Loading...
HomeMy WebLinkAbout04-05_Agreement and Specifications DocuSign Envelope ID: 5360679A-53C4-4CBF-88F8-6316FC985CAF AGREEMENT FOR CONTRACTOR SERVICES Unique Builders Of California Inc. ON-CALL SERVICES This Agreement for Contractor Services (On-Call) (the "Agreement") is made and entered into as of November 11, 2020 by and between the City of Lake Elsinore, a municipal corporation (the "City") and Unique Builders Of California Inc, a Licensed General Contractor(the "Contractor"), RECITALS A. The City has determined that it requires the following services: On-call minor construction and repir services B. The City has prepared a request for a proposals and Contractor has submitted to City a proposal, dated October 21, 2020, both of which are attached hereto as Exhibit A(collectively, the "Contractor's Proposal") 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 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 and minor construction 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. Page 1 DocuSign Envelope ID.536OB79A-53C4-4CBF-SSFS-6316FC985CAF C. Tgrm 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 commencing on November 11, 2020 and ending Novemebr 11, 2021. The City may, at its sole discretion, extend the term of this Agreement on a 12-month basis not to exceed 2 additional twelve (12) month renewal terms 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 C"I of Living Adjustment. a. 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 annual compensation exceed Two Hundred Thousand Dollars and No Cents ($200,000.00) 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. b. 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 1st of a particular year and, if approved by the City, will become effective on July 1st 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. Back ro nd Checks'. At any time during the term of this Agreement, the City reserves the right to make an independent investigation into the background of Contractor's personnel who perform work required by this Agreement, including but not limited to their references, character, address history, past employment, education, social security number validation, and criminal or police records, for the purpose of confirming that such personnel are lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons or property in and around the vicinity of where the services will be rendered or City Hall. If the City makes a reasonable determination that any of Contractor's prospective or then current personnel is deemed objectionable, then the City may notify Contractor of the same. Contractor shall not use that personnel to perform work required by this Agreement, and if necessary, shall replace him or her with a suitable worker. Page 2 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF 6. 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, 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. 7. Plans, Reoorts, DocUments a. 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 shall have sole determination of the public's rights to documents under the Public Records Act, and any third-party requests of Contractor shall be immediately referred to City, without any other actions by Contractor. b. Licensina of Intellectual Prooerty. 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. C. C nfidentiali . 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. Contractor shall not,without the prior written consent of City, use such materials 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 Page 3 DocuSign Envelope ID:536dB79A-53C4-4CBF-88FB-6316FC985CAF 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. 8. 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 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. 9. Independent Contractor. a. Contractor is and shall at all times remain as to the City a wholly independent contractor pursuant to California Labor Code Section 3353. The personnel performing the services under this Agreement on behalf of Contractor shall at all times be under Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of Contractor's officers, employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Contractor shall not incur or have the power to incur any debt, obligation, or liability whatsoever against City, or bind City in any manner. b. 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. 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, Page 4 DocuSign Envelope ID:5360879A-53C4-4CBF-88F8-6316FC985CAF 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. 11. 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. 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).) 1Z 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. 13. Compliance with Laws. a. Contractor shall comply with all local, state and federal laws and regulations applicable to the services required hereunder, including any rule, regulation or bylaw governing the conduct or performance of Contractor and/or its employees, officers, or board members. b. Contractor represents that it has obtained and will maintain at all times during the term of this Agreement all professional and/or business licenses, certifications and/or permits necessary for performing the services described in this Agreement, including a City business license. 14. 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. Page 5 DocuSign Envelope lU 5360B79A-53C4-4CBF-88F8-6316FC985GAF 15. 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 thatthe 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. 16. IaIrance Requirements'. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain,for the duration ofthe 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 not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. if a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. Page 6 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12190) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. b. Endor ements. 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. Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Workers' Compensation, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager and City Attorney, are named as additional insureds. Additional insureds shall be entitled to the full benefit of all insurance policies in the same manner and to the same extent as any other insureds and there shall be no limitation to the benefits conferred upon them other than policy limits to coverages. 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 Retpritions, 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 ofthe 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. Page 7 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF 17. 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 If to Contractor: Unique Builders Of California Inc Attn: Dave Carter 33175 Temecual PKWY Ste A#747 Temecual CA 92592 18. 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. 19. 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. 20. Litmation Expense§ 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. 21. 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. 22. 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 Page 8 DocuSign Envelope ID:5360879A-53C4-4CBF-88F8-6316FC985CAF 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. 23. Equal Opoortunity 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. 24_ 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. 25. 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. 26. Controlling Law Venue., en . 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. 27. 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 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. 28. Counterparts, 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. 29. Entire A r m nt Incor r ion' Conflict. This Agreement contains the entire understanding between the parties relating to the obligations described herein. All prior or contemporaneous understandings, agreements, representations and statements, oral or written, are superseded in total by this Agreement and shall be of no further force or effect. Contractor's Proposal is incorporated only for the description of the scope of services and/or the schedule of performance and no other terms and conditions from such proposal shall apply to this Agreement unless specifically agreed to in writing. In the event of conflict, this Agreement shall take precedence over those contained in the Contractor's Proposal. Page 9 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF 30. 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. Click or tap here to enter text. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal Unique Builders Of California Inc, a general corporation contractor Dto uSlgned by:y�(& DocuSlgned bye: FP ran a es, ity Manager By: Dave Carter Its: President ATTEST: DxuSigned by: i e APPROVED AS TO FORM: Docusigned by: iy oney CDo Signed by:ry RiskIM6nager [ Attachments: Exhibit A—Contractor's Proposal Page 10 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] EXHIBIT A Wo .gn Eve ID 536 B79A-53C CBF-6 "316FC965CAF UNIQUE BUILDERS of CALIFORNIA UBCA, INC October 21, 2019 City of Lake Elsinore Attention- Jason Simpson 130 South Main Street Lake Elsinore, CA 92530 Subject: Proposal for On-Call and Minor Construction Services Mr. Simpson, The attachment contains the schedule of services and fees for on-call and minor construction services UBCA, INC, dba Unique Builders of California, can provide to the City. Over the last serval years we have performed construction services for the City both as a sub and prime contractor. Unique Builders has been in business for twelve years and has performed all forms of construction from the ground up builds, to tenant improvements, too remodels. We self perform all aspects of construction but if needed we will utilize subcontractors in an as needed basis. We have a crew of seven full-time employees and ten to fifteen seasonal employees. We have completed jobs from twenty thousand dollars to a million dollars. We have done work for the City of Lake Elsinore for the past several years in the form of small jobs from the Senior Center to large jobs at La Laguna and Storm Stadium. There is no job too small or too large that we perform. We look forward to working with the City in the future. Sincerely, .\ T Dave Carter Attachments UBCA, INC 33175 Temecula Pkwy Ste.A# 747 Temecula,CA 92592 • Phone: (909)851-4330• Fax: (951)303-0075 uniquebuildersofcaC,gmail.com DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF UNIQUE BUILDERS 11021 C A L I F 0 R N I A UBCA,INC Minor Construction and Repair Schedule and Fees Trade Hourly Rate Carpentry $96.85 Finish Wood Working $96.85 Plumbing $114.46 Electrical $101.60 Masonry $91.26 Painting $84.17 Roofing $89.34 Drywall $96.85 Sheet Metal $108.74 Cement Mason $95.20 Tile $90.27 Irrigation Repair $105.90 HVAC Repair $105.90 UBCA, INC 33175 Temecula Pkwy Ste.A# 747 Temecula,CA 92592 • Phone: (909)851-4330•Fax: (951)303-0075 uniquebuildersofca�dgmail.com DocuSign Envelope ID: 5360B79A-53C4-4CBF-88F8-6316FC985CAF UNIQUE BUILDERS 21 CALIFORNIA UBCA, INC REFERENCES Calvary Chapel Bible Fellowship Pastor Clark Van Wick 34180 Rancho California Rd Temecula, CA 92592 T: 951-699-9207 F: 951-699-5809 E: clarkLax6f.net I.L.S., Inc Pierre Mazenod 18618 S. Ferris Place, Rancho Dominguez, CA 90220 T: 310-671-8300 F: 310-671-1547 E: pierre�a,;ilsinc.net Bob Cota Realty Bob Cota 8900 Grossmont Blvd#3 La Mesa, CA 91941 T: 619-993-4948 E: info�q:,bobcotarealt.�� com Maples&Associates,Inc. Mike Maples 24977 Washington Ave. Ste. J Murrieta, CA 92562 T: 951-491-9562 E: michaelfLi maplesandassociates.com City of Lake Elsinore Gus Papagolas 130 S. Main Street Lake Elsinore, CA 92530 T: 951-674-3124 E: ;papa Tolosa-;verizon.net 33175 Temecula Pkwy Ste.A# 747 Temecula,CA 92592 Phone: (909) 851-4330- Fax:(951)303-0075 uniyuebuildersofca(i-L)gmail.com License#920943 DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF CITY OF LAZE ' LSII`IOI�E 1J DREAM EXTREME REQUEST FOR PROPOSALS GENERAL CONTRACTOR SERVICES ON-CALL & MINOR CONSTRUCTION September 2020 City of Lake Elsinore Administrative Services Department 130 South Main Street Lake Elsinore, California 92530 DocuSign Envelope ID:536DB79A-53C4-4CBF-88F8-6316FC985CAF CITY OF � . LA KE L LS I I`IOI_E w- DREAM EXTREME `- September 29, 2020 REQUEST FOR PROPOSALS The City of Lake Elsinore, hereinafter referred to as the City, is inviting proposals from licensed and qualified general contractors ("Contractor')to provide on-call, minor construction, as needed, and/or emergency repair services ("Services") for the City. The Contractor will provide full range construction, maintenance, and repair services that may include but is not limited to installations, routine maintenance, service calls, supplies, and emergency services. The City intends to award multiple contracts to different Contractors who can provide 24 hour-a-day, 7 day-a-week, on-call support on an as-needed basis. Time Schedule: The following is the City's tentative schedule for the selection of a qualified contractor: 1. Request for Proposal September 28, 2020 2. Deadline for Questions October 15, 2020 no later than 2:00 p.m. 3. Deadline for submitting RFP October 29, 2020 no later than 2:00 p.m. 4. Review and Evaluation October 30, 2020 to November 2, 2020 5. Optional Interview if Required To Be Determined 6. Tentative Award and Start Date November 10, 2020 Sealed written responses must be received by the Prior to 2:00 p.m., October 29, 2020 Proposals shall be submitted to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 Submittal of response by fax is not acceptable. All questions technical, commercial, or contractual in nature shall be directed to gpapagolos(cDverizon.net. Contact with City of Lake Elsinore personnel other than those listed above regarding this RFP may be grounds for elimination from the selection process. Sincerely, City of Lake Elsinore DGCUSfgn Envelope ID,5360B79A-53C4-4CBF-88F8-6316FC985CAF Introduction The purpose of this RFP is to solicit proposals responses from qualified general contractors for miscellaneous minor construction and repair services for the City on an as needed and on a 24 hour- a-day, 7 day-a-week, and on-call basis. The City intends to award a contract to qualified contractors that have a history of successfully performing miscellaneous minor construction and repair services. Background The City of Lake Elsinore encompasses 42 square miles, with a diverse population of 56,718 residents, and is located about 85 miles north of San Diego. The City was incorporated in 1888 as a General Law City and is governed under the City Council/City Manager form of government. The City contracts out fire and police services and has approximately 85 full time benefited employees in 6 departments (City Manager, Assistant City Manager, Community Development, Public Works, and Lake, Parks and Recreation). Qualification Content & Format The prospective contractor(s) shall provide the City with the following information: 1_ Cover letter-Signed letter by an individual authorized to negotiate on behalf of the contractor and must be binding for a term of 120 days from the date of submittal to the City. 2. A description of the contractor's area of expertise, organizational structure, location of principal offices, number of personnel available to perform the work, employee qualifications, cost proposal based on scope of services as set forth in Attachment °A" and other pertinent business information. 3. Related project experience and client references. 4. The names of any sub-contractors to be utilized, along with their relevant experience and work resumes, contractor licensing, and insurances. 5. Fee information as outlined in Attachment "A" Cost Proposal Sheet — General Minor Construction and Maintenance Services. 6. City's Contractor Services Agreement—Identify any sections of the City's standard Contractor service agreement contract (Attachment "B") that pose concerns and would require negotiation/modification in order to be acceptable to contractor. If no concerns are identified, contractor will be deemed to have accepted the form of the agreement. Instructions, Conditions, & Legal Requirements 1. Price. Provide pricing on all requirements as outlined in Attachment"A". If there are discrepancies between services, labor, materials and maintenance costs, the City reserves the right to clarify pricing with the affected contractor. The City of Lake Elsinore has outlined the requirements herein in as much detail as is currently known. Please provide any exceptions. DocuSign Envelope ID-5360B79A-53C4-4CBF-88F8-6316FC985CAF additional information, or suggestions that will aid in the City's selection process (attachments are acceptable). 2. Buildinq Code. All services provided by the Contractor shall be performed in strict accordance with the City of Lake Elsinore Building Code. 3. Negotiate Terms. The City reserves the right to negotiate terms and specifications/scope of work with the highest ranked contractor. If an agreement cannot be negotiated, the City reserves the right to negotiate with any other contractor. 4. 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. All subcontractors to the prime contractor must be preapproved by the City. 5. OSHA and Cal OSHA Standards & Requirements. Selected contractor is required to comply with all existing State and Federal labor laws. Selected contractor is also responsible for complying with all OSHA and Cal OSHA standards and requirements. If contractor out-sources any work or job to a subcontractor, it will be the prime contractor's responsibility to ensure all subcontractors meet the requirements as stated in this RFP. 6. Final Contract. Services will be sought by the most competitively priced and qualified proposal. Although price is of prime consideration, it is not the sole determining factor. The City reserves the right to select the appropriate contractor based on qualifications and proposals. The determination of the most qualified and most competitively priced proposal may involve all or some of the following factors: price, thoroughness of the proposal package, previous experience and performance; out-sourced work; other costs; and other objective factors which are reasonable. The City reserves the right to select a contractor to perform all of the work identified in the RFP, or only selected portions based on price and/or other factors. The City prefers a contractor that can provide services in most of the multiple disciplinary general contractor areas identified in the scope of work 7. Collusion. Any evidence or collusion among contractors acting illegally to restrain freedom of competition by agreement to propose fixed price, or otherwise, will render the proposal of such contractors void. 8. Permits & Licensing. The permits and licensing required is as follows: The Proposer shall obtain all required permits and licenses, including a City Business License, from the CITY necessary to conduct contracting work in the City of Lake Elsinore. Associated fees are the responsibility of the Proposer. The individual or firm must be licensed by the Contractors State License Board(CSLB)to perform general contractor services. Contractor must possess and maintain a valid State of California General Building Contractor License (B) during the term of the Contract. Contractor shall also DoCLISign Envelope ID 5360B79A-53C4-4CBF-88F8-6316FC985CAF provide any other applicable licenses (e.g., C-10, C-20, C-36) and certifications. A copy of the Contractor's license is to be submitted to City with the proposal. 9. 2417 Contact Information. The contractor shall provide a local telephone number where service personnel can be reached on an "on call" basis twenty-four(24) hours a day, seven (7)days per week. This telephone number will be made available to all authorized personnel designated by the City. 10, Client References. The contractor shall submit a list of at least four (4) client references that have purchased similar services from the contractor. Contractor shall provide company name, contact name and phone number for each reference. 11. Contract Term & Extensions. The term of the contract shall commence upon award of the contract and continue through June 30, 2022. The City reserves the option to extend the contract(s)for an additional three (3) years. No price adjustments will occur during the first thirty- six (36) months of this agreement. Upon request of the contractor and agreement by the City, the item prices may be adjusted by the amount equal to the increase or decrease, during the previous twelve (12) months, in the Riverside, San Bernardino ALL Urban Consumers Index to determine the percentage of increase or decrease, the term"previous twelve months"shall mean the twelve (12) month period ending .tune 30m of that year, or if not available, the prior month. 12. Contractors Costs, The City will not reimburse contractors for any costs involved in the preparation and submission of proposals. Furthermore, this RFP does not obligate the City to accept or contract for any expressed or implied services. 13. Public Record. All submitted proposals and information included therein or attached thereto shall become public record upon contract award. SCOPE of REQUIRED SERVICES This RFP includes several trade areas which are commonly utilized by Cities. These identified maintenance service areas are not intended to be all inclusive but rather a general listing of the most common maintenance areas requiring routine and frequent maintenance and repair_ Also, it shall be noted that certain maintenance may require scheduled preventive maintenance work. The below maintenance areas are representative of the work solicited in this RFP: Minor Construction Carpentry Plumbing Electrical Concrete and Masonry HVAC Painting Roofing Irrigation Repair Repair Dry Wall Finish Wood Working Services included in the aforementioned list depending on the nature of the work, may or may not require payment of the prevailing wage rate and, therefore, should be proposed based on Department of Industrial Relations (DIR) requirements. Attachment A contains the cost proposal sheet and shall be completed for the services each contractor can provide. DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF Contractors may be awarded various projects and tasks as may arise through the issuance of task/work order, and minor construction proposals based on the location and nature of the services required and the qualifications and resources of the Contractor and often in competition with other contractors who have also entered into a similar agreement with the City. The Contractor agrees to provide all necessary expertise and services to professionally and diligently perform the work authorized by task/work orders and or minor construction agreements to be issued by the City. Assigned work shall be agreed upon in quantity and price and approved by the City before work can commence. It is anticipated that this contract will result in multiple awards to more than one Contractor. Actual contractor usage will vary and be based upon ability and need. The City will award contracts based upon the best interest of the City. PROPOSAL SUBMITTAL EVALUATION Criteria to be used to evaluate the submittals will include, but not be limited to: • Degree to which each proposal submittal responds to the needs of the City and this request (approach responsiveness, preciseness, thoroughness, etc.) • Evidence of the ability to provide services in a prompt, thorough and professional manner • Experience, reputation, and backgrounds of those who will be providing services for the City. • Hourly rate(s) for each work category your company can satisfy within the scope of services Attachment A. ATTACHMENTS Attachment A: Cost Proposal Sheet—General Maintenance Services Attachment B: City of Lake Elsinore Agreement for Contract Services DocuSign Envelope ID:5360879A-53C4-4CBF-88F8-6316FC985CAF Attachment "A" Cost Proposal Sheet-General Maintenance Services Please provide the fee quotes as follows (Include a schedule of rates by classification hourly rates): In the column labeled "Bidder Notes" mark each maintenance area beginning with 1 to 11 (1=most preferred area, 11= least preferred area). Please attach additional pages if necessary. GENERAL MAINTENANCE SERVICES WAGE RATES *Normal Business Hours "Emergency and After Construction Rage Hours Rage unit of Subcontractor g, Measure Bidder Notes Services Maintenance Non- I Non- (Hourly, (Attached if Needed) Area Prevailing Prevailing Prevailing Prevailing 1/2 Hour Yes 1 No Wage Rate Wage Rate Wage Rate Wa a Rate Etc... Carpentry $80.00 $105.00 $118.86 Hourly NO 1 Finish wood $8000 $96,85 $105.00 $118.86 HourlyNo 1 Working . Plumbing $80.00 $114.46 $105.00 $139.68 Hourly No 1 Electrical 101.60 $80.00 $105.00 $125.45 Hourly No 1 Concrete and $105.00 $114.58 No 1 Mason $80.00 $95.20 Hourly HVAC $80.00 $105.90 $105.00 $130.48 Hourly No 1 Painting $70.00 $84.17 $90.00 $101.93 Hourly No 1 Sheet Metal $80.00 $108.74 $105.00 $132.88 Hourly No 1 o wall $80.00 $96.85 $105.00 $118.83 Hourly No 1 Roofing $80.00 89.34 $105.00 $108.10 Hourly No 1 Irrigation $80.00 $105.90 $105.00 $130.48 No 1 Repair Hourly Material Markup: 20 % (percent) *Normal Business Hours: 7:30 a.m. to 5.30 p.m. (Monday - Friday) **Emergency and After Hours Service: 5:30 p.m. to 7:30 a.m. (Weekends and Holidays) Dow5i8n Envebpe ID 5360819A-53CHCBF-BBF&63t6FC985CPF I� A CERTIFICATE OF LIABILITY INSURANCE DATE(MNV2020YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED Provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Claire Langlois Hatter,Williams&Purdy Insurance PHOYI&NE (760)795-2002 Ro (760)929-0534 2230 Faraday Ave E-MAIL ss: clanglois@hwpinsurance.com ADDRE INSURER(S)AFFORDING COVERAGE NAIC e Carlsbad CA 92008 1 INSURERA: AmGuard Insurance Company 42390 INSURED 'INSURER B Unique Builders of California DBA:UBCA,Inc. INSURER C: 41070 Via Del Toronjo INSURER D: INSURER E: Temecula CA 92592 INSURER F COVERAGES CERTIFICATE NUMBER: CL211512731 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. INSIR TYPE OF INSURANCE POLICY FF POLICY EXP LTR INS D POLICY NUMBER LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s A A E CLAIMS-MADE OCCUR PREMISES iEa occurrence $ I MED EXP(Any one person) $ PERSONAL B ADV I NJURY S GEN'LAGGREGATE LIMIT APPJES PER GENERAL AGGREGATE S POLICY ❑PET ❑LO� PRODUCTS-COMPIOP AGG S OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE L'.MIT $ 1,000.000 Ea accident ANY AUTO BODILY INJURY(Per Derson) $ A OWNED SCHEDULED UBAU121645 09/28/2020 09128t2021 BODILY INJURY(Per a (Ie 0 $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per acadenf Uninsured motorist BI- s 1.000,000 UMBRELLA IJAB �0- --- OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE f DIED I I RETENTION$ S WORKERS COMPENSATION PER CTH- AND EMPLOYERS'LULBILITY YIN STATUTE ER ANY PROPRIETORIPARTNERlEXECUTIVE ❑ NIA E L EACH ACCIDENT S OFFICER/MEMBE,R EXCLUDED? (Mandatory In NH) El DISEASE-EA EMPLOYEE $ It yes,describe under DESCRIPTION OF OPERATIONS belay E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addldonal Remarks Schedule,may be attached IF more space Is required) Certificate Holder is named Additional Insured as required by a written contract. 30 days notice of cancellation except 10 days notice for nonpayment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO�TH THEREOF,NOTICE WILL BE DELIVERED IN City of Lake Elsinore ACCORDANC E POLICY P OVISIONS. 130 South Main St. ZI AUTHORIZE EPRE r, Lake Elsinore CA 92530 © 988-2() ACORD C PORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are ed marks of ACd DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF UNIOBUI-01 HILARY ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDlYVYY)6/29/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: - _ Goodman Insurance Services,Inc. PHONE 969-3100 FAX ) 27042 Towne Centre Drive,Suite 120 (A/C,No,EXq:(_49)7 - - - (A/C,No):(949 769-3930 Foothill Ranch,CA 92610 _ADDRESS: - - - INSURER(SLAFFORDING COVERAGE _ _- —NAIC# _INSURER A:Benchmark Insurance Company- - - 41394_ INSURED INSURER B; UBCA,Inc INSURER C- - 33175 Temecula PKWY,Suite A#747 INSURER D: Temecula,CA 92592 - INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBRI. POLICY NUMBER POLICY EFF I POLICY EXP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED7mm" PREMISES(Ea Q=nnW S MED EXP(Any one $ PERSONAL&ADV INJURY $ I tANY GATE LIMIT APPLIES PER: GENERAL AGGREGATE $ dEE LOC PRODUCTS-COMP/OP AGG $ S LIABILITY COMBINED SINGLE LIMIT $ OBODILYINJURY Per $ SCHEDULED BODILY INJURY Peracadent ONLY AUTOSONLYP12�PER�DAMAGE rPLLA UAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ A 'WORKERS COMPENSATION X PTAT T ER _— AND EMPLOYERS'LIABILITY YIN CSTS019536 7/1/2020 7N/2021 1,0009000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ --- _ OFFICER/MEMBER EXCLUDED? NIA 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYE S _ _ Ii yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Proof of Insurance CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lake Elsinore ACCORDANCE WITH THE POLICY PROVISIONS. 130 S.Main Street Lake Elsinore,CA 92530 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:536OB79A-53C4-4CBF-88F8-6316FC985CAF DATE(MMIDD/YYYY) ACORU® CERTIFICATE OF LIABILITY INSURANCE 04103/20 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 endorsements. PRODUCER CONTACT NAME: Ferrante Insurance Services,Inc. a/NN 925 674-1755 AIC No): 925 674-1663 1401 Willow Pass Road,Ste 880 A DRIESS: al erranteinsurance.com Concord,CA 94520 INSURERS AFFORDING COVERAGE NAIC S OD91034 _ INSURER A: Lloyd's S nd 1991 AA1120142 INSURED UBCA Inc INSURERS: Navl atom Insurance Company 42307 INSURER C: INSURER D: 41070 Via Del Toronjo INSURERE: Temecula CA 92592 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I ADOL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSO POLICY NUMBER IMMIDDAnnM (MM/DDI!YYYY1LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 OQQ 000 A AGE To RNTED CLAIMS-MADE X OCCUR PRE M IS ES J E,E occurrence) $ 100,000 _. MED EXP(Any one person) $ 5,000 A Y CISDTWO0326020 04/02/20 04/02/21 PERSONAL&ADV INJURY $ 1000000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 X POLICY❑JJECT F7 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO [BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY P AUTOS ONLY AUTOS (Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LABCLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N STATUTE ERH_ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ INLAND MARINE B I 04-IM027828 02/02I20 02/02/21 I Rented/Leased Equip. 100,000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is named as additional insured per attached endorsement form#CIS 20 10 10 01. CERTIFICATE HOLDER CANCELLATION City of Lake Elsionore SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 130 South Main St. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Lake Elsionore, CA 92530 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF UMR: B6991SCO2018S01 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: CISDTWO03260 20 CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Lake Elsionore 130 South Main St. Lake Elsionore, CA 92530 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II - Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with such shown in the Schedule, but only with respect to work, on the project (other than service, liability arising out of your ongoing operations maintenance or repairs) to be performed by or performed for that insured. on behalf of the additional insured(s) at the B. With respect to the insurance afforded to these site of the covered operations has been additional insureds, the following exclusion is completed; added: or 2. Exclusions (2) That portion of "your work" out of which the This insurance does not apply to "bodily in- injury or damage arises has been put to its jury" or"property damage" occurring after: intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 Copyright ISO Properties, Inc., 2000 Page 1 of 1 ❑ DocuSign Envelope ID:5360B79A-53C4-4CBF-88F8-6316FC985CAF BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state,county,federal government,or any PH 951 674-3124 other governmental agency. Business Name: UBCA,INC BUSINESS LICENSE NO. 024935 Business Location: 33175 TEMECULA PKWY STE A747 Business Type: GENERAL BUILDING CONTRACTOR TEMECULA,CA 92592-7300 Owner Name(s): DAVID CARTER Issue Date: 4/1/2020 Expiration Date: 3/31/2021 UBCA, INC 33175 TEMECULA PKWY STE A747 TEMECULA, CA 92592-7300 TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE LAKE 5,LSIf10RE DREAM EXTREME November 11, 2021 Unique Builders of California Inc. Attn: Dave Carter 33175 Temecula Pkwy Ste A#747 Temecula, Ca 92592 RE: CONTRACTOR SERVICES ON-CALL—FIRST EXTENSION Dear Mr. Carter: This letter is provided to inform you that the Contractor Services On-Call Agreement dated November 11, 2021, between Unique Builders of California and the City of Lake Elsinore is extended per Section 2.c Term of the Agreement to November 11, 2022. If you have any questions regarding this Agreement extension please contact Jason Simpson, Assistant City Manager at(951) 674-3124. Sincerely, 0'0� ason Simpson City Manager 951.674.5170 521 N. LANGSTAFF STREET LAKE ELSINORE.CA 92530 W W W.I.A KE-E LS I NORE.ORG UBCA, Inc. QUOTE Unique Builders of California 33175 Temecula Pkwy Ste A#747 Phone: 909-851-4330 Fax 951-303-0075 Email: uniquebuildersofca@gmail.com UNIQUE BUILDERS or CALIFORNIA License#8-920943 Quote#: 00000657 909.851.4330 Date: 11/23/21 Page: 1 Bill To: Ship To: City of Lake Elsinore Public Works City of Lake Elsinore Public Works 521 North Langstaff 521 North Langstaff Lake Elsinore, Ca Lake Elsinore, Ca Description Amount **MCVICKER PARK SHADE STRUCTURE DEMO AND CONCRETE REMOVE AND REPLACE** Demo existing shade structures Demo approx. 4953 sq. ft. of existing concrete Haul off all concrete and wood $36,500.00 Grade, form and prep for new concrete Replace approx. 4953 sq. ft. of 4"thick 3000 psi concrete with fiber @ $11 per sq. ft. $54,483.00 *All labor, material and haul off included *Labor rates based off privailing wage I Total Amount: $90,983.00 Estimate AAA Restoration, Inc. 29850 2nd St. DATE ESTIMATE... Lake Elsinore, CA 92532 11/8/2021 21-6311 RE 10K LIC l W dm Nt�lft W40d Wd t tC2� M # B8 34839 NAME /ADDRESS XuEPA City of Lake Elsinore u 130 S.Main St. NAT-61936-1 Lake Elsinore,Ca. 1530 PROJECT Rep Mc Vickor park concrete repour KEM DESCRIPTION QTY TOTAL McVickor park trellis area concrete repour 2500 psi concrete Pour concrete patio area of 2000 sf. 2,000 24,000.00 Pumpers 4 1,600.00 1.On site parking will be available For all employees 0.00 2.Owner suppled materials will need to be on site when needed. 3.The site will be available from 7:30 AM to 4:30 PM Monday-Friday 4.Bathrooms will be available during work hours for all AAA employees 5.All deliveries will be made during work hours. 6.All work will be perform with l move in. 7.Please take the time to read the estimate and understand it if you have any questions please ask. 8.Please sign here to except this proposal X This proposal excludes the following. I.Testing of any kind. 2.Permit costs or permit filing. 3.Deputy inspections if not in scope. 4.Additional insurances or bonding. 10.This price is Inclusive of all labor and materials taxes at the time of services due to current conditions there may be delays beyond our control on materials 11.price is only good for 30 days of date on this estimate. TOTAL $25,600.00 www.aaa-restoration.com SIGNATURE Estimate AAA Restoration, Inc. 29850 2nd St. DATE ESTIMATE... Lake Elsinore, CA 92532 11/5/2021 21-6300 10K LIC# B834839 NAME /ADDRESS SoEPA City of Lake Elsinore : 130 S.Main St. Lake Elsinore,Ca. 1530 N AT-61936-1 PROJECT Rep Mc Vickor park concrete and concrete demo KEM DESCRIPTION QTY TOTAL McVickor park trellis area concrete colums and concrete demo as listed below Demo 16 concrete colums and footings and concrete patio area of 2000 sf and haul to dump 1 16,968.00 1.On site parking will be available For all employees 0.00 2.Owner suppled materials will need to be on site when needed. 3.The site will be available from 7:30 AM to 4:30 PM Monday-Friday 4.Bathrooms will be available during work hours for all AAA employees 5.All deliveries will be made during work hours. 6.All work will be perform with 1 move in. 7.Please take the time to read the estimate and understand it if you have any questions please ask. 8.Please sign here to except this proposal X This proposal excludes the following. 1.Testing of any kind. 2.Permit costs or permit filing. 3.Deputy inspections if not in scope. 4.Additional insurances or bonding. 10.This price is Inclusive of all labor and materials taxes at the time of services due to current conditions there may be delays beyond our control on materials 11.price is only good for 30 days of date on this estimate. TOTAL $16,968.00 www.aaa-restoration.com SIGNATURE ABOVE ALL NAMES Proposal CONSTRUCTION SERVICES INC. Date 1 1/2/2021 1648 West Persimmon Street Rialto, Ca 92377 Estimate# 90e32-2021 Tel:(909)441-7027 Fax:(909)357-3404 P.O.# Email:info@aanconstruction.com Lic: 925480 DIR Project# 347769. DIR Project ID Proposed To Project No. &Description Cityof Lake Elsinore �McVicker Park Concretet , 130 South Main St Lake Elsinore, Ca. 92530 Project Address Description Q1 Y Rate t1DM TOM McVicker Concrete Sidewalks approx 3293 Demo and Dispose existing Columns (16)8' Post and Footings 16 3,000.00 48,000.00 Demo and Dispose existing wood cover and expose 1 �4000.00 24,000.00 Move exisitng Benches and Re Install 1 7,500.00 7,500.00 Demo and Replace Demo 84 If of 12"Curb 84 60.00 5,040.00 Install New 84 If of 12" Curb 84 60.00 5,040.00 Remove and Replace of Existing 4" PCC Sidewalk (721 and Greater SF) 4,967 18.00 89,406.00 'Price Includes Materials and Labor*** Authorized Signature: Total $178986.00 ACCEPTANCE OF PROPOSAL- The above prices,specifications and conditions are satisfactory and are hereby accepted. DATE OF ACCEPTANCE: SIGNATURE: NOTE:This proposal may be withdrawn by us if not accepted within 30 days.