Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
19-061 J Marez Ocean Plumbing, Linda Vista Parking Sink and Drinking Fountain Replacement CITY OF
PUBLIC WORKS CONTRACT
12 $60,000 OR LESS
CUPERTINO
1. PARTIES
This public works contract("Contract") is made and entered into on April 26,2019
("Effective Date") by and between the City of Cupertino,a municipal corporation("City"), and
J Marez Ocean Plumbing , a Sole Proprietorship/Individ-
("Contractor") for Linda Vista parking sink and drinking fountain replacement.
2. SCOPE OF WORK
Contractor will perform and provide all labor, materials,equipment, supplies,transportation and any
other items or work necessary to perform and complete the work required for the Project ("Work"), as
required in the Scope of Work, attached here and incorporated as Exhibit A,and in accordance with
the terms and conditions of this Contract.
3. TIME FOR COMPLETION
3.1 Term. This Contract begins on the Effective Date and ends on August 30, 2019
("Contract Time")unless terminated earlier as provided herein. Contractor's Work shall begin on the
date shown on a written Notice to Proceed("NTP") and must be fully completed within the Contract
Time or on the date specifically provided in the Notice to Proceed. The City Engineer will not issue a
NTP until the Contract is fully executed by both parties and City has received satisfactory proof of
insurance and any performance and payment bonds that may be required.
3.2 Time is of the essence for Contractor's performance and completion of the Work. Contractor
must have sufficient time, resources, and qualified staff to deliver the work on time.
3.3 Liquidated damages of$ 200.00 will be charged for each day of unexcused delay,
or City may deduct the amount from Contractor's payments. Liquidated damages are based on
reasonably foreseeable consequences of delay and may include intangible losses which the Parties
agree may be difficult to ascertain, such as loss of public confidence in City and its contractors,
interference or loss of use of public facilities, and extended disruption to the public.
4. COMPENSATION
4.1 Maximum Compensation. City will pay Contractor for satisfactory performance of the Work
i
an amount that will based on actual costs but that will be capped so as not to exceed $ 15,115.00
("Contract Price"), for all of Contractor's direct and indirect costs, including all labor,materials,
supplies, equipment,taxes, insurance,bonds and all overhead costs. j
4.2 Invoices and Payments. Contractor must submit an invoice on the first day of each month, j
describing the Work performed during the preceding month, itemizing labor, materials, equipment and
Public Works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Contract$60,000/Rev.Jan. 02, 2019
Page 1 of 1 1
I
any incidental costs incurred. Contractor will he paid 95%of the undisputed amounts billed within 30
days after City receives a properly submitted invoice.Any retained amounts will be included with
Contractor's final payment within 60 days of City's acceptance of the Work as complete.
5. INDEPENDENT CONTRACTOR
5.1 Status.Contractor is an independent contractor and not an employee of City.Contractor is
solely responsible for the means and methods of performing the Work and for the persons under this
employment. Contractor is not entitled to worker's compensation or any other City benefits,
5.2 Contractor's Qualifications.Contractor warrants on behall•of itself and its subcontractors that
they have the qualifications and skills to perform the Work in a competent and professional manner and
according to the highest standards and best practices in the industry.
5.3 Permits and Licenses.Contractor warrants on behalf of itself and its subcontractors that they
are properly licensed,registered,and/or certified to perform the Work as required by law,and have
procured a City Business License.Contractor shall possess a California Contractor's License in good
standing for the following classification(s):C36 which
must remain valid for the entire Contract Time.
5.4 Subcontractors.Only Contractor's employees are authorized to work under this Contract.
Prior written approval from City is required for any subcontractor,and the terms and conditions of this
Contract will apply to any approved subcontractor.
5.5 Tools, Materials and Equipment.Contractor will supply all tools,materials and equipment
required to perform the Work under this Contract.
5.6 Payment of Taxes.Contractor must pay income taxes on the money earned under this
Contract. lJpon City's request,Contractor will provide proofof'payment and will indemnify City for .
violations pursuant to the indemnification provision of this Contract.
6. CHANGE ORDERS
Amendments and change orders must be in writing and signed by City and Contractor.Contractor's
request for a change order must specify the proposed changes in the Work,Contract Price,and
Contract Time. Each request must include all the supporting documentation, including but not limited
to plans/drawings,detailed cost estimates,and impacts on schedule and completion date.
7. ASSIGNMENTS; SUCCESSORS
Contractor shall not assign,hypothecate,or transfer this Contract or any interest therein,directly or
indirectly,by operation of law or otherwise,without prior written consent of City.Any attempt to do
so will be null and void. Any changes related to the financial control or business nature of Contractor
as a legal entity is considered an assignment ofthe Contract and sul�lect to City approval,which shall
not be unreasonably withheld.Control means fifty percent(50%)or more of the voting power of the
business entity."Phis Contract is binding on Contractor, its heirs,successors and permitted assigns
Public,works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Contract$60,000lRev.
Page 2 ol'iI
8. PUBLICITY/SIGNS
Any publicity generated by Contractor for the Project during the Contract"Time,and for one year
thereafter must credit City contributions to the Pr41ect.The words"City of Cupertino"must be
displayed in all pieces of publicity, flyers,press releases,posters,brochures, interviews,public service
announcements and newspaper articles.No signs may be posted or displayed on or about City
property,except signage required by law or this Contract,without prior written approval from the City.
9. SUBCONTRACTORS
9.1 Conti-actor must perform all the Work with its own forces,except that Contractor may hire
qualified subcontractors to perlonn up to 25 %of the Work, provided that each subcontractor
is required by contract to be bound by the provisions of this Contract.Contractor must provide City
with written proof of compliance with this provision upon request.
9.2 City may reject any subcontractor of any tier and bar a subcontractor from performing Work on
the Project. if City in its sole discretion determines that subcontractor's Work )falls short of the
requirements of this Contract or constitutes grounds For rejection under Public Contract Code Section
4107. If City rejects a subcontractor,Contractor at its own expense must perform the subcontractor's
Work or hire a new subcontractor that is acceptable to City. A Notice of Completion must be recorded
within 15 days alter City accepts the Work if the Contract involves work by subcontractors.
10. RECORDS AND DAILY REPORTS
i
10.1 Contractor must maintain daily reports ol'the Work and submit them to City upon request and
at completion of Project.The reports must describe the Work and specific tasks performed,the number
of workers, the hours,the equipment,the weather conditions,and any circumstances affecting
perfonnance.City will have ownership ofthe reports,but Contractor will be permitted to retain copies.
10.2 If applicable,Contractor must keep a separate set of as-built drawings showing changes and
updates to the Scope of Work or the original drawings as changes occur. Actual locations to scale must
be identified for all major components of'the Work,including mechanical,electrical and plumbing
work; IIVAC systems;utilities and utility connections;and any other components City determines
should be included in the final drawings of the Project. Deviations from the original drawings must be
shown in detail,and the location of all main runs,piping,conduit,ductwork,and drain lines must be
shown by dimension and elevation.
10.3 Contractor must maintain complete and accurate accounting records of its Work, in accordance
with generally accepted accounting principles,which must be available for City review and audit,kept
separate from other records,and maintained for four years from the date of City"s final payment.
Public Works Project Linda Vista Park-Sink and Drinking Fountain Replacement _
Public Works Contract$60,000/Rev.Jan.02 2019
Page 3 ol"I I
t
11. 1NUEMNIFICA,rm
11.1 To the fullest extent allowed by law,and except for losses caused by the sole and active
negligence or willful misconduct of City personnel,Contractor shall indemnify,defend,and hold
harmless City, its City Council, boards and commissions,officers,officials,employees,agents,
servants,volunteers and consultants("Indemnitees"),through legal counsel acceptable to City, from
and against any and all liability,damages,claims,stop notices,actions,causes of action,demands,
charges, losses and expenses(including attorney fees, legal costs and expenses related to litigation and
dispute resolution proceedings),of every nature arising directly or indirectly from this Contract or in
any manner relating to any of the following;
(a) Breach of contract,obligations,representations or warranties,
(b) Performance or nonperformance of the Work or of any obligations under the Contract by
Contractor, its employees,agents,servants,subcontractors or subcontractors,
(c) Payment or nonpayment by Contractor or its subcontractors or sub-subcontractors for Work
performed on or of the Project Site;and
(d) Personal injury,property damage,or economic loss resulting Irom the work or perlbrmance of
Contractor or its subcontractors or sub-subcontractors.
11.2 Contractor must pay the costs City incurs in enforcing this provision. Contractor must accept a
tender of defense upon receiving notice from City ofa third-party claim, in accordance with California
Public Contract Code Section 9201.At City's request,Contractor will assist City in the defense ofa
claim,dispute or lawsuit arising out of this Contract.
11.3 Contractor's duties under this entire Section are not limited to Contract Price, Workers'
Compensation or other employee benefits,or the insurance and bond coverage required in this
Contract.Nothing in the Contract shall be construed to give rise to any implied right of indemnity in
Favor of Contractor against City or any other Indemnitee.
11.4 Contractor's payments may be deducted or ollset to cover any money the City lost due to a
claim or counterclaim arising out of this Contract,a purchase order or other transaction.
12. INSURANCE
Contractor shall comply with the Insurance Requirements,attached and incorporated here as Exhibit
B. Contractor must provide satisfactory proof of insurance and maintain it for the Contract'I'ime or
longer as required by City.City will not execute the Contract until City has approved receipt of
satisfactory certificates of insurance and endorsements evidencing the type,amount,class of operations
covered,and the effective and expiration dates ofcoverage. Failure to comply with this provision may
result in City,at its sole discretion and without notice,purchasing insurance at Contractor's expense,
deducting the costs from Contractor's compensation,or terminating the Contract.
public works Project Linda Vista Park- Sink and Urinkina Fountain Replacement
Public Works Contract S60.000
Page d of I I
13. COMPLIANCE WITH LAWS
13.1 General Laws.Contractor shall comply with all laws and regulations applicable to this
Contract.Contractor will promptly notify City of changes in the law or other conditions that may affect
the Project or Contractor's ability to perform.Contractor is responsible for verifying the employment
status of employees performing the Work,as required by the Immigration Reform and Control Act
13.2 Labor Laws.
(a) Contracts of$1.000 or more are subject to the requirements of the California Labor Code,
including but not limited to:
(i) Prevailing wage laws under Labor Code Section 1775,which require Contractor
to pay prevailing wages applicable in Santa Clara County for each craft,
classification,or type of worker needed to perform the Work,including health.
pension and vacation.The prevailing wage rates are on file with the City
Engineer's office and are available online at ittl?.;r/�ti����ciii�c .s off)LSlS;
(i0 Apprenticeship requirements under Labor Code Section 1777.5 for Contacts
$30,000 or more,
(iii) Maintain certified payroll records in accordance with Labor Code Sections 1776
and 1812,and electronically submit them to the Labor Commissioner as
required by the regulations of California,Department of Industrial Relations
("DIR"),
(iv) Comply with DIR Monitoring, Enforcement and Registration requirements of
Labor C'ode Section 1725.5.
(b) Contractor must compensate workers who are paid less than prevailing wages or required to
work more than a legal day's work.Contractor will also be required to pay City a penalty of
$ 200 00. per worker for each day of violation.
(c) As required by Labor Code Section 1861,by signing this Contract Contractor certifies as
follows:"I am aware of Labor Code Section 3700 which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with
the provisions of that code,and I will comply with such provisions before commencing the
Work on this Contract."
13.3 Discrimination Laws.Contractor shall not discriminate on the basis of race,religious creed,
color.ancestry,national origin,ethnicity,handicap,disability, marital status,pregnancy,age,sex,
gender,sexual orientation,gender identity,Acquired-l►nmune Deficiency Syndrome(AIDS)or any
other protected classification.Contractor shall comply with all anti-discrimination laws, including
Government Code Sections 12900 and 11135,and Labor Code Sections 1735, 1777 and 3077.5.
Consistent with City policy prohibiting harassment and discrimination.Contractor understands that
harassment and discrimination directed toward a job applicant,an employee,a City employee,or any
other person, by Contractor or Contractor's employees or sub-contractors will not be tolerated.
Public works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Comract S60.0 . . 2019
Pace 5 of I I
13.4 Conflicts of Interest.Contractor. its employees,subcontractors,servants and agents,may not
have,maintain or acquire a conflict of interest in relation to this Contract in violation of law, including
Government Code section 1090 and Government Code section 81000 and their accompanying
regulations. No officer,official,employee,consultant,or other agent of the City("City
Representative")may have,maintain,or acquire a"financial interest" in the Contract,as that term is
defined by state law, or in violation ofa Cite ordinance or policy while serving as a City
Representative or for one year thereafter.Contractor,its employees,subcontractors,servants and
agents warrant they are not employees of City or have any relationship with City officials,oil icers or
employees that creates a conflict of interest.Contractor may be required to file a conflict of interest
form if it makes certain governmental decisions or serves in a stafTcapacity,as defined in section
18700 of the California Code of Regulations.Contractor agrees to abide by City rules governing gifts
to public officials and employees.
13.5 Remedies.Any violation of Section 13 constitutes a material breach and may result in City
suspending payments,requiring reimbursement,or terminating the Contract.City reserves all rights
and remedies under the law and this Contract, including seeking indemnification.
14. BONDS
For contracts of$25,000 or more,Contractor must obtain a payment bond and a perl'ormance bond,
each in the penal sum of 100%,of the Contract Price.using the Bond Forms attached and incorporated
here as Exhibit C.Each bond must be issued by a surety admitted in California,with a financial rating
from A.M. Best Company of Class A-or higher,or as otherwise acceptable to City. If an issuing surety
cancels a bond or becomes insolvent.Contractor must provide a substitute bond from a surety
acceptable to City within seven calendar days after written notice from City. If Contractor fails to do
so.City may in its sole discretion and without prior notice,purchase bonds at Contractor's expense,
deduct the cost from payments due Contractor,or terminate the Contract.City will not execute the
Contract nor issue the NTP until the required bonds are submitted.
15. UTILITIES,TRENCHING AND EXCAVATION
15.1 Contractor must call die Underground Service Alert("USA")811 hotline and request marking
of utility locations before digging or commencing Work.For underground service alerts for street
lighting and traffic signal conduits,City's Service Center must be called at(408) 777-3269.
Government Code Section 4215 requires Contractor to notify City and Utility in writing if it discovers
utilities or utility facilities not identified in the Contract.
15.2 Pursuant to Government Code Section 7104.Contractor must stop work, notify City in writing,
and wait for instructions if one of the conditions below is found at the worksite.City will work with
Contractor to amend the Contract or issue a change order if the discovered conditions materially
change the Work/Performance,Contract Time or Contract Price.
(a) Material believed to be hazardous waste under i lealth and Safety Code Section 251 17,and
which requires removal to a Class 1,Class 11,or Class Ill disposal site pursuant to law;
(b) Subsurface or latent physical conditions at the Project worksite differing from those
indicated by information about the worksite made available to Contractor;and
Public works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Contr n.02,2019
Page 6 of 11
(c) Unknown physical conditions at the Project worksite of any unusual nature,materially
different from those ordinarily encountered and from those generally recognized as inherent
in the character of the Work.
15.3 For contracts$25.000 or higher that require excavation or involve trenches five feet or more in
depth,Contractor must submit a detailed plan for City approval,per Labor Code Section 6705 prior to
commencing work.The plan must show the design of shoring,bracing,sloping and other provisions
for worker protection from caving ground and other hazards.The protective system must comply with
al I Construction Safety Orders. I f the plan varies from shoring system standards, it must be prepared
by a registered civil or structural engineer.
16. URBAN RUNOFF MANAGEMENT
16.1 All Work must fully comply with federal.state and local laws and regulations concerning storm
water management. Contractor must avoid creating excess dust when breaking asphalt or concrete and
during excavation and grading. 1 f water is used for dust control,Contractor will use only the amount of
water necessary to dampen the dust. Contractor will take all steps necessary to keep wash water out of
the streets,gutters and storm drains. Prior to the start of the Work,Contractor will implement erosion
and sediment controls to prevent pollution of storm drains,and must upgrade and maintain these
controls based on weather conditions or as otherwise required by City."these controls must be in place
during the entire Contract'Time and must be removed at the end of construction and completion of the
Work.Such controls must include,but will not be limited to,the following requirements:
(a) Install storm drain inlet protection devices such as sand bag barriers, filter fabric fences,and
block and gravel filters at all drain inlets impacted by construction. During the annual rainy
season,October 15 through June 15,storm drain inlets impacted by construction work must be
filter-protected from onsite de-watering activities and saw-cutting activities. Shovel or vacuum
saw-cut slurry and remove From the Work site;
(b) Cover exposed piles of soil or construction material with plastic sheeting.Store all construction
materials in containers;
(c) Sweep and remove all materials from paved surfaces that drain to streets,gutters and storm
drains prior to rain and at the end of each work day. When the Work is completed,wash the
streets,collect and dispose of the wash water offsite in lawfid manner:
(d) After breaking old pavement,remove debris to avoid contact with rainfall/runoff,
(e) Maintain a clean work area by removing trash, litter,and debris at the end of each work day
and when Work is completed. Clean up any leaks,drips,and other spills as they occur.
16.2 These requirements must be used in conjunction with the California Stormwater Quality
Association and California Best Management Practices Municipal and Construction Handbooks,local
program guidance materials fiom municipalities,and any other applicable documents on Stormwater
quality controls for construction.Contractor's failure to comply with this Section will result in the
issuance of noncompliance notices,citations,Work stop orders and regulatory fines.
Public Works Project Linda Vista Park- Sink and Drinking Fountain Replacement _
Public Works Contract Jan.07,2013
Page 7 of I I
1 �—
17. PROJECT COORDINATION
City Project Manager.City assigns Ken Tanase as
the City representative for all purposes under this Contract,with authority to require compliance with
the Scope of Work.City may substitute Project Managers at any time and without prior notice to
Contractor.
Contractor Project Manager. Subject to City approval,Contractor assigns Johnny Marer
as its single representative fir all purposes tinder
this Contract,with the responsibility to ensure progress with the Work.Contractors Project Manager
is responsible for coordinating and scheduling the Work and must regularly update the City Project
Manager about the status and any delays with the Work,consistent with the Scope of Work. Any
substitutions must be approved in writing by City.
18. ABANDONMENT AND TERMINATION
18.1 City may abandon or postpone the Project or parts therefor at any time.Contractor will be
compensated for satisfactory Work performed through the date of abandonment and will be given
reasonable time to close out the Work. With City's pre-approval in writing,the time spent in closing
out the Work will be compensated up to 10%of the total time expended in performing the Work.
18.2 City may terminate the Contract for cause or without cause at any time.Contractor will be paid
for satisfactory Work rendered through the termination date and will be given reasonable time to close
out the Work.
18.3 Final payment will not be made until Contractor delivers the Work and provides records
documenting the Work,products and deliverables completed.Nothing in the Section below is intended
to delay,abridge or bar City's right under this Section.
19. GOVERNING LAW,VENUE AND DISPUTE RESOLUTION
This Contract is governed by the laws of State of California. Venue for any legal action shall be the
Superior Court of the County of Santa Clara,California.The dispute resolution procedures of Public
Contract Code Section 20104,incorporated here by reference,apply to this Contract and Contractor is
required to continue the Work pending resolution of any dispute.Prior to ailing a lawsuit.Contractor
must comply with the claim filing requirements of the California Government Code. If the Parties elect
arbitration,the arbitrator's award must be supported by law and substantial evidence and include
detailed written findings of law and fact.
20. ATTORNEY FEES
If City initiates legal action. files a complaint or cross-complaint,or pursues arbitration,appeal,or
other proceedings to enforce its rights or a judgment in connection with this Contract,the prevailing
party will be entitled to reasonable attorney fees and costs.
Public works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Contract$60,0 2019
21. SIGNS/ADVERTISEMENT
No signs may be displayed on or about City's property,except signage which is required by law or by
the Contract,without City's prior written approval as to size,design and location.
22. THIRD PARTY BENEFICIARIES
']'here are no intended third party beneficiaries of this Contract.
23. WAIVER
Neither acceptance of the Work nor payment thereof shall constitute a waiver of any contract
provision. City waiver of any breach shall not constitute waiver of another provision or breach.
26. WARRANTY
Contractor warrants that materials and equipment used will be new,of good quality,and Iree from
defective workmanship and materials,and that the Work will be free from material defects not intrinsic
in the design or materials.All Work, materials and equipment should pass to City free of claims, liens
or encumbrances.Contractor warrants the Work and materials for one year from the date of City's
acceptance of the Work as complete("Warranty Period"),except when a longer guarantee is provided
by a supplier, manufacturer or is required by this Contract.During the Warranty Period,Contractor
will repair or replace any Work defects or materials, including damage that arises from Contractor's
Warranty Work,except any wear and tear or damage resulting from improper use or maintenance.
27. ENTIRE CONTRACT
This Contract and the attachments,documents,and statutes attached,referenced,or expressly
incorporated herein,including authorized amendments or change orders constitute the final and
complete contract between City and Contractor with respect to the Work and the Project. No oral
contract or implied covenant will be enforceable against City. If any attachment or incorporated
provisions conflict or are inconsistent with the terms of this Contract,the Contract terms will control.
28. SEVERABILITY/PARTIAL INVALIDITY
If a court finds any term or provision of this Contract to be illegal,invalid or unenforceable,the legal
portion of said provision and all other contract provisions will remain in full force and effect.
28. SURVIVAL
The contract provisions which by their nature should survive the Contract or Completion of Project,
including without limitation all warranties, indemnities,payment obligations, insurance and bonds.
shall remain in full force and effect after the Work is completed or Contract ends.
Public works Project Linda Vista Park-Sink and Drinking Fountain Replacement
Public Works Contract$60,000/Rev.Jan.02,2019
Vage 9 0 11
t
IN WITNESS WHEREOF,the Parties have caused this Contract to be executed as of the Execution
Date first above written.
'CONTRACTOR J Marez Ocean Plumbing CITY OF CUPERTINO,
a Municipal Corporation
Sole Pronrietorshin/Ind
By:krLf-._-....�4!��—----..._. Uy: �-���--
r
Title:Owner _ iD�� of Public Works
�t -- -
Signature Date: 0ZC) Signature Date:
i
APPROVED AS TO FORM:
Bv:
I IEATIIER M. M INN ER
CuPCIlino City Attorney
i
ATTEST:
Bv:
GRA 'E SCHMID41',City Clerk
Public Works Project Linda Vista Park-Sink and Drinkina Fountain Replacement
Public Works Contract$60.000/Rev.Jan.02,2019
I'age.I 1 or I I
"All yy
pm�us oyr000� EX �u� xvmmomn/e
6uoy Hour o Free mm!Concord,cxe4su 1 Calif uo:xononn1
»' Job:
Cdy [XCupertino Lhx|a Vista Park
103QU Torre Ave Linda Vista D/
Cupertino, Gu860|4 Cupertino, Ca95O14
Job Description; |
Linda Vista Park . Two existing uetnzommtaAls. installation cd stainless steel aink &
faucet, with additional plumbing, water, sewer, vent work at each naotmom.
Installation of one out door stainless steel drinking water bottle filler& drinking|ountain
location ut existing mntnonm stalls exterior wall.
1.) Perfomi/provide 2- Bkay#VVLC1023 stainless steel sink.
2.> Perform /pmvida2'S|nan#EAF275faucet.
3.) Perform/pmvide 1 Haws #192(fr water drinking bottle filler/#8P15 back plate.
4.) Perform/pmvWn1- Haws #110Q/r water drinking fountain /#BP3 back p|ato-
5) Perform/provide 1 water,filter for weVerdrinking otahm'. !
8.> Perform/[vovide additional plumbing hmona makana|a. '
7jPodonn/pmvk2eoddihona| p!umNngwoter. uewo� vant|inesUaocoommoUatmnow
plumhinghxbuex.
To1a| Plumbing Fixhum �4'56500
101al Plumbing K4aha,iels 1'500,00
Total Concrete Core Hole Drill 950.00
Total Labor Cost 5500.00
Total Job Cost After Comp(e|io 812'615O0
C /^ y�
�� �.� /^f, --' 4\ u 0 .
Thank You. in The Oppottuniby In Working With You;Always A1 Yhur Service !!
lMamz /UummPlumbing Johnny Mare.-,
'
� � � �
J Marez Ocean Plumbing
Linda Vista Park - Sink and Drinking Fountain Replacement
Proposal Amount $ 12,615.00
Description ` drinking fountain and sinks at Linda Vista park
Account# 100-87-840-900-990
Proposal Amount
Description
Account#
Proposal Amount
Description
Account#
Unforeseeables/Extras
SUBTOTAL $ 12,615.00
Contingency $ 2,500.00
CONTRACT TOTAL $ 15,115.00
PW Supervisor Ken Tanase
Carl Valdez- uperinte ent Date
Pt='HI_IC WORKS CONSTRUCTION CONTRACTS
Small Projects - 500,000 �
Itistirimee Retluiret nrtrls: Exhihit Il I
° Contractor shall procure and maintain Ibr the duration of the contract,ane/Jor fire years fitNowing the completion q1
the Project, 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 Contractor, its agents, representatives, employees or
subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
%A. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering CGL on an
"occurrence" basis, ivrillen oil a comprehensive general liahilily f trm, and must include cove rags'for liahilily
arising i-vm Contractors of ,Subconlrac•tor's acts or omissions, including Contractor's protected coverage,
l hlankel contractual, products and completed operations,vehicle coverage and empint'er s non-ownership hahihty
coverage, with limits of at least $2,1100,000 per occurrence. The C'GL policy musl protect against any tine/all
liahililyf n-personal ittjtn y,death,property damage ordestruction,and personal and advertising injury.If general
aggregate limit applies,either the general aggregate limit shall apply separately to this projcct/location(ISO CG
25 03 or 25 04)or the general aggregate limit shall be twice the required occurrence limit.
j a. It shall be a requirement under this agreement that any available insurance proceeds broader than or in excess
of the specified minimum insurance coverage requirements and/or limits shall be made available to the
Additional Insured and shall be(1)the minimum coverage/limits specified in this agreement;or(2)the broader
coverage and maximum limits of coverage of any insurance policy,whichever is greater.
b. Additional Insured coverage under Contractor's policy shall be"primary and non-contributory,"will not seek
contribution from City's insurance/self-insurance,and shall be at least as broad as iSO CG 20 01 04 13
c. The limits of insurance required may be satisfied by a combination of primary and umbrella or excess
insurance, provided each policy complies with the requirements set forth in this Contract. Any umbrella or j
excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a
primary and non-contributory basis for the benefit of City before the City's own insurance or self-insurance
shall be called upon to protect City as a named insured.
y
Automobile Liability:ISO Form CA 00 01 covering any auto(Code 1),or if Contractor has no owned autos,then !
hired autos(Code 8)and non-owned autos(Code 9), with limit no less than$1,000,000 per accident for bodily
1
tk injury and property damage.
3. Workers' Compensation: As required by the State of California, with Statutory Limits, and
Employer's I.iability insurance of no less than$1,0410,000 per accident for bodily injury or disease,or as otherwise
tz required by statute.if Contractor is self-insured,Contractor must provide a Certificate of permission to Self-Insure,
k duly authorized by the DIR.
N/A if box checked(C'onbac•lor provitles written verification it has no employees).
4
4. Professional Liability with limits no less than$1,000,000 per occurrence or claim,and$2.000,000 aggregate_
® N/A if box checked(Contract is not tlesiAM/huild).
5. Builder's Risk. Course of Construction insurance utilizing an -All Risk" (Special Perils) coverage firm, with
limits equal to the completed value of the project and no coinsurance penalty provisions.
V N/A if box checked(Project clops not involve construction or improvements!itrstcdlations to prolwl-1.19.
Insurance liequiremenls for C'unvirsclion Contracts-S60.000 1'er•sinn:.lan 2019
1
i
P
P
j
6. Contractors' Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and Omissions with limits
j no les5 than$1,000,000 per occurrence or claim,and S2,000,000 policy aggregate.
N/A if box checked IPrnjecl&)es not involve elrnironmental hazards).
If Contractor maintains broader coverage and/or higher limits than the minimums shown above,City requires and
j shall be entitled to the broader coverage and/or higher limits maintained by the contractor. Any available insurance
t 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 City. At City's option,either: 9
(1) Contractor shall cause the insurer to reduce or eliminate self-insured retentions as respects City, its officers, ¢
officials, employees, and volunteers; or (2) Contractor shall provide a financial guarantee satisfactory to 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 the City.
P 1
OTHER INSURANCE PROVISIONS
The insurance policies are to contain,or be endorsed to contain,the following provisions:
Additional Insured Status $
The City of Cupertino,its City Council,officers,officials,employees,agents,servants and volunteers are to be covered $$
as additional insureds on the CGI.policy with respect to liability arising out of the Services performed by or on behalf
of Contractor including materials, parts, or equipment furnished. Endorsement of CGi,coverage shall be at least as
9 broad as ISO Forni CG 20 10 11 85 or if not available,through the addition of both CO 20 10,CG 20 26,CG 20 33, 1
or CG 20 38.and CG 20 37 if a later edition is used_
Prinrny Coverage
For any claims related to this Project,Contractor's insurance coverage shall be"primary and non-contributory"and ,
sat least as broad as ISO CG 20 01 04 13 with respect to City,its officers,officials,employees and volunteers,and shall
V/ I not seek contribution from City's insurance. if the limits of insurance are satisfied in part by Umbrella/Excess
insurance,the Umbrella/Excess Insurance shall contain or be endorsed to contain a provision that such coverage shall
I also apply on a"primary and non-contributory"basis for the benefit of City,
Notice of Cancellation
Each insurance policy required shall provide that coverage shall not be canceled,except with notice to the City.Each
certificate of insurance must state that the coverage afforded by the policy is in Rice and will not be reduced,cancelled
or allowed to expire without at least 30 days advance written notice to City,unless clue to non-payment of premiums,
in which case ten days advance written notice must be provided to City.Such notice must be sent to City via certified
mail and addressed to the attention of the City Manager.
j Builder's Risk
I Contractor may submit Builder's Risk insurance in the form of Course of Construction coverage.which shall name i
t the City as a loss payee,as its interest may appear.The Builder's Risk policy must he issued on an occurrence basis,
for all-risk coverage on a 100%completed value basis on the insurable portion of the Project, with no coinsurance
penalties,and for the benefit of City. If the Project does not involve new or major reconstruction,City may elect,acting
i in its sole discretion,to accept an Installation Floater policy instead of Builder's Risk. For such projects,the Property
I Installation Floater shall include improvement,remodel,modification,alteration,conversion or adjustment to existing
buildings. structures, processes, machinery and equipment, and shall provide property damage coverage for an '
€ g PP P P Y b' 1=' y
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.
i
t
P
htsurance Neyuiretuent5 for Construction Conlracis-$60.000 1'ereion:Jan.2019
i
I
4
Waiver of Subrogation 1
1 f.ach required policy must include an endorsement providing that the carrier agrees to waive any right of subrogation
it may have against City.Contractor agrees to waive rights of subrogation which any insurer of Contractor may acquire
a` from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be e
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 perrormed by the Contractor,its employees,agents and subcontractors.
Acceptability of Insurers
i
Insurance must be issued by insurers acceptable to City and licensed to do business in the State of California.and each
insurer must have an A.M.Best's financial strength rating of"A"or better and a financial size rating of"VII"or better.
� I
Verification of'Coverage
Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable
insurance language,effecting coverage required by this contract. All certificates and endorsements are to be received
and approved by the City before work commences. The City reserves the right to require complete,certified copies
ofall required insurance policies, including endorsements,required by these specifications,at any time.
Subcontractors
Contractor shall require and verily that all subcontractors maintain insurance meeting all the requirements stated
herein,and Contractor shall ensure that City is an additional insured 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.
Surety Bonds
As required by Contract and described in the Contract Documents.The Payment and Performance Bonds shall be in a
sum equal to the Contract Price. If the Performance Bond provides for a one-year warranty a separate Maintenance
Bond is not necessary.If the warranty period specified in the Contract is for longer than one year a Maintenance Bond
equal to 10% of the Contract Price is required. Bonds shall be duly executed by a responsible corporate surety,
authorized to issue such bonds in the State of California and secured through an authorized agent with an office in 1
California.
Special Risks or Circumstances
City reserves the right to modify these requirements,based on the nature ofthe risk,prior experience,insurer,coverage,
or other circumstances. f
P
i
s I
I
� � I
i
r
Insurance Rrquirentent .for/onstrucllon Conlravis-$60.OLIO
{111 "rrcinn:Jun.2019 �
A ® DATE
/31/2
CERTIFICATE OF LIABILITY INSURANCE 01l3'I/201919
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Pacific Pro's Insurance
NAME:
FAx
Pacific Pro's Insurance Agency arc No Ext: 714 909 0755 Arc No):
8840 WarnerAve Suite 100A E-MAIL kim@pacificprosins.com
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC#
Fountain Valley CA 92708 INSURERA: AmTrust Intl Und,Ltd-AA1780074 KV
INSURED INSURERB: National Union fire Ins Co of Pitts 19445
Johnny Marez INSURER C: Integon National Insurance Co ItX l l 29742
DBA:J Marez Ocean Plumbing INSURER D:
INSURER E:
CA INSURERF:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAYHAVE BEEN REDUCED BYPAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUER POLICY
LTR POLICY NUMBER MMIDDIYYYY MIDDIYYYY LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000DAMAGE TO_7
CLAIMS-MADE N OCCUR -PREMISES
SES(Ea oN�ED nce) $ 100,000
MED EXP(Any one person) $ 5,000
A X X 02/07/2019 02/07/2020 PERSONAL&ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,000 v�
X POLICY❑,E�T LOC PRODUCTS-COMP/OPAGG $ 2.000,000 \
OTHER- $ 1
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
ANY AUTO - BODILY INJURY(Per person) $ `
C OWNED IX
SCHOEDULEDX X 02107/2019 02/07/2020 BODILY INJURY(Per accident) $AUTOS ONLYXHIRED NON-OV%NED PROPERTYDAMAGE $ /
AUTOS ONLY AUTOS ONLY Per accident
UMBRELLALIAB OCCUR -- EACH OCCURRENCE $ 2,000,000
B X EXCESS LIAR HCLAIMS-MADE EBU018299095 02/07/2019 02/07/2020 AGGREGATE $ 2,000,000
DED RETENTION$
WORKERS COMPENSATION PER OTH-
AND EMPLOYERS LIABILITY Y r N STATUTE I I ER
ANYPROPRIETORIPARTNER/EXECUfIVE ❑ E.L.EACH ACCIDENT $
OFFICERIMEMBEREYCLUDED? NIA
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required)
RE: Insured's Operations in California
City of Cupertino,including its City Council,boards and commissions,officers,officials,agents,employees,consultants and volunteers are additional insured with
respects to General Liability and Auto. Primary Wording and Waiver of Subrogation applies as per the attached endorsements.
*Subject to the policy terms,exclusions&conditions*
CERTIFICATE HOLDER CANCELLATION
City of Cupertino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ken@cupertino.org ACCORDANCE WITH THE POLICY PROVISIONS.
10555 Mary Avenue
Cupertino CA 95014 AUTHORIZED REPRESENTATIVE
Rhonda Holt
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
NXGL1890511
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSUREDS -
OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Policy Number: XN107964501 Endorsement Effective: 02/07/19 12:01 a.m.
Named Insured: Counter Signed By:
JOHNNY MAREZ
J MAREZ OCEAN PLUMBING
gl. .
t K
SCHEDULE
Name of Person or Organization:
Any person or organization that the named insured is obligated by virtue of a written contract or
Agreement to provide insurance such as is afforded by this policy.
Location:
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
A. Section II—Who Is An Insured is amended to include as an insured the person or organization shown
in the Schedule, but only to the extent that the person or organization shown in the Schedule is held
liable for your acts or omissions arising out of your ongoing operations performed for that insured.
B. With respect to the insurance afforded to these additional insureds, the following exclusion is added:
2. Exclusions
This insurance does not apply to"bodily injury" or"property damage"occurring after.
(1) All work, including materials, parts or equipment furnished in connection with such work, on
the project(other than services, maintenance or repairs)to be performed by or on behalf of
the additional insured(s) at the site of the covered operations has been completed: or
(2) That portion of"your world'out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
C. The words"you" and"your" refer to the Named Insured shown in the Declarations.
NX GL 189 05 11 Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission
COMMERCIAL GENERAL LIABILITY
NX GL 189 0511
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
D. The following are added to SECTION V—DEFINITIONS:
"Your work"means work or operations performed by you or on your behalf, and materials, parts or
equipment furnished in connection with such work or operations.
E. The following additional provisions apply to any entity that is an insured by the terms of this
endorsement:
1. Primary Wording
With respect to the Third Party shown above,this insurance is primary and non-contributing.Any
and all other valid and collectable insurance available to such Third Party in respect of work
performed by you underwritten contractual agreements with said Third Party for loss covered by
this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance.
Rather, any such other insurance shall be considered excess over and above the insurance
provided by this policy.
2. Waiver of Subrogation
If required by written contract or agreement:We waive any right of recovery we may have against
an entity that is an additional insured per the terms of this endorsement because of payments we
make for injury or damage arising out of"you work"done under a contract with that person or
organization_
NX GL 189 05 11 Page 2 of 2
Includes copyrighted material of Insurance Services Office, Inc.,with its permission
National General >> Policy Number:
Auto,Home&Health insurance Named Insured:
PO Box 3199•Winston Salem,NC 27102-3199 Johnny Marez
DBA J MAREZ OCEAN PLUMBING
Policy Period: 12:01 A.M.
JOHNNY MAREZ 2/712019-2/7/2020
DBA J MAREZ OCEAN PLUMBING Date of Notice: 11/28/2018
Integon National
Insurance Company
24 Hour Claim Reporting: 1-800-468-3466
For Policy Information: 1-877-468-3466
www.MyNatGenPolicy.com
Your Agent:
Pacific Pro's Insurance Agency
9199 Cockatoo Ave
Fountain Valley CA 92649
(714) 909-0755
CA COMMERCIAL VEHICLE DECLARATIONS PAGE
Renewal Effective 2/7/2019
Drivers, Employees and Household Residents
#1 Johnny Marez
Driver Status License# Lic State Date of Birth Gender Marital Status Driver Pts Yrs. Licensed
Owner Driver XXX0180 CA 6/21/1958 Male Single 0 44
Insured Vehicle(s) and Schedule of Coverages
#1 VIN: Usage: Business and Radius: 200
Policy Coverage Level ScheduledAuto
Coverages Provided Limits/Deductibles Premium
Bodily Injury/Property Damage- $1,000,000 Combined Single Limit $912.00
Combined Single Limit
Medical Payments $1,000 Each Person/ Each Accident $7.00
Uninsured/Underinsured Motorist $500,000 Combined Single Limit $128.00
Combined Single Limit
Total for this Vehicle $1,047.00
Additional Policy Coverages Limits/Deductibles Premium
Hired Auto $1,000,000 Combined Single Limit $128.00
Non-Ownership Liability $1,000,000 Combined Single Limit $89.00
Combined Vehicle Premium $1,047.00
Combined Policy Coverages Premium $217.00
Acquisition Expense $20.00
Additional Insured Charge $25.00
CA Vehicle Assessment and Fraud Fee $1.76
Waiver of Subrogation $25.00
Total 12 Month Policy Premium $1,335.76
10039CA(06012014)
Integon Indemnity Corporation
This Endorsement Applies Only If
Form Number 10141 (01012014) Appears on the Declarations Page.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
All the provisions of this Policy apply except as modified by this endorsement.
Any coverage afforded under PART A> LIABILITY COVERAGE of this Policy for a covered auto shall also apply to the
individual or organization listed on the Declarations Page as an additional insured subject to the following provisions:
1. We will pay compensatory damages for which the additional insured is legally liable due to bodily injury or property
damage caused by an accident arising out of the operation of an auto covered under PART A> LIABILITY
COVERAGE. We will pay under this endorsement only if those damages arise out of the acts or omissions of an
insured as defined under PART A and then only to the extent of that liability.
2. The designation of an additional insured on the Declarations Page shall not increase our limits of liability under
PART A of this Policy.
3. We also agree with you that insurance provided by this agreement will be excess insurance over any other applicable
insurance, self-insurance or bond.
4. All language in the LIMITS OF LIABILITY section of this Policy referencing a permissive operator is deleted.
Integon National Insurance Company
This Endorsement Applies Only If
Form Number 10379 (01012014) Appears on the Declarations Page.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF SUBROGATION
All the provisions of this Policy apply except as modified by this endorsement.
Policy No.: Effective: 2/7/2018 (12:01 A.M.)
This endorsement is issued to: Johnny Marez
GENERAL PROVISIONS
OUR RIGHT TO RECOVER PAYMENT section will not apply to:
City Of Cupertino
10555 Mary Ave
Cupertino, CA 95014
Contractor/Consultant Affidavit of No Employees
State of California
Counhj of Santa Clara
City of Cupertino
I,the undersigned,declare as follows:
I am an independent contractor and the owner of V �91Z E �—�are'tt
PG..�A.I wish to enter into a services contract with the City of Cupertino. I full the provisions
of section.3700 of the California Labor Code,which requires every employer to provide'Workers'
Compensations coverage for employees in accordance with the provisions of that Code. I am also
aware that I must provide proof of workers'compensation insurance to the City of Cupertino for atiy
and all employees I may have,pursuant to Section 12 of the City of Cupertino's contract.
I hereby certify that I do not have any employees nor will I have any employees working for me or
my business during the term of any service contract with the City of Cupertino.I am not required to
have Workers'Compensation insurance.
I declare under penalty of perimy under the laws of the State of California that the foregoing is true
and correct.
Executed on this clay of. Z& 2019, at C,a Ce J California.
T NAME
E �
Revised 1.01.19
AmTrust International Insurance, Ltd.
A.M. Best#: 050300 AIIN#: AA3190383
Mailing Address View Additional Address
P.O. Box 2301 Information � � 9 {
Hamilton, HM EX, . BE T`
Bermuda A- Excellimt 1
Assigned to insurance
Web: www.amtrustgroup.com companies that have, in our
Phone: 212-220-7120 opinion, an excellent ability to
Fax: 441-292-5796 meet their ongoing insurance
obligations.
View additional news, reports
and products for this company.
Based on A.M. Best's analysis, 051002 -AmTrust Financial Services, Inc is the AMB Ultimate Parent and
identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure.
Best's Credit Ratings
Financial Strength Rating View Definition
Rating: A-(Excellent)
Affiliation Code: g (Group)
Financial Size Category: XV ($2 Billion or greater)
Outlook: Stable
Action: Downgraded
Effective Date: July 03, 2018
I
Initial Rating Date: March 30, 2001
Long-Term Issuer Credit Rating View Definition
Long-Term: a-
i
Outlook: Stable
Action: Downgraded
Effective Date: July 03, 2018
Initial Rating Date: June 20, 2006
u Denotes Under Review Best's Rating
Best's Credit Rating Analyst
Rating Office: A.M. Best Rating Services, Inc.
Director: Jennifer Marshall, CPCU, ARM
Managing Director: Anthony Diodato
Note: See the Disclosure information Form or Press Release below for the office and analyst at the time of the
rating event.
i
Note: Credit Ratings on this company are European Union Endorsed.
Disclosure Information
Disclosure Information Form
View A.M. Best's Rating Disclosure Form
Press Release
A.M. Best Removes from Under Review, Downgrades Credit Ratings of AmTrust Financial Svcs. and
Most Subs.; Assigns Stable Outlook
July 03, 2018
Rating History
A.M. Best has provided ratings & analysis on this company since 2001.
Financial Strength Rating
Effective DateRating
7/3/2018 A-
11/6/2017 A u
2/27/2017 A
7/8/2016 A
5/29/2015 A
5/30/2014 A
Long-Term Issuer Credit Rating
Effective DateRating
7/3/2018 a-
11/6/2017 a u
2/27/2017 a
7/8/2016 a
I
5/29/2015 a
5/30/2014 a
Best's Credit Reports
Best's Credit Report -Where applicable, includes Best's Financial Strength Rating and rationale along with
comprehensive analytical commentary, detailed business overview and key financial data.
Report Revision Date: 8/29/2018 (represents the latest significant change).
Historical Reports are available in Best's Credit Report Archive.
View additional news, reports and products for this company.
Press Releases
Date Title
Jul 03,2018 A.M. Best Removes from Under Review, Downgrades Credit Ratings of AmTrust Financial Svcs. '
and Most Subs.;Assigns Stable Outlook
Nov 06, 2017 A.M. Best Places Credit Ratings of AmTrust Financial Services, Inc.and Subsidiaries Under Review
With Negative Implications
May 25, 2017 A.M. Best Comments on Credit Ratings of AmTrust Financial Services, Inc.and Subsidiaries
Following Common Equity Raise
Feb 27,2017 A.M. Best Revises Outlooks to Negative and Affirms Credit Ratings of AmTrust Financial Services,
Inc.and Its Subsidiaries
Nov 18, 2016 A.M. Best Assigns Credit Ratings to AmTrust Title Insurance Company
Oct 28, 2016 A.M. Best Assigns Credit Ratings to N.V. Nationale Borg-Maatschappij and Nationale Borg
Reinsurance N.V.
Sep 01, 2016 A.M. Best Upgrades Ratings of Maiden Holdings, Ltd.and Its Subsidiaries
Jul 08, 2016 A.M. Best Affirms Ratings of AmTrust Financial Services, Inc. and Its Subsidiaries
Jun 21,2016 A.M. Best Removes from Under Review and Upgrades Ratings of Springfield Insurance Co.;
-
1 2 3 4 Page size: 10 37 items in 4 pages
Find a Best's Credit Rating
Enter a Company Name FG o
Advanced Search
How to Get a A+
Best's Credit Rating r
Besfs Credit Ratings
Mobile App
European Union Disclosures
A.M. Best-Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit
Assessment Institution (ECAI)in the European Union (EU).Therefore, Credit Ratings issued and endorsed by AMBERS may be used
for regulatory purposes in the EU as per Directive 2006/48/EC.
A.M. Best(EU)Rating Services B.V. (AMB-EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment
(ECAI)in the EU.Therefore, credit ratings issued and endorsed by AMB-EU may be used for regulatory purposes in the EU as per
Directive 2006/48/EC.
Australian Disclosures
A.M. Best Asia-Pacific Limited (AMBAP),Australian Registered Body Number(ARBN No.150375287), is a limited liability company
incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.
411055)under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to
any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAP does not authorize its
Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a
retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for
wholesale clients only, as defined.
Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP
Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy, hold or sell any securities
or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment
/purchasing decisions.
Important Notice:A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact.A.M. Best is not an
Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of
structuring or financial advice.A.M. Best's credit opinions are not recommendations to buy, sell or hold securities, or to make any other
investment decisions. For additional information regarding the use and limitations of credit rating opinions, as well as the rating
process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings.
About Us I Site Map i Customer Service I My Account i Contact I Careers i Terms of Use I Privacy Policy i Security I Legal &
Licensing
Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data
Copyright©2019 A.M. Best Company, Inc.and/or its affiliates ALL RIGHTS RESERVED.
National Union Fire Insurance Company of Pittsburgh,
Pa.
A.M. Best#: 002351 NAIC#: 19445 FEIN M 250687550
Administrative Office View Additional Address Fi mid Rafmg
175 Water Street 18th Floor Information f�
New York, NY 10038 BI! fi
United States A E.,M11 nt
Assigned to insurance
Web: www.aig.com companies that have, in our
Phone: 212-770-7000 opinion, an excellent ability to
meet their ongoing insurance
obligations.
View additional news, reports
and products for this company.
Based on A.M. Best's analysis, 058702 -American International Group, Inc. is the AMB Ultimate Parent and
identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure.
Best's Credit Ratings
Financial Strength Rating View Definition
Rating: A(Excellent)
Affiliation Code: p (Pooled)
Financial Size Category: XV ($2 Billion or greater)
Outlook: Stable
Action: Affirmed
Effective Date: June 20, 2018
Initial Rating Date: December 31, 1907
Long-Term Issuer Credit Rating View Definition
Long-Term: a
Outlook: Stable
Action: Affirmed
Effective Date: June 20, 2018
Initial Rating Date: April 06, 2005
u Denotes Under Review Best's Rating
Best's Credit Rating Analyst
Rating Office: A.M. Best Rating Services, Inc.
Senior Financial Analyst: Darian Ryan
Senior Director: Michael J. Lagomarsino, CFA, FRM
Note: See the Disclosure information Form or Press Release below for the office and analyst at the time of the
rating event.
Disclosure Information
Disclosure Information Form
View A.M. Best's Rating Disclosure Form
Press Release
A.M. Best Affirms Credit Ratings of American International Group, Inc. and Certain Subsidiaries
June 20, 2018
Rating History
A.M. Best has provided ratings & analysis on this company since 1907.
Financial Strength Rating
Effective DateRating
6/20/2018 A
5/23/2017 A
1/26/2017 A u
6/2/2016 A
1/27/2016 A u
2/27/2015 A
2/20/2014 A
Long-Term Issuer Credit Rating
Effective DateRating
6/20/2018 a
5/23/2017 a
1/26/2017 a u
6/2/2016 a
1/27/2016 a u
2/27/2015 a
2/20/2014 a
Best's Credit Reports
J Best's Credit Report - Where applicable, includes Best's Financial Strength Rating and rationale along with
comprehensive analytical commentary, detailed business overview and key financial data.
Report Revision Date: 8/9/2018 (represents the latest significant change).
Historical Reports are available in Best's Credit Report Archive.
View additional news, reports and products for this company.
Press Releases
Date Title
Sep 21, 2018 A.M. Best Removes from Under Review and Affirms Credit Ratings of Certain Newly Acquired
Members of AIG P/C US Insurance Group
Aug 10,2018 A.M. Best Removes From Under Review, Upgrades Credit Ratings of Blackboard Specialty
Insurance Co. and Blackboard Insurance Co.
Jun 20, 2018 A.M. Best Affirms Credit Ratings of American International Group, Inc.and Certain Subsidiaries
May 23, 2017 A.M. Best Removes From Under Review With Negative Implications and Affirms Credit Ratings of
AIG and Its Subsidiaries
Jan 26, 2017 A.M. Best Places Credit Ratings of American International Group, Inc. and Subsidiaries Under
Review with Negative Implications
Jun 02, 2016 A.M. Best Removes From Under Review and Affirms Ratings of American International Group, Inc.
and Majority of Its Subsidiaries
Jan 27, 2016 A.M. Best Places Ratings of American International Group, Inc.and Its Subsidiaries Under Review
with Negative Implications
Feb 27, 2015 A.M. Best Affirms Ratings of American International Group, Inc.and Its U.S. Property/Casualty
Subsidiaries
1 2 Page size: 10 20 items in 2 pages
Find a Best's Credit Rating
Enter a Company Name Go
Advanced Search
Hour to Get a �+
Best's Credit Feting
Best's Credit Ratings
Mobile App
European Union Disclosures
A.M. Best-Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit
Assessment Institution (ECAI)in the European Union (EU).Therefore, Credit Ratings issued and endorsed by AMBERS may be used
for regulatory purposes in the EU as per Directive 2006/48/EC.
A.M. Best(EU)Rating Services B.V.(AMB-EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment
(ECAI)in the EU.Therefore, credit ratings issued and endorsed by AMB-EU may be used for regulatory purposes in the EU as per
Directive 2006/48/EC.
Australian Disclosures
A.M. Best Asia-Pacific Limited (AMBAP),Australian Registered Body Number(ARBN No.150375287), is a limited liability company
incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services (AFS) Licence holder(AFS No.
411055)under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to
any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAP does not authorize its
Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a
retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for
wholesale clients only, as defined.
Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP
Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy, hold or sell any securities
or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment
/purchasing decisions.
Important Notice:A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact.A.M. Best is not an
Investment Advisor,does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of
structuring or financial advice.A.M. Best's credit opinions are not recommendations to buy, sell or hold securities,or to make any other
investment decisions. For additional information regarding the use and limitations of credit rating opinions, as well as the rating
process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings.
About Us I Site Map I Customer Service I My Account I Contact i Careers i Terms of Use i Privacy Policy I Security I Legal &
Licensing
Regulatory Affairs- Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data
Copyright©2019 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED.
Integon National Insurance Company
A.M. Best#: 002387 NAIC#:29742 FEIN#: 134941245
Mailing Address View Additional Address
P.O. Box 3199 Information � �
1
Winston-Salem, NC 27102-3199
United States Ai Excalket
Assigned to insurance
Web: www.nationalgeneral.com companies that have, in our
Phone: 336-435-2000 opinion, an excellent ability to
Fax: 336-435-2022 meet their ongoing insurance
obligations.
View additional news, reports
and products for this company.
Based on A.M. Best's analysis, 052590 - National General Holdings Corp. is the AMB Ultimate Parent and
identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure.
Best's Credit Ratings
Financial Strength Rating View Definition
Rating: A-(Excellent)
Affiliation Code: p (Pooled)
Financial Size Category: Xlll ($1.25 Billion to $1.5 Billion)
Outlook: Stable
Action: Affirmed
Effective Date: October 09, 2018
Initial Rating Date: June 30, 1922
J
Long-Term Issuer Credit Rating View Definition
Long-Term: a-
Outlook: Stable
Action: Affirmed
Effective Date: October 09, 2018
Initial Rating Date: May 10, 2005
u Denotes Under Review Best's Rating
Best's Credit Rating Analyst
Rating Office: A.M. Best Rating Services, Inc.
Financial Analyst: Lewis DeLosa, CFA
Director: Jennifer Marshall, CPCU, ARM
Note: See the Disclosure information Form or Press Release below for the office and analyst at the time of the i
rating event.
I
Disclosure Information
Disclosure Information Form
View A.M. Best's Rating Disclosure Form
Press Release
A.M. Best Affirms Credit Ratings of National General Holdings Corp. and Subsidiaries
October 09, 2018
Rating History
A.M. Best has provided ratings & analysis on this company since 1922.
Financial Strength Rating
Effective DateRating
10/9/2018 A-
9/27/2017 A-
8/30/2016 A-
5/29/2015 A-
5/30/2014 A-
Long-Term Issuer Credit Rating
Effective Date Rating
10/9/2018 a-
9/27/2017 a-
8/30/2016 a-
5/29/2015 a-
5/30/2014 a-
{
Best's Credit Reports
17 Best's Credit Report -Where applicable, includes Best's Financial Strength Rating and rationale along with
comprehensive analytical commentary, detailed business overview and key financial data.
Report Revision Date: 10/30/2018 (represents the latest significant change).
Historical Reports are available in Best's Credit Report Archive.
View additional news, reports and products for this company.
Press Releases
Date Title
Oct 09, 2018 A.M. Best Affirms Credit Ratings of National General Holdings Corp.and Subsidiaries
Sep 27, 2017 A.M. Best Affirms Credit Ratings of National General Hldgs Corp.and Most Subs.; Upgrades
Direct General Ins.Co.and Affiliates
Nov 14, 2016 A.M. Best Removes From Under Review and Upgrades Credit Ratings of Standard Property&
Casualty Insurance Company
Aug 30, 2016 A.M. Best Affirms Ratings of National General Holdings Corp.and its Subsidiaries
Mar 02, 2016 A.M. Best Assigns Ratings to Agent Alliance Insurance Company
Jan 26, 2016 A.M. Best Places Ratings of Century-National Insurance Company Under Review With Negative
Implications
Nov 05, 2015 A.M. Best Assigns Ratings to National General Re Ltd.
May 29, 2015 A.M. Best Affirms Ratings of National General Holdings Corp.and Its Subsidiaries
Jul 11, 2014 A.M. Best Takes Various Ratings Actions on Subsidiaries of National General Holdings Corp.
Jun 27, 2014 A.M. Best Places Ratings of Imperial Fire and Casualty Insurance Company Under Review With
Positive Implications
1 2 3 Page size: 10 23 items in 3 pages
Find a Best's Credit Rating
Enter a Company Name 7Go
Advanced Search
How to Get a A+
Best's Credit Rating
Beafs Credit Ratings
Mobile App
European Union Disclosures
A.M. Best-Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit
Assessment Institution (ECAI)in the European Union (EU).Therefore, Credit Ratings issued and endorsed by AMBERS may be used
for regulatory purposes in the EU as per Directive 2006/48/EC.
A.M. Best(EU) Rating Services B.V. (AMB-EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment
(ECAI)in the EU.Therefore, credit ratings issued and endorsed by AMB-EU may be used for regulatory purposes in the EU as per
Directive 2006/48/EC.
Australian Disclosures
A.M. Best Asia-Pacific Limited (AMBAP),Australian Registered Body Number(ARBN No.150375287), is a limited liability company
incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.
411055)under the Corporations Act 2001.Credit ratings emanating from AMBAP are not intended for and must not be distributed to
any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its
Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a
retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for
wholesale clients only, as defined.
Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP
Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy, hold or sell any securities
or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment
/purchasing decisions.
Important Notice:A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact.A.M. Best is not an
Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of
structuring or financial advice.A.M. Best's credit opinions are not recommendations to buy,sell or hold securities, or to make any other
investment decisions. For additional information regarding the use and limitations of credit rating opinions, as well as the rating
process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings.
About Us I Site Map I Customer Service I My Account I Contact I Careers I Terms of Use I Privacy Policy I Security I Legal&
Licensing
Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data
Copyright©2019 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED.