Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017.

Similar documents
City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

CONTRACT FOR SERVICES RECITALS

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

Services Agreement for Public Safety Helicopter Support 1

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

Pacific Island Drive Median Palm Tree Irrigation Improvements Cash Contract No

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Rancho Niguel Park Chain Link Fence Installation Cash Contract No

CONSULTANT SERVICES AGREEMENT

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

Telemetry Upgrade Project: Phase-3

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. City Council Sitting as the Local Reuse Authority

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

Staff Report. Scott Conn, Network & Operations Manager (925)

BUSINESS ASSOCIATE AGREEMENT

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

SERVICE AGREEMENT CONTRACT NO.

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

CONTRACT for PLUMBING REPAIR SERVICES

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

RFQ #1649 April 2017

W I T N E S S E T H:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

PURCHASE ORDER TERMS & CONDITIONS

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

INTRODUCTION TERMS AND CONDITIONS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

CITY COUNCIL CONSENT CALENDAR

CONSULTING AGREEMENT

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE

BUSINESS ASSOCIATE AGREEMENT

Request for Qualifications

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

May 30 th, 2017, at 2:00 p.m.

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

TOWNSHIP OF LAWRENCE AGREEMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Staff Report. City Council Sitting as the Local Reuse Authority

STORM DRAIN ENGINEERING DESIGN SERVICES

SUU Contract for Workshops and Entertainment

Knox County Government and Strategic Equipment and Supply

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Ceres Unified School District SERVICES CONTRACT

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Mold Remediation and Clean Up of Central High School

Tacoma Power Conservation Contractor Agreement

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

PERSONAL SERVICES CONTRACT County of Nevada, California

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

GROUNDS MAINTENANCE AGREEMENT

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

SUBCONTRACTOR AGREEMENT

FIXTURING/INSTALLATION AGREEMENT

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

REQUEST FOR PROPOSALS

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

Transcription:

October 20, 2017 NOTICE OF REQUEST FOR PROPOSALS ( RFP ) RFP SUBJECT: Pool Maintenance and Repair Services of City Swimming Pools, Spa and Sprayground at Crown Valley Community Park, located at 29751 Crown Valley Parkway, Laguna Niguel, CA 92677. TO: ALL PROPOSERS FROM: CITY OF LAGUNA NIGUEL The City of Laguna Niguel ( City ) invites qualified firms to provide maintenance and repair services for City Swimming Pools, Spa and Sprayground at the location shown above. The City s average expenditures in recent years have been $30,000 per year. This agreement will be from January 1, 2018 through June 30, 2021, for three and a half years with two optional oneyear extensions. Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017. Proposals should be sent by mail or hand delivered to the Public Works Department at the following address: Rob Zampino Building and Facilities Superintendent Public Works Department City of Laguna Niguel 30111 Crown Valley Parkway Laguna Niguel, CA 92677 Mandatory Pre-Bid Job Walk The proposers are required to attend a mandatory pre-bid job walk on Thursday, October 26, 2017, at 10 a.m., at the job site. Failure to attend the walk will result in bid disqualification. Proposals received after the date and time specified above will not be accepted. Late proposals will be returned unopened. All questions or clarifications shall be submitted via email to Dorna Farhadi, Senior Management Analyst, at dfarhadi@cityoflagunaniguel.org no later than 3:00 p.m. on Tuesday, October 31, 2017. The City will respond to all written questions by issuing a written addendum no later than 5:00 p.m. on Friday, November 3, 2017. Proposers should be aware that award may be made without further discussion. Proposers will be required to comply with all applicable equal opportunity laws and regulations.

INSTRUCTIONS TO PROPOSERS A. Examination of Proposals By submitting a proposal, the Proposer represents that it has thoroughly examined and become familiar with the work required under this RFP and that it is capable of providing quality personnel to achieve the City s objectives. B. Acceptance of Proposals 1. The City reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in the proposals. 2. The City reserves the right to withdraw this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any Proposer responding to this RFP. 3. The City shall not, in any event, be liable for any pre-contractual expenses incurred by the Proposers in the preparation of their proposals. Proposers shall not include any such expenses as part of their proposal. 4. Proposals received by the City are public information and must be made available to any person upon request. 5. Submitted proposals are not to be copyrighted. C. Contract Type It is anticipated that the Agreement resulting from this solicitation, if awarded will be a firm fixed-price contract for a three and a half year term effective January 1, 2018 through June 30, 2021, with two oneyear optional extensions at the City s discretion. D. Execution of Agreement The agreement (sample attached) shall be signed by the successful proposer and returned with the required insurance within ten (10) days, not including Sundays and legal holidays, after the City has provided written notice that the contract has been awarded. Failure to execute the agreement and file acceptable insurance documents as provided herein shall be just cause, at the City s option, for annulment of the contract award. Please review the insurance requirements and indemnification clause as stated in the attached sample agreement. Should the successful proposer decline to execute a contract, the City Council has the option to either reject all proposals and call for new proposals or accept one of the other proposals.

E. Award The City will evaluate and award based on the following criteria and weights: Qualifications 35% Staffing 20% Work Plan 25% Cost of service 20% PROPOSAL A. Qualifications Related experience and references of Proposer This section of the proposal should establish the ability of the Proposer to satisfactorily perform the required work by reasons of: experience in performing work of a similar nature, demonstrated competence in the services to be provided, strength and stability of the firm, staffing capability, work load and supportive client references. Please feel free to add as many sheets of paper as you would like to your proposal to describe your qualifications and other sections covered in this RFP. The Proposer shall: 1. Provide a brief profile of the firm such as the types of services offered, the year founded, form of the organization (corporation, partnership, and sole proprietorship), number, size, location of offices and number of employees. 2. Provide a general description of the firm s financial condition and identify any conditions (i.e. bankruptcy, pending litigation, planned office closures, impending merger) that may impede the Proposer s ability to complete the work. 3. Describe the firm s experience in providing similar work and highlight the participation in such work by the proposed staff for this RFP. 4. Identify subcontractors, by company name, address, contact person, telephone number and their function in relating to the work under this RFP (if applicable). 5. Provide as a minimum three (3) references for the service cited as related experience and furnish the name, title address, telephone number and email address of the person(s) at the client organization who is most knowledgeable about the work performed. The Proposer may also supply references from other work not cited in this section as related experience. B. Staffing The Proposer shall: 1. Identify key personnel proposed to perform the work. 2. Provide brief descriptions of key personnel, detailing applicable experience. 3. If applicable, list any required licenses of key personnel needed to perform the work under this RFP.

4. Include a statement that identified key personnel will be available for the duration of the work and acknowledge that no key personnel shall be removed or replaced without the prior written concurrence of the City. C. Work Plan The Proposer shall provide a brief narrative, which addresses the Scope of Work described herein, understanding requirements, and approach to completing the work. D. Cost and Price Proposers shall submit pricing inclusive of all direct costs, indirect costs and profit for maintenance services. Any costs not stated will not be paid by the City. Pricing shall be provided under Cost and Price Form. Proposers will submit hourly rates for repairs work that may be needed from time to time. If applicable, Proposers shall submit a cost breakdown identifying items such as quantities, labor categories and rates, equipment rates, unit prices, material costs, applicable taxes, shipping and delivery charges. E. Exceptions/Deviations The Proposer shall state any exceptions to or deviations from the requirements of this RFP. Where the Proposer wishes to propose alternative approaches to meeting the City s requirements, these should be thoroughly explained. F. Scope of Work The contractor shall perform monthly maintenance and repair services at the Swimming Pools, Spa and Sprayground. Dates will be determined by City staff. Equipment at the pool heaters consist of one 40hp motor with pump, two 7.5hp motor with pumps, one 5hp motor with pump, and one 1hp motor with pump, and 11 high rate sand filters with all its parts. There are a total of three pool heaters, two Lochinvar and one Master Temp 400HD. The contractor shall perform maintenance service to the pool heaters on a monthly basis to include air filters, proper flow and burn rate btu s. The work to be performed shall consistent of labor, materials, and equipment needed for the City s Swimming Pools, Spa and Sprayground, including all its motors, pumps, filters, heaters, City s tube-n-shell heat exchanger system and all its parts, chemical feed pumps, valves and piping varying from 1 to 10. The contractor must notify the City if, at any given point, repairs need to be made to the equipment listed above. The contractor must possess a valid C61/35 Pool Specialty, C4 Boilers, C36 Plumbing, C Air Conditioning and General B Building license. Additional services may be needed on hourly basis for any repairs.

Enter below the proposed price for the maintenance services described in Scope of Work. The City intends to award a firm fixed-price contract, therefore all pricing listed below shall include direct costs, indirect costs, tax, and profit. TERM FIRM FIXED-PRICE PER YEAR YEAR 1 + 1/1/2018 6/30/2019 $ YEAR 2 7/1/2019 6/30/2020 $ YEAR 3 7/1/2020 6/30/2021 $ YEAR 4 (Option) 7/1/2021 6/30/2022 $ YEAR 5 (Option) 7/1/2022 6/30/2023 $ 1. I acknowledge receipt of this RFP for Pool Maintenance and Repair Services of City Swimming Pools, Spa and Sprayground Addenda No. (s) 2. I agree to submit monthly invoices and NET 30 payment terms. 3. This proposal shall remain firm for 120 days from the date of proposal. FIRM NAME ADDRESS TELEPHONE SIGNATURE OF PERSON AUTHORIZED TO BIND PROPOSER SIGNATURE S NAME AND TITLE DATE SIGNED

SAMPLE AGREEMENT

AGREEMENT FOR MAINTENANCE SERVICES [Title of Project ] THIS AGREEMENT is made and entered into the day of,, by and between the City of Laguna Niguel, a municipal corporation, hereinafter the "City", and, a [capacity], hereinafter the "Contractor." R E C I T A L S: 1. [State reason why services are needed and nature of required maintenance services.] 2. [Describe the request for proposal/bidding process that the City has undertaken. Possibly, reference request for proposal as an exhibit at this point.] 3. [State that Contractor has proposed to render the services. Possibly, reference proposal as an exhibit.] 4. [State Contractor has the qualifications to render the required services. Identify any required Contractor's licenses and state that the Contractor holds the required licenses.] 5. [State desire by City to enter into agreement with Contractor to provide the required services.] A G R E E M E N T: NOW, THEREFORE, in consideration of the foregoing premises and the mutual promises and covenants herein contained, the parties hereto agree as follows: 1. Scope of Work. Contractor shall provide the services described in the Scope of Work [in a manner satisfactory to City]. The Scope of Work consists of the City's Request for Proposal [actual title and date] and the Contractor's Proposal [actual title and date] which are attached hereto respectively as Exhibits "A" and "B." In the event of any conflict or inconsistency between Exhibits "A" and "B" and this Agreement, this Agreement shall take precedent over Exhibits "A" and "B." 2. Additional or Different Services. Any proposed changes in the Scope of Work shall be made only by written amendment to this Agreement. 1

3. Term. The Contractor shall commence providing the required services on, and this Agreement shall continue in full force and effect until, subject to termination as provided in paragraph 18. The Agreement may be extended for two one-year terms if the contractor s performance is satisfactory. 4. Payment for Services. City agrees to pay Contractor for providing the services which are described in Exhibit "," and to pay for those services in the amount and in the manner and at the times set forth in Exhibit "." 5. Contractor to Supply Instrumentalities. Contractor shall supply all necessary labor, tools, materials, appliances, and equipment to provide the required services. 6. Licenses; Standard of Care. (a) Contractor represents and agrees that all personnel engaged by Contractor in performing services are and shall be fully qualified and are authorized or permitted under state and local law to perform such services. Contractor represents and warrants to City that it has all licenses, permits, qualifications, and approvals to provide the services and work required to be performed by this Agreement. Contractor further represents and warrants that it shall keep in effect all such licenses, permits, and other approvals during the term of this Agreement. (b) Contractor shall perform the services under this Agreement in a skillful and competent manner. The Contractor shall be responsible to City for any errors or omissions in the performance of work pursuant to this Agreement. Should any errors caused by Contractor be found in such services, Contractor shall correct the errors at no additional charge to City by redoing the work. 7. Legal Responsibilities. (a) Contractor shall keep itself informed of all State and Federal laws and regulations which may in any manner affect those employed by it or in any way affect the performance of its services pursuant to this Agreement. Contractor shall, at all times, observe and comply with all such laws and regulations. City, and its officers and employees, shall not be liable at law or in equity by reason of the failure of the Contractor to comply with this paragraph. (b) The City and its Council members, officers, employees, agents, representatives and consultants are not responsible or liable for any claims, losses or damages that may arise from injury to any person, including employees of Contractor or any subcontractor, or from damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the required services. 2

8. 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 City. 9. Subcontracting Subject to Approval. Contractor may not subcontract any portion of the work required by this Agreement to other persons or firms unless Contractor first obtains the written consent of City to engage in such subcontracting. 10. Independent Contractor. Contractor is and shall at all time remain as to City a wholly independent contractor. Neither the City nor any of its officers, employees, or agents, shall have control over the conduct of the Contractor or any of the Contractor's officers, employees, or agents. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents, are officers, employees, or agents, of the City. Except as specified in writing by City, Contractor shall have no authority, expressed or implied, to act on behalf of City, and Contractor shall have no authority, expressed or implied, to incur any obligation or liability against the City. Contractor shall be responsible for and pay all taxes and other payments for Contractor and its employees for Federal and State income taxes, including withholding of taxes, Social Security, worker's compensation insurance, State disability insurance, unemployment insurance, and all other similar items. 11. Administration. This Agreement will be administered by the Public Works Department. The Director of Public Works or his designee shall be considered the Project Administrator and shall have the authority to act for the City under this Agreement. The Director of Public Works or his designee shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. 12. Indemnification. Contractor shall indemnify, protect, defend and hold harmless, City and its Council members, officers, employees, agents, and representatives from any suits, claims, actions, liability or damages of whatsoever kind and nature that may arise from or are in any way related to Contractor's performance of work pursuant to this Agreement. This provision shall survive the term of this Agreement. 13. Insurance. a. Without limiting Contractor s indemnification of City as described in paragraph 12, Contractor, prior to the commencement of providing services, shall obtain, provide and maintain, at its own expense, during the term of this Agreement, a policy or policies of insurance from insurance carriers admitted to do business in the State of California, satisfactory to City, which contain the coverage described below. This insurance shall be primary to any insurance maintained by City and City insurance shall not contribute to any judgment rendered against City. 3

(1) Worker's Compensation Insurance as required by the laws of the State of California providing coverage for any and all employees of Contractor. (2) Comprehensive General Liability Insurance for claims for bodily injury, death or property damage which may arise from the performance of Contractor s Services under this Agreement. Such insurance shall be in an amount of at least $1 million per occurrence and $2 million in the aggregate. (3) Automobile Liability Insurance covering bodily injury and property damage for all activities of the Contractor arising out of in connection with work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1 million combined single limit for each accident. (4) Certificates of Insurance shall be provided by the Contractor's insurance company as evidence of the above-indicated policies. The City of Laguna Niguel and its Council members, officers and employees shall be named as additional insureds under policies mentioned in paragraph (2). (5) Said Certificates of Insurance shall provide that thirty (30) days written notice of cancellation shall be given to the City in the event of cancellation and/or reduction in coverage of any nature. b. Contractor shall include subcontracting contractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for each subcontractor shall be subject to the requirements stated herein. 14. State Labor Code. a. Contractor and all subcontractors shall pay 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 Article 2 of Chapter 1 of Part 7, of Division 2 of the State Labor Code, including, but not limited to, Sections 1770, 1771, 1773, 1773.2 and 1774. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Laguna Niguel and are available for review upon request. b. Contractors and subcontractors who are ineligible to bid for work on, or be awarded, a public works project pursuant to State Labor Code Sections 1777.1 and 1777.7 are prohibited from bidding on, being awarded, or performing work as a subcontractor, on this Project pursuant to Public Contract Code Section 6109. c. Contractor's attention is directed to the provisions in Sections 1774, 1775, 1776, 1777.5 and 1777.6 of the State Labor Code. Contractor shall comply with the provisions 4

in these Sections. The statutory provisions for penalties for failure to comply with the State's wage and hours laws will be enforced. Pursuant to Section 1775 of the State Labor Code, the Contractor and any subcontractors, shall, as a penalty to the City forfeit the prescribed amounts per calendar day, or portion thereof, for each worker paid less than the prevailing wage rates. d. The Contractor shall post at the work site a copy of the wage rates and post other information as required by law or regulation of the State Labor Commissioner. e. Pursuant to Labor Code Section 1771.4, the Project is subject to compliance monitoring and enforcement by the California Department of Industrial Relations. Each Contractor and subcontractor shall furnish the records specified in State Labor Code Section 1776 directly to the State Labor Commissioner at least monthly in the format prescribed by the State Labor Commissioner. f. 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. 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. g. Section 1777.5 of the Labor Code 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 Contract. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he 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. Section 1777.6 of the Labor Code 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. h. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. The statutory provisions for penalties for failure to comply with the State's wage and hour laws will be enforced as set forth in Labor Code Section 1813. 15. Workers' Compensation Insurance. Contractor acknowledges the provisions of State Labor Code Section 3700, which requires every employer to be insured against liability for 5

workers' compensation or to undertake self-insurance in accordance with the provisions of the Labor Code, and Contractor certifies that it will comply with these provisions before commencing performance of work under this Contract. The Contractor shall sign a Workers' Compensation Insurance Certificate, in a form satisfactory to the City, and submit the signed Certificate to the City prior to commencing work under this Contract. 16. Arbitration. Any disputes between City and Contractor under this Agreement shall be resolved by binding arbitration. City and the Contractor shall mutually agree as to the selection of an arbitrator and the procedures for the conduct of the arbitration. The decision of the arbitrator shall be final and binding upon the parties. The assignment for payment of the costs of arbitration shall be part of the arbitrator's decision, but the prevailing party will be awarded its reasonable attorney's fees. 17. Nondiscrimination by Contractor. Contractor represents and agrees that Contractor, its affiliates, subsidiaries, or holding companies do not and will not discriminate against any subcontractor, consultant, employee, or applicant for employment because of race, religion, color, sex, handicap, or national origin. Such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 18. Termination. City [or either party] may terminate this Agreement, without cause or penalty, by providing written notice to the other party that the Agreement is terminated. Said written notice shall be provided at least ninety (90) days in advance of the termination date. Unless terminated as provided herein, this Agreement shall continue in effect for the period set forth in paragraph 3. If City terminates this Agreement pursuant to this paragraph, Contractor's compensation shall be paid based on the percentage of the required services performed. 19. Notices. Any notices to be given hereunder by either party to the other in writing may be effected either by personal delivery or by mail. Mailed notices shall be addressed to the address of the parties to be notified which appears below, but each party may change its address by written notice given in accordance with this paragraph. Notices delivered personally will be deemed communicated as of actual receipt. Mailed notices will be deemed communicated and received as of five (5) calendar days following the date of mailing of the notice. CITY: CONTRACTOR: City of Laguna Niguel Attn: Director of Public Works 30111 Crown Valley Parkway Laguna Niguel, California 92677 6

20. Entire Agreement. This Agreement supersedes any and all agreements, either oral or written, between the parties hereto with respect to the rendering of services described in Exhibit " " hereto by Contractor for City and contains all of the covenants and agreements between the parties with respect to the rendering of such services. Each party to this Agreement acknowledges that no representations, inducements, promises, or agreements, orally or otherwise, have been made with regard to such services by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement, or promise regarding such services not contained in this Agreement shall be valid or binding. Any modification or amendment of this Agreement will be effective only if it is in writing and signed by both [all] parties to this Agreement. 21. Exhibits. The Exhibits referenced in this Agreement are attached hereto and incorporated herein by this reference as though set forth in full in the Agreement. 22. Governing Law. This Agreement will be governed by and construed in accordance with the laws of the State of California. Any legal action in which enforcement of the terms and conditions of this Agreement is requested, or in which it is alleged that a breach of this Agreement has taken place, shall be filed and prosecuted in the County of Orange, California. 23. Breach of Agreement. If Contractor defaults in the performance of any of the terms or conditions of this Agreement, it shall have ten (10) days [or some other appropriate time] after service upon it of written notice of such default in which to cure the default by rendering a satisfactory performance. In the event that Contractor fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity, or under this Agreement. The failure of City to object to any default in the performance of the terms and conditions of this Agreement shall not constitute a waiver of either that term or condition or any other term or condition of this Agreement. 24. Attorney Fees. If any legal proceeding, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable attorney's fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. 25. Severability. If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. 26. Successors and Assigns. The terms and conditions of this Agreement shall be binding on the successors and assigns of the parties to this Agreement. 7

27. Authority to Sign. The person [or persons] executing this Agreement on behalf of the Contractor warrants and represents that he [she/they] has [have] the authority to execute this Agreement on behalf of the Contractor and has [have] the authority to bind the Contractor to the performance of the obligations hereunder. /// 8

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date first above written. "CITY" CITY OF LAGUNA NIGUEL By: Stephen Erlandson ATTEST: Title: Interim City Manager Eileen Gomez, City Clerk APPROVED AS TO FORM BY THE CITY ATTORNEY FOR THE CITY OF LAGUNA NIGUEL, CALIFORNIA Terry E. Dixon, Esq. City Attorney "CONTRACTOR" [name] By: Print Name: Title: By: Print Name: Title: [Signatures are to be notarized; attach Acknowledgment. Obtain two signatures if contractor is a corporation.] 9

EXHIBIT "A" REQUEST FOR PROPOSAL 10

EXHIBIT "B" PROPOSAL 11