HomeMy WebLinkAboutA9095 - A PLUS ROOFING & CONSTRUCTION CONTRACT ABSTRACT
1 Original: Contract Change Order No. 1
Contract
Company Name:
Company Contact:
Summary of Services:
Contract Price:
Funding Source:
Contract Term:
A Plus Roofing and Construction Inc.
David E. Doyer
CP 19-19, City Yard Roof Replacement
$204,120 (including this CCO#1 for $4,120.00)
Capital Improvement Projects funds
To be determined by the Notice to Proceed
Contract Administration
Lead Department:
Contract Administrator:
Engineering Services
Joel Montalvo
Contract Approvals
Council Approval Date:
Contract Change Order #1:
Agreement Number:
March 24, 2022, Item 1.E.
TBD
A9095
Contract Compliance
Exhibits:
Signatures:
Insurance:
Bonds:
On file
On file
On file
On file
Contract Prepared By: Engineering Services
Submitted on: 05/15/2023 By: Vonda Teed
DocuSign Envelope ID: 0AD43F22-2FB4-460D-BFFD-5FB65849100B
AGREEMENT gOg5
(CONSTRUCTION CONTRACT)
W
THIS AGREEMENT made this AL(,_ day of I�p r t 1 ` 20_2,;Iy and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the
City, and A Plus Roofing and Construction Inc., a California corporation, hereinafter
designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
For and in consideration of the payments and agreements to be made and performed by
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the
Bid Schedule(s) for the Project entitled:
CITY YARD ROOF REPLACEMENT
CITY PROJECT NO. 19-19
The Work comprises of obtaining a building permit (at no fee) from the City of Palm Springs
Department of Building and Safety; Order and procure all necessary materials; Mobilization
to the project site; Protection of existing facilities and equipment; Selective demolition,
including removal and disposal of all existing roofing materials to roof substrate; Cleaning
and testing of all drains and scuppers for proper function; Verification of proper surface
drainage; removal, disposal and replacement of any damaged roof sheathing (quantity and
payment in accordance with Additive Bid Schedule B); roof preparation and installation of a
mechanically fastened single ply roofing membrane on all roof surfaces; Demobilization
including cleaning and removal of all construction debris; Obtaining final inspection and
permit 'sign off from Building Officials; Arranging for roofing material manufacturer
inspection and certification as necessary to provide 20 year, non -prorated, Manufacturer's
Warranty and Contractor 5 year Workmanship Warranty.
ARTICLE 2 — COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. The parties also
CITY YARD ROOF REPLACEMENT AGREEMENT FORM
CITY PROJECT NO. 19-19 AGREEMENT AND BONDS - PAGE 1
recognize the delays, expense, and difficulties involved in proving in a legal proceeding
the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, the City and the Contractor agree that
as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the
sum specified in Section 6-9 of the Special Provisions for each calendar day that expires
after the time specified in Article 2, herein. In executing the Agreement, the Contractor
acknowledges it has reviewed the provisions of the Standard Specifications, as modified
herein, related to liquidated damages, and has made itself aware of the actual loss
incurred by the City due to the inability to complete the Work within the time specified in
the Notice to Proceed. This Section does not exclude recovery of other damages
specified in the Contract Documents. Liquidated damages may be deducted from
progress payments due Contractor, Project retention or may be collected directly from
Contractor, or from Contractor's surety. These provisions for liquidated damages shall
not prevent the City, in case of Contractor's default, from terminating the Contractor.
ARTICLE 3 — CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change
Orders approved by the City. The amount of the initial contract award in accordance with
the Contractor's Bid Proposal is TWO HUNDRED THOUSAND DOLLARS AND
ZERO CENTS ($200,000).
Contractor agrees to receive and accept the prices set forth herein, as full compensation
for furnishing all materials, performing all work, and fulfilling all obligations hereunder.
Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the Work during its progress or prior to its acceptance including those
for well and faithfully completing the Work and the whole thereof in the manner and time
specified in the Contract Documents; and, also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the
Work, suspension of discontinuance of the Work, and all other unknowns or risks of any
description connected with the Work.
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of
Subcontractors, Local Business Preference Program — Good Faith Efforts, Non -
Discrimination Certification, Non -Collusion Declaration, Bidder's General Information, Bid
Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance
Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings,
Addenda issued during bidding (if any), and all Construction Contract Change Orders and
Work Change Directives which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto.
CITY YARD ROOF REPLACEMENT AGREEMENT FORM
CITY PROJECT NO. 19-19 AGREEMENT AND BONDS - PAGE 2
ARTICLE 5 -- MUTUAL OBLIGATIONS
For and in consideration of the payments and agreements to be made and performed by
the City, the Contractor agrees to furnish all materials and perform all work required for the
above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract
Documents.
City hereby agrees to employ, and does hereby employ, Contractor to provide the
materials, complete the Work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the Contract Price herein identified, and
hereby contracts to pay the same at the time, in the manner, and upon the conditions set
forth in the Contract Documents.
ARTICLE 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7 — NOTICES
All notices shall be in writing and either served by personal delivery or mailed to
the other party. Written notice to the Contractor shall be addressed to Contractor's
principal place of business unless Contractor designates another address in writing
for service of notice. Notice to the City shall be addressed to. the City as
designated in the Notice Inviting Bids unless the City designates another address
in writing for service of notice. Notice shall be effective upon receipt or five (5)
calendar days after being sent by first class mail, whichever is earlier. Notice
given by facsimile shall not be effective unless acknowledged in writing by the
receiving party.
ARTICLE 8 -- INDEMNIFICATION
Contractor shall provide indemnification and .defense as set forth in Section 7-15
"Indemnification," of the Special Provisions.
ARTICLE 9 — PREVAILING WAGES
Contractor agrees to fully comply with all applicable federal and state labor laws
including, without limitation California Labor Code Section 1720, et seq., and 1770,
et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq.
("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of
prevailing wages under California law, and Contractor hereby agrees to defend,
indemnify, and hold the City, its officials, officers, employees, agents and volunteers,
free and harmless from any claim or liability arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws.
CITY YARD ROOF REPLACEMENT AGREEMENT FORM
CITY PROJECT NO. 19-19 AGREEMENT AND BONDS - PAGE 3
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and
Labor Code requirements specified in the Contract Documents, including the
requirement to furnish electronic certified payroll records directly to the Labor
Commissioner (via the Division of Labor Standards Enforcement), and shall pay the
general prevailing rate of per diem wages as determined by the Director of the
Department of Industrial Relations of the State of California.
ARTICLE 10 -- CONFLICT OF INTEREST
Contractor acknowledges that no officer or employee of the City has or shall have any
direct or indirect financial interest in this Agreement nor shall Contractor enter into any
agreement of any kind with any such officer or employee during the term of this
Agreement and for one (1) year thereafter. Contractor warrants that Contractor has not
paid or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
ARTICLE 11--NON-DISCRIMINATION
In connection with its performance under this Agreement, Contractor shall not discriminate
against any employee or applicant for employment because of actual or perceived race,
religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin,
immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation,
gender identity, gender expression, physical or mental disability, or medical condition
(each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that
employees are treated during their employment, without regard to any prohibited basis. As
a condition precedent to City's lawful capacity to enter this Agreement, and in executing
this Agreement, Contractor certifies that its actions and omissions hereunder shall not
incorporate any discrimination arising from or related to any prohibited basis in any
Contractor activity, including but not limited to the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship;
and further, that Contractor is in full compliance with the provisions of Palm Springs
Municipal Code Section 7.09.040, including without limitation the provision of benefits,
relating to non-discrimination in city contracting.
ARTICLE 12 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and the
Special Provisions. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the written consent of
the party sought to be bound; and specifically, but without limitation, monies that may
become due and monies that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract Documents.
CITY YARD ROOF REPLACEMENT AGREEMENT FORM
CITY PROJECT NO. 19-19 ' AGREEMENT AND BONDS - PAGE 4
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
Each and every provision of law required to be included in these Contract Documents shall
be deemed to be included in these Contract Documents. The Contractor shall comply with
all requirements of applicable federal, state and local laws, rules and regulations, including,
but not limited to, the provisions of the California Labor Code and California Public Contract
Code which are applicable to this Work.
SIGNATURES ON NEXT PAGE
CITY YARD ROOF REPLACEMENT
CITY PROJECT NO. 19-19
AGREEMENT FORM
AGREEMENT AND BONDS - PAGES
SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS
AND A PLUS ROOFING AND CONSTRUCTION INC.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates
stated below.
CONTRACTOR:
Date:2�—
CITY OF PALM SPRINGS:
APPROVED BY CITY COUNCIL:
By: 3W1 94�6e .r
Sign-Aure
(2nd sig mature required for Corporations)
Date: D `j - 06- 9-0.z�a
Date: 3 -02 7 ZZ Item No. �L - F ! l I 0 g 5
APPROVED AS TO FORM:
By:
Jeffrey . Balf ger,
City Attorney
APPROVED:
By:
Akin Clifton,
City Manager
CITY YARD ROOF REPLACEMENT
CITY PROJECT NO. 19-19
r_A4ir*19
IIn
Moniq M. Lomeli, CMC,
Interi itv Clerk
Date: /
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 6
CERTHOLDER COPY SP
STATE
COMPENSATION
INSURANCE
FUND
P.O. BOX 8192, PLEASANTON, CA 94588
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 04-04-2022 GROUP:
POLICY NUMBER: 1979018-2021
CERTIFICATE ID: 163
CERTIFICATE EXPIRES: 09-28-2022
09-28-2021/09-28-2022
CITY OF PALM SPRINGS
3200 E TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262-6959
SP
425 N CIVIC DRIVE
PALM SPRINGS
CA 92266
This Is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the _
-California-Insurance" Commisslonemo"the"employer named'below for'the"pdlicy~period indicated."
This policy is not subject to cancellation by the Fund except upon 3q days advance written notice to the employer.
We will also give you 3Q days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
Authorized Representative President and CEO
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 09-28-2021 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #1651 - DAVID EUGENE DOYER T.P - EXCLUDED.
ENDORSEMENT #1651 - MARTINA DOYER VP - EXCLUDED.
EMPLOYER
A PLUS ROOFING AND CONSTRUCTION (A CORP)
2173 FROUDE ST
SAN DIEGO CA 92107
SP
RECEIVED
APR 1 2 2022
Office of the City Clerk
M0408
(REV.7-20141
PRINTED : 04-05-2022
j
JULY 21, 2022
CITY OF PALM SPRINGS
3200 E TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262-6959
RECEVVDt
JUL O C IN REPLY REFER TO:
Office of the , ,.; . ,., ., RECEIVED
JUL 2 6 2022
Oflue of the City Clerk
CERTIFICATE OF WORKERS'
-----------------------
COMPENSATION INSURANCE
----------------------
CANCELLATION NOTICE
-------------------
RE: CERTIFICATE DATED APRIL 4, 2022
THE WORKERS' COMPENSATION INSURANCE POLICY FOR THE EMPLOYER
NAMED BELOW WILL BE CANCELLED EFFECTIVE AUGUST 25, 2022 AT
12:01 A.M.
IF YOU HAVE ANY QUESTIONS REGARDING THIS NOTICE, PLEASE
CONTACT THE EMPLOYER NAMED BELOW
EMPLOYER:
A PLUS QUALITY CONSTRUCTION INC
2173 FROUDE ST
SAN DIEGO, CA 92107
POLICY 1979018-21
POLICYHOLDER SERVICES
SPECIALTY OPERATIONS DISTRICT OFFICE
(925) 523-5199
5860 Owens Or Pleasanton, CA 94588-3900
Mailing Address: P.O. Box 8192 - Pleasanton, CA 94588-9682
SCIF 19102
RECEIVED
JUL 2 6 2022 IN REPLY REFER TO:
JULY 22, 2022 Office of the City Clerk
CITY OF PALM SPRINGS
3200 E TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262-6959
CERTIFICATE OF WORKERS'
-----------------------
COMPENSATION INSURANCE
----------------------
CANCELLATION WITHDRAWAL NOTICE
------------------------------
RE: CERTIFICATE DATED APRIL 4, 2022
THE CANCELLATION HAS BEEN WITHDRAWN FOR THE WORKERS' COMPENSATION
INSURANCE POLICY FOR THE EMPLOYER NAMED BELOW. THIS LETTER SUPERSEDES
THE NOTICE OF CANCELLATION SENT TO YOU ON JULY 21, 2022.
THIS EMPLOYER'S WORKERS' COMPENSATION INSURANCE COVERAGE CONTINUED
UNINTERRUPTED.
REP 04
EMPLOYER:
A PLUS QUALITY CONSTRUCTION INC
2173 FROUDE ST
SAN DIEGO, CA 92107
POLICY 1979018-21
POLICYHOLDER SERVICES
SPECIALTY OPERATIONS DISTRICT OFFICE
(925) 523-5199
5860 Owens Or Pleasanton, CA 94588-3900
Mailing Address: P.O. Box 8192 - Pleasanton, CA 94588-9682
SCIF 19102