HomeMy WebLinkAbout0005_2_McKernan Inc. Agreement1
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
(McKernan Inc)
FOR THE DOORS AND WINDOWS INSTALLATION AT ROSETTA CANYON SPORTS PARK
PHASE-II PROJECT
CIP PROJECT NO. Z40004
PROPOSAL SET “J”
This Agreement for Public Works Construction (“Agreement”) is made and entered into as of
May 31, 2016, by and between the City of Lake Elsinore, a municipal corporation (‘‘City”) and
McKernan Inc. (“Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.The Project and Project Documents. Contractor agrees to construct the following public
improvements (“work”) identified as:
ROSETTA CANYON SPORTS PARK PHASE-II PROJECT CIP PROJECT NO. Z40004.
PROPOSAL SET “J”
The City-approved plans for the construction of the Project, which are incorporated herein by
reference and prepared by STK Architecture Inc., are identified as:
Rosetta Canyon Sports Park Phases – II Project
Bid Set “J”
The Project Documents include this Agreement and all of the following: (1) the RFP,
Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted by the Contractor,
Contract Documents, General Specifications, Special Provisions, and all attachments and appendices;
(2) everything referenced in such documents, such as specifications, details, standard plans or
drawings and appendices, including all applicable State and Federal requirements; (3) all required
bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or
supplemental agreements clarifying, amending or extending the work contemplated as may be
required to insure completion in an acceptable manner. All of the provisions of the above-listed
documents are made a part of this Agreement as though fully set forth herein.
2.Compensation.
a.For and in consideration of the payments and agreements to be made and
performed by City, Contractor agrees to construct the Project, including furnishing all materials and
performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder’s
Proposal, such contract price being thirty eight thousand nine hundred fifteen dollars and no cents
($38,915.00).
b.City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and
2
conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the
same at the time, in the manner, and upon the conditions set forth in the Project Documents.
c.Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all
obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance including
those for well and faithfully completing the work and the whole thereof in the manner and time
specified in the Project Documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
3.Completion of Work.
a.Contractor shall perform all work within Ten (10) working days from the date of
commencement specified in the Notice to Proceed and shall complete all work within Ten (10) working
days, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable
equipment, and all taxes, utility and transportation services required for construction of the Project.
b.All work shall be performed and completed in a good workmanlike manner in
strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove
defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal
requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by any
act or omission of the City, the Director of Public Works, the City Engineer, a City inspector, or a
representative of any of them, unless such act or omission actually prevents the Contractor from fully
complying with the requirements of the Project Documents, and unless the Contractor protests at the
time of such alleged prevention that the act or omission is preventing the Contractor from fully
complying with the Project Documents. Such protest shall not be effective unless reduced to writing
and filed with the City within three (3) working days of the date of occurrence of the act or omission
preventing the Contractor from fully complying with the Project Documents.
d.City and Contractor recognize that time is of the essence in the performance of
this Agreement and further agree that if the work called for under the Agreement is not completed
within the time hereinabove specified, damages will be sustained by the City and that, it is and will be
impracticable or extremely difficult to ascertain and determine the actual amount of damages the City
will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages
shall be presumed to be in the amount of Five Hundred dollars ($500)per calendar day, and that the
Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such
amount for each calendar day by which the Contractor fails to complete the work, including corrective
items of work, under this Agreement within the time hereinabove specified and as adjusted by any
changes to the work.
4.Changes to Work. City and Contractor agree that the City may make changes to the
work, or suspend the work, and no matter how many changes, such changes or suspensions are
within the contemplation of the Contractor and City and will not be a basis for a compensable delay
claim against the City nor be the basis for a liquidated damages claims against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed by the
City and the Contractor, stating their agreement to the following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
3
c. The extent of the adjustment to the Schedule of Performance.
The City Manager is authorized to sign any change order provided that sufficient contingency
funds are available in the City’s approved budget for the Project. All change in the work authorized by
the change order shall be performed under the applicable conditions of the Project Documents. City
and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate
adjustments for such changes.
5.Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the
form that complies with the Project Documents and is satisfactory to the City Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by
Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of Industrial
Relations pursuant to Labor Code Section 1725.5 as of March 1, 2015, and holds such other licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required of
Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and
expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits,
insurance and approvals which are legally required of Contractor to practice its profession. Contractor
shall maintain a City of Lake Elsinore business license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury,
loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance,
to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of
Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly
liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not
apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole
negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the
actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the
injury, loss of life, damage to property, or violation of law. It is understood that the duty of Contractor
to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the
California Civil Code. Acceptance by City of insurance certificates and endorsements required under
this Agreement does not relieve Contractor from liability under this indemnification and hold harmless
clause. This indemnification and hold harmless clause shall apply to any damages or claims for
damages whether or not such insurance policies shall have been determined to apply. By execution
of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is
a material element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure and
maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following
insurance policies.
i.Workers’ Compensation Coverage. Contractor shall maintain Workers’
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability
Insurance in accordance with the laws of the State of California for all of the subcontractor’s
employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies
4
must be received by the City at least thirty (30) days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers, agents, employees and
volunteers for losses arising from work performed by Contractor for City. In the event that
Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability
Insurance for his/her employees in accordance with the laws of the State of California,
Contractor shall submit to the City a Certificate of Exemption from Workers Compensation
Insurance in a form approved by the City Attorney.
ii.General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed under this Agreement or the
general aggregate limit shall be at least twice the required occurrence limit. Required
commercial general liability coverage shall be at least as broad as Insurance Services Office
Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services
Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and
Insurance Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability. No endorsement may be attached limiting the coverage.
iii.Automobile Liability Coverage. Contractor shall maintain automobile
liability insurance covering bodily injury and property damage for all activities of the Contractor
arising out of or in connection with the work to be performed under this Agreement, including
coverage for owned, hired and non-owned vehicles, in an amount of not less than one million
dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage
must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed.
12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage.
iv.Professional Liability Coverage [if applicable]. Contractor shall maintain
professional errors and omissions liability insurance appropriate for Contractor’s profession for
protection against claims alleging negligent acts, errors or omissions which may arise from
Contractor’s services under this Agreement, whether such services are provided by the
Contractor or by its employees, subcontractors, or sub consultants. The amount of this
insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual
aggregate basis, or a combined single limit per occurrence basis.
b.Endorsements. Each general liability and automobile liability insurance policy
shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed
with the following specific language:
i.The City, its elected or appointed officers, officials, employees, agents
and volunteers are to be covered as additional insured with respect to liability arising out of
work performed by or on behalf of the Contractor, including materials, parts or equipment
furnished in connection with such work or operations.
ii.This policy shall be considered primary insurance as respects the City,
its elected or appointed officers, officials, employees, agents and volunteers. Any insurance
maintained by the City, including any self-insured retention the City may have, shall be
considered excess insurance only and shall not contribute with it.
iii.This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of liability
of the insuring company.
iv.The insurer waives all rights of subrogation against the City, its elected
or appointed officers, officials, employees or agents.
5
v.Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its elected or appointed officers, officials, employees,
agents or volunteers.
vi.The insurance provided by this Policy shall not be suspended, voided,
canceled, or reduced in coverage or in limits except after thirty (30) days written notice has
been received by the City.
c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d.Certificates of Insurance. Contractor shall provide certificates of insurance with
original endorsements to City as evidence of the insurance coverage required herein. Certificates of
such insurance shall be filed with the City on or before commencement of performance of this
Agreement. Current certification of insurance shall be kept on file with the City at all times during the
term of this Agreement.
10.Notices. Any notice required to be given under this Agreement shall be in writing and
either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the
other party at the address set forth below. Notice shall be deemed communicated within 48 hours
from the time of mailing if mailed as provided in this section.
If to City:City of Lake Elsinore With a copy to: City of Lake Elsinore
Attn: City Manager Attn: City Clerk
130 South Main Street 130 South Main Street
Lake Elsinore, CA 92530 Lake Elsinore, CA 92530
If to Contractor:McKernan Inc.
Attn: Byran McKernan
508 E. Stuart Ave.
Redlands, CA 92374
11.Entire Agreement. This Agreement constitutes the complete and exclusive statement of
agreement between the City and Contractor. All prior written and oral communications, including
correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement.
12.Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13.Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts
or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the
Contractor under this Agreement will be permitted only with the express consent of the City. Nothing
in this Agreement shall create any contractual relationship between City and any subcontractor nor
shall it create any obligation on the part of the City to pay or to see to the payment of any monies due
to any such subcontractor other than as otherwise is required by law.
14.Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this Agreement.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
6
16.Controlling Law Venue. This Agreement and all matters relating to it shall be governed
by the laws of the State of California and any action brought relating to this Agreement shall be held
exclusively in a state court in the County of Riverside.
17.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences
any legal action against the other party arising out of this Agreement, the prevailing party shall be
entitled to recover its reasonable litigation expenses, including court costs, expert witness fees,
discovery expenses, and attorneys’ fees.
18.Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable
to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS
shall provide the parties with the names of five qualified mediators. Each party shall have the option to
strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the
dispute. If the dispute remains unresolved after mediation, either party may commence litigation.
19.Authority to Enter Agreement and Administration. Contractor has all requisite power
and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and to bind each respective party. The City Manager is authorized
to enter into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary
changes in the scope of services; and/or (d) suspend or terminate the Agreement. The Director of
Public Works shall act as the Project administrator on behalf of the City.
20.Prohibited Interests. Contractor maintains and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for Contractor, to
solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to
pay any company or person, other than a bona fide employee working solely for Contractor, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from
the award or making of this Agreement. For breach or violation of this warranty, City shall have the
right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or
employee of City, during the term of his or her service with City, shall have any direct interest in this
Agreement, or obtain any present or anticipated material benefit arising therefrom.
21.Equal Opportunity Employment. Contractor represents that it is an equal opportunity
employer and it shall not discriminate against any subcontractor, employee or applicant for
employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such
non-discrimination shall include, but not be limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination.
22.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general prevailing rate of
per diem wages as determined and as published by the State Director of the Department of Industrial
Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the
latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are
available for review upon request.
b.Contractor’s attention is directed to the provisions of Labor Code Sections 1774,
1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The
statutory provisions for penalties for failure to comply with the State’s wage and the hours laws will be
enforced.
7
c.Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages
to be paid are those determined by the State Director of the Department of Industrial Relations. Labor
Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records,
specifies the contents thereof, their inspection and duplication procedures and certain notices required
of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages
will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor
and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner.
Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll
records to the Labor Commissioner without regard to when the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor employing
tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest
the site of the public works project, which administers the apprenticeship program in that trade for a
certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in
the performance of the Agreement. The Contractor is required to make contributions to funds
established for the administration of apprenticeship programs if the Contractor employs registered
apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site
are making such contributions. Information relative to apprenticeship standards, contributions, wage
schedules and other requirements may be obtained from the State Director of Industrial Relations or
from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be
unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the
grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e.Eight hours labor constitutes a legal day’s work, as set forth in Labor Code
Section 1810.
23.Execution. This Agreement may be executed in several counterparts, each of which
shall constitute one and the same instrument and shall become binding upon the parties when at least
one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall
not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
8
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
McKernan Inc.
Byran McKernan, Owner
9
BOND NO.
PREMIUM $
FAITHFUL PERFORMANCE BOND
(100% of Total Contract Amount)
KNOW ALL MEN AND WOMEN BY THESE PRESENTS:
THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as “City,”
has awarded to McKernan Inc.as Principal hereinafter
designated as “Contractor” and have entered into a Contract Agreement whereby the Contractor
agrees to construct or install and complete certain designated public improvements, which said
Contract Agreement, effective on the date signed by the Mayor, and identified as
ROSETTA CANYON SPORTS PARK PHASE-II PROJECT
CIP PROJECT NO. Z40004
BID SET “J”
is hereby referred to and made a part hereof; and
WHEREAS, said Contractor under the terms of said Contract Agreement is required to furnish a bond
guaranteeing the faithful performance of said Contract Agreement;
NOW THEREFORE, we the undersigned Contractor and
, as Surety, are held and firmly bound unto the City of Lake Elsinore, County of Riverside in the penal
sum of dollars ($ ), lawful money of the United
States, to be paid to the said City or its certain attorney, its successors and assigns; for which
payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bound Contractor, his or her or
its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions and provisions in said Contract
Agreement and any alterations thereof made as therein provided, on his or her or their part, to be kept
and performed at the time and in the manner therein specified, and in all respects according to their
true intent and meaning, and shall indemnify and save harmless the City of Lake Elsinore, its officers,
agents and employees, as therein stipulated, then this obligation shall become null and void;
otherwise it shall be and remain in full force and effect. In the event suit is brought upon this bond by
the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit,
including a reasonable attorney fee to be fixed by the court.
The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to
the terms of the Contract Agreement or to the work to be performed thereunder, or the Provisions
accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the Contract
Agreement or to the work or the Provisions.
(SIGNATURE PAGE FOLLOWS)
10
BOND NO.
SIGNATURE PAGE TO FAITHFUL PERFORMANCE BOND
IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this day
of 20___
BIDDER:SURETY:
Contractor Name: Name: ___________________________
Address: Address: _________________________
____________________________
Telephone No.: Telephone No.: ___________________
Print Name: Print Name: ______________________
Attorney-in-Fact
Signature: Signature: ______________________
Approved as to Form this
day of 20
City Attorney
City of Lake Elsinore
NOTE:This bond must be executed by both parties. Corporate seal may be affixed hereto. All
signatures must be acknowledged before a notary public (attach acknowledgments). The
attorney-in-fact for the corporate surety must be registered, as such, in at least one county
in the State of California. (Attach one original Power of Attorney sheet for each bond).
BOND NO.
PREMIUM $
LABOR AND MATERIALS BOND
(100% of Total Contract Amount)
KNOW ALL MEN AND WOMEN BY THESE PRESENTS
THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as
“City”, has awarded McKernan Inc., as Principal hereinafter
designated as “Contractor” and have entered into a Contract Agreement whereby the Contractor
agrees to construct or install and complete certain designated public improvements, which said
Contract Agreement, effective on the date signed by the Mayor, and identified as
ROSETTA CANYON SPORTS PARK PHASE-II PROJECT
CIP PROJECT NO. Z40004
BID SET “J”
is hereby referred to and made a part hereof; and
WHEREAS, said Contractor under the terms of said Agreement is required to furnish a bond to
secure the payment of claims of laborers, mechanics, material men, and other persons, as
provided by law;
NOW, THEREFORE, we the undersigned Contractor and ___, as
Surety are held and firmly bound unto the City of Lake Elsinore, County of Riverside, in the penal
sum of dollars ($ ), lawful money
of the United States, for which payment, well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Contractor, his or her or its heirs,
executors, administrator, successors or assigns, or subcontractors, shall fail to pay any of the
persons described in the California Civil Code Section 3181, or amounts due under the
Unemployment Insurance Code with respect to work or labor performed by any such claimant, or
any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from
the wages of employees of the Contractor and his or her subcontractors, pursuant to Section
13020, of the Unemployment Insurance Code, with respect to such work and labor, that the
Surety or Sureties herein will pay for the same in an amount not exceeding the sum specified in
this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond
by the City or other person entitled to bring such an action and judgment is recovered, the Surety
shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed
by the court.
This bond shall inure to the benefit of any of the persons described in California Civil Code
Section 3181, to give a right of action to such persons or their assigns in any suit brought upon
this bond.
BOND NO.
SIGNATURE PAGE TO LABOR AND MATERIALS BOND
IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this day
of 20___
BIDDER:SURETY:
Contractor Name: Name: ___________________________
Address: Address: _________________________
_____________________________
Telephone No.: Telephone No.: ____________________
Print Name: Print Name: _______________________
Attorney-in-Fact
Signature: Signature: ________________________
Approved as to Form this
day of 20___
City Attorney
City of Lake Elsinore
NOTE:This bond must be executed by both parties. Corporate seal may be affixed hereto. All
signatures must be acknowledged before a notary public (attach acknowledgments).
The attorney-in-fact for the corporate surety must be registered, as such, in at least one
county in the State of California. (Attach one original Power of Attorney sheet for each
bond).
CONSTRUCTION OR SERVICE CONTRACT
Unless waived or modified by the City Engineer, the following endorsement shall be attached to
and made a part of all policies insuring the liability of any person, form or corporation performing
services under contract for the City of Lake Elsinore.
Notwithstanding any inconsistent expression in the policy to which this endorsement is attached,
or in any other endorsement now or hereafter attached thereto, or made a part thereof, the
protection afforded by said policy shall:
1.Include the City of Lake Elsinore as an additional insured. (To include the elected officials,
appointed officials, and employees.)
2.Indemnify and save harmless the City of Lake Elsinore against any and all claims resulting
from the undertaking specified in the contract known as:
ROSETTA CANYON SPORTS PARK PHASE-II PROJECT
CIP PROJECT NO. Z40004
BID SET “J”
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, including claims based on damage to substructures not shown,
not located on the plans, or shown incorrectly.
3.Not be cancelled except by notice to the City Attorney of the City of Lake Elsinore at least
thirty (30) days prior to the date of cancellation.
4.Provide single limit for Bodily Injury Liability and Property Damage Liability combined,
$1,000,000 each Occurrence, and $2,000,000 Aggregate.
5.Limited classifications, restricting endorsements, exclusions or other special provisions
contained in the policy shall not act to limit the benefits of coverage as they shall apply to
the City of Lake Elsinore as enumerated in this endorsement. However, nothing herein
contained shall affect any rights of the insurer against the insured.
6.It is further expressly agreed by and between the parties hereto that the following two
provisions, (a) and (b), are a part of this contract:
(a)That the Contractor specifically agrees to comply with applicable provisions of
Section 1777.5 of the Labor Code relating to the employment by contractor or
subcontractor under it, of journeyman or apprentices, or workmen, in any
apprenticeable craft or trade.
(b)By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code 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 performance of the work of this contract.
The limits of liability as stated in this endorsement apply to the insurance afforded by this
endorsement notwithstanding that the policy may have lower limits of liability applying elsewhere
in the policy.
Duly Authorized Agent
Attached to and forming part of
Policy No.__________________
of the _____________________
__________________________
Date: _____________________
Expiration Date: _____________
WORKERS’ COMPENSATION INSURANCE CERTIFICATION
Pursuant to Section 1861 of the California Labor Code, each contractor to whom a public works
contract has been awarded shall sign the following certificate and shall submit same to the City
prior to performing any work on the contract:
“I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Worker’s Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of work of this contract.”
Contractor
By:
Print Name
Signature
Title
Date
Section 3700 of the California Labor Code reads as follows:
“Every employer except the State shall secure the payment of compensation in one or
more of the following ways:
(a)By being insured against liability to pay compensation in one or more
insurers duly authorized to write compensation insurance in this state.
(b)By securing from the Director of Industrial Relations a certificate of consent
to self-insure, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self-insure and to pay any compensation that
may become due to his employee.”