIRE DAMAGE (any one fire)
$
MEDICAL EXPENSES (any one personl
$
AUTOMOTIVE LIABILITY
❑ ANY AUTO
❑ ALL OWNED AUTOS
❑ SCHEDULED AUTOS
❑ HIRED AUTOS
❑ NON -OWNED AUTOS
❑ GARAGE LIABILITY
COMBINED SINGLE LIMIT
$
BODILY INJURY (per person)
$
BODILY INJURY (per accident)
$
PROPERTY DAMAGE
$
EXCESS LIABILITY
❑ UMBRELLA
❑ OTHER THAN
UMBRELLA FORM
EACH OCCURRENCE
$
AGGREGATE
$
0 WORKER'S COMPENSATION
AND
EMPLOYER'S LIABILITY
STATUTORY
EACH ACCIDENT
$
DISEASE - POLICY LIMIT
$
DISEASE - EACH EMPLOYEE
$
PROPERTY DAMAGE
0 COURSE OF CONSTRUCTION
AMOUNT OF INSURANCE
_
$
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
THE FOLLOWING PROVISIONS APPLY:
1. None of the above-described policies will be canceled until after 30 day's written notice has been given to the City at the address indicated below.
2. The City. its officials, officers, employees, and volunteers are added as insureds on all Liability Insurance Policies listed above.
3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with. the insurance described above.
4. The City is named a loss payee on The Property Insurance Policies described above, if any.
5. All rights of subrogation under the Property Insurance Policy listed above have been waived against the City.
6. The Worker's Compensation Insurer named above, if any, agrees to waive all rights of subrogation against the City for injuries to employees of the insured resulting from work for the City or use of the City's
premises or facilities.
Reproduction of Insurance Services Office, Inc. Form
INSURER:
POLICY NUMBER:
ENDORSEMENT NUMBER:
COMMERCIAL GENERAL LIABILITY
FORM CG 20 10 11 85 (MODIFIED)
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED OWNERS, LESSEES OR
CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Additional Insured Person(s)
or Organization(s)
Location(s) of Covered Operations
City of Ukiah, its officers, officials,
employees and volunteers
300 Seminary Avenue
Ukiah, CA 95482
If no entry appears above, information required to complete this endorsement will be shown in
Declarations as applicable to this endorsement.
Section II WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the
Schedule, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your
work" performed for that insured.
Modifications to ISO form CG20 10 1185:
The insured scheduled above includes the insured's elected or appointed officers, officials, employees and volunteers.
This insurance shall be primary as respects the insured shown in the schedule above, or if excess, shall stand in an
unbroken chain of coverage excess of the Named Insured's scheduled underlying primary coverage. In either event, any
other insurance maintained by the Insured scheduled above shall be in excess of this insurance and shall not be called
upon to contribute with it.
The insurance afforded by this policy shall not be canceled except after thirty (30) days prior written notice by certified
mail, return receipt requested, has been given to the City.
Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case
where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the
Civil Code.
CG 20 10 11 85 Insurance Services Office, Inc. For (Modified)
Signature -Authorized Representative
Address
Phone Number
AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT
FOR City of Ukiah (the "City")
Endorsement No.
Issue Date:
PRODUCER
Telephone: ( )
POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
LOSS ADJUSTMENT EXPENSE ` Included in limits
E In addition to limits
❑ Deductible ❑ Self Insured Retention (check which) of $
NAMED INSURED
APPLICABILITY. This insurance pertains to the operation and/or tenancy of
the named insured under all written agreements and permits in force with the
City unless checked here C in which case only the following specific
agreements and permits with the City are covered:
CITY AGREEMENTS/PERMITS
TYPE OF INSURANCE
COMMERCIAL
__. BUSINESS AUTO POLICY
11 OTHER
OTHER PROVISIONS
LIMIT OF LIABILITY
$ per accident, for bodily injury and property damage
CLAIMS: Underwriter's representative for claims pursuant to this insurance.
Name:
Address:
Telephone: ( )
In consideration of the premium charged and notwithstanding any inconsistent statement in the polity to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed
as follows:
1. INSURED: The City, its officers, officials, employees and volunteers are included as insureds with regard to damages and defense of claims arising from. the ownership operation, maintenance, use,
loading or unloading of any auto owned, leaded, hired or borrowed by the Named Insured, or for which the Named Insured is responsible.
2. CONTRIBUTION NOT REQUIRED: As respects work performed by the Named Insured for or on behalf of the City. the insurance afforded by this policy shall: (a) be primary insurance as respects the
City, its officers, officials. employees and volunteers; or (b) stand in an unbroken chain of coverage excess of the Named Insureds primary coverage. Any insurance or self-insurance maintained by the
City, its officers, officials, employees. and volunteers shall be excess of the Named Insured's insurance and not contribute with it.
3. CANCELLATION NOTICE: With respect to the interests of the City. this insurance shall not be canceled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
4. SCOPE OF COVERAGE: This policy affords coverage at least as broad as:
(1) If primary, insurance Services Office form number CA0001 (Ed. 1/87), Code 1 (Aany auto i; or
(2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).
Except as stated above nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.
ENDORSEMENT HOLDER
CITY
City of Ukiah
300 Seminary Avenue
Ukiah, California 95482-5400
AUTHORIZED Broker/Agent II Underwriter ❑
REPRESENTATIVE
1 (print/type name), warrant that I
have authority to bind the above-mentioned insurance company and by my
signature hereon do so bind this company to this endorsement.
Signature
(original signature required)
Telephone: ( ) Date signed:
WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY SPECIAL ENDORSEMENT
FOR City of Ukiah ( the "City") Endorsement No.
Issue Date:
PRODUCER
Telephone: ( )
POLICY INFORMATION:
Insurance Company:
Policy No.
Policy Period: (from) (to)
NAMED INSURED
OTHER PROVISIONS
CLAIMS: (Underwriter's representative for claims pursuant to this
insurance.
Name:
EMPLOYERS LIABILITY LIMITS
$ __ (Each Accident)
$ (Disease - Policy Limit)
Address:
$ (Disease - Each Employee)
Telephone: ( )
In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1. CANCELLATION NOTICE: This insurance shall not be canceled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
2. WAIVER OF SUBROGATION: This Insurance Company agrees to waive all rights of subrogation against the City, its officer, officials, employees, and volunteers for
losses paid under the terms of this policy which arise from the work performed by the Named Insured for the City.
Except as stated above nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements, or exclusions of the policy to which this endorsement is
attached.
ENDORSEMENT HOLDER
CITY
City of Ukiah
300 Seminary Avenue
Ukiah, California 95482-5400
AUTHORIZED - Broker/Agent I Underwriter _
REPRESENTATIVE
1 (print/type name), warrant that I
have authority to bind the above-mentioned insurance company and by my
signature hereon do so bind this company to this endorsement.
Signature
(original signature required)
Telephone: ( ) Date signed: