HomeMy WebLinkAboutItem No. 10 CA Wolverine Fence Co.Text File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 17-760
Agenda Date: 8/14/2018 Status: Consent AgendaVersion: 1
File Type: AgreementIn Control: City Council / Successor Agency
Agenda Number: 10)
Page 1 City of Lake Elsinore Printed on 8/9/2018
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:August 14, 2018
Subject:Construction Agreement to Wolverine Fence Company Inc.for the perimeter
fencing/screening and to Hemet Fence for the automatic gates at
Campground Rehabilitation Project (CIP PROJECT #Z40007).
Recommendations
1.Award and Authorize the City Manager to execute a Construction Agreement to Wolverine
Fence Company Inc.for the perimeter fencing/screening Campground Rehabilitation Project
(CIP PROJECT #Z40007).
2.Award and Authorize the City Manager to execute a Construction Agreement to Hemet
Fence Company for the automatic gates at Campground Rehabilitation Project (CIP PROJECT
#Z40007).
3.Approve and authorize the City Manager to execute the Agreement in the not to exceed
amount of $174,973.20 for perimeter fencing/screening with Wolverine Fence Company Inc. in
the form attached and in such final form as approved by the City Attorney. And authorize the
City Manager to execute change orders not to exceed a 10% contingency amount of $17,497.30
for uncertainties and adjustments.
4.Approve and authorize the City Manager to execute the Agreement in the not to exceed
amount of $31,070.00 for automatic gates with Hemet Fence Company Inc. in the form attached
and in such final form as approved by the City Attorney. And authorize the City Manager to
execute change orders not to exceed a 10% contingency amount of $3,107.00 for uncertainties
and adjustments.
Background
On July 9, 2018 staff initiated an RFP on the City’s website and otherwise notified contractors
that had previously requested notification, for both the perimeter fencing/screening and
automatic gates at Campground Rehabilitation Project (CIP PROJECT #Z40007).The
interested contractors had the option of bidding one or both scopes of work for the perimeter
fencing/screening and automatic gates. The submittal deadline for this RFP was August 2,
2018,at 4:00p.m.
Fencing/Screeningand Automatic GatesRV Resort Rehabilitation Project
August 14,2018
Page 2
Twoproposalswerereceived onboth scopes of work onor before the deadline. Wolverine
Fence CompanyInc.was the low bidder on the perimeterfencing/screeningand Hemet Fence
Company was the low bidder on the automatic gates. Both companies wereinterviewed,
determine responsive and complete and theproposal amount is within the anticipated cost
estimate for the scope of work.
Discussion
The purpose of thisproposal is to seek competitive pricingfor the perimeter/fencing and
automatic gates at CampgroundRehabilitation Project (CIP PROJECT #Z40007).The overall
essentials in this scope of work aresummarized below as general requirements:
General RequirementsPerimeter Fencing
Install 8’ tall chain link fencing at the perimeter of the RV Park as illustrated in the attached plan
(on the following page page).
2 7/8” vinyl coated post (O.D.) on center max 10’ with pole caps
Post set in 2500 PSI concrete at 10” diameter and 3’ deep
1 5/8’ O.D. rails (top rail, center rail and bottom rail). Pipe rails shall be ASTM A-53 Schedule 40
Thickness.
2” mesh green vinyl coated 9 gauge chain link fabric
All materials shall be galvanized
7’8” tall green screen fabric not less than 96% opacity with tie down grommets
Perimeter Fencing
Contractor Address Cost Per Lineal
Foot
Amount based on
Lineal Footage of
4,196LF
Wolverine Fence
Company Inc.
930 S. Cypress Street
La Habra CA 90631 $41.70 $174,973.20
Hemet Fence
Company
25959 Juniper Flats Rd
Homeland CA 92548 $46.87 $196,456.70
General RequirementsAutomatic Gates
Furnish and install 2 slide gates 8’x30’ with 100’ of concrete track 14” wide 12” deep & rebar.
Furnish and install 2 Liftmaster Gate Operators with built in battery
4 lift master programmable key pads & goose neck stands and 2 miller edge guards 2 Omoron
safety photo eye sensors.
2 Fire Knox 5502 key switches and 8 bollards 4” diameter filled with concrete.
Fencing/Screeningand Automatic GatesRV Resort Rehabilitation Project
August 14,2018
Page 3
Contractor Address Automatic Gates Amount
Hemet Fence
Company
25959 Juniper Flats Rd
Homeland CA 92548 $31,070.00
Wolverine Fence
Company Inc.
930 S. Cypress Street
La Habra CA 90631 $41,000.00
Following the approval of this agenda itemwork will immediately begin on the chain link fencing
at La Laguna RV Storage Project. Staff has reviewed and verifiedthe contractor has a valid
licenseand a review of the contractor’s references.
Fiscal Impact
Perimeter fencing and screening at La Laguna RV Storage Projectis included in the Fiscal Year
17/18–22/23Capital Improvement Plan (CIP) budget
Exhibits
A:Wolverine Fence Company Agreement
B: Hemet Fence Company Agreement
SHORT FORM PURCHASE OF SERVICES CONTRACT 1 August 6, 2018
City of Lake Elsinore
SHORT FORM PURCHASE OF SERVICE CONTRACT
The parties to this Short Form Purchase of Goods
and/or Services Contract (Contract) do mutually
agree and promise as follows:
1. Parties: The parties to this Contract are the
CITY OF LAKE ELSINORE, a municipal
corporation (City) and the following named
Contractor:
(Name) Wolverine Fence Company Inc.
(Street Address)930 S. Cypress Street
(City/State/Zip) La Habra CA 90631
(Telephone) (626) 712-6332
(Email) llopez@wolverinefence.com
(Taxpayer ID #) __________________________
(City Business License #) __________________
2. Term: The effective date of this contract is
08/14/2018and it terminates upon completion
unless sooner terminated as provided herein.
3. Contractor’s Obligations:
(a)To the satisfaction of the City’sProject
Manager, Contractor shall provide the
following goods and/or services: (Attach
extra sheet/s if necessary)
See Exhibit A, Scope of Work
(b)Contractor shall perform the above-
referenced services or delivery the required
goods at or to the following specified
location/s:
RV Resort Rehabilitation Project, 32040
Riverside Drive, Lake Elsinore CA 92530
4. Supplemental Conditions: This Contract is
subject to the Supplemental Conditions attached
hereto, which are incorporated herein by
reference.
5.Compensation:Contractor’s total
compensation for the goods and/or services
performed under this Contract is $174,973.20, to
be paid as (check one): (1) X lump sum upon
completion of all Contractor’s Obligations; (2)
lump sum per-task in the amounts indicated
below, payable upon completion of each task; (3)
lump sum per-task in the amounts indicated
below, payable in monthly installments not to
exceed the percentage completion of each task;
(4) per attached written quote, up to a
guaranteed not-to-exceed amount of $174,973.20
Task Amount
Scope of Work
Install 4,196LF of 8’ tall chain link
fencing at the perimeter of the RV
Park
2 7/8” vinyl coated post (O.D.) on
center max 10’ with pole caps
Post set in 2500 PSIconcrete at 10”
diameter and 3’ deep
1 5/8’ O.D. rails (top rail, center rail
and bottom rail). Pipe rails shall be
ASTM A-53 Schedule 40 Thickness.
2” mesh green vinyl coated 9 gauge
chain link fabric.
All materials shall be galvanized
7’8” tall green screen fabric not less
than 96% opacity with tie down
grommets
$174,973.20
6. Signatures: These signatures attest the
parties’ agreement hereto:
CONTRACTOR: Wolverine Fence Company Inc
_______________________________________
Print Name/Title Abraham Montoya, President
CITY OF LAKE ELSINORE,
a municipal corporation:
By: ___________________________________
City Manager
By: ___________________________________
City Project Manager
Approved as to form:
By: ___________________________________
CityAttorney
Approved as to content/Insurance:
By: ___________________________________
City Purchasing Agent/Risk Manager
Attested:
By: ___________________________________
City Clerk
SHORT FORM PURCHASE OF SERVICES CONTRACT 2 August 6, 2018
City of Lake Elsinore
SUPPLEMENTAL CONDITIONS
1.Independent Contractor. It is expressly agreed that Contractor is to perform or
deliver the goods and/or services described herein as an independent contractor
pursuant to California Labor Code Section 3353, under the control of the Cityas
to the result of his work only but not as to the means by which such result is
accomplished. Nothing contained herein shall in any way be construed to make
Contractor or any of its agents or employees, an agent, employee or
representative of the City. Contractor shall be entirely responsiblefor the
compensation of any assistants, employees, and subcontractors used by
Contractor in providing said goods and/or services.
2.Cancellation. Either the Cityor Contractor may cancel this Contract at any time
upon giving the other party five (5) calendar days' written notice of such
cancellation. In the event of cancellation, the City shall be liable only to pay to
the Contractor compensation for services rendered up to the date of the
Contract's cancellation. Under no circumstances shall Citybe responsible for
payment of lost profits, or damages beyond the total amount of compensation set
in this Contract.
3.Assignment. Contractor shall not assign this Contract, or any part thereof, or any
right of the Contractor hereunder without the prior written consent of the City.
4.Indemnity. Contractor shall indemnify, defend and hold the Cityharmless from
and against all claims, demands and causes of action for injury, death or damage
to any person or property that may arise or result from Contractor's performance
of this Contract or from acts or omissions of any person(s) employed by
Contractor.
5.Anti-Discrimination. Contractor shallnot discriminateagainstany employee or
applicant for employmentbecause of race, color, religious creed, age, sex,
actual or perceived sexual orientation, national origin, disability as defined by the
American with Disabilities Act (42 U.S.C. § 12010, et seq.) or veteran’s status. To
the extent applicable, Contractor shall comply with all federal, state, and local
laws regardingnon-discrimination, equal employment opportunity, affirmative
action and occupational-safety-health concerns, shall comply with all applicable
rules and regulations thereunder, and shall comply with same as each may be
amended from time to time.
6.Legal Responsibilities. The Contractor shall keep itself informed of State, and
Federal laws and regulations and the Lake Elsinore Municipal Code which in any
manner affect those employed by it or in any way affect the performance of its
service pursuant to this Agreement. The Contractor shall at all times observe
and comply with all such laws and regulations. The City, and its officers and
employees, shall not be liable at law or in equity occasioned by failure of the
Contractor to comply with this section.
7.Insurance. During the entire term of this Contract and any extension or modification
thereof, the Contractor shall keep in effect insurance policies meeting the following
SHORT FORM PURCHASE OF SERVICES CONTRACT 3 August 6, 2018
City of Lake Elsinore
insurance requirements:
7.1 Commercial General and Automobile Liability Insurance.
Contractor, at its own cost and expense, shall maintain commercial
general insurance in an amount not less than ONEMILLION DOLLARS
($1,000,000.00) per occurrence, coverage and automobile liability
insurance in an amount not less than ONEMILLION DOLLARS
($1,000,000.00) per occurrence for the term of this Agreement in an
amount not less than ONEMILLION DOLLARS ($1,000,000.00) per
occurrence, combined single limit coverage for risks associated with the
work contemplated by this Agreement. If a Commercial General Liability
Insurance or an Automobile Liability 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 beat least twice the required occurrence
limit. Such coverage shall include but shall not be limited to, protection
against claims arising from bodily and personal injury, including death
resulting therefore, and damage to property resulting from activities
contemplated under this Agreement, including the use of owned and non-
owned automobiles.The following endorsements shall be attached to the
policy:
7.1.1 Policy shall cover on an "occurrence basis."
7.1.2 Policy must cover personal injuries as well asbodily injuries.
Exclusion of contractual liability must be eliminated from personal
injury endorsement.
7.1.3 Broad form property damage endorsement must be attached.
7.1.4 Policy must cover contractual liability by amending the definition of
"incidental contract" to include any written contract.
7.1.5 The City, its officers and employees shall be named by
endorsement as an additional insured, and the policy shall stipulate
that this insurance will operate as primary insurance and that no
other insurance effected by the City will be called upon to contribute
to any loss suffered by Contractor hereunder.
7.2 Worker's Compensation.
The Contractor, at its own cost and expense shall carry and maintain
statutory Worker's Compensation Insurance and Employer's Liability with
limits of not less than One Million Dollars ($1,000,000) with an insurance
carrier satisfactory to the City. In the event Contractor is self-insured, it
shall furnish the City with a Certificate of Permission to Self-Insure signed
by the Department of Industrial Relations Administration of Self-Insurance
in Sacramento, California. If any injury occurs to any employee of
Contractor for which the employee, or his dependents in the event of his
death, is entitled to compensation from the City, the City may retain out of
SHORT FORM PURCHASE OF SERVICES CONTRACT 4 August 6, 2018
City of Lake Elsinore
sums due the Contractor under this Contract an amount sufficient to cover
such compensation as fixed by said Act, until such compensation is paid
or until it is determined that no compensation is due and if the City is
compelled to pay such compensation, it will deduct and retain from the
sums due the Contractor the amount so paid.
7.3 Additional Insurance Provisions.
Said policies shall constitute primary insurance as to the City, and its
officers, agents, and employees, so that other insurance policies held by
or for them or the City’s self-insurance program shall not be required to
contribute to any loss covered under the Contractor's insurance policy or
policies.
7.4 Coverage Verification.
8.4.1 Upon notification of receipt by the City of a notice of cancellation,
major change in coverage or expiration, Contractor shall file with
the City a certified copy of the required new or renewal policy.
8.4.1 If, at any time during the life of the Contract or any extension
thereof, Contractor fails to maintain the required insurance in full
force and effect, all work under the Contract shall be discontinued
immediately and all payments due or that become due to the
Contractor will be withheld until notice is received by the City that
the required insurance has been restored to full force and effect
and that the premiums therefore have been paid for a period
satisfactory to the City. Any failure to maintain the required
insurance will be sufficient cause for City to immediatelyterminate
the Contract.
8.Payment of Prevailing Wages.
Contractorisawareoftherequirementsof CaliforniaLaborCodeSection
1720,etseq.,and1770,etseq.,aswellasCalifornia CodeofRegulations,
Title8,Section1600,etseq.,(“PrevailingWageLaws”),which require the
payment of prevailing wage rates and the performance of other requirementson
“PublicWorks”and“Maintenance”projects. Iftheservicesarebeing performed
aspartofanapplicable“PublicWorks”or“Maintenance”project,asdefined by
the Prevailing Wage Laws, and if the total compensation is $1,000 or more,
ContractoragreestofullycomplywithsuchPrevailingWageLaws. Contractor
shall determinetheapplicableprevailingratesandmakecopiesoftheprevailing
ratesofper diemwagesforeachcraft,classificationortypeofworker
neededtoexecutethe servicesavailabletointerestedpartiesuponrequest,
andshallpostcopiesatthe Contractor’sprincipalplaceofbusinessandatthe
projectsite. Contractorshalldefend, indemnifyandholdtheCity,itselected
officials,officers,employeesandagentsfree andharmlessfromanyclaimor
liabilityarisingoutofanyfailureorallegedfailureto complywith the Prevailing
Wage Laws. The provisionsofthis Sectionmay be waivedin if inapplicable to the
services provided hereunder.
SHORT FORM PURCHASE OF SERVICES CONTRACT 5 August 6, 2018
City of Lake Elsinore
Exhibit A
RV Storage Perimeter Fencing Scope of Work
Install 8’ tall chain link fencing at the perimeter of the RV Park as illustrated in the attached plan (on
the following page page).
2 7/8” Post (O.D.) on center max 10’ with pole caps
Post set in 2500 PSI concrete at 10” diameter and 3’ deep
1 5/8’ O.D. rails (top rail, center rail and bottom rail). Pipe rails shall be ASTM A-53 Schedule 40
Thickness.
2” mesh green vinyl coated 9 gauge chain ink fabric
All materials shall be galvanized
7’8” tall green screen fabric not less than 96% opacity with tie down grommets
SHORT FORM PURCHASE OF SERVICES CONTRACT 1 August 6, 2018
City of Lake Elsinore
SHORT FORM PURCHASE OF SERVICE CONTRACT
The parties to this Short Form Purchase of Goods
and/or Services Contract (Contract) do mutually
agree and promise as follows:
1. Parties: The parties to this Contract are the
CITY OF LAKE ELSINORE, a municipal
corporation (City) and the following named
Contractor:
(Name) Hemet Fence Corporation
(Street Address)25959 Juniper Flats RD
(City/State/Zip) Hemet, CA 92548
(Telephone) 951 757-5695
(Email)
(Taxpayer ID #) __________________________
(City Business License #) __________________
2. Term: The effective date of this contract is
8/14/2018and it terminates upon completion
unless sooner terminated as provided herein.
3. Contractor’s Obligations:
(a)To the satisfaction of the City’sProject
Manager, Contractor shall provide the
following goods and/or services: Furnish
and install 2 slide gates 8’x30’ with 100’ of
concrete track 14” wide 12” deep & rebar.
Furnish and install 2 Liftmaster Gate
Operators with built in battery.
4 lift master programmable key pads & goose
neck stands and 2 miller edge guards 2
Omoron safety photo eye sensors.
2 Fire Knox 5502 key switches and 8 bollards
4” diameter filled with concrete.
(b)Contractor shall perform the above-referenced
servicesor delivery the required goods at or to
the following specified location/s:(Attach extra
sheet/s if necessary)
RV Resort Rehabilitation Project 32040
Riverside Drive, Lake Elsinore Ca
4. Supplemental Conditions: This Contract is
subject to the Supplemental Conditions attached
hereto, which are incorporated herein by
reference.
5.Compensation:Contractor’s total
compensation for the goods and/or services
performed under this Contract is $31,070.00, to
be paid as (check one): (1) X lump sum upon
completion of all Contractor’s Obligations; (2)
lump sum per-task in the amounts indicated
below, payable upon completion of each task; (3)
lump sum per-task in the amounts indicated
below, payable in monthly installments not to
exceed the percentage completion of each task;
(4) per attached written quote, up to a
guaranteed not-to-exceed amount of $31,070.00
Task Amount
Furnish and install 2 slide gates 8’x30’ with
100’ of concrete track 14” wide 12” deep &
rebar.
Furnish and install 2 Liftmaster Gate
Operators with built in battery
4 lift master programmable key pads &
goose neck stands and 2 miller edge guards
2 Omoron safety photo eye sensors.
2 Fire Knox 5502 key switches and 8
bollards 4” diameter filled with concrete.
$31,070.00
6. Signatures: These signatures attest the
parties’ agreement hereto:
CONTRACTOR: Hemet Fence Corporation
_______________________________________
Print Name/Title Wes Martin
CITY OF LAKE ELSINORE,
a municipal corporation:
By: ___________________________________
City Manager
By: ___________________________________
City Project Manager
Approved as to content/Insurance:
By: ___________________________________
City Purchasing Agent/Risk Manager
Attested:
By: ___________________________________
City Clerk
SHORT FORM PURCHASE OF SERVICES CONTRACT 2 August 6, 2018
City of Lake Elsinore
SUPPLEMENTAL CONDITIONS
1.Independent Contractor. It is expressly agreed that Contractor is to perform or
deliver the goods and/or services described herein as an independent contractor
pursuant to California Labor Code Section 3353, under the control of the Cityas
to the result of his work only but not as to the means by which such result is
accomplished. Nothing contained herein shall in any way be construed to make
Contractor or any of its agents or employees, an agent, employee or
representative of the City. Contractor shall be entirely responsiblefor the
compensation of any assistants, employees, and subcontractors used by
Contractor in providing said goods and/or services.
2.Cancellation. Either the Cityor Contractor may cancel this Contract at any time
upon giving the other party five (5) calendar days' written notice of such
cancellation. In the event of cancellation, the City shall be liable only to pay to
the Contractor compensation for services rendered up to the date of the
Contract's cancellation. Under no circumstances shall Citybe responsible for
payment of lost profits, or damages beyond the total amount of compensation set
in this Contract.
3.Assignment. Contractor shall not assign this Contract, or any part thereof, or any
right of the Contractor hereunder without the prior written consent of the City.
4.Indemnity. Contractor shall indemnify, defend and hold the Cityharmless from
and against all claims, demands and causes of action for injury, death or damage
to any person or property that may arise or result from Contractor's performance
of this Contract or from acts or omissions of any person(s) employed by
Contractor.
5.Anti-Discrimination. Contractor shallnot discriminateagainstany employeeor
applicant for employmentbecause of race, color, religious creed, age, sex,
actual or perceived sexual orientation, national origin, disability as defined by the
American with Disabilities Act (42 U.S.C. § 12010, et seq.) or veteran’s status. To
the extent applicable, Contractor shall comply with all federal, state, and local
laws regarding non-discrimination, equal employment opportunity, affirmative
action and occupational-safety-health concerns, shall comply with all applicable
rules and regulationsthereunder, and shall comply with same as each may be
amended from time to time.
6.Legal Responsibilities. The Contractor shall keep itself informed of State, and
Federal laws and regulations and the Lake Elsinore Municipal Code which in any
manner affectthose employed by it or in any way affect the performance of its
service pursuant to this Agreement. The Contractor shall at all times observe
and comply with all such laws and regulations. The City, and its officers and
employees, shall not be liable at law or in equity occasioned by failure of the
Contractor to comply with this section.
7.Insurance. During the entire term of this Contract and any extension or modification
thereof, the Contractor shall keep in effect insurance policies meeting the following
SHORT FORM PURCHASE OF SERVICES CONTRACT 3 August 6, 2018
City of Lake Elsinore
insurance requirements:
7.1 Commercial General and Automobile Liability Insurance.
Contractor, at its own cost and expense, shall maintain commercial
general insurance in an amount not less than ONEMILLION DOLLARS
($1,000,000.00) per occurrence, coverage and automobile liability
insurance in an amount not less than ONEMILLION DOLLARS
($1,000,000.00) per occurrence for the term of this Agreement in an
amount not less than ONEMILLION DOLLARS ($1,000,000.00) per
occurrence, combined single limit coverage for risks associated with the
work contemplated by this Agreement. If a Commercial General Liability
Insurance or an Automobile Liability form or other form with a general
aggregate limit is used, either the general aggregate limit shall apply
separatelyto the work to be performed under this Agreement or the
general aggregate limit shall be at least twice the required occurrence
limit. Such coverage shall include but shall not be limited to, protection
against claims arising from bodily and personal injury, including death
resulting therefore, and damage to property resulting from activities
contemplated under this Agreement, including the use of owned and non-
owned automobiles.The following endorsements shall be attached to the
policy:
7.1.1 Policy shall cover on an "occurrence basis."
7.1.2 Policy must cover personal injuries as well as bodily injuries.
Exclusion of contractual liability must be eliminated from personal
injury endorsement.
7.1.3 Broad form property damage endorsement must be attached.
7.1.4 Policy must cover contractual liability by amending the definition of
"incidental contract" to include any written contract.
7.1.5 The City, its officers and employees shall be named by
endorsement as an additional insured, and the policyshall stipulate
that this insurance will operate as primary insurance and that no
other insurance effected by the City will be called upon to contribute
to any loss suffered by Contractor hereunder.
7.2 Worker's Compensation.
The Contractor, at its own cost and expense shall carry and maintain
statutory Worker's Compensation Insurance and Employer's Liability with
limits of not less than One Million Dollars ($1,000,000) with an insurance
carrier satisfactory to the City. In the event Contractor is self-insured, it
shall furnish the City with a Certificate of Permission to Self-Insure signed
by the Department of Industrial Relations Administration of Self-Insurance
in Sacramento, California. If any injury occurs to any employee of
Contractor for which the employee, or his dependents in the event of his
death, is entitled to compensation from the City, the City may retain out of
SHORT FORM PURCHASE OF SERVICES CONTRACT 4 August 6, 2018
City of Lake Elsinore
sums due the Contractor under this Contract an amount sufficient to cover
such compensation as fixed by said Act, until such compensation is paid
or until it is determined that no compensation is due and if the City is
compelled to pay such compensation, it will deduct and retain from the
sums due the Contractor the amount so paid.
7.3 Additional Insurance Provisions.
Said policies shall constitute primary insurance as to the City, and its
officers, agents, and employees, so that other insurance policies held by
or for them or the City’s self-insurance program shall not be required to
contribute to any loss covered under the Contractor's insurance policy or
policies.
7.4 Coverage Verification.
8.4.1 Upon notification of receipt by the City of a notice of cancellation,
major change in coverage or expiration, Contractor shall file with
the City a certified copy of the required new or renewal policy.
8.4.1 If, at any time during the life of the Contract or any extension
thereof, Contractor fails to maintain the required insurance in full
force and effect, all work under the Contract shall be discontinued
immediately and all payments due or that become due to the
Contractor will be withheld until notice is received by the City that
the required insurance has been restored to full force and effect
and that the premiums therefore have been paid for a period
satisfactory to the City. Any failure to maintain the required
insurance will be sufficient cause for City to immediately terminate
the Contract.
8.Payment of Prevailing Wages.
Contractorisawareoftherequirementsof CaliforniaLaborCodeSection
1720,etseq.,and1770,etseq.,aswellasCalifornia CodeofRegulations,
Title8,Section1600,etseq.,(“PrevailingWageLaws”),which require the
payment of prevailing wage rates and the performance of other requirementson
“PublicWorks”and“Maintenance”projects. Iftheservicesarebeing performed
aspartofanapplicable“PublicWorks”or“Maintenance”project,asdefined by
the Prevailing Wage Laws, and if the total compensation is $1,000 or more,
ContractoragreestofullycomplywithsuchPrevailingWageLaws. Contractor
shall determinetheapplicableprevailingratesandmakecopiesoftheprevailing
ratesofper diemwagesforeachcraft,classificationortypeofworker
neededtoexecutethe servicesavailabletointerestedpartiesuponrequest,
andshallpostcopiesatthe Contractor’sprincipalplaceofbusinessandatthe
projectsite. Contractorshalldefend, indemnifyandholdtheCity,itselected
officials,officers,employeesandagentsfree andharmlessfromanyclaimor
liabilityarisingoutofanyfailureorallegedfailureto complywith the Prevailing
Wage Laws. The provisionsofthis Sectionmay be waivedin if inapplicable to the
services provided hereunder.