HomeMy WebLinkAboutItem No. 16 - Hellas Construction Synthetic TurfCity Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 22-320
Agenda Date: 8/9/2022 Status: Approval FinalVersion: 2
File Type: Successor Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 16)
Public Works’ Construction Agreement to Hellas Construction, Inc. for the Synthetic Turf
Purchase and Installation of Diamond Stadium (CIP Project ARPA-TOURIS)
1. Award a Public Works’ Construction Agreement to Hellas Construction, Inc. for the Synthetic Turf
Purchase and Installation of Diamond Stadium (CIP Project ARPA-TOURIS)
2. Approve and authorize the Executive Director to execute the Agreement in the not to exceed amount
of $1,752,100.00 with Hellas Construction, Inc. in the form attached and in such final form as approved
by the City Attorney.
3. Authorize the Executive Director to execute change orders not to exceed a 10% contingency amount
of $175,210.00 for construction uncertainties and adjustments.
Page 1 City of Lake Elsinore Printed on 8/4/2022
REPORT TO SUCCESSOR AGENCY OF THE REDEVELOPMENT AGENCY
OF THE CITY OF LAKE ELSINORE
To: Honorable Chair and Members of the Successor Agency
From: Jason Simpson, Executive Director
Prepared by: Shannon Buckley, Assistant Executive Director
Date: August 9, 2022
Subject: Public Works’ Construction Agreement to Hellas Construction, Inc. for the
Synthetic Turf Purchase and Installation of Diamond Stadium (CIP Project
ARPA-TOURIS)
Recommendations
1. Award a Public Works’ Construction Agreement to Hellas Construction, Inc. for the Synthetic
Turf Purchase and Installation of Diamond Stadium (CIP Project ARPA-TOURIS)
2. Approve and authorize the Executive Director to execute the Agreement not to exceed the
amount of $1,752,100.00 with Hellas Construction, Inc. in the form attached and in such final form
as approved by the City Attorney.
3. Authorize the Executive Director to execute change orders not to exceed a 10% contingency
amount of $175,210.00 for construction uncertainties and adjustments.
Background
Several months ago, the City discussed with Hellas Construction Inc., a Sourcewell master project
contractor, to develop a proposal for replacing all the playing field natural grass with synthetic turf
at Diamond Stadium. Close coordination with Storm Management and Major League Baseball
has been exercised to ensure compliance with Major League Baseball standards. In the past,
the City has had an outstanding experience with Hellas Construction Inc., as they provided all the
synthetic turf for Rosetta Canyon Sports Park.
Discussion
The scope of work for this project will involve considerable site preparation for the
undergrounding of infrastructure to support the synthetic field playing surface. The primary
considerations and general requirements are listed below:
1. Excavation to subgrade.
2. Scarify 6” of existing material, grade, and compact to proper planarity and density.
3. Construct the necessary concrete curb (12” x 6”) reinforced with two (2) #4
rebar continuous.
Hellas Construction Inc., Diamond Stadium Synthetic Turf
August 9, 2022
Page 2
4. Modify existing irrigation system to work with new synthetic turf.
5. Provide and install geotextile over subgrade and attach to existing curb and nailer
6. Provide and install AGT-GS75 Agtec Geocell Ground Grid – 3” to hold the
sand/stone in place.
7. Provide and install 2” x 4” Econailer.
8. Drainage Stone – Provide and place 3” permeable base stone and 1” permeable finish
stone; each course laser graded and compacted to proper planarity and density.
9. Provide and install Matrix™ Major Play Helix 42 oz. 100% Polyethylene Extruded
Monofilament synthetic turf system with the noted installation options listed below:
• Baseball lines and markings per attached rendering.
• Three (3) sets of 80 oz. removable panels.
• Logos per attached rendering.
• thermoblend™ infill.
• Supply one (1) tow-behind ground-driven sweeper/groomer.
• Provide an 8-year manufacturer warranty.
Hellas Construction Inc., Synthetic Turf has been competitively bid and priced on Sourcewell,
Master Project Contract. Sourcewell, formerly National Joint Powers Alliance, was created by
state law as a service cooperative to provide programs and services to members of education
and government. Sourcewell was established to assist members in meeting specific needs more
efficiently and delivered cooperatively than by an entity individually. Sourcewell is authorized to
establish competitively awarded cooperative purchasing contracts for itself and its member
agencies. Sourcewell follows the competitive contracting law process to solicit, evaluate, and
award cooperative purchasing contracts for goods and services. Sourcewell cooperative
purchasing contracts are made available through joint powers law to member agencies. Member
agencies include all eligible government, education, and non-profit agencies nationwide and in
Canada.
The attached proposal from Hellas Construction Inc. proposes a complete replacement of the
natural grass playing field with a synthetic turf system. Following the approval of this agenda
item, staff will execute a Public Works’ Construction Agreement for the entire synthetic turf
system and schedule the project for construction.
The contractor has a valid license, and a review of the contractor’s references showed a very high
level of work. Notable sports field projects include Baylor University Football Field, University of
California, Berkley Football Field, and numerous other sports field venues throughout the United
States.
Fiscal Impact
Synthetic Turf Purchase and Installation of Diamond Stadium is included in the Fiscal Year 22/23
Capital Improvement Plan.
Exhibits
A - Hellas Construction Inc., Proposal dated July 25, 2022
B - Hellas Construction Inc., Agreement
July 25th, 2022
Gus Papagolas
Successor Agency of the Redevelopment Agency of the City of Lake Elsinore
500 Diamond Drive
Lake Elsinore, CA 90530
951.764.2417
RE: Lake Elsinore Diamond Stadium Baseball Field
Synthetic Turf Field Proposal
Hellas Construction, Inc. is pleased to provide this Scope of Work and Proposal for the above
referenced project.
General Conditions
Hellas will:
1.Provide project Insurance, Supervision and Mobilization.
2.Provide construction surveying, layout and staking.
3. Provide performance and payment bonds.
4.Provide, prior to construction, all required submittals.
5.Provide, prior to construction, synthetic turf shop drawings.
6.Provide erosion control measures as required by SWPPP.
7.Provide final punch-out and clean-up of the completed project.
BASE PROPOSAL - BASEBALL FIELD
Siteworks
Hellas scope of work:
1.Construct one (1) construction entrance.
2.Excavation to subgrade. Spoils will be disposed on site at owners directed location.
Subgrade
Hellas scope of work:
1.Scarify 6” of existing material, grade and compact to proper planarity and density.
Concrete Curb
Hellas scope of work:
1.Concrete Curb - Construct the necessary concrete curb (12” x 6”) reinforced with two (2) #4
rebar continuous.
Irrigation
Hellas scope of work:
1.Irrigation - Modify existing system to work with new synthetic turf.
Synthetic Turf Field
Hellas scope of work:
1.Geo-textile – Provide and install geo-textile over subgrade and attach to existing curb and
nailer.
2.Agtec Geo-cell - Provide and install AGT-GS75 Agtec Geocell Ground Grid – 3” to hold the
sand/stone in place.
3.Nailer – Provide and install 2” x 4” Econailer.
4.Drainage Stone – Provide and place 3” permeable base stone and 1” permeable finish stone;
each course laser graded and compacted to proper planarity and density.
5.Synthetic Turf - Provide and install Matrix™ Major Play Helix 42 oz. 100% Polyethylene
Extruded Monofilament synthetic turf system with the noted installation options listed below.
•Baseball lines and markings per attached rendering.
•Three (3) sets of 80 oz. removable panels.
•Logos per attached rendering.
•thermoblend™ infill.
•Supply one (1) tow-behind ground-driven sweeper/groomer.
•Provide 8-year manufacturer warranty.
After synthetic turf installation is complete, Hellas will provide an operation and maintenance
orientation for care of the turf field, and all supplied equipment quoted above.
Proposal Price $1,752,100.00
EXCLUSIONS
1.Any item of work not specifically listed above.
2.Any form of subgrade stabilization.
3.Poor subgrade soils – Hellas will proof roll subgrade to check for subgrade soil stability. Any
failing subgrade remediation will be negotiated between owner and contractor. Hellas requires
the owner to contract with a Geotechnical Engineer to perform a Geotechnical investigation of
the site to determine the nature of the existing subgrade soils and make recommendations for
any subgrade stabilization requirements. Pricing to be adjusted to accommodate changes.
4.Geotechnical Investigation.
5.Rock excavation or haul off.
6.Any embankment or processing of imported soils.
7.Any asphalt paving.
8.Any electrical work.
9.Construction materials inspection and testing.
10. Supply or installation of perimeter safety or construction fencing.
11. Site security.
12. Any Allowances or Contingencies.
13. Any permits or fees, including any utility impact fees generated by construction improvements.
14. Owner shall provide ingress/egress for ALL personnel, equipment and materials; typical
construction traffic shall be expected for the duration of this contract. Contractor NOT
responsible for damage due to typical construction traffic ingress/egress to the construction
site.
15. Owner to supply secure laydown area for Hellas materials.
Notwithstanding anything to the contrary in any of the Contract documents, under no circumstances
shall the Performance bonds, maintenance bonds or the obligations of the Surety be liable for any
warranty obligations that exceed 1 year from the date of substantial completion as defined in the
Contract documents.
Hellas Construction, Inc. looks forward to the award of this project, and is eager to work with you.
*Pricing valid for 14 days from date of this proposal.
Ashish Kachakayala
Estimator
Hellas Construction, Inc.
SHEET NUMBER:
SHEET TITLE:
All drawings and written material appearing herein
constitute original unpublished work, and may not be
duplicated, used or disclosed without the written
consent of Hellas Construction, Inc.
COMMENTS:
Hellas Construction, Inc.
12000 West Parmer Lane
Austin, TX 78613
(P) (512) 250-2910
(F) (512) 250-1960
hellasconstruction.com
DRAWN BY:
Drawing scale accurate ONLY when printed on 11x17
paper. For visual purposes only, actual colors may vary.
REVISION:
DATE:
SYNTHETIC TURF BASEBALL FIELD
LAKE ELSINORE, CALIFORNIA
DSR
OWNER:
Successor Agency of the Redevelopment
Agency of the City of Lake Elsinore
Lake Elsinore Diamond Stadium
500 Diamond Dr, Lake Elsinore, CA. 92530
PROJECT:
PROJECT LOCATION:
COLOR RENDERING
1
JULY 18, 2022
REV 2
N
SCALE: 1:50
0 25 50 75
1
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
Hellas Construction, Inc.
For the
Diamond Stadium
Synthetic Turf
CIP PROJECT NO. ARPA-TOURISM
This Agreement for Public Works Construction (“Agreement”) is made and entered into as
of August 9, 2022 by and between the Successor Agency of the Redevelopment Agency of the
City of Lake Elsinore, a public body, corporate and politic established pursuant to Section 34173 of
the Health and Safety Code (“Agency”) and Hellas Construction, Inc. (“Contractor”).
The Agency and Contractor, in consideration of the mutual promises and covenants set
forth herein, agree as follows:
1. The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
Diamond Stadium Synthetic Turf
The Agency-approved plans for the construction of the Project, which are
incorporated herein by reference and prepared by Contractor, are identified as:
Proposal dated July 25, 2022
The Project Documents include this Agreement and all of the following: (1) the Notice
Inviting Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted
by the Contractor, Contract Documents, General Specifications, Special Provisions, and all
attachments and appendices; (2) everything referenced in such documents, such as
specifications, details, standard plans or drawings and appendices, including all applicable State
and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and
affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or
extending the work contemplated as may be required to insure completion in an acceptable
manner. All of the provisions of the above-listed documents are made a part of this Agreement
as though fully set forth herein.
2. Compensation.
a. For and in consideration of the payments and agreements to be made
and performed by Agency, Contractor agrees to construct the Project, including furnishing
all materials and performing all work required for the Project, and to fulfill all other obligations
as set forth in the Bidder’s Proposal, such contract price being one million seven hundred fifty-
two thousand one hundred dollars ($1,752,100.00).
2
b. Agency hereby promises and agrees to employ, and does hereby
employ, Contractor to provide the materials, do the work, and fulfill the obligations according to
the terms and conditions herein contained and referred to, for the prices set forth, and hereby
contracts to pay the same at the time, in the manner, and upon the conditions set forth in
the Project Documents.
c. Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling
all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance
including those for well and faithfully completing the work and the whole thereof in the manner
and time specified in the Project Documents; and also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
3. Completion of W ork.
a. Contractor shall perform and complete all work within fifty (50) working
days from the date of commencement specified in the Notice to Proceed, and shall provide,
furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all
taxes, utility and transportation services required for construction of the Project.
b. All work shall be performed and completed in a good workmanlike manner
in strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and
any other legal requirements governing the Project.
c. Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the Agency, the City Engineer, a City inspector, or a representative of any
of them, unless such act or omission actually prevents the Contractor from fully complying with
the requirements of the Project Documents, and unless the Contractor protests at the time of
such alleged prevention that the act or omission is preventing the Contractor from fully
complying with the Project Documents. Such protest shall not be effective unless reduced to
writing and filed with the Agency within three (3) working days of the date of occurrence of the
act or omission preventing the Contractor from fully complying with the Project Documents.
d. Agency and Contractor recognize that time is of the essence in the
performance of this Agreement and further agree that if the work called for under the Agreement
is not completed within the time hereinabove specified, damages will be sustained by the
Agenc y and that, it is and will be impracticable or extremely difficult to ascertain and
determine the actual amount of damages the Agency will sustain in the event of, and by
reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the
amount of one thousand five hundred dollars ($1,500.00) per calendar day, and that the
Contractor will pay to the Agency, or Agenc y may retain from amounts otherwise payable to
Contractor, such amount for each calendar day by which the Contractor fails to complete the
work, including corrective items of work, under this Agreement within the time hereinabove
specified and as adjusted by any changes to the work.
3
4. Changes to W ork. Agency and Contractor agree that the Agency may make
changes to the work, or suspend the work, and no matter how many changes, such changes
or suspensions are within the contemplation of the Contractor and Agency and will not be a
basis for a compensable delay claim against the Agency nor be the basis for a liquidated
damage claim against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed
by the Agency and the Contractor, stating their agreement to the following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
c. The extent of the adjustment to the Schedule of Performance.
The Executive Director is authorized to sign any change order provided that sufficient
contingency funds are available in the Agency’s approved budget for the Project. All change
in the work authorized by the change order shall be performed under the applicable
conditions of the Project Documents. Agency and Contractor shall negotiate in good faith and as
expeditiously as possible the appropriate adjustments for such changes.
5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price
in the form that complies with the Project Documents and is satisfactory to the Agency
Attorney.
6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise
disposed of by Contractor without the prior written consent of Agency.
7. Licenses. Contractor represents and warrants to Agency that it holds the
contractor’s license or licenses set forth in the Project Documents, is registered with the
Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such
other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are
legally required of Contractor. Contractor represents and warrants to Agency that Contractor
shall, at its sole cost and expense, keep in effect or obtain at all times during the term
of this Agreement, any licenses, permits, insurance and approvals which are legally required of
Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business
license.
8. Indemnity. Contractor shall indemnify, defend, and hold harmless the Agency and
its officials, officers, employees, agents, the County and Board Supervisors, 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 Agency or the City of Lake Elsinore 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
4
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 Agency of insurance certificates and endorsements required under this
Agreement does not relieve Contractor from liability under this indemnification and hold
harmless clause. This indemnification and hold harmless clause shall apply to any damages or
claims for damages whether or not such insurance policies shall have been determined to
apply. By execution of this Agreement, Contractor acknowledges and agrees to the
provisions of this Section and that it is a material element of consideration.
9. Insurance Requirements.
a. Insurance. Contractor, at Contractor’s own cost and expense, shall procure
and maintain, for the duration of the Agreement, unless modified by the Agency’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 Agency at least thirty (30)
days prior to such change. The insurer shall agree to waive all rights of subrogation
against Agency and the City of Lake Elsinore, its officers, agents, employees and
volunteers for losses arising from work performed by Contractor for Agency. 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 Agency a Certificate of Exemption
from Workers Compensation Insurance in a form approved by the Agency Attorney.
ii. Commercial General Liability Coverage. Contractor shall maintain
commercial general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a
commercial general liability insurance form or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to the work to be performed
under this Agreement or the general aggregate limit shall be at least twice the required
occurrence limit. Required commercial general liability coverage shall be at least as
broad as Insurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii. Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance
Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No
endorsement may be attached limiting the coverage.
5
iv. Builder’s Risk Coverage. Prior to the commencement of any
construction of the Project, Design-Builder shall obtain (or cause to be obtained) and
keep in force during the term of any construction, builder’s risk insurance insuring for all
risks of physical loss of or damage (excluding the perils of earthquake and flood).
b. Endorsements. Each general commercial 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 Agency and the City of Lake Elsinore, its elected or
appointed officers, officials, employees, agents and volunteers are to be covered as
additional insured with respect to liability arising out of work performed by or on behalf
of the Contractor, including materials, parts or equipment furnished in connection with
such work or operations.
ii. This policy shall be considered primary insurance as respects the
Agency and the City of Lake Elsinore, its elected or appointed officers, officials,
employees, agents and volunteers. Any insurance maintained by the Agency or the
City of Lake Elsinore, including any self-insured retention the Agency and the City of
Lake Elsinore 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 Agency
and the City of Lake Elsinore, 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 Agency and the City of Lake Elsinore, 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 Agency.
c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the Agency. At the Agency’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 Agency as evidence of the insurance coverage
required herein. Certificates of such insurance shall be filed with the Agency on or before
commencement of
6
performance of this Agreement. Current certification of insurance shall be kept on file with the
Agency at all times during the term of this Agreement.
10. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to Agency: Successor Agency of the Redevelopment Agency of the
City of Lake Elsinore
Attn: Executive Director
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: Hellas Construction, Inc.
Attn: James Towsley
12000 West Parmer Lane
Austin, TX 78613
11. Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the Agency and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and Agency and approved as to form by the Agency
Attorney.
13. Assignment and Subcontracting. Contractor shall be fully responsible to Agency
for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for
obligations of the Contractor under this Agreement will be permitted only with the express
consent of the Agency. Nothing in this Agreement shall create any contractual relationship
between Agency and any subcontractor nor shall it create any obligation on the part of the
Agency to pay or to see to the payment of any monies due to any such subcontractor other
than as otherwise is required by law.
14. Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15. Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
7
17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18. Mediation. The parties agree to make a good faith attempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation. The
parties shall mutually agree upon the mediator and share the costs of mediation equally. If the
parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its
successor in interest. JAMS shall provide the parties with the names of five qualified mediators.
Each party shall have the option to strike two of the five mediators selected by JAMS and
thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after
mediation, either party may commence litigation.
19. Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the
Agreement. Each party warrants that the individuals who have signed this Agreement have the
legal power, right, and authority to make this Agreement and to bind each respective party. The
Executive Director is authorized to enter into an amendment or otherwise take action on behalf
of the Agency to make the following modifications to the Agreement: (a) a name change; (b)
grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d)
suspend or terminate the Agreement. The City Engineer shall act as the Project administrator
on behalf of the Agency.
20. Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, Agency shall have the right to rescind this Agreement
without liability. For the term of this Agreement, no member, officer or employee of Agency,
during the term of his or her service with Agency, shall have any direct interest in this
Agreement, or obtain any present or anticipated material benefit arising therefrom.
21. Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
22. Prevailing W ages.
a. Contractor and all subcontractors shall adhere to the general prevailing
rate of per diem wages as determined and as published by the State Director of the Department
of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of
these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of
Lake Elsinore and are available for review upon request.
8
b. Contractor's attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State's wage and
the hours laws will be enforced.
c. Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The
statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been
awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish
electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016,
Contractor and its subcontractors must furnish electronic certified payroll records to the Labor
Commissioner without regard to when the Project was awarded to Contractor.
d. Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship
Committee nearest the site of the public works project, which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen to be used in the performance of the Agreement. The Contractor is
required to make contributions to funds established for the administration of apprenticeship
programs if the Contractor employs registered apprentices or journeymen in any apprenticeable
trade and if other contractors on the public works site are making such contributions.
Information relative to apprenticeship standards, contributions, wage schedules and other
requirements may be obtained from the State Director of Industrial Relations or from the
Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be
unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on
the grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e. Eight hours labor constitutes a legal day's work, as set forth in Labor
Code Section 1810.
23. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date
first written above.
“AGENCY”
SUCCESSOR AGENCY OF
REDEVELOPMENT AGENCY OF THE
CITY OF LAKE ELSINORE, a public
body, corporate and politic
“CONTRACTOR”
Hellas Construction, Inc.
Jason Simpson, Executive
Director
ATTEST:
By: James Towsley
Its: Principle
Agency Clerk
APPROVED AS TO FORM:
By: Click or tap here to enter text.
Its: Click or tap here to enter text.
Agency Attorney
Risk Manager
EXHIBIT A
CONTRACTOR’S PROPOSAL
[ATTACHED]
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]