HomeMy WebLinkAboutItem No. 09 PW Cons Agmnt Maples & Assoc. Diam Stad Terraces & Seating Imp.Text File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 17-434
Agenda Date: 11/28/2017 Status: Consent AgendaVersion: 1
File Type: AgreementIn Control: City Council / Successor Agency
Agenda Number: 9)
Page 1 City of Lake Elsinore Printed on 11/21/2017
Page 1 of 2
REPORT TO SUCCESSOR AGENCY OF THE
REDEVELOPMENT AGENCY OF THE CITY OF LAKE ELSINORE
To:Honorable Chair and Members of the Agency
From:Grant Yates, Executive Director
Prepared by: Jason Simpson, Assistant City Manager
Date:November 28, 2017
Subject:Public Works Construction Contract Award to Maples or Diamond Stadium
Terraces & Seating Improvements Project CIP Project No. Z20003
Recommendation
Authorize the Executive Director to execute the agreement in the amount of $1,343,366.00 in
such final form as approved by the Agency Counsel; and, authorize the Executive Director to
execute change orders not to exceed the 10 percent contingency amount of $134,336.00; and,
authorize the Clerk to record the Notice of Completion once it is determined the work is complete.
Background
The Successor Agency is performing a seating rehabilitation project at Diamond Stadium. In
short, the project will include the ADA improvements and accessibility to the left field terraces.
Additional improvements will include seating reconfigurations in several areas to improve
accessibility and spectating opportunities.
Construction bid documents were prepared and the project was advertised for bid in accordance
with the requirements set forth in the California Public Contract Code. On September 27, 2017,
the City posted on PlanetBids the notice inviting bids for the Diamond Stadium Terraces & Seating
Improvements, Project (CIP PROJECT #Z20003). Two bids were received and publicly opened,
examined and declared in the City Hall Conference Room A, 130 South Main Street, Lake
Elsinore, California, at 2:00 p.m. on Wednesday, October 18, 2017. Upon further review the
Agency rejected both bids and re-advertised a revised scope of work on November 1, 2017, with
bid deadline of 2:00 p.m. on November 20, 2017. Bids were received and publicly opened,
examined and declared in the City Hall Conference Room A, 130 South Main Street, Lake
Elsinore, California, at 2:00 p.m. on Monday, November 20, 2017.
Discussion
Contractor bids were opened publicly and immediately reviewed by staff. The Agency received
two (2) bids from qualified contractors. The bid results are summarized below:
Page 2 of 2
Contractor Location Amount
Maples and Associates
24977 Washington Avenue
Murrieta CA, 925622 $1,343,366.00
CABD Construction
8526 San Fernando Rd
Sun Valley CA 91352 $1,348,000.00
Dalke and Sons Construction
4585 Allstate Dr
Riverside CA 92501 $1,755,948.00
Fiscal Impact
Diamond Stadium Seating Project (CIP Project RDA Z20003) is included in the Fiscal Year 17/18
– 21/22 Capital Improvement Plan (CIP) budget. The contract amount herein is fully funded with
ROP funding.
Exhibits
A – Agreement
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
DIAMOND STADIUM TERRACES & SEATING IMPROVEMENTS PROJECT
CIP PROJECT NO. Z20003
This Agreement for Public Works Construction (“Agreement”) is made and entered into as of
November 28, 2017, by and between the Successor Agency of the Redevelopment Agency for the
City of Lake Elsinore, a municipal corporation (‘‘City”) and Maples & Associates (“Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
DIAMOND STADIUM TERRACES & SEATING IMPROVEMENTS
The Project Documents include this Agreement and all of the following: (1) Proposal
Documents including Bidder’s Proposal as submitted by the Contractor, Contract Documents,
General Specifications, Special Provisions, and all attachments and appendices; (2) everything
referenced in such documents, such as specifications, details, standard plans or drawings and
appendices, including all applicable State and Federal requirements; (3) all required bonds,
insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental
agreements clarifying, amending or extending the work contemplated as may be required to insure
completion in an acceptable manner. All of the provisions of the above-listed documents are made
a part of this Agreement as though fully set forth herein.
2.Compensation.
a.For and in consideration of the payments and agreements to be made and
performed by City, Contractor agrees to construct the Project, including furnishing all materials and
performing all work required for the Project, and to fulfill all other obligations as set forth in the
Bidder’s Proposal, such initial contract price of one million three hundred forty three thousand three
hundred sixty six dollars and no cents ($1,343,366.00).
b.City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the
same at the time, in the manner, and upon the conditions set forth in the Project Documents.
c.Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all
obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance including
those for well and faithfully completing the work and the whole thereof in the manner and time
specified in the Project Documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
3.Completion of Work.
a.Contractor shall perform and complete all work within Sixty- Five (65) working
days from the date of commencement specified in the Notice to Proceed and shall provide, furnish
and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and
transportation services required for construction of the Project.
b.All work shall be performed and completed in a good workmanlike manner in
strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and
any other legal requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by any
act or omission of the City, the Director of Public Works, the City Engineer, a City inspector, or a
representative of any of them, unless such act or omission actually prevents the Contractor from
fully complying with the requirements of the Project Documents, and unless the Contractor protests
at the time of such alleged prevention that the act or omission is preventing the Contractor from fully
complying with the Project Documents. Such protest shall not be effective unless reduced to writing
and filed with the City within three (3) working days of the date of occurrence of the act or omission
preventing the Contractor from fully complying with the Project Documents.
d.City and Contractor recognize that time is of the essence in the performance
of this Agreement and further agree that if the work called for under the Agreement is not completed
within the time hereinabove specified, damages will be sustained by the City and that, it is and will
be impracticable or extremely difficult to ascertain and determine the actual amount of damages the
City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such
damages shall be presumed to be in the amount of One Thousand dollars ($1,000) per calendar
day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable
to Contractor, such amount for each calendar day by which the Contractor fails to complete the work,
including corrective items of work, under this Agreement within the time hereinabove specified and
as adjusted by any changes to the work.
4.Changes to Work. City and Contractor agree that the City may make changes to the
work, or suspend the work, and no matter how many changes, such changes or suspensions are
within the contemplation of the Contractor and City and will not be a basis for a compensable delay
claim against the City nor be the basis for a liquidated damages claims against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed by
the City and the Contractor, stating their agreement to the following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
c. The extent of the adjustment to the Schedule of Performance.
The Executive Director is authorized to sign any change order provided that sufficient
contingency funds are available in the City’s approved budget for the Project. All change in the work
authorized by the change order shall be performed under the applicable conditions of the Project
Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the
appropriate adjustments for such changes.
5.Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in
the form that complies with the Project Documents and is satisfactory to the City Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of
by Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of Industrial
Relations pursuant to Labor Code Section 1725.5 as of March 1, 2015, and holds such other
licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally
required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole
cost and expense, keep in effect or obtain at all times during the term of this Agreement, any
licenses, permits, insurance and approvals which are legally required of Contractor to practice its
profession. Contractor shall maintain a City of Lake Elsinore business license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury,
loss of life, or damage to property, or any violation of any federal, state, or municipal law or
ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or
omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be
held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor
shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the
sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and
(2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part
to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of
Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778
of the California Civil Code. Acceptance by City of insurance certificates and endorsements required
under this Agreement does not relieve Contractor from liability under this indemnification and hold
harmless clause. This indemnification and hold harmless clause shall apply to any damages or
claims for damages whether or not such insurance policies shall have been determined to apply. By
execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section
and that it is a material element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure
and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the
following insurance policies.
i.Workers’ Compensation Coverage. Contractor shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees
in accordance with the laws of the State of California. In addition, Contractor shall require
each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s
Liability Insurance in accordance with the laws of the State of California for all of the
subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’
Compensation policies must be received by the City at least thirty (30) days prior to such
change. The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work performed by Contractor for
City. In the event that Contractor is exempt from Worker’s Compensation Insurance and
Employer’s Liability Insurance for his/her employees in accordance with the laws of the State
of California, Contractor shall submit to the City a Certificate of Exemption from Workers
Compensation Insurance in a form approved by the City Attorney.
ii.General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed under this Agreement or
the general aggregate limit shall be at least twice the required occurrence limit. Required
commercial general liability coverage shall be at least as broad as Insurance Services Office
Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services
Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and
Insurance Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability. No endorsement may be attached limiting the coverage.
iii.Automobile Liability Coverage. Contractor shall maintain automobile
liability insurance covering bodily injury and property damage for all activities of the
Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of
not less than one million dollars ($1,000,000) combined single limit for each occurrence.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be
attached limiting the coverage.
iv.Professional Liability Coverage [if applicable]. Contractor shall
maintain professional errors and omissions liability insurance appropriate for Contractor’s
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Contractor’s services under this Agreement, whether such services are
provided by the Contractor or by its employees, subcontractors, or sub consultants. The
amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-
made annual aggregate basis, or a combined single limit per occurrence basis.
b.Endorsements. Each general liability and automobile liability insurance policy
shall be with insurers possessing a Best’s rating of no less than A: VII and shall be endorsed
with the following specific language:
i.The City, its elected or appointed officers, officials, employees, agents
and volunteers are to be covered as additional insured with respect to liability arising out of
work performed by or on behalf of the Contractor, including materials, parts or equipment
furnished in connection with such work or operations.
ii.This policy shall be considered primary insurance as respects the City,
its elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self-insured retention the City may have,
shall be considered excess insurance only and shall not contribute with it.
iii.This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of liability
of the insuring company.
iv.The insurer waives all rights of subrogation against the City, its elected
or appointed officers, officials, employees or agents.
v.Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its elected or appointed officers, officials, employees,
agents or volunteers.
vi.The insurance provided by this Policy shall not be suspended, voided,
canceled, or reduced in coverage or in limits except after thirty (30) days written notice has
been received by the City.
c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d.Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of performance
of this Agreement. Current certification of insurance shall be kept on file with the City at all times
during the term of this Agreement.
10.Notices. Any notice required to be given under this Agreement shall be in writing and
either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the
other party at the address set forth below. Notice shall be deemed communicated within 48 hours
from the time of mailing if mailed as provided in this section.
If to City:Successor Agency of the Redevelopment Agency for the City of
Lake Elsinore
With a copy to: City of Lake Elsinore
Attn: Executive Director Attn: City Clerk
130 South Main Street 130 South Main Street
Lake Elsinore, CA 92530 Lake Elsinore, CA 92530
If to Contractor:Maples and Associates
24977 Washington Avenue
Murrieta CA, 925622
Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and
representations, are superseded in total by this Agreement.
11.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.
12.Assignment and Subcontracting. Contractor shall be fully responsible to City for all
acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of
the Contractor under this Agreement will be permitted only with the express consent of the City.
Nothing in this Agreement shall create any contractual relationship between City and any
subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment
of any monies due to any such subcontractor other than as otherwise is required by law.
13.Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this Agreement.
14.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.
15.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
16.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
17.Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable
to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS
shall provide the parties with the names of five qualified mediators. Each party shall have the option
to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear
the dispute. If the dispute remains unresolved after mediation, either party may commence litigation.
18.Authority to Enter Agreement and Administration. Contractor has all requisite power
and authority to conduct its business and to execute, deliver, and perform the Agreement. Each
party warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and to bind each respective party. The Executive Director is
authorized to enter into an amendment or otherwise take action on behalf of the City to make the
following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-
monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The
Director of Public Works shall act as the Project administrator on behalf of the City.
19.Prohibited Interests. Contractor maintains and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for Contractor, to
solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed
to pay any company or person, other than a bona fide employee working solely for Contractor, any
fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. For breach or violation of this warranty, City shall have
the right to rescind this Agreement without liability. For the term of this Agreement, no member,
officer or employee of City, during the term of his or her service with City, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom.
20.Equal Opportunity Employment. Contractor represents that it is an equal opportunity
employer and it shall not discriminate against any subcontractor, employee or applicant for
employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such
non-discrimination shall include, but not be limited to, all activities related to initial employment,
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination.
21.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general prevailing rate
of per diem wages as determined and as published by the State Director of the Department of
Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates
and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore
and are available for review upon request.
b.Contractor’s attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections.
The statutory provisions for penalties for failure to comply with the State’s wage and the hour’s laws
will be enforced.
c.Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate
payroll records, specifies the contents thereof, their inspection and duplication procedures and
certain notices required of the Contractor pertaining to their location. The statutory penalties for
failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on
or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll
records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors
must furnish electronic certified payroll records to the Labor Commissioner without regard to when
the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor employing
tradesmen in any apprentice able occupation to apply to the Joint Apprenticeship Committee nearest
the site of the public works project, which administers the apprenticeship program in that trade for a
certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used
in the performance of the Agreement. The Contractor is required to make contributions to funds
established for the administration of apprenticeship programs if the Contractor employs registered
apprentices or journeymen in any apprentice able trade and if other contractors on the public works
site are making such contributions. Information relative to apprenticeship standards, contributions,
wage schedules and other requirements may be obtained from the State Director of Industrial
Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides
that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices
solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e.Eight hours’ labor constitutes a legal day’s work, as set forth in Labor Code
Section 1810.
22.Execution. This Agreement may be executed in several counterparts, each of which
shall constitute one and the same instrument and shall become binding upon the parties when at
least one copy hereof shall have been signed by both parties hereto. In approving this Agreement,
it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the date first written above.
“CITY”
SUCCESSOR AGENCY OF
REDEVELOPMENT AGENCY FOR THE CITY
OF LAKE ELSINORE, a municipal corporation
Grant Yates, Executive Director
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
Maples and Associates
Mike Maples Owner
.