HomeMy WebLinkAboutItem No. 04 Agreement Hazard RemovalText File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 17-591
Agenda Date: 3/27/2018 Status: Consent AgendaVersion: 1
File Type: AgreementIn Control: City Council / Successor Agency
Agenda Number: 4)
Page 1 City of Lake Elsinore Printed on 3/22/2018
REPORT TO CITY COUNCIL
To:Honorable Mayor and Members of the City Council
From:Grant Yates, City Manager
Prepared by:Jason Simpson, Assistant City Manager
Date:March 27,2018
Subject:Hazardous Waste Removal and Demolition of the Lake Elsinore
Neighborhood Center (CIP PROJECT #Z20015).
Recommendations
1. Award a Construction Agreement to 5M Contracting Inc. for the Demolition of the
Neighborhood Center (CIP PROJECT #Z20015); and,
2. Approve and authorize the City Manager to execute the Agreement in an amount not to
exceed $119,500 with 5M Contracting Inc.in such final form as approved by the City Attorney;
and,
3. Authorize the City Manager to execute change orders not to exceed a 10% contingency
amount of $11,950 for construction uncertainties and adjustments.
Background
Construction bid documents were prepared and the project was advertised for bid in accordance
with the requirements set forth in the California Public Contract Code. On January 31,2018, the
City posted on PlanetBids the notice inviting bids for the Hazardous Waste Removal and
Demolition of the Lake Elsinore Neighborhood Center (CIP PROJECT #Z20015).A job-walk at
the project site was held at 10:00 A.M. on Tuesday February 6, 2018 and seven potential
bidders attended.
Seven bids were received on or before the deadline of 2:00 p.m. on Wednesday February 27,
2018. These bids were publicly opened, examined and declared in City Hall.
Discussion
The City of Lake Elsinore is renovating the Neighborhood Center at 117 South Langstaff Street.
The project involves conversion of the existing vacant Lake Elsinore Sheriff’s Station parcel for
future utilization as a Neighborhood Center. The purpose of this Notice Inviting Bid is to seek
the demolition of Building ‘B’ and the remediation of all contaminants.The overall essentials in
this scope of work are summarized below as general requirements:
Hazardous Waste Removal and Demolition of the Lake Elsinore Neighborhood Center
March 27, 2018
Page 2
General Requirements:
General Condition
Demolition & Remediation (Building and Hazardous Materials
Site Clearing
Erosion Control
The results produced seven bid submittals and below are the biding companies and amounts for
the seven bidders:
Name of Company Bid Amount
5M Contracting Inc.$119,500
Resource Construction $123,000
I.D.R.$128,300
Interior Demolition $159,000
Danny Ryan Precision Contracting $175,300
Air Clean Environmental $185,704
DMC Enterprise $342,000
Following the approval of this agenda item the Hazardous Waste Removal and Demolition of
the Lake Elsinore Neighborhood Center will begin. Staff has reviewed and verified the
contractor has a valid license and has provided sufficient references.
Fiscal Impact
Hazardous Waste Removal and Demolition of the Lake Elsinore Neighborhood Center Project is
included in the Fiscal Year 17/18 – 21/22 Capital Improvement Plan (CIP) budget. This is
funded with CDBG funds at 100%.
Exhibits
A: Agreement
1
Agreement No.
AGREEMENT FOR PUBLIC WORKSCONSTRUCTION
(5M Contracting Inc.)
DEMOLITION AND REHABILITATION OF
LAKE ELSINORE NEIGHBORHOOD CENTER
FILE NO. 1.LE.51-16
CIP PROJECT NO. Z20015
This Agreement for Public Works Construction (“Agreement”) is made and entered into as of
March 27, 2018, by and between the City of Lake Elsinore, a municipal corporation (‘‘City”)and 5M
Contracting Inc. (Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.TheProjectandProjectDocuments.Contractor agrees to construct the following public
improvements (“work”) identified as:
DEMOLITION AND REHABILITATION OF
LAKE ELSINORE NEIGHBORHOOD CENTER
FILE NO. 1.LE.51-16
CIP PROJECT NO. Z20015
The City-approved plans for the construction of the Project, which are incorporated herein by
reference and prepared by the City, are identified as:
Hazardous Waste Removal and Demolition of the Lake Elsinore Neighborhood Center
(CIP PROJECT #Z20015)
The Project Documents include this Agreement and all of the following: (1) the Notice Inviting
Bids, 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.Special Federal Requirements
a.a. Contractor and Owner do hereby acknowledge that this project will be partially or
fully funded with Community Development Block Grant (CDBG) funds [24 CFR 570] and is therefore
subject to applicable Federal procurement, labor, environmental, equal opportunity, and other
regulations.
b.b. Contractor shall maintain and keep books and records on a current basis, recording
all transactions pertaining to this agreement in a form in accordance with generally acceptable
accounting principles. Said books and records shall be made available to the County, the State of
California, the Federal government, and to any authorized representative thereof for the purposes of
audit at all reasonable times and places. All such books and records shall be retained for such periods
of time as required by law, provided, however, notwithstanding any shorter periods of retention, all
2
books, records, and supporting detail shall be retained for a period of at least four (4) years after the
expiration of the term of this Agreement.
3.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 one hundred nineteen thousand five hundred and no cents ($119,500.00).
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 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.
4.Completion of Work.
a.Contractor shall perform all work within Fifteen (15)working days from the date of
commencement specified in the Notice to Proceed and shall complete all work within Fifteen (15)
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.
3
5.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
c.The extent of the adjustment to the Schedule of Performance.
The Director of Public Works 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.
6.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.
7.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.
8.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.
9.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 dutyto defend as setforth inSection 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.
10.Insurance Requirements.
4
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
insurancepolicies.
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
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.GeneralLiabilityCoverage.Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodilyinjury, personalinjury 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.AutomobileLiabilityCoverage. 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 followingspecific
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
5
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
insuringcompany.
iv.The insurer waives all rights of subrogation against the City, its elected or
appointed officers, officials, employees or agents.
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.Deductiblesand 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.
11.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
To Contractor: 5M Contracting Inc.
Attn: Ron Mc Daniel
2691 Dow Ave. #C2
Tustin, CA 92780
11.EntireAgreement. 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.AssignmentandSubcontracting. 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.
6
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.
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.LitigationExpensesandAttorneys’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.AuthoritytoEnterAgreementandAdministration. 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.ProhibitedInterests.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.EqualOpportunityEmployment.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.
7
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.
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 apprentice able 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 apprentice able 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.
1810.
e.Eight hours labor constitutes a legal day’s work, as set forth in Labor Code Section
23.Additional Federal Requirements
Whereas, the work under this Agreement is subject to applicable Federal, State, and local laws and
regulations, including but not limited to the regulations pertaining to the Community Development Block
Grant program (24 CFR Part 570) and 2 CFR Part 200 . Contractor, sub-contractors, Consultants, and
sub-consultants agree to comply with, and are subject to, all applicable requirements as follows:
a.Equal Employment Opportunity - Compliance with Executive Order 11246 of
September 24, 1965, entitled "Equal Employment Opportunity", as amended by Executive Order 11375
of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). The
Contractor/Consultant will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. Contractor/Consultant will ensure that all qualified
applicants will receive consideration for employment without regard to race, color, religion, sex or national
origin. The Contractor/Consultant will take affirmative action to ensure that applicants are employed and
the employees are treated during employment, without regard to their race color, religion, sex, or national
origin. Such actions shall include, but are not limited to, the following: employment, up-grading, demotion,
or transfer; recruitment or recruitment advertising; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor/Consultant agrees to post in a
conspicuous place, available to employees and applicants for employment, notices to be provided by the
County setting forth the provisions of this non-discriminating clause.
b.Copeland “Anti-Kickback” Act (18 U.S.C. 874 and 40 U.S.C. 276c: All contracts and
8
sub grants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall
include a provision for compliance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as
supplemented by Department of Labor regulations (29 CFR part 3, “Contractors and Subcontractors on
Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”).
The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means,
any person employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he is otherwise entitled. The recipient shall report all suspected or reported
violations to HUD.
c.Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7: When required by Federal
program legislation, all construction contracts awarded by the recipients and subrecipients of more than
$2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as
supplemented by Department of Labor regulations (29 CFR part 5, “Labor Standards Provisions
Applicable to Contracts Governing Federally Financed and Assisted Construction”). Under this Act,
contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum
wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall
be required to pay wages not less than once a week. The recipient shall place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation and the award of a
contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report
all suspected or reported violations to HUD.
d.Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333: Where
applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess
of $2500 for other contracts that involve the employment of mechanics or laborers shall include a
provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards
Act (40 U.S.C. 327–333), as supplemented by Department of Labor regulations (29 CFR part 5). Under
Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and
laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is
permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate
of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to
construction work and provides that no laborer or mechanic shall be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements do not
apply to the purchases of supplies or materials or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
e.Rights to Inventions Made Under a Contract or Agreement— Contracts or agreements
for the performance of experimental, developmental, or research work shall provide for the rights of the
Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401,
“Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government
Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by HUD.
f.Rights to Data and Copyrights – Contractors and consultants agree to comply with all
applicable provisions pertaining to the use of data and copyrights pursuant to 48 CFR Part 27.4, Federal
Acquisition Regulations (FAR).
g.Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33
U.S.C. 1251 et seq.), as amended—Contracts and sub grants of amounts in excess of $100,000 shall
contain a provision that requires the recipient to agree to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution
Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional
Office of the Environmental Protection Agency (EPA).
h.Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)— Contractors who apply or bid for
9
an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that
it will not and has not used Federal appropriated funds to pay any person or organization for influencing
or attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any
lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the recipient.
i.Debarment and Suspension (E.O.s 12549 and 12689)—No contract shall be made to
parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement
or No procurement Programs in accordance with E.O.s 12549 and 12689, “Debarment and Suspension,”
as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise
excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other
than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the
required certification regarding its exclusion status and that of its principal employees.
j.Drug-Free Workplace Requirements—The Drug-Free Workplace Act of 1988 (42
U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being
awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify
that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules
at 24 CFR part 24, subpart F.
k.Access to Records and Records Retention: The Consultant or Contractor, and any sub-
consultants or sub-contractors, shall allow all duly authorized Federal, State, and/or County officials or
authorized representatives access to the work area, as well as all books, documents, materials, papers,
and records of the Consultant or Contractor, and any sub-consultants or sub-contractors, that are directly
pertinent to a specific program for the purpose of making audits, examinations, excerpts, and
transcriptions. The Consultant or Contractor, and any sub-consultants or sub-contractors, further agree
to maintain and keep such books, documents, materials, papers, and records, on a current basis,
recording all transactions pertaining to this agreement in a form in accordance with generally acceptable
accounting principles. All such books and records shall be retained for such periods of time as required
by law, provided, however, notwithstanding any shorter periods of retention, all books, records, and
supporting detail shall be retained for a period of at least four (4) years after the expiration of the term of
this Agreement.
l.Federal Employee Benefit Clause: No member of or delegate to the congress of the
United States, and no Resident Commissioner shall be admitted to any share or part of this agreement
or to any benefit to arise from the same.
m.Energy Efficiency: Mandatory standards and policies relating to energy efficiency which
are contained in the State energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (Pub. L. 94A 163, 89 Stat. 871).
n.Procurement of Recovered Materials (2 CFR 200.322.) A non-Federal entity that is a
state agency or agency of a political subdivision of a state and its contractors must comply with section
6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.
The requirements of Section 6002 include procuring only items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of
recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the
purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal
year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy
and resource recovery; and establishing an affirmative procurement program for procurement of
10
recovered materials identified in the EPA guidelines.
24.Termination
a.City may cancel this Agreement at any time upon seven (7) days written notice to
Contractor. Contract agrees to cease all work under this Agreement on or before the effective date of
such notice.
b.In the event of termination or cancellation of this Agreement by City, due to no fault or
failure of performance by Contractor, Contractor shall be paid full compensation for all services performed
by Contractor, in an amount to be determined as follows: For work done in accordance with all of the
terms and provisions of this Agreement, Contractor shall be paid an amount equal to the amount of
services performed prior to the effective date of termination or cancellation; provided, in no event shall
the amount of money paid under the foregoing provisions of this paragraph exceed the amount which
would be paid Contractor for the full performance of the services required by this Agreement.
25.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]
11
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
“CONTRACTOR”
[ 5M Contracting Inc.
Grant Yates, City Manager
ATTEST:
By: Ronald Mc Daniel
Its: President
City Clerk
APPROVED AS TO FORM:
City Attorney
12