Loading...
HomeMy WebLinkAbout12 - Approval of M/RSA for On-Call FencingQ �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report January 14, 2025 Agenda Item No. 12 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: John Salazar, Streets & Beaches Superintendent - 949-718-3460, jsalazar@newportbeachca.gov TITLE: Approval of Maintenance and Repair Services Agreements with EverFence Corporation and Red Hawk Services, Inc. for On -Call Fencing ABSTRACT: The City of Newport Beach's current agreements for on -call fencing maintenance and repair services expire on March 23, 2025. Based on the results of a Request for Proposals (RFP) process, staff recommends awarding five-year agreements for these services to EverFence Corporation and Red Hawk Services, Inc., with a not -to -exceed (NTE) limit of $300,000 for each agreement. RECOMMENDATIONS: a) Determine this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because this action will not result in a physical change to the environment, directly or indirectly; b) Approve a Maintenance and Repair Services Agreement with EverFence Corporation for a five-year term and total not -to -exceed amount of $300,000, and authorize the Mayor and City Clerk to execute the agreement; and c) Approve a Maintenance and Repair Services Agreement with Red Hawk Services, Inc. for a five-year term and total not -to -exceed amount of $300,000, and authorize the Mayor and City Clerk to execute the agreement. DISCUSSION: The City's current on -call fencing maintenance and repair services agreements expire on March 23, 2025. Based on the results of an RFP, staff recommends awarding new agreements to EverFence Corporation and Red Hawk Services, Inc. as the two highest scoring proposers, for five-year terms and an NTE of $300,000 for each agreement. The contractors provide as -needed maintenance and repair services for a variety of different types of fencing and related items at City parks, trails, beaches and facilities. Occasionally, they may also provide temporary or minor permanent fencing services that arise on capital improvement program (CIP) projects. Major CIP project fencing needs are included as part of the project bid and therefore funded by the CIP project. 12-1 Approval of Maintenance and Repair Services Agreement with EverFence Corporation and Red Hawk Services, Inc. for On -Call Fencing January 14, 2025 Page 2 Awarding two on -call agreements ensures the City can efficiently address both emergent and planned work without being restricted by a single contractor's schedule and availability. It also ensures responsiveness, competitive pricing, and quality service, while reducing the risks associated with relying on single providers and potential contractor failure or underperformance. When services are needed, staff will request letter proposals from each contractor to secure the best pricing for each project. Combined on -call fencing service expenditures from 2020-2024 under current agreements averaged approximately $100,000 per year with billing rates remaining static during that time. New billing rates, approximately 20% higher than current rates, align with inflation increases based on the Los Angeles -Long Beach -Anaheim -area consumer price index (CPI) during that time. RFP No. 24-82 was published on August 15, 2024, and the City received three complete proposals. A three -member staff panel first evaluated proposals technically based on qualifications and demonstrated experience, with a maximum possible score of 60 points. All three proposals earned the minimum 70% technically required and were then scored on a combination of various service costs, with a maximum possible score of 40 points. Overall evaluation results are shown in the table below. Proposer Technical Score Cost Score Total Score Rank EverFence Corporation 45.00 39.07 84.07 1 Red Hawk Services, Inc. 55.00 27.60 82.60 2 Harris Steel Fence Co., Inc. 53.00 14.41 67.41 3 FISCAL IMPACT: The adopted budget includes sufficient funding for these agreements. Work will be expensed to the appropriate accounts in the Public Works Department Operating and/or CIP budgets depending on its nature and location. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Maintenance and Repair Agreement with Everfence Corporation Attachment B — Maintenance and Repair Agreement with Red Hawk Services, Inc. 12-2 ATTACHMENT A ON -CALL MAINTENANCEIREPAIR SERVICES AGREEMENT WITH EVERFENCE CORPORATION FOR ON -CALL FENCING MAINTENANCE AND REPAIR SERVICES THIS ON -CALL MAINTENANCEIREPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 14th day of January, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and EVERFENCE CORPORATION, a Delaware corporation ("Contractor"), whose address is 12309 Telegraph Road, Santa Fe Springs, CA 90670, 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 consisting of on -call fencing maintenance, repair, replacement and installation services ("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 January 13, 2030, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). 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 to be provided; 12-3 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. 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 Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written amendment to the Agreement. Everfence Corporation Page 2 12-4 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price Index, All Items, 1982-84=100 for All Urban Consumers (CPI-U)", for the Los Angeles - Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall -the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed the Consumer Price Index or 2.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less. 4.3 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. 4.4 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. 4.5 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 Andrew Kaufman to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any I Everfence Corporation Page 3 12.5 i 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. City's Director of Public Works or designee shall be the Project Administrator and shall have the authority to act for City underthis 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 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. Everfence Corporation Page 4 12-6 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, 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. Everfence Corporation Page 5 12-7 9.6 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 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. Everfence Corporation Page 6 12.8 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 001100 ($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 001100 ($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 001100 ($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 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 001100 ($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 Everfence Corporation Page 7 12-9 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 ors 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 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 Everfence Corporation Page 8 12-10 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 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 sea., 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. Everfence Corporation Page 9 12-11 24.2 If subject to the Act and/or Government Code §§ 1090 et seg., 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: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 25.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Matthew Lloyd Sivewright Everfence Corporation 120 Newport Center Drive Newport Beach, CA 92660 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 Everfence Corporation Page 10 12-12 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 1n 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. 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, of 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. Everfence Corporation Page 11 12-13 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 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. Everfence Corporation Page 12 12-14 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] Everfence Corporation Page 13 12-15 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S. OFFICE Date: 1' - i 7- 14 By: C, on C. Harp Attorney �y ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: M Joe Stapleton Mayor CONTRACTOR:EVERFENCE CORPORATION, a Delaware corporation Date: By: By: Leilani I. Brown Matthew Sivewright City Cleric Chief Executive Officer, Secretary, Chief Financial Officer [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 Everfence Corporation Page 14 12-16 EXHIBIT A SCOPE OF SERVICES Everfence Corporation Page A-1 12-17 Exhibit A Scope of Services Contractor shall provide and furnish labor, materials, special equipment, and permits for the installation and repairs of, but not limited to, 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, peeler core post and wood -rail fencing, concrete post and rail fencing, and tension cables on city owned facilities within the City limits of Newport Beach, California. • Contractor shall detail any modifications or curtailment of requested tasks and operations in Contractor's Letter Proposal which shall be subject to acceptance by the City's Project Administrator. • Contractor shall maintain work areas with a well -manicured, clean appearance, and all work shall be performed in a professional manner using quality equipment. • 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. • Contractor shall be responsible for any damages to public and/or private property caused during the course of the work. • 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; H. Modification or repair of existing facilities, iii. Construction; and iv. Storm related operations Contractor Requirements: • Contractor shall meet all specifications and requirements contained in this Agreement. No substitutions will be accepted without prior City written approval. • Contractor shall possess and maintain an active C-13 - Fencing Contractor License issued by the State of California Contractors State License Board. • Contractor shall respond to requests within forty-eight (48) hours of notification by a representative of the City. 12-18 • All tools and materials shall remain in Contractor's possession at all times. • All Contractor vehicles parked on site shall be secure at all times. e Contractor shall ensure all precautions for safety are taken. • Contractor shall obtain necessary building permits at no cost when required. • Contractor shall possess a City Business License. • Contractor shall be registered with the Department of Industrial Relations (DIR) for the electronic submitting of their certified payroll for prevailing wage. • As required, Contractor shall provide traffic control per the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) "Watch Manual." • The Contractor is responsible for all underground service alerts prior to digging (DigAlert). 12-19 09/04/2024 E V E R F E N C E TM FENCE MADE EASY- EverFence will provide and furnish (as necessary) labor, materials, special equipment, and permits for the installation and repairs of (but not limited to) 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, peeler core post and wood -rail fencing, concrete post and rail fencing, and tension cables on city owned facilities within the City limits of Newport Beach, California. About Us: EverFence Corporation is a reputable fence company with roots in Southern California and offices in Texas as well as Florida. Our five locations in Southern California allow us to serve our customer base quickly and efficiently with the high standards we require of ourselves. EverFence's local team to Newport Beach consists of our Commercial Division Manager, Commercial Manager, 5 project managers, 3 project coordinators, 5 estimators, 25 crews, accounts, etc.. We have an abundance of knowledge throughout our organization and are extremely confident in our ability to meet timelines and with the high level of quality expected. Method of Approach: 1) We are extremely confident in our ability to provide coverage and materials in ample time for this project. EverFence is very familiar with these types of projects, and we have a very experienced team coordinating along with multiple facilities in the area. a) Subcontractors — We will not be using subcontractors on this project as our team and crews are the most experienced with this SOW. 12-20 Contractor License: ONTRS dC� STATE LICENSE BOARD »� """°`""'."• ACTIVE LICENSE r� _.-A063022 --,CORP ...�. EVERFENCE CORPORATION n ..02/2812026 www.cslb.ca.aov R Department of Industrial Relations (DIR): 1) DIR Number: 1000708605 Expires:06/30/2026 Conclusion: On behalf of EVerEence Corporation, we would like to express our gratitude for the chance to bid on this project. We are eager and enthusiastic about the prospect of working with the City of Newport Beach. 12-21 EXHIBIT B SCHEDULE OF BILLING RATES Everfence Corporation Page B-1 12.22 Exhibit B - COST FILE Section 1: Billing Rates Important Note: Rates are inclusive of all costs including, but not limited to labor, travel, supplies, equipment, materials, and disposal in the performance of the prescribed tasks. CHAIN LINK FENCE Chain link shall be 9 gauge, 2 1/4" mesh size ITEM Unit of Cost per Cost per Cost per Cast per NO. DESCRIPTION Measure Unit Unit Unit Unit 1-10 LF 11-50LF 51-100LF 100+LF 1 Remove and install 4' LF hi h chain link fence $21.00 $21.00 $21.00 $21.00 2 Remove and install 6' LF hi h chain link fence $22.00 $22.00 $22.00 $22.00 3 Remove and install 8' �F NO chain link fence $26.00 $26.00 $26.00 $26.00 4 Provide and install 4' LF hi h chain link fence $15.00 $15.00 $15.00 $15.00 5 Provide and install 6' LF hi h chain link fence $18.00 $18.00 $18.00 $18.00 6 Provide and install 8' LF high chain link fence $20.00 $20.00 $20.00 $20.00 CHAIN LINK POSTS Removal ITEM Unit of Cost Cost per Cost per Cost per NO. DESCRIPTION Measure per Unit Unit Unit Unit Each 2-5 Each 6-10 Each 10+ Each Removal of line or $350 $350 $350 $350 7 terminal posts all sizes Each and location Line Post Install ITEM Unit of Cost Cost per Cost per Cost per NO. DESCRIPTION Measure per Unit Unit Unit Unit Each 2-5 Each 6-10 Each 10+ Each 8 1 5/8" diameter x 4' high Each in concrete/pavement $250.00 $250.00 $250.00 $250.00 9 1 5/8" diameter x 4' high Each in soil $245.00 $245.00 $245.00 $245.00 1 Q 1 5/8" diameter x 6' high Each in concrete/pavement $260.00 $260.00 $260.00 $260.00 11 1 5/8" diameter x 6' high Each in soil $255.00 $255.00 $255.00 $255.00 12 1 5/8" diameter x 8' high Each 1 in concrete/pavement $270.00 $270.00 $270.00 $270.00 12-23 COST FILE Line Post Install (cont.) ITEM Unit of Cost Cost per Cost per Cost per NO DESCRIPTION Measure per Unit Unit Unit Unit Each 2-5 Each 6-10 Each 10+ Each 13 1 5/8" diameter x 8' high Each in soil $265.00 $265.00 $265.00 $265,00 14 1 7/8" diameter x 4' high Each in concrete/pavement $250.00 $250.00 $250.00 $250.00 15 1 7/8" diameter x 4' high Each in soil $245 0 $245.00 $245.00 $245.00 16 1 7/8" diameter x 6' high Each in concrete/pavement $260.0 $260.00 $260.00 $260.00 17 1 7/8" diameter x 6' high Each in soil $255.00 $255.00 $255.00 $255.00 18 1 7/8" diameter x 8' high Each in concrete/pavement $270.00 $270.00 $270.00 $270.00 19 1 7/8" diameter x 8' high Each in soil $265.00 $265.00 $265.00 $265.00 20 2 3/8" diameter x 4' high in concrete/pavement Each $265.04 $265.00 $265.00 $265.00 21 2 3/8" diameter x 4' high Each in soil $260.00 $260.00 $260.00 $260.00 22 2 3/8" diameter x 6' high Each in concrete/pavement $275.00 $275.00 $275.00 $275.00 23 2 318" diameter x 6' high Each in soil $270.00 $270.00 $270.00 $270.00 24 2 3/8" diameter x 8' high Each in concrete/pavement $280.00 $280.00 $280.00 $280.00 25 2 3/8" diameter x 8' high Each in soil $275 0 $275 00 $275.00 $275.00 26 2 7/8" diameter x 4' high Each in concrete/pavement $265.00 $265.00 $265.00 $265.00 27 2 7/8" diameter x 4' high Each in soil $260.00 $260.00 $260.00 $260.00 28 2 7/8" diameter x 6' high Each in concrete/pavement $275.00 $275.00 $275.00 $275.00 29 2 7/8" diameter x 6' high Each in soil $270.00 $270.00 $270.00 $270.00 30 2 7/8" diameter x 8' high Each in concrete/pavement $280 0 $280.00 $280.00 $280.00 31 2 7/8" diameter x 8' high Each in soil $275.00 $275.00 $275.00 $275.00 Terminal Post Install ITEM Unit of Cost Cost per Cost per Cost per NO. DESCRIPTION Measure per Unit Unit Unit Unit Each 2 Each 3-4 Each 4+ Each 32 2 3/8" diameter x 4' high Each in concrete/pavement I .$265.OQ $265.og $265.00 $265.00 12-24 COST FILE Terminal Post Install ITEM Unit ofF$Each Cost per Cost per Cost per NO. DESCRIPTION Measure Unit Unit Unit 2 Each 3-4 Each 4+ Each 33 2 318" diameter x 4' high in soil Each $260.00 $260.00 $260.00 34 2 318" diameter x 6 high Each in concrete/pavement $275.00 $275.00 $275.00 $275.00 35 2 318" diameter x 6' high Each in soil $270.00 $270-00 $270.00 $270.00 36 2 318" diameter x 8' high Each in concrete/pavement $280 00 $280.00 $280.00 $280.00 37 2 3/8" diameter x 8' high Each in soil $275.00 $275.00 $275.00 $275.00 38 2 7/8" diameter x 4' high Each in concrete/pavement $265 0 $265.00 $265.00 $265.00 39 2 7/8" diameter x 4' high Each in soil $260.001 $260.00 $260.00 $260.00 40 2 7/8" diameter x 6 high Each in concrete) avement $275.00 $275.00 $275.00 $275.00 41 2 718" diameter x 6' high Each in soil $270.00 $270.00 $270.00 $270.00 42 2 718" diameter x 8' high In concrete/pavement Each $280.00 $280.00 $280.00 $280.00 43 2 718" diameter x 8' high in soil Each $275 0 $275.0 $275.00 $275.00 Minimum specifications unless otherwise noted on approved permitlplans when applicable: • Concrete for fence posts shall have a'minimum compression strength of 4,000 psi. • Fence post footings to be a minimum of 3 times the post diameter. • Fence post footings to be a minimum of 24" deep for 4' and 6' high posts and 36" deep for 8' high posts. 12-25 COST FILE MISCELLANEOUS TASKS ITEM Unit of Cost per Cost per Cost per Cost per NO. DESCRIPTION Measure Unit 1(1Ll1-50LF Unit Unit Unit 51.100LF 100+LF 44 Re -stretch chain link LF fabric $27.00 $27.00 $27.00 $27.00 45 Remove and replace top LF rail $12.00 $12.00 $12.00 $12.00 46 Remove and replace LF bottom tension wire $3.75 $3.75 $3.75 $3.75 47 Privacy Fencing - Slats LF $34.00 $34.00 $34.00 $34.00 48 Privacy Fencing - Vinyl LF Sheeting $24.00 $24.00 $24.00 $24.00 49 Re -Stretch 3/8" Tension LF cable $7.25 $7.25 $7.25 $7.25 50 Remove and install 3/8" LF Tension cable $12.75 $12.75 $12.75 $12.75 51 Re -Stretch 3/16" LF Tension cable $8.25 $8.25 $8.25 $8.25 52 Remove and install 3/16 LF Tension cable $13.75 $13.75 Remove and Install Gate 53 Chain link fabric shall be LF 100.00 $100.00 $100.00 $100.00 9 gauge - 2 1/4" mesh size 54 Rental Chain Link 6 foot LF high $27.00 $27.00 $27.00 $27.00 55 Privacy Fencing - Fabric LF $6.00 $6.00 $6.00 $6.00 12-26 COST FILE After Hours means Monday - Friday 5:00 pm - 7:00 am, Weekends and Holidays. • All rates subject to comply with Prevailing Wage requirements and subject to Department of Industrial Relations (D1R) payroll submission. - Rates are inclusive of materials. Any reimbursements for unanticipated and pre -approved costs will require a receipt with a maximum 15% markup allowable. Section 2: HOURLY LABOR RATES Minimum Call Out: 2 Minimum Hours Rate Type Hourly Labor Rate $150 00 Welding - Regular Rate $225.00 Welding - Overtime Rate (Monday - Friday 5:00 pm • 7:00 am, Weekends and Holidays) Foreman - Regular Rate $150.00 Foreman - Overtime Rate (Monday - Friday 5:00 pm • 7:00 am, Weekends and Holidays) $225.00 Journeyman - Regular Rate $125.00 Journeyman - Overtime Rate (Monday - Friday 5:00 pm - 7:00 am, Weekends and Holidays) $188.00 Laborer - Regular Rate $100.00 $150.00 Laborer - Overtime Rate (Monday - Friday 5:00 pm - 7:00 am, Weekends and Holidays) Parts and Materials Markup % (Maximum 15%) Total % Markup: 14.5 CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPl increase upon the first anniversary of the contract and each anniversary thereafter in accordance with the terms set forth in the Agreement. 12-27 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCEIREPAIRMANITORIAL 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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) 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 Everfence Corporation Page C-1 12-28 arising out of or 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 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 Everfence Corporation Page C-2 12.29 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 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. Everfence Corporation Page C-3 12-30 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. I. 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. Everfence Corporation Page C-4 12-31 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 EVERFENCE CORPORATION hereinafter designated as the "Principal," an agreement for maintenance and/or repair services consisting of on -call fencing maintenance, repair, replacement and installation 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. Everfence Corporation Page D-1 12-32 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 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 Everfence Corporation Page D-2 12-33 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 _ I 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 helshe/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. 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) Everfence Corporation Page D-3 12-34 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 EVERFENCE CORPORATION hereinafter designated as the "Principal," an agreement for maintenance and/or repair services consisting of on -call fencing maintenance, repair, replacement and installation 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. Everfence Corporation Page E-1 12-35 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 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: 0 Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Everfence Corporation Page E-2 12-36 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) EverFence Corporation Page E-3 12-37 ATTACHMENT B ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH RED HAWK SERVICES, INC. FOR ON -CALL FENCING MAINTENANCE AND REPAIR SERVICES THIS ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 14th day of January, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RED HAWK SERVICES, INC., a California corporation ("Contractor"), whose address is 262 E 1 st Street, Perris, CA 92570, 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 cant' 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 consisting of on -call fencing maintenance, repair, replacement and installation services ("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 January 13, 2030, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). 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 to be provided; 12-38 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 fprth 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. 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 Three Hundred Thousand Dollars and 001100 ($300,000.00), without prior written amendment to the Agreement. Red Hawk Services, Inc. Page 2 12-39 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price Index, All items, 1982-84=100 for All Urban Consumers (CPi-U)", for the Los Angeles - Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed the Consumer Price index or 2.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less. 4.3 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. 4.4 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. 4.5 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 Sacott Moore to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any Red Hawk Services, Inc. Page 3 12-40 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. City's Director of Public Works or designee shall be the Project Administrator and shall have the authority to act for City underthis 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 MATE RIALSISTANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services 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. Red Hawk Services, Inc. Page 4 12-41 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, cr 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, 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. Red Hawk Services, Inc. Page 5 12-42 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 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. Red Hawk Services, Inc. Page 6 12-43 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 001100 ($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 001100 ($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 001100 ($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 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 001100 ($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 Califomia 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 Red Hawk Services, Inc. Page 7 12-44 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 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 Red Hawk Services, Inc. Page 8 12-45 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 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 sea•, 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. Red Hawk Services, Inc. Page 9 12-46 24.2 If subject to the Act and/or Government Code §§ 1090 et sea., 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: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 25.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at- Attn: Sacott Moore Red Hawk Services, Inc. 262 E 1 st Street Perris, CA 92570 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 Red Hawk Services, Inc. Page 10 12-47 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. 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 ("FLSK) (29 USCA § 201, of 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. Red Hawk Services, Inc. Page 11 12-48 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 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. Red Hawk Services, Inc. Page 12 12-49 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] Red Hawk Services, Inc. Page 13 12-50 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1Z - i 7W 2 u By:'�� Apr1pn C. Harp C10 Attorney ti ATTEST: Date: Leilani i. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Joe Stapleton Mayor CONTRACTOR: RED HAWK SERVICES, INC., a California corporation Date: By: Scott Aven Moore Chief Executive Officer, Chief Financial Officer Date: By: Jacob Ray Moore Secretary [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 Red Hawk Services, Inc. Page 14 12-51 EXHIBIT SCOPE OF SERVICES Red Hawk Services, Inc. Page A-1 12-52 Exhibit A Scope of Services Contractor shall provide and furnish labor, materials, special equipment, and permits for the installation and repairs of, including but not limited to, wrought iron gates and fences, the installation and repairs of chain link gates and fences, privacy mesh fencing, Vinyl covered chain link fencing, wood panel fencing, peeler core post and wood -rail fencing, concrete post and rail fencing, and tension cables on city owned facilities within the City limits of Newport Beach, California. • Contractor shall detail any modifications or curtailment of requested tasks and operations in Contractor's Letter Proposal which shall be subject to acceptance by the City's Project Administrator. • Contractor shall maintain work areas with a well -manicured, clean appearance, and all work shall be performed in a professional manner using quality equipment. • 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. • Contractor shall be responsible for any damages to public and/or private property caused during the course of the work. • 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: Contractor shall meet all specifications and requirements contained in this Agreement. No substitutions will be accepted without prior City written approval. • Contractor shall possess and maintain an active C-13 - Fencing Contractor License issued by the State of California Contractors State License Board. • Contractor shall respond to requests within forty-eight (48) hours of notification by a representative of the City. 12-53 • All tools and materials shall remain in Contractor's possession at all times. • All Contractor vehicles parked on site shall be secure at all times. • Contractor shall ensure all precautions for safety are taken. • Contractor shall obtain necessary building permits at no cost when required. • Contractor shall possess a City Business License. • Contractor shall be registered with the Department of Industrial Relations (DIR) for the electronic submitting of their certified payroll for prevailing wage. • As required, Contractor shall provide traffic control per the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) "Watch Manual." • Contractor is responsible for all underground service alerts prior to digging (DigAlert). 12-54 RaLdik U ed ..awk Savices, Int, DBA RED HAWK FENCE 262 East First Street - Perris, CA 92570 Laborers Local 1184 Phone: 877-657-6400 - Fax: 951-657-6442 Certified SBE 2014810 RED HAWK SERVICES, INC. IS A SOUTHERN CALIFORNIA BASED FENCING COMPANY. THE VISION FOR RED HAWK FENCE IS SIMPLE. DELIVER QUALITY RESULTS AND UNMATCHED EXPERTISE OUR UNIQUE CAPABILITIES BRING SATISFACTION TO EACH AND EVERY CUSTOMER. Objective: Red Hawk Fence continually strives to provide the preferred fencing contractor standards we maintain for many of the Local Utilities, Municipalities, School District and Construction Projects we service throughout the Southern California Regions. The highest quality standards apply to every aspect of our workmanship. Summary: Red Hawk Fence has the experience it needs to handle the most challenging projects; we approach each project with a cooperative mindset, working with owners, architects, and contractors toward the common goal — "successful project delivery". Red Hawk Fence has successfully executed projects of every size with diverse degrees of complexity for clients in various market segments including Commercial, Industrial, Residential, School Districts, Local Utilities, Municipalities, Military and Caltrans. We are earning an excellent reputation and a loyal customer base by consistently delivering projects on time. on budget, with a commitment to quality in every aspect of the project. Education: Red Hawk Fence is licensed, bonded & Insured as an A, B, C-13, and C-61/1328 contractor. We are a family run business. Red Hawk Fence is highly dedicated to "safety on the job" and has implemented a safety incentive program, with 3`d party inspectors, allowing us to maintain the highest safety standards. We bring several decades of experience to our endeavors with a commitment to our customers to provide superior service and competitive pricing. Red Hawk Fence is also member of L1UNA Local 11.84 and certified SBE. Professional Experience: Raising the bar; with nearly 30 years average fencing experience with each key employee. Red Hawk Fence has earned a good reputation since we first opened our doors. With a tradition of hard -work, and superior craftsmanship, Red Hawk Fence has the know-how that only comes from years of hands-on construction experience_ This experience applies to the small project from residential and local communities, hundred -thousand -dollar projects that attract attention, and for projects that fall in between. We are proud of our experience, accomplishments, and the high -quality workmanship. 12-55 CONTRACTORS' d=a STATE LICENSE ROAM ACTIVE LICENSE ..1050794 -�cORP o.m. — RED HAWK SERVICES INC DBA FLED HAWK FENCE a. -. lA B G13 C611D28 kn 0212812025 www.cshca.gov 12-56 STANDARD OPERATING PROCEDURES Owner: City of Newport Beach City Hall, Second Floor, Bay D 100 Civic Center Drive Newport Beach, CA 92660 Contractor: Red Hawk Fence 262 E 1st St. Perris, CA 92570 Phone: (877) 960-2717 Project: On- Call Fencing Maintenance and Repair Services Procedures; 1. Contact info- list of Project Managers / Estimators 2. Request a proposal 3. Approve material's submittal 4. Fabrication/ lead time 5. Schedule project 6. Installation 7. Completion/ Final Punch list S.O.P, prepared by: Ricardo Gutierrez Red Hawk Fence Cell: (951)-503-8325 E-mail: Ricky(RRedhawkservices.us Page 12 12-58 Contact info- list of Project managers to reach to Below i have the info for 3 estimators/ project managers. In case of emergencies please contact the owner. Primary Project Manager/ estimator: Red Hawk Fence Ricardo Gutierrez Estimator / Project Manager Office: (951)657-64001 Email: Rick)-(; redhawksen:4 s. • Cell: (951)503-8325 1 .Pax: (951)657-6442 Address: 262 E. 1st Street, Perris, CA 92570 Other Project Managers/ estimators: Red Hawk Fence Jacob R- Moore Office.- (951)657-64001 Email: Gacob(a?kedniser temus Cc11: (909)272-09451 Fax; (951)657-6442 tlddress: 262 E. 1 st Street, Perris, CA 92570 Red Hawk Fence Jarold T. SmoUen Project Manager / Estimator Automated Gates and Access Control and Fencing Division CAG01 (Certified Automatic Gate Cluerator lrr.siAlter, 6EA. IDFA) CLSB 1050794 DIR 1000405318 Office: 1-877-960-2717 1 Email: jaroIdCo,,redhawhscrvices.us Cell: (951) 772-2321i P Pax: '95 57- 4 ? Address: 262 E. 1st Street, Perris, CA 92570 Red Hawk Fenc Office: 1-877-960-2717 1 Email: KotLQrcdhawkscrchc.cs.us Cell: (931) 712-2721 1 Fax: (951) 65 7 -6442 Address: 262 G. 1st Street, Perris, CA 92570 Lic # 1050794 Page 13 12-59 Request a proposal Once you reach out to our estimators we will gladly meet you on site to walk the job presented. Once we calculate the material, equipment, and labor necessary to complete your project we will send out a proposal for your approval. (example attached below). -7 Certifications & Crafts: fi105078 SSho 1L4cal1 D RIOlicense D1R k10000403J18 Gaian Shap_I.xa11184 Full Workers Comp. ir'> & Liability lrssi — , Estimator. Ricardo (Riclg) Insured &Beaded mL HAWK n (' ' rur ® HAWK ��iCIE celGutl: Cell: (4S1) S4t43:5 Toll FreeL877-960--!717 ME. Ilk Sirter.Perrit,CA92570 WrkyrS-redhawkserrices.us PROPOSAL FORC4Of\ewpartBrach- Hand Rail atbalboa DATE:3117123 Pier Attn: Ran Hahn Phone: 949-719-3461 Address I Balboa Pier, Newport Beach, CA 92661 E-mail: RHahn`tdnenporlbeacbca.gor FORK INCLUDED: Red 1hn•1• Services Inc (DBA Red Rant Fence) shall provide the construcrion services iaciudiog the labor, nwrtb1s, and equipmeal, necessnyto complese the f0ao%ing Wept of"rk for die above referenced project for the price indicated (ue excimsioat btlosr). SCOPE OF WORK: Install a new 24' loog Wad raA. NIatCb Owner's existing band rail, • Flange plate hand rail into existing curb • 4" = 4" R313ge plates • 318" concrete Screw anchors • 2-318" x sch.40 x pipe • Bat dipped Galvanized finish TOTAL COST: S5,854.68 Bid per pn 1111bg Rage Mrs CLUMICAT=-SWOMS: -Propmal it fan (1) mobdi=ms demobdc atioar to hom job sire oa1p. Amy addsriaoalmobiliratians'dramobdizatioss aillressdt iu addi¢mal ebars -Fe�•e line>o bef a•dclrar mmiwvm [0'frmaba4 Was eldae Edon lnv. . Any additiwxt aaiffig ar amide®regtssrsdmlf beat -AA-1 eou TIME MANE: - LM M.W. 1.2 Veda. • Sabumdd Co p'.etim of rcrld We&. (1) mv&nl dr31•1 Crew ( srmAible, rdmtimal c cm be mobihmq REFERV�CM -Bidperpmidasg aage inn -BAMjob m2 ash aver TE1tlI9: Propo W n gaesd far ■ period efl6 d+]s 8am dau isvxd ?Loerials ea 6e delismd rojab du a *ardor Red Efaak Seaun hnlay.1?ropns pa}mnm drroa�ora dura¢on of projrct {a4ea applicably). BaLsace of r®aace due sspoy emglrnom a[pbated nsxk: met 30 dayr is NIIsgew mript of final imrice (Ins anymeartmJ. E=LUSTONS: CAD aeldwg.cdUf'td aeuic& rk m1.cmVKtimaf wdl ,conrWe assbout. care dritaig. rebn cages. de Brien. dug cw"I rugiseerin8. Fare lacks Kane bnsesi;eys, Eate •pdr•tare. gaea e]e>.art. ssayl ea•ti�sg, padm8. prmmdmg.eketrini ckaing F+ebbig• brPeenm suite% maw nib. ttaf repair. pmnrti smsita amices. rra•eeaa'ag acph.h cmeete. *image. sin fawt, spoils remmnl. amm}m{, evgiexeeior. BuyA:aeric• An te4tdreIDmrs. Buy Amrncan reytdret ts. SVIM. te.pawyfcrieing-er15r eaeuraLnn teimmwe. snadsrreea"Pairs to damagedamdaparsed 1>-m in aayeapvxey(DrS Aka 811i. a trwtxrupphMbyOGrnsrsmct- Aurharrrsadle&orb nil m-4 tw'rradlF taeimaan cendmaar arch areareranrorW,poor•5yfmd ronhnoa; orpwrmilbrmrn3 rapanrJ, rnrfrra}trgbaranr Rmned ro lacESmoarer, back hw, arm�gndeara! rp1.r dafnrqand aynvrs► rhorgul, tmtaar[r= P1+'% drhsrrp end r+uraflanaal a d,aammrs. For car* drrLSrrg ®d armr�y haaawarg theprorhavteall a15r:6 aR row hrndrrdlfssa+rha anbroan Mar nfrrmM2 rhrdrgh rrEnr, rodnarwmdltau, mrdahrrarrraJr. SIGNATME OF ACCEPTANCE Submitted by Red Hank Services Inc (eka+e anon ane siped cap-af Isis proposal) Estimator. a Ricardo (Risky) Gutierrez SiFata. Dt, Cell: (951)503-8325 Email: RiCkyri<d1Wwt5Clt1CC5-tu 3failiag Addms cowttphmea Red Hank Senicrs Iuc 1 2112 E. le. Street, perm% CA 0257a 1 Ph: t-877-960-2717 Page 14 12-60 Approve material's submittal To guarantee you receive what you want we will create a submittal package specking out every item on the job. ( please see example below) Submittal includes: CAD drawings of what you want, specifications of material, material certifications, and concrete mix design, etc.... Once everything looks good to the owner and submittals have been approved we can move forward with fabrication. LAYOUT: North Hollywood Central Treatment: site Layout rxN —101 rd iF)10E 6FCiG11 N/C1M ,0H acy� l.CIO-- •.:r iCY4L IR.f:°U: IWC�AY 77 L�-J ° —7---- r .. Aa i R K ;tloore br tlx.ct i rr_ r g i L — — — — — --� is ° E°.Ci 9iGEierta,urc:1 J; 4:?�TK .A'E 1of{',r IN FFNCf M(TO, MK? - ,—__ aE:•ff!,Gf o.r,:a MwCroi A&gJGTxK WE TQ" G.u.1M,M tlF,AR ,A-.,�r81 �1f �9R7-u� Page 16 Page 15 12-61 FENCE TYPE: Maximum Security Fence Detail: Forte Flat Panel a 54 PAlfcl M,N P09, LE%TN rA. 2.112. TOP r 7f7B• PS LV 9onaN VuuLs PNIEL C[.VIw 5 t6' 3 d' 5 td' 3 re• ]rlsltlt d P�upesty S� lYY1 T' Outside OfProwrt/ G/IVYQW APP+OM9F>r . m E CW EP STA IN W •ALA 0.1M' KATICAL MO - - - wd120ktAC TFVA CLAW M. BETA.FACf,. vtaE dTA.•� I' W?EpJTSRACKET :. ._ _T - EEF COTCRETE Fporn IG PER ' FI"4FERI910 + 4 �. } CA1 ClA ATKIIIS + 60,0ec washers )fIC7W4" .. G[ ; Au 1 Netw6en xsh and eeR rapping suews to povide carros�on FENC.F OK GATE $FCTIOFI tB Sdc MTS SKO_ ONS reslSceodorak pETAIL 2 POST 3+S As7Y Aij00 Mg To ME 12MM 1 .49 ASTY A-500 POST 1MG COATING 0.9+T/fI ASTY A-613 TABLE 1 E090-Z275) LO $ N +7 137.25 PLASTIC VNACION POST LAP FOR 3'.S' POST POLYPROMENE POBVOI COATNG TMCNNE� tOO MCRONs.— - 7tEpH1Mk 5tK"E tTr Page, 8 _ -- ForrtE FUf PANEL SPECIFIGITIOHS SPECiFfGTION TOLERANCE SPECIFICATTgK i HORIZONTAL WIRE DIAMETER 8.114 l.65mm, Yp.p018 YO.DSInm. ASTY A-5!p '—'vERfMx wIAE OwIETER 6.t�t' 7.65mn,, 30-wig 30.OSiTun. A57M A-Sf0 TENSILE STREwLM 80 kp ZINC COATV/IG O-S2 Oi/rT A$TY R-84f FOwbER LOATVkVG TMlC1(NE55 C/C FREE FREE 7Op kYCRCNS ASTiI p-7Olat 12-62 CONCRETE MIX DESIGN: Concrete Mir Design 42191A ROBERTSON'S ROCK " SAND' BASE MATERIALS READY MIX CONCRETE [kale 50"023 xrF^ Ir Concrete W beawn 4211 Project Sari Fernando Water Rertledlatlon • 12895 Sheldon St. ^ Sur? Valley Canitactor. Red hawk F X0 Descriplon KW pp 1"M **h avf Strengthffc) 'W4 pat W/Cratio 06i Stump: 4 " Sack Content: 5.20 sk Max. Size ofAgg f Gatlsk._ 6.92 Pump Type Boom pump Un Wt . 146.4 ALL CONCRETE IS AV= AND OEUVEM 1N ACCORDANCE WITH AS TV C-94 AgMate W ,' s are S51); iUpahxe in A s Must be Considered When Def,-~g TOW Aau Water AfIX 3! Contents: Patch Wf. %used Sp. Gr. Volume 416 85 3.15 212 Cement tASTMC-150) Fly Ash-Ctass F (AS TM C-618) 73 15 2.33 0.50 Send 1415 45 2.62 a 1-112'x314' 0 0 2.67 000 1•x#4 f272 40 2.65 770 318' x #8 477 15 265 289 Water 36.0 gal 2999 481 Entrapped Atr 125 % 0.34 I A? = 3954 Vol = 27.00 ADMIXTURES: £aeon RS is optional and mus Eucon WR 91 (AS TM C-494) o .rw 14 7 0r JNote be requested as needed wfien " Opdonal,Eacon AS for 2-4 hours " pixtngorders for caxaete, i I Remark: TM engineer should review this mis to ansun compliance to the project speeWkwions I sire % 2' 1 10' 1' .3,4' 1i1" "' No 4 NO 8 No 16 No 30 _ No 50 No 100A10 2� 11,7. 0 too 95 33 7 3 1 0 0 0 0 0 0 0 1 40 100 100 95 7 3 1 f 0 1 0 00 0 0 15 1 too 10o too too to 2 1 1 0 0 0 MIS 45 100 too 100 f00 1 i t 6 cman d 100 100 100 98 88 75 64 47 36 `. 27 18 0 3 1 Sand Sowce �e�esslxon'a lJ;=l Rork Source csmeetAS fMC-33 Cermr# PoNand Cement Type 1W F Ash _ C1a5s F fVo rt 005-[tW exr war Page 173 Page 17 v V rsnz low wrvna. i.A veplo rax (7-7,l Lo/ +4[y 12-63 Fabrication/ lead time - Fabrication takes place soon after the approved submittals. - We will order materials, provide trill certifications if required - Depending on the customization of required work leads times vary from 2-3 days ( chain link gates) to 6-8 weeks for stuff suppliers don't have in stock (custom wrought iron panels and gates) - We have a full service welding shop with high quality welders/ fabricators that have over 39 years of experience - We can supply prime and painted, powder coated, hot dipped galvanized finishes on material - Unless otherwise specified we always use pre galvanized tubing and pipe for long lasting anti -corrosion products. Page 18 12-64 Scheduled project - Once we have figured out the lead time on material and fabrication we will be able to provide a schedule as shown below. AcIlvityCoft Ue Dw*ftn Plan Start Plan Finish Actual Start Actual Finish FALYkJh: 6 OA723f24 091 W4 in5tm I5� npeung Pa 4s 4 09,0212A 09q" f09TAg705tH11 S3)pS dam wb3tloxS 4 OWM2A OWI W4 irtsE M 131 V-d* 5—g 04e 5 09MM4 W19i2A Page � 9 12-65 Installation - We will mobilize as scheduled time. - (1) hour of safety meeting is included per project if any is required - Pre -construction job walk will take place with the foreman, project manager, and owner on the first day of installation. - We have skilled and trained work force that graduated from the laborers union - Apprentices from laborer unions on all 4 man crews - We can also provide certified payroll on all our projects if required - Full PPE for all fencers and project managers when walking the site. - We can provide temp fence when required Completion/ Final Punch list On the last day we will walk the job site and make sure to fix any concern the owner might have. Post -construction job walk will take place to provide full customer satisfaction. EXHIBIT B SCHEDULE OF BILLING RATES Red Hawk Services, Inc. Page B-1 12-67 Exhibit B - COST FILE Section 1: Billing Rates Important Note: Rates are inclusive of all costs including, but not limited to labor, travel, supplies, equipment, materials, and disposal in the performance of the prescribed tasks. CHAIN LINK FENCE Chain link shall be 9 gauge, 2 114" mesh size ITEM Unit Cost per Cost per Cost per Cost per NO. DESCRIPTION Measure re Unit Unit Unit Unit 1-10 LF 11-50LF 51-10011-F 100+LF 1 Remove and install 4' high chain link fence LF $157 . 61 $57. 47 $40. 89 $31.53 2 Remove and install 6' LF $158.54 $ 61. 31 $44.32 $34.19 high chain link fence 3 Remove and instals 8' high chain link fence LF $191. 87 $112 , 21 $63. 48 $59.84 4 Provide and install 4' LF ..high chain link fence $150.02 $57.00 $40.19 $31.19 5 Provide and install 6' LF high chain link fence $153.99 $59. 66 $42.37 $32.80 6 Provide and install 8' LF NO chain link fence $181. 67 1 $110 .24 $62.70 $59. 03 CHAIN LINK POSTS Removal ITEM Unit of Cost Cost per Cost per Cost per DESCRIPTION per Unit Unit Unit Unit NO Measure (Each) 2-5 Each 6-10 Each 10+ Each Removal of line or 7 terminal posts all sizes Each $661.36 $176.94 $143.69 $70.60 and location Line Post Install ITEM Unit of Cost Cost per Cost per Cost per DESCRIPTION per Unit Unit Unit Unit NO. Measure Each 2.5 Each 6-10 Each 10+ Each 8 1 5/8" diameter x 4' high Each in concrete/pavement $717.41 $208.39 $189.70 $161.46 9 1 5/8" diameter x 4' high Each $701.97 $197.95 $184. 59 $151. 61 in soil 10 1 5/8" diameter x 6' high Each in concrete/pavement $729.11 $212.48 $194.03 $167.16 11 1 5/8" diameter x 6' high Each $705. 41 $204. 64 $192.25 $156. 59 in soil F12 1 518" diameter x 8' high Each in concrete! avement $ 735.56 $223.03 $205.49 $17E.85 12-68 COST FILE Dine Post Install (cont.) ITEM Unit of Cost Cost per Cost per Cost per NO DESCRIPTION Measure per Unit Unit Unit Unit Each 2-5 Each 6-40 Each 10+ Each 1 5/8" diameter x 8' high 13 in soil Each $719.56 $218.04 5203.17 s1b9.03 14 1 7/8" diameter x 4' high Each $722. 87 $213.85 $195.16 $166. 92 in concretel avement 15 1 718" diameter x 4' high Each in soil $707.43 $203.41 $190.05 $157.07 16 1 7/8" diameter x 6' high Each in concretel avement $729.57 $217.94 $199.49 172.62 1 7/8" diameter x 6' high 17 in soil Each $710,87 $210.10 $197.71 $162.05 18 1 7/8" diameter x 8' high Each in concrete! avement $741,02 $226.49 $210.95 $184.31 19 1 7/8" diameter 8' high Each in saii $725.02 $223,50 $208.63 $164.49 2 3/8" diameter x 4' high 26 Each in concrete! avement $730.42 $221.40 $202.71 $174.47 21 2 3/8" diameter x 4' high Each $714. 98 $210. 96 $197.60 $164. 62 in nail 22 2 3/8" diameter x 6' high _ Each in concrete/pavement $737.12 $225.49 $207.04 $180.17 23 2 3/8" diameter x 6' high Each $718.42 S217.65 $205.26 $169.60 in sail . 2 3/8" diameter x 8' high _.._... 24 in concrete/pavement Each $748.57 $236.04 $218.50 $191.86 25 2 3/8" diameter x 8' high Each $732.57 $231.05 $ 216.18 $172.17 in soil 26 2 7!8" diameter x 4' high Each in concrete/pavement $744.57 $235.55 $216.86 $188.62 27 2 7/8" diameter x 4' high Each Iin sail $729.13 $225.11 $211.75 $178.77 2 7J8" diameter x 6' high 28 Each in concrete/pavement $751.27 $239. 64 $221.19 $194.32 29 2 7J8" diameter x 6' high Each in soil $732.57 $231.80 $215.41 $183.75 30 2 7/8" diameter x 8' high Each$732.57 $231. BO $219.41 $183.75 in concretef avement 31 2 718" diameter x 8' high Each in soil 5746.72 $245.20 $231.01 5186.32 - Terminal Post Install Cost Cast per Cost per Cost per ITEM DESCRIPTION Unit of per Unity Unit Unit Unit NO. Measure jEach � act (3-4 Each 4+ Each 32 2 3/8" diameter x 4' high Each in concrete/pavement $733.25 $392.18 ', $277.18 $250.85 12-69 COST FILE Terminal Post Install ITEM Unit of Cast Cost per Cost per Cost per NO DESCRIPTION Measure per Unit Unit Unit Unit _ _ Each 2 Each 3-4 Each 4* Each 3!8" dlamEter X 'high 33 In soil Each $713.25 $376.18 $264.52 $241, 52 34 2 3/8" diameter x 6 high Each in concrete/pavement $748.36 $407.29 $292.18 $265.96 2 3/8" diameter x 6' high 36 in soil Each s728.36 $351.29 $279, 63 $256. 63 2 3/8" diameter x 8' high 36 in Concrete! avement Each $158.15 $417.08 $301.97 $275.75 37 2 3/8" diameter x 8' high Each $738. 15 $401.08 $289. 42 $266.42 in soil 38 2 7/8" diameter x 4' high Each in concrete'pavement $744.77 $403.70 $288.70 $262.37 39 2 7/8" diameter x 4' high Each $724.77 $387.70 $276.04 $253.04 in soil 40 2 7/8" diameter x 6 high Each - in concrete/�yement ~' S759.88 $418.81 S303.70 $277.48 2 7/8" diameter X 6' high _ �aCh $739.88 $402 .81 $291. 15 $268.15 in soil 2 718" diameter x 8' high 42 Each In concrete) avement $769.67a $428.60 $313.49 $287,27 43 2 718" diameter x 8' high Each $749. 67, $412.60 $300. 94 $277. 94 in soil Minimum specifications unless otherwise noted on approved permit/plans when applicable: • Concrete for fence posts shall have a minimum compression strength of 4, 006 psi. • Fence post footings to be a minimum of 3 times the post diameter. Fence post footings to be a minimum of 24" deep for 4' and 6' high posts and 36" deep for 8' high posts. 12- 70 COST FILE MISCELLANEOUS TASKS ITEM Unit of Cost per Cost per Cost per Cost per NO DESCRIPTION Measure Unit Unit Unit Unit 1-10LF 11-50LF 51-100LF 100+Li+ 44 Re -stretch chain link LF $131.43 $23.00 $15.94 $13.04 fabric 45 Remove and replace top LF rail $155.66 $24.90 $17.95 $10.21 46 Remove and replace LF bottom tension Wire $111.37 $19.03 $10.80 $7.96 47 Privacy Fencing - Slats LF $141.01 $28.88 $24.53 $22.22 48 Privacy Fencing - Vinyl LF $295.64 $49.60 $25.70 $17.49 Sheeting Re -Stretch 3/8" Tension 49 cable LF $131.62 $19.68 $14.79 $8.86 �� Remove and install 318" LF Tension cable $137.12 $25.20 $20.31 $14.38 Re -Stretch 3116" 51 Tension cable LF $131.62 $19.68 $14.79 $8.86 52 Remove and install 3/16 LF Tension cable $134.87 $22.70 $18.06 $12.13 Remove and Install Gate 53 Chain link fabric shall be LF $330.01 $47.14 $22.00 $16.50 9 gauge - 2 1/4" mesh size Reghtal Chain Link 6 foot 54 LF $239.13 $39.99 $28.49 $17,83 55 Privacy Fencing - Fabric LF $69.68 $31.37 $18.33 $14.76 12-71 COST FILE After Hours means Monday - Friday 5:00 pm • 7:00 am, Weekends and Holidays. • All rates subject to comply with Prevailing Wage requirements and subject to Department of Industriai Relations (DIR) payroll submission. • Rates are inclusive of materials. Any reimbursements for unanticipated and pre -approved costs will require a receipt with a maximum 15% markup allowable. Section 2: HOURLY LABOR RATES Minimum Call Out: 4 Minimum Hours Rate Type Hourly Labor Rate Welding - Regular Rate 150.00 Welding - Overtime Rate (Monday - Friday 5:00 pm - 7:00 am, Weekends and Holidays) 180.00 Foreman - Regular Rate 147.79 Foreman - Overtime Rate (Monday - Friday 5:00 pm • 7.00 am, Weekends and Holidays) 178.28 Journeyman - Regular Rate 139.93 Journeyman - Overtime Rate (Monday - Friday 5:00 pm • 7:00 am, Weekends and Holidays) 168.28 Laborer - Regular Rate 139.93 Laborer - Overtime Rate (Monday - Friday 5:00 pm - 7:00 am, Weekends and Holidays) 168.28 Parts and Materials Markup % (Maximum 15%) Total % Markup: 10 % CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPI increase upon the first anniversary of the contract and each anniversary thereafter as stated in the body of the Agreement. 12-72 hL DBA Red Hj k Fence 262 E 1, StwL Perris. C3 92570 (9S 1) W-6400 * Fax (951) 6S7.6442 Laborer% Local 1184 CA, Lic. *i05U794 DIR *100040S318 December 11, 2024 City of Newport Beach 100 Civic Dr. Newport Beach, CA 92660 RE: Bid RFP 24-82 To Whom It May Concert: I lowered the cost under "ether costs on the COST FILE" document to a $647.00 Mobilization charge each day. Thank you, Z �'. Scott Moore President 12-73 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCEIREPAIRMANITORIAL SERVICES 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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) 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 Red Hawk Services, Inc. Page C-1 12-74 arising out of or 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 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. PrimaW 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 Red Hawk Services, Inc. Page C-2 12-75 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 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 sh'ail 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. Red Hawk Services, Inc. Page C-3 12-76 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. Red Hawk Services, Inc. Page C-A 12-77 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 RED HAWK SERVICES, INC., hereinafter designated as the "Principal," an agreement for maintenance and/or repair services consisting of on -call fencing maintenance, repair, replacement and installation 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 001100 ($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 Red Hawk Services, Inc. Page D-1 12-78 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 FORAM: CITY ATTORNEY'S OFFICE Date: 0 Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Red Hawk Services, Inc. Page D-2 12- 79 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 helshelthey 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) Red Hawk Services, Inc. Page D-3 12-80 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 RED HAWK SERVICES, INC., hereinafter designated as the "Principal," an agreement for maintenance and/or repair services consisting of on -call fencing maintenance, repair, replacement and installation 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 I 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. Red Hawk Services, Inc. Page E-1 12-81 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 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) Authorized Signature/Title Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 0 Aaron C. Harp City Attorney Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Red Hawk Services, Inc. Page E-2 12-82 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 Iss. 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. 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) islare 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) Red Hawk Services, Inc. Page E-3 12-83