Loading...
HomeMy WebLinkAboutItem No. 09 Amend. No. 2 J & L Constructors, Inc. On Call General Contractor SvsCity of Lake Elsinore 130 South Main Street __ Lake Elsinore, CA 92530 II www.lake - elsinore.org VV °"` IKo - Text File File Number: TMP 19 -788 Agenda Date: 6/9/2020 Version: 1 Status: Approval Final In Control: City Council / Successor Aqency Agenda Number: 9) File Type: Council Consent Calendar City of Lake Elsinore Page 1 Printed on 61412020 CITY OF 4 LADE LS MORE L �u DREAM EXTREME REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Grant Yates, City Manager Prepared By: Catherine Eakins, Administrative Assistant Date: June 9, 2020 Subject: Amendment No. 2 to the Agreement with J & L Constructors, Inc. for On Call General Contractor Services for Fiscal Year 2020 -21 Recommendation Authorize the City Manager to execute Amendment No. 2 to the Contractor Services Agreement with J & L Constructors, Inc. for On -Call General Contractor Services for an amount not to exceed $60,000 for Fiscal Year 2020 -21 in such final form as approved by the City Attorney. Background On January 1, 2019, the City entered into a Contractor Services Agreement with J & L Constructors for on -call general contractor services. The original Agreement term was for (six) 6- months with the option to extend two additional twelve (12) month renewal terms. The Agreement was extended by in June 2019 for a twelve (12) month commencing July 1, 2019 and ending June 30, 2020 (Amendment No.1). Discussion The City requires on -call general contractor services for its many projects. J & L Constructors offers expert professional services that can be relied on to do trusted work. Staff is requesting approval to extend J & L Constructors' contract for an additional 12 -month term (FY 20/21). Fiscal Impact Funds are available in the FY2020 -2021 Public Works Operating budget. Exhibits A — J & L Constructors, Inc. — Amendment No. 2 Agreement B — J & L Constructors, Inc. — Amendment No. 1 Agreement C - J & L Constructors, Inc. - Original Agreement AMENDMENT NO. 2 TO AGREEMENT FOR CONTRACT SERVICES J & L constructors, Inc. On -Call General Contractor Services This Amendment No. 2 to Agreement for Contract Services ( "Amendment No. 2 ") is made and entered into as of June 9, 2020, by and between the City of Lake Elsinore, a municipal corporation ( "City), and J & L Constructors, Inc. ( "Contractor "). RECITALS A. The City and Contractor have entered into that certain Agreement for Contract Services dated as of January 1, 2019 (the "Original Agreement "). Except as otherwise defined herein, all capitalized terms used herein shall have the meanings set forth for such terms in the Original Agreement. B. The Original Agreement was for a six -month term with the option to extend two additional twelve (12) month renewal terms and provided for compensation to the Contractor for $60,000. C. The Original Agreement was extended by in June 2019 for a twelve (12) month term commencing July 1, 2019 and ending June 30, 2020 (Amendment No.1). D. The parties now desire to extend the agreement for an additional 12 -month term for FY 20 -21. Compensation related to the Original Agreement remains unchanged at $60,000 per fiscal year for such general contractor services as set forth in the original Agreement. NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth herein, City and Contractor agree as follows: the following: Section 2, subpart C, Term, of the Original Agreement is hereby amended to add Unless earlier terminated as provided elsewhere in the Original Agreement, Amendment No. 1, and this Amendment No. 2 shall continue in full force and effect for a period of twelve (12) months, commencing on July 1, 2020, and ending on June 30, 2021. 2. Except for the changes specifically set forth herein, all other terms and conditions of the Original Agreement shall remain in full force and effect. [Signatures on next page] Page 1 IN WITNESS WHEREOF, the parties have caused this Amendment No. 2 to be executed on the respective dates set forth below. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal J & L Constructors, Inc. corporation Bryson W. Miller - Owner Grant Yates, City Manager Date: Date: ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Attachments: Exhibit A — Amendment No. 1 Exhibit B — Original Agreement Page 2 .. ORIGINAL AGREEMENT [ATTACHED] EXHIBIT A EXHIBIT B ESTIMATE AND INVOICE I�:1:11:�� ■:3 CITY OF LADE �� LSII`IOR_ DREAM EXTREME �n June 27, 2019 J &L Constructors, Inc. Attn: Bryson Miller - Owner 17140 Grand Avenue Lake Elsinore, CA 92530 Dear Mr. Miller, Re: Extension of City of Lake Elsinore General Contractor Services Contract with J &L Constructors, Inc. Per the terms of your agreement dated January 1, 2019, the City may at its sole discretion, extend the term of this Agreement on a 12 -month basis not to exceed two (2) additional twelve (12) renewal terms by giving written notice thereof to Contractor, such notice to be exercised the City Manager. This letter shall serve as written notice to extend your contract with the City of Lake Elsinore for General Contractor Services for a period of twelve (12) months commencing July 1, 2019 and ending on June 30, 2020. Except for the changes specifically set forth herein, all other terms and conditions of the Original Agreement shall remain in full force and effect. If you have questions or need further assistance, please contact Catherine Eakins, Public Works Administrative Assistant, at (951) 674 -5170 ext. 241. Sincerely, Grant es City Manager 951.674.5170 521 N. LANGSTAFF STREET LAKE ELSINORE, CA 92530 WWWLAKE- ELSINORE.ORG DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO AGREEMENT FOR CONTRACTOR SERVICES (ON -CALL) J & L Constructors, Inc. General Contractor Services This Agreement for Contractor Services (On -Call) (the "Agreement ") is made and entered into as of January 1, 2019 by and between the City of Lake Elsinore, a municipal corporation ( "City ") and J & L Constructors, Inc. ( "Contractor "). RECITALS A. The City has determined that it requires on -call general contractor services as presented the in attachment the Exhibit `A' contractor proposal. B. The Contractor has submitted to City a Rate Sheet, dated 11/1/2018 which is attached hereto as Exhibit A and incorporated herein, to provide services and related work to the City pursuant to the terms of this Agreement. C. Contractor possesses the skill, experience, ability, background, certification and knowledge to perform the services and related work described in this Agreement on the terms and conditions described herein. D. City desires to retain Contractor to perform the services and related work as provided herein and Contractor desires to provide such services and related work as set forth in this Agreement. AGREEMENT 1. Scope of Services. Contractor shall perform the services and related work described in Contractor's Proposal (Exhibit A). Contractor shall provide such services and related work at the time, place, and in the manner specified in Contractor's Proposal (Exhibit A), subject to the direction of the City through its staff that it may provide from time to time. Contractor acknowledges that the Scope of Services provides for 24 hour -a -day, 7 day -a -week, on -call support on an as needed basis. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services and related work to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the services and related work contemplated pursuant to this Agreement consistent with Contractor's Proposal (Exhibit A) and shall provide, furnish and pay all labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required to perform such the services and related work. b. Performance Schedule. Contractor shall commence the services and related work pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services and related work within the time period(s) established in the Contractor's Proposal (Exhibit A). When requested by Contractor, extensions to the time period(s) specified may be approved in writing by the City Manager. J & L Constructors, Inc. f73c5665 -22fd- 4697- b1cf- 2c170e3457e6 Page 1 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO C. Term and Compliance with Task/Work Order System. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall continue in full force and effect for a period of 6- months commencing on January 1, 2019 and ending on June 30, 2019. The City may, at its sole discretion, extend the term of this Agreement on a 12 -month basis not to exceed two (2) additional twelve 12 -month renewal term by giving written notice thereof to Contractor not less than thirty (30) days before the end of the contract term, such notice to be exercised by the City Manager. Contractor hereby agrees and acknowledges that any and all work or services performed pursuant to this Agreement shall be based upon the issuance of a Task/Work Order by the City. Contractor acknowledges that it is not guaranteed any minimum or specific amount of work or services as all work or services shall be authorized through a Task/Work Order issued by the City. 3. Compensation and Cost of Living Adjustment. Compensation to be paid to Contractor shall be in accordance with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Contractor's compensation exceed Sixty Thousand dollars ($60,000) per Fiscal Year, without additional written authorization from the City. Notwithstanding any provision of Contractor's Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. The compensation paid to Contractor may be adjusted on each July 1 following the first anniversary of the commencement of the term of this Agreement, provided that The request for cost of living adjustment shall be presented to the City no later than June 1 st of a particular year and, if approved by the City, will become effective on July 1 st of that year. Any adjustment will be based on the Los Angeles- Riverside - Orange County Consumer Price Index (CPI) but in no event shall the price adjustment exceed five percent (5 %). 4. Method of Payment. Contractor shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Contractor's bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Contractor provides services. Contractor's bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Contractor no later than forty -five (45) days after receipt of the monthly invoice by City staff. 5. Suspension or Termination. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination, Page 2 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234A0 provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section entitled "Method of Payment" herein. 6. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Contractor, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Contractor for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Contractor or to any other party. Contractor shall, at Contractor's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Contractor, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ( "Documents & Data "). Contractor shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs relating to project for which Contractor's services are rendered, or any publicity pertaining to the Contractor's services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 7. Contractor's Books and Records. a. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for Page 3 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor to this Agreement. b. Contractor shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Contractor's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Contractor's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Contractor, Contractor's representatives, or Contractor's successor -in- interest. 8. Independent Contractor. It is understood that Contractor, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. 9. PERS Eligibility Indemnification. In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and /or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary, Contractor and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and /or employee contributions for PERS benefits. 10. Interests of Contractor. Contractor (including principals, associates and management employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Contractor's services hereunder. Contractor further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Page 4 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO Contractor is not a designated employee within the meaning of the Political Reform Act because Contractor: a. will conduct research and arrive at conclusions with respect to his /her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 11. Ability of Contractor. City has relied upon the training and ability of Contractor to perform the services hereunder as a material inducement to enter into this Agreement. Contractor shall therefore provide properly skilled personnel to perform all services under this Agreement. All work performed by Contractor under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent contractors in Contractor's field of expertise. 12. Compliance with Laws. Contractor shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Contractor represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor to practice its profession. 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. 14. 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 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. Page 5 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO 15. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the contract, 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 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 of 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 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. 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 Page 6 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO under the Commercial General Liability and Automobile liability coverages 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. 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 blanket 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. 16. 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 Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 Page 7 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO If to Contractor: J & L Constructors, Inc. 17140 Grand Avenue Lake Elsinore, CA 92530 DIR# 1000056885 CSLB:974212 17. 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. 18. 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. 19. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the reputation, experience and competence of Contractor. 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. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for all acts or omissions of those subcontractors. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. 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. Page 8 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO 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. 26. Authority to Enter Agreement. 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 act 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. 27. 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. 28. 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. 29. Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Contractor agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the work or services provided pursuant to this Agreement, Contractor shall bear all risks of payment or non - payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of this Agreement. 30. 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] Page 9 DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO 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 DocuSigned by: AEE07�C=- ,O4AF... y Manager vi ai n � a�ca, �n Date: 4/6/2019 1 7:45 PM PDT ATTEST: Docu Sig ned by: 4E3A35C2046F4CE... vUVULY %11Ly �-ierk APPROVED AS TO FORM: DocuSigned by: A5086D9006AF48C... Vlly l%LLUI I IGy Attachments: Exhibit A - Contractor's Proposal "CONTRACTOR" J & L Constructors, Inc. DocuSigned by: Wl,ll' C00453B87D1847E... By: Bryson W. Miller Its: Owner Date: 4/6/2019 1 5:12 PM PDT Page 10 DocuSign Envelope ID: 080C94F5- C59B -4lE6- BEED- 3DD1276234AO EXHIBIT A RATE SHEET or CONTRACTORS PROPOSAL Journeyman Level Rates by Craft STRAIGHT -TIME OVERTIME HOURLY RATE CRAFT (JOURNEY LEVEL) HOURS TOTAL HOURLY 1 56.72 DAILY SATURDAY D 76.920 SUNDAY HOLIDAY AND 97.11 BRICKLAYER, STONEMASON, MARBLE MASON, CEMENT BLOCKLAYER, POINTER, C 8.0 CAULKER, CLEANER BRICKLAYER: MASON FINISHER C 8.0 BRICK TENDER C 8.0 BRICK TENDER: FORKLIFT OPERATOR C 8.0 CARPET, LINOLEUM, RESILIENT TILE LAYER 8.0 M ATERIAL HANDLER 8.0 DRYWALL FINISHER DRYWALLFINISHER 8.0 ELECTRICIAN: COMM &SYSTEM INSTALLER 8.0 INSIDE WIREMAN -ZONEA 8.0 CABLESPLICER -ZONEA 8.0 D 76.92 74.22 45.90 D 60.06 D 60.060 52.80 68.93 68.930 85.06 53.25 69.60 69.600 85.96 48.69 65.61 H 65.610 82.54 20.08 25.58 J 25.580 31.08 57.82 77.11 K 77.110 96.40 47.28 N 64.02 N 64.020 80.75 64.50 R 84.49 R 84.490 104.48 66.06 R 86.84 R 86.840 107.61 TUNNEL WIREM AN -ZONEA FIELD SURVEYOR: CHIEF OF PARTY(0B.S7 -on) INSTRUMENTMAN(0B.157 -034) CHAINMAN /RODMAN(869.567 -08) GLAZIER MARBLE FINISHER PAINTER INDUSTRIAL PAINTER PAINTER: PAINTER, LEAD ABATEMENT REPAINT PAINTER, LEAD ABATEMENT INDUSTRIAL REPAINT PAINTER PLASTERER PLASTER TENDER PLASTER CLEAN-UP LABORER PLUMBER: PLUMBER, INDUSTRIALAND GENERAL PIPEFITTER SEWERAND STORM DRAIN PIPELAYER SEWERAND STORM DRAIN PIPETRADESMAN SERVICE& REPAIR (PLUM BER /HVAC- FITTER) LANDSCAPE /IRRIGATION FITTER LANDSCAPE /IRRIGATION TRADESMAN FIRE SPRINKLER FITTER (PROTECTION AND CONTROL SYSTEMS, OVERHEAD AND UNDERGROUND) FIRE SPRINKLER FITTER (PROTECTION AND CONTROL SYSTEMS, OVERHEAD AND UNDERGROUND) ROOFER PITCH WORK PREPARER SHEET METALWORKER TERRAZZO FINISHER TERRAZZO WORKER TILE FINISHER TILE LAYER 8.0 68.49 R 90.48 R 90.480 112.47 8.0 75.83 N 100.26 N 100.260 124.69 8.0 73.16 N 96.34 N 96.340 119.52 8.0 72.53 N 95.42 N 95.420 118.31 8.0 68.49 W 89.59 W 89.590 110.69 8.0 46.06 Y 62.28 Z 62.280 AA 78.49 8.0 48.87 AC 65.13 AC 65.130 AC 65.13 8.0 47.07 AC 62.63 AC 62.630 AC 62.63 8,0 43.42 AD 57.22 AD 57.220 AD 57.22 8.0 45.05 AD 59.47 AD 59.470 AD 59.47 AF 8.0 58.75 AC 77.18 AG 77.180 95.61 8.0 58.25 Al 76.43 AJ 76. 430 94.62 8.0 55.70 Al 72.61 AJ 72.610 89.52 8.0 74.30 D 98.52 D 98.520 121.11 8.0 58.18 75.95 AD 75.950 93.11 8.0 29.64 38.03 AO 38.030 46.43 8.0 71.77 95.21 AR 95.210 AS 117.03 AO 8.0 56.51 73.08 73.080 88.31 AD 8.0 19.51 26.85 26.850 34.18 8.0 61.98 81.85 81.850 101.71 8.0 71.48 93.79 AZ 93.790 116.09 90.06 93.56 92.06 8.0 55.69 D 72.88 D 72.880 8.0 57.44 D 75.50 D 75.500 8.0 56.69 D 74.38 D 74.380 95.55 BE 95.550 8.0 73.41 BE 117.69 AO 8.0 44.92 Y 60.54 BG 60.540 AA 76.17 AD 8.0 52.83 Y 72.03 BG 72.030 AA 91.22 8.0 39.34 Y 52.96 Z 52.960 AA 66.57 8.0 56.65 v 1 76.18 Z 76.180 AA 95.71 EXHIBIT A DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234AO Specialty Trade Equipment Rates lHeavy Equipment with operator I Hourly Equipment Rates I Daily I Hourl mini excavator $125 dump trailor $235 large excavator $155 super 10 $95 backhoe $145 truck and transfer $110 Dozer $165 air compressor $285 Scraper $150 welder $250 Rates include the cost of equipment * ** Equipment 4 hour minimum Fuel separately charged. EXHIBIT A DocuSign Envelope ID: 080C94F5- C59B -41E6- BEED- 3DD1276234A0 1 JBLCONS -02 NYYYl CERTIFICATE OF LIABILITY INSURANCE °A'E iM "r, 1112712018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(sl. PRODUCER Rock 10 Insurance Services, Inc. P O Box 15608 San Diego, CA 92175 INSURED J & L Constructors Inc 8471 Clarkdale Dr Huntington Beach, CA 92646 IE No. Exo: (866) 376-2510 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER-- 375 -2511 17159 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL3UBR POLICY NUM POLICY JEFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE � OCCUR X x CIP348659 4Pl712018 EACH OCCURRENCE S 1,M.000 412712019 DAMAGE TO RENTED occurrence) i 100,404 MED EXP (Any one S 5.w0 PERSONAL & ADV INJURY 1 +0N +W4 GENT, AGGREGATE LIMIT APPLIES PER: X POLICY E] Jppr LOC GENERAL AGGREGATE S 2,00 +00 PRODUCTS - COMRIOP AGG S 2 +0w +o OTHER OBILE LIABILITY COMBINED SINGLE LIMIT i BODILY INJURY Per 5 Y AUTO [7A WNED SCHEDULED T��O[QTS ONLY AUTOS ILY INJURY Per acciclenl WPE=k! iGE AUTOS ONLY NAUD7 ®S NNLDY UMaRELLALIAB OCCUR HCLAJMS-Kt4,OE EACH OCCURRENCE AGGREGATE EXCESS LIAS DIED RETFNTION $ B YYO RI[ERS COMPENSATION - _x PER OT}6 A EMPLOYERS' LIABILITY Y I N ANY PROPRIETOWPARTNERIEXECUTIVE W ERIMEIMSEREXCLUDEI ry n NH] NIA 917aB23 -2x18 121312018 12/312419 E.L EACH ACCIDENT 1,440,040 E.L. DISEASE - EA EMPLOYEE S 1 +0Nr000 IF yes descrnhe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY UUn 1 +400x004 i DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is requilvdi Re: Job#Open PO for J & L Constructors Inc. - arlous Locations Throughout the Inland Empire, and the City of Lake Elsinore City of Lake Elsinore The City, officers, employees, and volunteers are included as Additional Insured under Commercial GL policy per attached endorsement as respects ongoing operations, subject to written contract between Named Insured and Additional Insured. GL coverage is primary & noncontributory. GL Waiver of Subrogation applies. Ownar(s) excluded from WC coverage. City of Lake Elsinore 521 N Langstaff St Lake Elsinore, CA 92530 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016143) (D 1988 -2415 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 080C94F5- C59B -4lE6- BEED- 3DD1276234A0 ACa CERTIFICATE OF LIABILITY INSURANCE °A 0124)2018 a v tD124J2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMlAT10N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE Of INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the eertificato holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). CONTACT PRODUCER NAME. Nena Soto State Farm Nena Soto State Farm PHONE 562 -869 -9000 F No C Nn 11331 La Mirada Blvd t MAIL nena snto.kiuzQstatefafm.com �► , v Y Whittier CA 90604 INSURER(Sl AFFORtI1N$CQYERAGE NAM, a INSURER A; State Farm General Insurance Company 25151 INSURED INSURER ID: J & L Constructors Inc. (127253) INSURER C: 8471 Clarkdafe Dr INSURER O : - Huntington Beach CA 92W INSURER E: INSURER F r ITMVIEIPATC MIIea0C8• faFVlGlc)fj KIIIIURf =R- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOVWN IMAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR' AO U .__._ —. POLICY EFF POLICYEXP L1MIT5 LTR TYPE OF INSURANCE PC"Y NUMBER MM DfnMi COMMERCIAL GENERAL LIABILITY City of Lake Elsinore 521 N Langstaff St AUT110R12E0 EPRE i EACH OCCURRFNCF 3 CLAIMS -MADE � OCCUR -ITAMAGE TO RENT PREMISES Ea accrrrrence f_ NED EXP IArry aieverwn S _ _ „ •. _._ ._ PER SCNAL S ACV INJURY f GENERAL AGGREGATE ' GEnrl. AGGREGATE LIMIT APPLIES PER S PRODUCTS - COMPfOP AGG y • POLICY CT 0 La^ E S OTHER; AUTOMOB" LuAML.ITY Y = 2017 Chevrolet 2500 UTIL 'IM512018 05/05/2019 a aB NEi 1!INGLE LIMIT s 1,000,000 acol LY I.NSJRY (Per person) S ANY AJTO 1G82CUEY2HZ3i7673 9OD1LY INJURY 03 acua"t) L PROPERTY DAM AGF Per aco4enlj_ . I Y OVWVED SCHEDULED AUTOS ONLY AUTOS HIRED NON- OWdVEO AUTOS ON" -Y AUTOS ONLY , 604- 9600-F05 -75B UMBRELLA LM OCCUR EACH OCCURRENCE S $ EXCESS U" CLAIM5•MAO_E AGGREGATE ;SFD I RE TE•'4TICNS S '. PIORHERS COMPENSATION AND EMPLOYERS' LUBIL.ITY YIN • PROPRIETORIPARTNFRIFxECUTIVE PER STATUTE 'E)7R E t. EACH ACCIDENT S _ _ E.L. DISEASE - EA EMPLOYEE _ ,ANY OFFICE" EMBER EXCLJDED'7 ❑ IMandalory In NH) N I A I E.L. DISEASE - POUCY LIMIT 5 a es. detWt)o under ea. OF OPERATIONS blow DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES jACORO 101. Add Hlonst Remarie Schodula, may he attached If more apaca It mqulmd) i. The City. its elected or appointed Officers, OHiclals, ernployees,agents and volunteers are to be covered as additional insured wlfh respect to liability arising out of work performed by or on behalf of the Contractor, including :materials, parts or equipment fumi shed In connection with suctl 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 rt. V G1'1 I P l 1 G r.vrv��a - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE (DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lake Elsinore 521 N Langstaff St AUT110R12E0 EPRE Lake Elsinore CA 92530 n ..r t loo -cv � n�.+.anu +.vr�r �rtir. r rvr�. .•+rr r Iy, ru r. cscr .cu, ACORD 25 (2016f03) The ACORD name and logo are re a AODRD !rjp1466 192619.1$ 03.1 8-201e DocuSign Envelope ID: 080C94F5- C59B -41 E6- BEED- 3DD1276234A0 BUSINESS NAME: J & L CONSTRUCTORS INC BUSINESS 17140 GRAND AVE LOCATION: LAKE ELSiNORE, CA 92530 OWNED NAME: BRYSON & VANESSA MILLER J & L CONSTRUCTORS INC 8471 CLARKDALE DR HUNTINGTON BEACH, CA 92646 BUSINESS LICENSE NO. LIC- 2018 -00765 BUSINESS TYPE: GENERAL BUILDER CONTRACTOR DESCRIPTION: Issue Date: 1OJ29/2018 Expiration Date: 10/31/2019