Loading...
HomeMy WebLinkAboutC-8632-1 - On-Call M/RSA for Fencing Services, Amendment No. 1-21 C 1 AMENDMENT NO. TWO TO -,qy ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT Q0 WITH QUALITY FENCE CO., INC. FOR v FENCING SERVICES THIS AMENDMENT NO. TWO TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 14th day of March, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and QUALITY FENCE CO., INC., a California corporation ("Contractor"), whose address is 14929 Garfield Avenue, Paramount, California 90723, and is made with reference to the following: RECITALS A. On March 24, 2020, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform on -call maintenance and /or repair services for City ("Project"). B. On March 22, 2022, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to extend the term of the Agreement. C. The parties desire to enter into this Amendment No. Two to extend the term of the Agreement to March 23, 2025 and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on March 23, 2025, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Two Hundred Fifty Thousand Dollars and 00/100 ($250,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Forty Thousand Dollars and 001100 ($140,000.00). QUALITY FENCE CO., INC. Page 1 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] QUALITY FENCE CO., INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Dater By. Q- on C. Harp Am Ity Attorney ATTEST: Date: `f1116 By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: UUN 1 KAI: I UK: UWALI I Y rtINUt: UU., INC., a California corporation Date: Signed in Counterpart Bv: William Cavanaugh Chief Executive Officer Date: Signed in Counterpart Bv: Frank Tobias Secretary [END OF SIGNATURES] QUALITY FENCE CO., INC. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: �) Al Xz_3 By: Ajj a), C� on C. Harp AMi- ity Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Noah Blom Mayor ATTEST: CONTRACTOR: QUALITY FENCE CO., Date: INC., a CcIlifoTnia corporation Date: 5 ! a By: B JI_ Leilani I. Brown AIliam Cava City Clerk Chief Executive Officer Date: 5 ,.2 d20a3 By:AOt_ F nk Tobias Secretary [END OF SIGNATURES] _.......... ..... ........._,_.� QUALITY FENCE CO., INC. Page 3 M N AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH QUALITY FENCE CO., INC. FOR FENCING SERVICES THIS AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 22nd day of March, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and QUALITY FENCE CO., INC., a California corporation ("Contractor"), whose address is 14929 Garfield Avenue, Paramount, California 90723, and is made with reference to the following: RECITALS A. On March 24, 2020, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for on -call maintenance and/or repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to extend the term of the Agreement to March 23, 2023. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on March 23, 2023, unless terminated earlier as set forth herein." 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 3%/zz By: ron C. Harp ti 3 •2z .� Z City Attorney ATTEST: Date: cl. 17 2M2 By:MIA Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California mu icipaI corporation Date: By: Gra . Leung Cit anager CONTRACTOR: QUALITY FENCE CO., INC., a California corporation Date: Signed in Counterpart By: William Cavanaugh Chief Executive Officer Date: Signed in Counterpart By: Frank Tobias Secretary [END OF SIGNATURES] QUALITY FENCE CO., INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 3A2/0-z- I— A n 2 (q,k in C. Harp nAA�/ Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager ATTEST: CONTRACTOR: QUALITY FENCE CO., Date: INC., a C lifornia corporation Date: yI1.9 By: By: Leilani I. Brown William Cavanaugh City Clerk Chief Executive Offic Date: By: L" Fr Tobias Secretary [END OF SIGNATURES] QUALITY FENCE CO., INC. Page 2 Quality Fence Co., Inc. (Contractors License 9382736) 14929 Garfield Avcnue, Paramount, CA 90723, 323) 585-8585, Fax 562 869-7804 Contractors are requved by law to be licensed and regulated by the Contractor's State License noard. Any questions concerning the responsibilities of a contractor may be referred to the Registrar of the Board whose address is Contractor's state License noard, 1020 ti Street Sacramento, , `>5R LI Date: June 22, 2020 Proposal written by Ty Cava4izuAgk Job: Cable Fence near Yacht Club Attn: Tom Company: City of Newport Beach Address: City, State & Zip: Phone: (949)644-3321 .As per terms and conditions set forth, we, Quality Proposal: Email: tsanderfurnewportbeachca.eov propose to furnish and install lenses as per diagram plans and materials listed hereon. All work to be completed in a Labor and material to install approximately 100' of 5 string cable -fence on wood posts. Item #110 Cable Fence 100FT at 110.00/FT 11,000.00 Discount $1,200.00 Base Bid: $9,800.00 Aewfo . 4 P4gwd— "I'he above prices, specifications and condit ns are satisfactory an arc he y ac clued. You are authorized to do the work as specified. Authorized SignatureT Date: n(:RP:b:MENT This is a contract between two parties and wi be effee a when accepted. Buyer agrees to clear and establish grade and fence lines before c nstruction. I ver to assume ILII responsibility for any and all underground pi es, wiz and/or utilities of any type In the event the fence is not paid for within 60 does, seller has the title right to remove said fence and return to company. In the event of conceit tion over agrees to forfeit ten percent of contract price to cover preparations made by Quality pence Co., Inc. Merchandise listed hereon shall remain the property of the seller u paid for by cash at which lime 6lille will pass to purchaser. If the account is assigned to an attorney or collection agenev for collection, then (he buyer agrees to pay reasonable attorney fees, court costs and other collection costs. In the event the buyer authorizes extra work other than stated herein, he shall pay on the basis of labor and materials upon presentation of itemized statement. 1.5% interest due each month on unpaid balances after Jll days. purchaser and users of the product known as Ultra Barrier and Razor Ribbon shall indemnify and hold Quality Pence Co., Inc. harmless from all losses and costs of defense arising from or after use of these products. Phis proposal and its prices are void after 5 days. ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH QUALITY FENCE CO., INC. FOR FENCING SERVICES THIS ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 24th day of March, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and QUALITY FENCE CO., INC., a California corporation ("Contractor"), whose address is 14929 Garfield Avenue, Paramount, CA 90723, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on-call maintenance and/or repair services for City ("Project"). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on March 23, 2022, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall provide all tangible items and perform the on-call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it will perform all Services or Work in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used under reasonably competent practitioners of the same discipline under similar circumstances and that all materials will be of good quality. Contractor shall perform everything required to be performed, and shall furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. In consideration of the payment of the purchase price and subject to the terms and conditions hereof, Contractor shall install fences (hereinafter referred to as "Products") as listed and set forth in Exhibit A. Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services or Products to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.1.3 The estimated number of hours and cost to complete the Services; 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. Quality Fence Co., Inc. Page 2 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Hundred Ten Thousand Dollars and 00/100 ($110,000.00), without prior written amendment to the Agreement. 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated William Cavanaugh to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the Quality Fence Co., Inc. Page 3 authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services or when installing Products under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws and legally recognized professional standards. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, Quality Fence Co., Inc. Page 4 obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Quality Fence Co., Inc. Page 5 Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. BONDING 15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein by this reference. 15.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Quality Fence Co., Inc. Page 6 Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 15.3 Contractor shall deliver, concurrently with City's approval of any Letter Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 16. PREVAILING WAGES 16.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Quality Fence Co., Inc. Page 7 Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 18. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 19. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 20. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 21. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, 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 under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 22. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to Quality Fence Co., Inc. Page 8 constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 25.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: William Cavanaugh Quality Fence Co., Inc. 14929 Garfield Avenue Quality Fence Co., Inc. Page 9 Paramount, CA 90723 26. CLAIMS 26.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor/Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. Quality Fence Co., Inc. Page 10 28. LABOR 28.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSA") (29 USCA § 201, et seq.). 28.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 28.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 29. STANDARD PROVISIONS 29.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 29.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 29.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 29.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 29.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or Quality Fence Co., Inc. Page 11 against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 29.7 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. 29.8 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. 29.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.10 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, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Quality Fence Co., Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO EY'S OFFICE Date: 0.0 By: Aaron C. Harp City Attorney j`u- ATTEST: rp Date: 020)-'0 By: _4�44AJ-PO4",-_ Leilani I. Brown City Clerk EW POR 0 U r cqr r�pt�'��P Attachments: Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E CITY OF NEWPORT BEACH, a California municipal corporation Date: Y-zs- /ZcaZ,o By: -�% �• Will O'Neill Mayor CONTRACTOR: QUALITY FENCE CO., INC., a California corporation Date: Signed in Counterpart By: William Cavanaugh Chief Executive Officer Date: Signed in Counterpart By Frank Tobias Secretary/Treasurer [END OF SIGNATURES] - Scope of Services - Schedule of Billing Rates - Insurance Requirements - Labor and Materials Payment Bond - Faithful Performance Bond Quality Fence Co., Inc. Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTOREY'S OFFICE Date:TZZZQ By. C Aaron C. Harp ��� City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: QUALITY FENCE CO., INC., a California corporation Date: April . 2ozo By: wL William Cavanaugh Chief Executive Officer Date: Apr-,( 2020 By: Fra c Tobias Secretary/Treasurer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond Quality Fence Co., Inc. Page 13 EXHIBIT A SCOPE OF SERVICES Quality Fence Co., Inc. Page A-1 EXHIBIT A SCOPE OF SERVICES ON-CALL FENCING MAINTENANCE/REPAIR SERVICES General Requirements — On -Call Fencing Maintenance and Repair Services a. Contractor shall provide and furnish labor, materials, special equipment, and permits for the installation and repairs of wrought iron gates and fence, the installation and repairs of chain link gates and fence, privacy mesh fencing, Vinyl covered chain link fencing, wood panel fencing, horse trail fencing and tension cables, and other fencing types, on city owned facilities within the City limits of Newport Beach, California. b. Contractor shall have the ability to modify or curtail certain tasks and operations in a Letter Proposal accepted by City at the written request of the City's Project Administrator. c. Contractor shall maintain work areas with a well -manicured, clean appearance, and all work shall be performed in a professional, workmanlike manner using quality equipment. d. Contractor shall be responsible for the demolition, removal, haul away, and disposal of construction related debris and materials related to the requested fence repair/installation work. e. Contractor shall recognize that during the course of this Agreement, the City may have other contractors conducting other activities and/or operations in the immediate vicinity of requested work. Contractor shall make every effort to coordinate activities with existing operations. Other activities may include, but are not limited to, the following: i. Landscape refurbishment; ii. Modification or repair of existing facilities; iii. Construction; and iv. Storm related operations Contractor Requirements: f. Contractor shall meet all specifications and requirements contained in the Agreement. No substitutions will be accepted without prior City written approval. g. The Contractor shall possess an active C-13 - Fencing Contractor License issued by the State of California Contractors State License Board. Alternatively, Contractor may possess an "A" or "B" License in lieu of a T- 13" License. h. Consistent with a Letter Proposal accepted by City, Contractor shall have the ability to respond and be on-site within twenty-four (24) hours of notification by a representative of the City. L All tools and materials shall remain in Contractor's possession at all times. j. All Contractor vehicles parked on site shall be secure at all times. k. Contractor shall ensure all precautions for safety are taken. I. Contractor shall obtain any required City Building Permits. Permits shall be at no cost to the Contractor. m. Contractor shall possess a City Business License. n. Contractor shall provide traffic control per the latest edition of the MUTCD "Watch Manual" as required. EXHIBIT B SCHEDULE OF BILLING RATES Quality Fence Co., Inc. Page B-1 EXHIBIT B SCHEDULE OF BILLING RATES "Price Includes Labor and Materials" Section 1 Demolition of Existing Fence -Including Haul away & Disposal up 10' high Item II IDescription I Price junit 1 Removal of Chain link & Gates -Flush cut post 8.G0 - Lin Ft 2 Removal of Chain link & Gates -Footing 15.00 Lin Ft 3 Removal of Iron Fence & Gates - cut to (lush 12.00 Lin Ft 4 Removal of Iron Fence & Gates - with footing 15.00 ! Lin Ft 5 Removal of concrete mow strip up to 24" wide 8.00 Lin Ft 6 Removal of Wood Fence & Gate & Footing 15.00 Lin Ft Section 2 Chain link Fencing Fence & Gates -4' high Item a 1 Description I Price junit 1 4' high 11 gauge up to 100' - I Y.." posts 20.00 Lin Ft 2 4'high 11 gauge up to 101'to 500'-IY.."posts 18.00 Lin Ft 3 .4' high 11 gauge up to 501'& over - 17/." posts _ 18.00 Lin Ft 4 4'high 9gauge up to 100'-2Y"posts 26.00 Lin Ft 5 4'high 9 gauge up to 101'to 500'- 2 Y"posts 24.00 'Lin Ft 6 4'high9gauge upto SOV &over-2Y"posts 22.00:;Lin Ft _ 7 -_:Terminal Posts for 4' fence 2 Y" 90.00 Each 8 '.Terminal Posts for 4' fence 2 7/." 160.00Each 9 :::..Gale Posts for 4' fence 2 Y.." 110.00 :Each 10 _iGate Posts for 4' (ence 4" post 175.00 ; Each 11 4' x 4' walk gate 11 or 9 gauge 1Y" frame 600.00 ;Each 124'x10'single swing gate 11 or 9 gauge_ 1'A" frame 900.00 Each 13 14'x 20' double drive gate 11 or 9 gauge I %" frame _ _ 1,400.00 ;Each 14 14' Slide gate per lineal foot 11 of 9 gauge 125.00 'Lin FT Chain link Fencing Fence & Gates -6' high Item a Description lPrice junit 15 16' high 11 gauge up to 100'- IV" posts 26.O01 Lin Ft 16 1 6' high 11 gauge up to 101' to 500' 17/." posts 24.001 Lin Fl 17 _ _ 6' high 11 gauge up to 501'& over- 17/.' posts 23.001, Lin Ft 18 6'high9gaugeupto100'-2Yposts 36.001 Lin Ft 19 6 high 9 gauge up to 101' to 500 2 Y" posts 34.001 Lin Ft 20. � 6' high 9 gauge up to 501'& over 2'/." posts _ 32.00 Lin Ft 21 Terminal Posts for 6' fence 2 Y" _ 175.001Each 22 Terminal Posts for 6' fence 2 Y.." 225.00 Each 23 _ Gate Posts for 6 fence2Y.." 225.00!Each 24 Gate Posts for 6' fence 4" post 275.00'; Each 25 :Gate Posts for 6 fence G''/." post 550.00'Each 26 16 x 4 walk gate 11 or 9 gauge N.." frame 750.00Each 27 16'x 10'single swing gate 11 or 9 gauge 1%" frame 1,000.00 'Each _ 28 16'x 20' double drive gate 11 or 9 gauge 1Y" frame 1,200.00 .Each 29 ;;.' G' Slide gate per lineal foot 11 of 9 gauge 160.00. Lin Ft Chain link Fencing Fence & Gates -8' high Item a lCesciription Price Unit 30 8' high 11 gauge up to 100' - 2 Y" posts 32.00 Lin Ft 31 8' high 11 gauge up to 101' to 500' - 2 Y" pasts 30.00 Lin Ft 32 8' high 11 gauge up to 501' & over - 2 Y" posts 29.00 Lin Fl 33 8 hgh9gaugeuplo 100'-2Y"posts 42.00 Lin Ft 34 8' high 9 gauge up to 101' to 500'- 2 Y." posts 40.00 Lin Ft 35 •8' high 9 gauge up to 50P & over- 2'/." posts 38.00. Lin Ft 36 ;Terminal Posts for 8' fence 2 7/." 295.00. Each 37 1Terminal Posts for B' fence 2 Y" 325.00 Each 38 ;Gate Posts for8' fence 2 Y" 325.00Each 39 Gate Posts for8' fence 4" post 350.00 Each 40 _ i, Gate Posts for 8' fence 6 Y" post 750.00 1Each 41 8'x4'walkgate 11or9gauge 1%" frame 800.00 Each 42 8'x 10' single swing gate 11 or9 gauge 1Y" frame 1,100.00 Each 43 8' x 20' double drive gate 11 or9 gauge I%V frame 1,700.00 Each 44 '.8' Slide gate per lineal foot 11 of 9 gauge 190.00. Lin Ft Chain link Fencing Fence & Gates -10' high Item it Description 1price Unit 45 10' high 9 gauge up to 100'- 2%" posts _ 58.00 Lin FI 46 10' high 9 gauge up to_101' to 500'_- 2Y" posts 56.00 Lin Ft 47 10' high 9 gauge up to_501' & over - 2Y.." posts 52.00 Lin Ft 4g Terminal Posts for 10' fence 3'/7" 325.00 Each 49 Terminal Posts for 10' fence 4" _ 375.00 Each _ 50 Gate Posts for 10' fence 6'/." post 825.00 Each 51 10'x 4'walkgate 11 or9 gauge 1'/."frame 850.00 Each 52 10'x 10' single swing gate 11 or 9 gauge 1%.." frame 1,200.00. Each _ 53 10's 20' double drive gate 11 or 9 gauge 1*/." frame 1,850.00 -Each 54 10' Slide gate per lineal foot 11 of 9 gauge 210.00 Lin Ft "Price Includes Labor and Materials" Chain link Fencing Fence & Gates -12' high Item H I Description Price jUnit 55 '...12' high 9 gauge up to 100' - my posts - 68.00 Lin Ft 56 12' high 9 gauge up to 101' to 500' --2%" Posts_ 66.00 Lin Ft 57 :12' high 9 gauge up to 501' & over - 2%" posts 62.00 Lin FI 58 12' high 1W Tennis Court Chain link - 2%" posts _ _ _ 75.00 1 Lin FI . 59 _ Terminal Posts for 12' fence 4' 400.00 (Each 60 Gate Posts for 12 fence 6 % post 950.00_ i Each 61 _ _ 12'x 4'walkgate 11 or9 gauge 1%"frame 875.00 !Each 62 '12' x 10' single swing gate 11 or 9 gauge I%' � 1,250.00!Each 63 -'frame 12 x 20' double drive gate 11 or 9 gauge IVV frame 1,950.00 1 Each 64 12' Slide gate per lineal. foot 11 of 9 gauge 235.00: Lin Ft Vinyl Coated Chain Link & Gate 9-guage core 8 -gauge Finish Item H jOescription price Unit 65 4'high- Add Vinyl to Galvanized Price Additional Cost 2.00 Sq Ft 66- 6high-Add Vinyl to Galvanized Price Additional Cost 2.50_jSq Ft 67 8' high -Add Vinyl to Galvanized Price Additional Cost 2.50 Sq Ft - 68 10' high _Add Vinyl -to Galvanized Price Additional Cost 2.50 __.Sq Ft 69 12' high_Add Vinyl to Galvanized Price_ Additional Cost 2.50 Sq Ft 70 12' high tennis cover mesh _ 4.00 'Sq rt Chain Link 9-guage 1" Mesh Additional Cost to 9-Guage Price Itemit IDescription Price junit 71_j.4 high -Additional Cost Per Square Foot _ 3.00 !Sq Ft 72 W high - Additional Cost Per Square Foot 3.00 .Sq Ft 73_ _'Cost Per Square Foot 3.GO Sq Ft 74 j10'8high-Additional high- Additional Cost Per Square Foot _ 3.00 Sq Ft 75 iIT high - Additional Cost Per Square Foot 3.00 Sq Ft Misc. Fence Items Itern H I Description I Price junit 76. _ - 13 strands of barb wire added to fence 6' and Higher 10.00 -Lin Ft 77 16 strands of barb wire added to fences 6' and Higher 20.00 'Lin Ft 78 �:1 W Middle to Bottom Rail Added to any Height 9.00 Lin Ft 79 _ -18" Razor Ribbon added to fence 7' or higher 18.00 Lin Ft Slats, Screen, Barrier Netting Item N IDescription jPrice jUnit ',.. Barrier Netting Installed, Includes cable fittings outside rope - 8o ;(excludes posts) _ _ 4.00 Sq Ft 81 4 high PVC slats 1" 8.00 Lin Ft 82 16' high PVC slats 1" 12.00 'Lin Ft 83 _ _ IS' high PVC slats 1" 14.00 Lin Ft 84 [100% Coverage Windscreen 2.75 Sq Ft 85 '.. 801Y Coverage Windscreen _ _ _ 2.00 Sri Ft 86 Galvanized Perforated Metal 4.00 Sq Ft 87 Corrugated Metal Screening up to 12' high 5.00 Sq Ft 6' high Privacy Link Fabric with wings 100% Coverage 2 1/4" 88 slat 2.00 -Add Per Sq Ft to9-guage Prices 8' high Privacy Link Fabric with wings 100% Coverage 2 1/4" 89 ..slat 2.25 Add Per Sq Ft to 9-guage Prices 10' high Privacy Link Fabric with wings 100% Coverage 2 1/4" 90 slat 2.60 Add Per Sq Ft to 9-guage Prices Section 3 6' High Temporary Fence Installation Removal 6 Months Rental Item N Description Price Unil/6 Months 91 '6' high tem fence pounded posts 6.88 Lin Ft 92 6' high temp fence free standing panels 5.88 ';Lin FI 93 6' high temp fence walk gate 200.00 .Each 94 6' high temp fence double drive gate 500.00 Lin Ft 95 Add barb wire to temp fence 4.00 Lin Ft 96 Add windscreen to temp fence (green, black or tan) 3.00 Lin Ft 10111 out at SS%Monthly After 6 Months "Price Includes Labor and Materials" "Price Includes Labor and Materials" Section 4 Misc. Fencing Item N Oescri tion Price jUnit 97 :Wood Fencing up tog' high 1'x6" cedar or redwood 60.00 Lin Ft 98 _ '.2 rail posts and rail fence 4' high 24.00 Lin Ft 99 Barb wire fence on T -posts up to 5 strands 19.00 Lin Ft 100 Paint fences white up to 8' high 8.00 Lin Ft 101 Post and 5/8 chain 3" posts 8' on center 30.00 Lin Ft 102 'Bumper posts concrete filler (bollards)27/8"Galy or Yellow 175.00 Each 103 Bumper posts concrete filler (bollards)4"Galy or Yellow 275.00 Each 104 Bumper posts concrete filler (bollards) 6 S/8" Galy or Yellow 400.00 Each _ 105 ;Bumper posts concrete filler (bollards)8"Galy or Yellow 650.00 Each IAdd Panic Hardware, VonDuprin Including Kick Plate, screen _ 106 -I mounting plate 2,800.00 Each 107 I Handrail ADA Compliant 15/8" single rail 98.00 Lin Ft 108 _ Handrail ADA Compliant 15/8" double rad _ 120.00 Lin Ft 9719 Cable Rail Fence per Caltrans spec 2 3/8" drilled post 109_ and 3 strands80.00 Lin Ft #719 Cable Rail Fence per Caltrans spec 2 3/8" drilled post 110 '., and 5 strands 110.00 Lin Ft 111 i Replace chain link fabric only on 4' chain link fence 16.00 Ft 112 Replace chain link fabric only on 6' chain link fence _Lin _ 20.00 tin Ft 113 ; Replace chain Imk fabric only on 8' chain link fence 25.00 Lin Ft 114 ;Replace chain link fabric only on 10' chain link fence Lin Ft 115 -!Replace chain link fabric only on 12' chain link fence _29.00 35.00 Lin Ft _ !Paint post after chain link removal prior to new chain link 116_ ins -tall N/A Time&Material Section 5 Pipe Gates (Use appropriate rail, posts & hardware) Remit IDescription lPrice junit 117 ' 8' wide single gate (heavy duty commercial) _ 2,000.00 Each 118 10 wide single gate (heavy duty commercial) 2,200.00 Each 119 12 wide single gate (heavy duty commercial) 2,400.00 Each 120 14' wide single gate (heavy duty commercial) _ _ 2,600.00 Each 121 16' wide single gate (heavy duty commercial) 2,800.00 Each 122 20' wide single gate (heavy duty commercial) 3,600.00 Each 123 24' wide single gate (heavy duty commercial) 4,000.00 Each Section 6 Ornamental Iron Fence (Primer and Black Powder Coated) Including Posts Item q I Description IPrice Unit 124 '6' high ornamental tubular fence Regal Style 98.00 Lin Ft 125 '8' high ornamental tubular fence Regal Style _ 140.00 **Lin Ft 126 '10'high ornamental tubular fence Regal Style 175.00 Lin Fl 127 16'x 4'walk gate _ 1,180.00 Each 128 T'.8x4'walkgate __ _ _ _ 1,380.00:Each 129 ! 10'x 4'walk gate 1,680.00 Each 130 I6' high speared top _ 110.00 tin Ft 131 18' high curved and speared top _ 165.00 lin Ft 132 ;10' high curved and speared top 195.00 Lin Ft 133 16 x 4' speared top gate 1,250.00 Each 134 _ _ _ _ BN 4' speared curved top gate _ _ _ 1,450.00'Ea ch 135- '_ 10x4' spearedtopgate 1,680.00 Each 136 Sa fety posts for any iron gate 275.00 Each 137 6' swing or double gate Regal or Speared _ 300.00 Lin Ft _ __138 _8 swing or double gate Regal or Speared _ _ 320.00 Lin Ft 139 10' swing or double gate Regal or Speared _ 340.00 Lin Ft 140 6'slide gate Regal or Speared 325.00 Lin Ft 141 8 slide gate Regal or Speared 345.00 Lin Ft 142 10'slide gate Regal or Speared 355.00 Lin Ft 143 Add perforated metal or expanded metal to gate 4.00 Sq Ft Section 7 Ameristar Ornamental Fence and Gates Item 9 Description 1price Unit 144 Montage 11 -Genesis 6' High 138.00 Lin Ft _ 145 _ _ Montage 11 -Genesis B' High 160.00 .Lin Ft 146 Montage 11 - 4' Gale 6' High 1,200.00 Each 147 Montage 11 -4' Gate 8' High 1,500.00 Each 149 Montage 11 - Single Gate 6' 275.00 Lin Ft 149 _ _.Montage 11 -Single Gate 8' 320.00 Lin Ft 150 Montage 11 - Slide Gate 6' High 325.00 Lin Ft 151 Montage it -Slide Gate 8' High 345.00 Lin Ft "Price Includes Labor and Materials" "Price Includes Labor and Materials" Section 8 Concrete Item if joescription 1price lUnit 152 12"x 12" with imbedded v -groove track 60.00 Lin Ft 153 1" angle iron v groove track bolted to floor 30.00 Lin Ft 154 3" angle iron cored and set 3' on center 40.00 Lin Ft 155 Core drill holes tip to 4" 75.00 Each 156 3'x 3' concrete motor pad 300.00 Each 157 _ 4" thick concrete walkways and slats _ 20.00 Lin Ft 1.5-8. metal Guardrail with wood posts and block 125.00 Lin Ft Section 9 Wire Mesh Double -Defense Homeless Security Fencing Item M I Description lPrice Unit 159 6'security wire mesh fence and posts welded in place, black 80.00 Lin Ft 160 '.6'security wire mesh panels no posts welded in place, black 65.00 'Lin Ft 161 8' high security 4D fence with post welded in place, black 130.00 .Un rt 162 8' high security 4D fence no posts welded in place, black 90.00 Lin Ft 163 6' high 4D fence gates 150.00 Lin Ft 164' 8 high 4D fence gates 200.00 '.Lin Ft `As seen at Orange County Flood Control Wash Entries and at Angel Stadium and along channel In the County, Sample on Request Section 10 Hourly and On -Call Services Item (f IDescription I Price jUnit 165 Traffic Control/Flag Man _ 145.00 'Hourly 166 On call emergency mobilization (Per trip) _ 750.00 lump Sum 167 Welding Services 120.00 (Hourly 168 Crew Rental Regular Time2men&Truck 250.00 .Hourly 169 Crew Rental Overtime 2 -men& Truck on Saturday 300.00 Hourly Crew Rental Nights and Sundays 2 -men truck (Holiday & 170 Double Time) 400.00 (Hourly 171 '_ Min Call Out (if applicable) 750.00 Lump Sum Section 11 Material Sales Mark-Up Item g Description 1price 172 Chain Link posts fillings OFC Catalog Plus 15% _ Fortress Fence 173 !Iron fence Catalog Plus 15% 174 iAmetistar fence Ameristar Catalog Plus 15% 175 Mis. Mark-up, materials, equipment rentals Per Invoice Plus 15% Section 12 Electric Gates, Keys Pads, Entry Systems Item d IDescription IPrice 176 Elite 3000 Slide gate or swing gate operators _Price on Requested Proposal 177 Key Pad entry systems/Prox readers Price on Requested Proposal 178 Photo Safety Cell Price on Requested Proposal 179 Free exit and Safety Loop Price on Requested Proposal 180 Hydraulic closers, Magnetic locks, goose necks Price on Requested Proposal 181 Power Runs, Saw Cutting, Low Voltage "Price Includes Labor and Materials" EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented Quality Fence Co., Inc. Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of Quality Fence Co., Inc. Page C-2 insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. Quality Fence Co., Inc. Page C-3 G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Quality Fence Co., Inc. Page C-4 EXHIBIT D CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ( ) lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as Quality Fence Co., Inc. Page D-1 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Quality Fence Co., Inc. Page D-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Quality Fence Co., Inc. Page D-3 EXHIBIT E CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , being at the rate of $ thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for maintenance and/or repair services in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, we, the Principal, and duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of ( ) lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive Quality Fence Co., Inc. Page E-1 notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: in Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Quality Fence Co., Inc. Page E-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Quality Fence Co., Inc. Page E-3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 5/12/2020 Dept./Contact Received From: Raymund Reyes Department: Public Works Sent to: Marissa By: Raymund Company/Person required to have certificate: Quality Fencing Company, Inc. Type of contract: Maintenance/Repair Services Agreement I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/2019-10/1/2020 A. INSURANCE COMPANY: Financial Pacific Insurance Company NAIC#31453 B. AM BEST RATING (A-: VII or greater): A:X C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? 0 Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1 M occur/ $21VI agg E. ADDITIONAL INSURED ENDORSEMENT — please attach ❑✓ Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 0 Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is'it included?✓❑ Yes ❑ No H. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ❑ N/A ❑ Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/2019-10/1/2020 A. INSURANCE COMPANY: Financial Pacific Insurance Company NAIC#31453 B. AM BEST RATING (A-: VII or greater) A:X C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1M E. PRIMARY & NON-CONTRIBUTORY WORDING ENDORSEMENT - please attach F. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A G. ADDITIONAL INSURED ENDORSEMENT — please attach H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? I. SIGNED AUTOMOBILE INSURANCE EXEMPTION FORM: ✓❑ Yes ❑ No ❑✓ Yes ❑ No ✓❑ Yes ❑ No ❑✓ Yes ❑ No Z Yes ❑ No [Z]N/A ❑ Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/112019-10/1/2020 A. INSURANCE COMPANY: Cypress Insurance Company NAIL#10855 B. AM BEST RATING (A- : VII or greater): A++:XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ADDITIONAL COVERAGES THAT MAYBE REQUIRED Yes []No Z Yes ❑ No $1 M 0 Yes ❑ No ❑✓ N/A ❑ Yes ❑ No ❑ PROFESSIONAL LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ POLLUTION LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ BUILDER'S RISK EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: NOTEWCOMMENTS: Approved: Risk Management 6/2/2020 Date