Loading...
Sierra Pacific/Citywide Streets 99SECTION 1300 THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Sierra Pacific Electrical Contracting., herein referred to as, "Contractor." KIINESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. ' , -Contractor shall furnish all necessary labor, material, equipment, transportation and services for • 94Various FY 1998/99 Citywide Street Improvements Improvements, in the City of La Quinta, Project No. Yam' California pursuant to the Invitation to Bid, dated May 1999, the project Specifications, and Contractor's Bid, dated June 22, 1999, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frames for construction work shall be in accordance with those specified in the Contractor's Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 90 consecutive calendar days from the date of Notification to Proceed. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer ineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration of TWO HUNDRED THIRTY SIX THOUSAND SEVEN HUNDRED NINETY THREE dollars ($236,793.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by an subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). Y 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. 8. Contractor agrees to indemnify, hold harmless, release and defend (even if the allegations are false, fraudulent orgroundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability, loss, suits, claims, damages, costs, judgements and expenses (including attorney's fees and costs of litigation) which in whole or in part g caused are claimed to result from or to arise out of the usage or operation, including the malfunctioning of, or, any injury by, any product purchased herein; or any acts, errors or omissions (including, without limitation, professional ) ence neglig of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. This agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and damage to property (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). 1300-1 Agreement 9. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be aid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written promptly p notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 11. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the an right of individual to seek, obtain and hold employment without discrimination because of race, religious creed, g Y color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.) Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any employment loyment practice shall be deemed a breach of this Contract and Contractor shall pay to City $500.00 p liquidated damages for each such breach committed under this contract. 12. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that a rentices will be employed without discrimination in an approved program in a ratio established in the Pp apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who pp p willfully comply fail to 1Y will be denied the right to bid on public projects for a period of six months in addition to other p penalties provided by law. 13. This Contract shall not be assignable by Contractor without the written consent of City. 14. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 15. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation � g . is an officer or employee of the City except to the extent permitted by law. 16. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 17. The City, or its authorized auditors or representatives, shall have access to and the right to audit and an reproduce of the Contractor records to the extent the City deems necessary to insure it is receiving all money to p Y which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 18. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. maintain all such records in the City 19. The Contractor shall main of La Quinta. If not, the Contractor shall, n request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred upon q �p p Y in conducting n the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. P 20. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. 1300-2 Agreement IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY" Dated: zq, - %-01 - , f- CITY OF LA QUINTA, a California municipal corporation �, A A ST: Q� Dated:9(F 2 Saundra L. Juhola, City Clerk APPROVED AS TO FORM: -./r, LL City Attorney Dated: Aug. 6, 1999 Dated: Aug. 6, 1999 Dated: "CONTRACTOR" By: Name: Gi 1 bert H. Loop Title: Vice President By. Name: Judy K. Loop Title: Asst. Secretary "CONTRACTOR" (If corporation, affix seal) 1300-3 Agreement SECTION 1310 KNOW ALL MEN BY THESE PRESENTS: Bond#: 190592168 Premium:$1,421.00 THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on July 22, 1999, awarded to SIERRA PACIFIC ELECTRICAL CONTRACTING, hereinafter designated as the Principal, a Contract for Project No. 99-15 Various FY 1998/99 Citywide Street Improvements, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: American Casualty NOW THEREFORE, we, the principal, and Company of Reading, PA , as Surety, are held City and finely bound unto the in the just and full amount of TWO HUNDRED THIRTY SIX 'THOUSAND SEVEN HUNDRED NINE TY THREE dollars ($236,793.00) lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, ' successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully administrators, s � perform the covenants conditions d agreements in the said contract and any alterations made as therein provided, � an 's or their art to be kept and performed, at the time and in the manner therein specified, and in all respects on his p P according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. that the Contract provides for one-year guarantee period, during which time this bond It is acknowledged remains in full force and effort. And the saidSurety, Sure for value received, hereby stipulates and agrees that no change, extensionof time, alteration, or addit ion to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in an , affect its obligations on this bond, and it does hereby waive notice of any Y ion of time alteration, or addition to the terms of the Contract or to the work or to the specifications. such change, extension , hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Said Surety her y p 13M 4 Faithful Performance Bond IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 4 t h day of August , 19 9 9 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) Sierta Pacif is Electrical Contracting._ _ Principal IL Signature for Principal Gilbert H. Loop, Vice President Title of Signatory American Casualty Company of Reading, PA Surety Sig a for Surety ;C'5 Susan J. Sampson, Attorney -in -Fact Title of Signatory 1800 E. Imperial Hwy. Brea, CA 92821 Address of Surety (714) 255-2231 Phone # of Surety Frank Morones Contact Person For Surety Faithful Performance Bond 1300-5 CALIFORNIA ALL—PURPOSE ACKNOWLEDGEMENT State of California County of ORANGE On August 4, 1999 before me, Sheila A. Smith-------------------------, Notary Public Date personally appeared Susan J. Sampson ----------------------------------------------- Name of Signer(s) E�;O/ersconally known to me - OR - ❑ 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 ° SHEILA A. SMITH authorized capacity(ies) , and that by his/her/their o �. COMM. # 1197155 signature(s) on the instrument the person(s)or the NOTARY PUBLIC -CALIFORNIA entity upon behalf of which the person (s) acted, ORANGE COUNTY N executed the i trument . My Comm. Exp. Sep 27, 2002 +e�-w • vas - f WITNE official seal. na t u r"67f Nbttre y Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE (S ) ❑ PARTNERS(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE (S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS RE PRE SENT ING : NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT SIERRA PACIFIC ELECTRICAL CONTRACTING PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT J NUMBER OF PAGES ef� 9 DATE OF DO ENT SIGNERS) OTHER THAN NAMED ABOVE California All Purpose Acknowledgment State of California County of Riverside On August 6, 1999 before me, Patience Du Rocher, Notary Public, personally appeared Gilbert H. Loop, personally known to me, whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. I rjo PAflBCE DU RO—CHN CommWon,� �► ate, Optional Description of Attached Document Title or Type of Document: Performance Bond Document Date: 8-4-99 Number of Pages:2 Signer(s) other then named above: Signers Name:Gilbert H. Loop ❑ Individual ❑ Corporate Officer — Title: Vice President ❑ Partner ❑ Other Signer is Representing: Sierra Pacific Electrical Contracting Bond#: 190592168 Premium: Included SECTION 1320 KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on July 22, 1999, awarded to SIERRA PACIFIC ELECTRICAL CONTRACTING hereinafter designated as the Principal, a Contract for Project No.99-15 Various FY 1998/99 Citywide Street Improvements, and WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety .of this bond will pay the same to the extent hereinafter set forth: American Casualty NOW, THEREFORE, we, the Principal, and Company of Reading, PA , as Surety, are held and firmly bound unto the City in the just and full amount of TWO HUNDRED THIRTY SIX THOUSAND SEVEN HUNDRED NINETY THREE dollars ($236,793.00) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1300-6 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their • 4 t h da of August 91999 , the name and corporate seal of each seals this day of a being hereto affixed and these presents duly signed by its undersigned representative, pursuant to party authority of its governing body. Sierra Pacific Electrical Contracting Principal (Seal) Sig ature for Principal Gilbert H . Loop, Vice President Title of Signatory American Casualty Company of Reading,PA Surety (Seal) Signs re for Sure Susan J. Sampson, Attorney —in -Fact Title of Signatory 1800 E. Imperial Hwy, Brea, CA 92821 Address of Surety (714) 255-2231 Phone # of Surety Frank Morones Contact Person For Surety 1300-7 Payment Bond CALIFORNIA ALL—PURPOSE ACKNOWLEDGEMENT State of California County of ORANGE ()n August 4, 1999 before me, Sheila A. Smith-------------------------- Notary Public Date person -lly appeared Susan J. Sampson ----------------------------------------------- Name of Signer(s) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence SHEILA A. SMITH o COMM. # 1197155 w NOTARY PUBLIC • CALIFORNIA o o ORANGE COUNTY iv My Comm. Exp, Sep 27, 2002 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 signature (s) on the instrument the person(s)or the entity upon behalf of which the person (s) acted, executed the instrument. Though the data below is not required by law, it may prove valuable to persons relying on the document and could preven fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE (S) ❑ PARTNERS (S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE (S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS RE PRE SENT ING : ,.AME OF PERSON (S) OR ENTITY (IES ) DESCRIPTION OF ATTACHED DOCUMENT SIERRA PACIFIC ELECTRICAL CONTRACTING PAYMENT BOND TITLE OR TYPE OF DOCUMENT N_ NUMBER OF PAGES 00114-1114, DATE OF'DOCTdMENT SIGNERS) OTHER THAN NAMED ABOVE California All Purpose Acknowledgment State of California County of Riverside On August 6, 1999 before me, Patience Du Rocher, Notary Public, personally appeared Gilbert H. Loop, personally known to me, whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. PATIENCE DU ROCHER _ Commission # 1189056 r+1,a-41 � � � � ; NotaryPublic - Cofrforr� z riverside County -�r -=- -m- -w- lily Comm. Expires Jul 4, 2002 Optional Description of Attached Document Title or Type of Document: Payment Bond Document Date: 8-4-99 Number of Pages: I Signer(s) other then named above: Signers Name:Gilbert H. Loop ❑ Individual X Corporate Officer —Title: Vice President ❑ Partner ❑ Other Signer is Representing: Sierra Pacific Electrical Contracting POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Michael Grant, Calvin Sistrunk, Barbara A. Bums, Susan J. Sampson, Individually of Newport Beach, California their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 19th day of March 1 1999 Qp COWowArLp �NGORPoagT�o Z a JULY 31, v SEAL • 1897 NaR CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss: On this 19th day of March 1999 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Jo NOTARY Puauc °�k cA-• My Commission Expires March 6, 2000 Mary Jo Abel Notary Public CERTIFICATE 1, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this day of AS 4 pPP°atre Z � � O v SEAL rc I a97 %1i SUR4 � Nap CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Mary A. Ribikawskis Assistant Secretary (Rev.10/1 /97) SECTION 1330 In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." n Signature Title Date Vice President August 6, 1999 Workers' Compensation Insurance 1300-8 SECTION 1340 The Contractor shall indemnify, hold harmless and assume the defense of the City, its elected officials, officers, agents, and employees from all damages, costs, or expenses in law or equity that may at any time arise to cause damages to property, or of personal injury received by reason of or in the course of performing work, which may be occasioned by any willful or negligent act or omission of the Contractor, any of the Contractor's employees, or any of its subcontractors arising out of work under this Contract. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 1 ► 1:: ► 1 1 I 16A 310 131 ► 2.1 General f Contract the Contractor shall promptly obtain, at its own expense, all the insurance required After award o p p by Paragraph 1340-2.0, TNS TRANCE REQUIRE , and shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. 2.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a minimum limit of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage for any one occurrence and a Two Million Dollar ($2,000,000) annual project aggregate, for all of the following: a.' Premises Operations, including Explosion, Collapse and Underground (X, C, and U) Coverage. b. Completed Operations/Products, including X,. C, and U Coverage. c. Independent Contractors. d. Blanket Contractual. e. Deductible shall not exceed One Thousand Dollars ($1,000). 2.3 Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy, on an occurrence basis, with a minimum amount of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage, providing at least all of the following coverage: a. Coverage shall be applicable to any and all leased, owned, hired, or non -owned vehicles -used in pursuit of any of the activities associated with this Contract. Liability & Insurance Requirements 1300-9 b. Any and all mobile equipment, including cranes, which is not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. C. Deductible shall not exceed One Thousand Dollars ($1,000). 2.4 Workers' Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's Compensation and Employers' Liability insurance providing coverage ' for any and all employees of Contractor: a. The required policy shall provide coverage for Workers' Compensation (Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City, City employees and officers, the City Engineer, its consultants, elected officials, agents, and sub -consultants are hereby added as additional insured insofar as Work done under this Contract is concerned." b. "This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self -insured retention, the City may possess, and any other insurance the City does possess shall be considered excess insurance only." C. "This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. d. "Thirty (30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta, CA 92253 2.6 Change in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.6.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Liability & Insurance Requirements 1300-10 000 _ 5OL);; •cam Off• , �.e+ O ' � 2 V � OF "i't'tti CONTRACT: Various FY 1998/99 Citywide Street Improvements CONTRACTOR: Sierra Pacific Electrical Contracting 2542 Avalon Street Riverside, California 92509 CONTRACT CHANGE ORDER NO. 1 Sheet 1 of 2 PROJECT NO. 98-15 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE Base Bid Area L Traffic Signal Installation - Fred Waring at Dune Palms Road: Provide and install the following additional items: 1-each type 1-A, 7 foot pole, 1-each type SP-1-T Pedestrian Head, 1-each type TP-1 Pedestrian Head, 2-each `Signal Ahead' Legends, 180 LF of 12 inch white cross walk markings and DELETE 51 LF of 12 inch white limit line markings. Refer to previous issued revised Plan Sheets 2 of 9 and 3 of 9 for details. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $29364.00 Previous Contract Amount Through Change Order No. 0 $ 236)793.00 Add This Change Order $ 2,3 64.00 Revised Contract Total $ 2399157.00 By reason of this contract change order the time of completion is adjusted as follows: -0- days added/deleted to contract time. The revised co *race completion date shall be: 12/06/ 99 Submitted By: Approved By: ate:_ 2T� ��D, ate: Z � ZA/-2, urur-" We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all set -vices necessary to complete the above specified work, and hereby accept as fi.ill payment the amount shown above, which includes all direct and indirect overhead expenses for any delays. Accepted By: Title: C.F.O. Contractor: Sierra Pacific Electrical Contracting Date: 09/08/99 4 P.O. Box 1504 September l., 19-99 David Dias, Project Manager Sierra Pacific E1mtrical Contracting 2,542 Avalon St, RiversW CA 92509 Subject: Project 98-15 . Vanous Fy 19t}g{99 C1tY1%Vt h: Street hnprcawments Dear Mr. Dias . tin a cost estimatc: proposal, b}� SeptauWr 10, 1999, for the following changes to the project Plcasc pro t#e p !� scope for Bass: Sid Ama 1, 'z'ra#Fic Signal Installation - Fred Faring at Dune Palms Road- P lease- rcfcr to the attached rev isc d Plan ShMs L of 9 and 3 of +for derai 1$ . Don't hesitate to contact ine at (760) 7?7,704g if N'ou have any questions or concerns. Siilccrc:lyt r� r� James Lindsay r ,assistant Engineer cc: John 111. FrK-*l,u1d, S umor Engilicer t�%�,c'1.ik Diercks. N DA Traffic Eugiuv;:t- rrOjact. Fitc 98-15 r * PPN nrKw�� s`y•s+8i'� r�s� 1 sue.:w�c�,�^h o t .M*�ct 000 V� V � OF T1�ti� CONTRACT: CONTRACTOR: Various FY 1998/99 Citywide Street Improvements Sierra Pacific Electrical Contracting 2542 Avalon Street Riverside, California 92509 Sheet 1 of 2 PROJECT NO, 98-15 CONTRACT CHANGE ORDER NO. 2 ****************************************************************************************** Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform following described work o to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE difference in final quantities less estimated quantities. The summation of the unit prices bids multiplied by Quantity Variations are the dill the final quantities placed has resulted in an increase or decrease in the Contract amount. A summary of the quantity variations, increases and decreased has resulted in an total increase of $330.55 to the Contract amount. See attached Project Close Out Report. TOTAL CO MPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $330.55 ****************************************************************************************** Previous Contract Amount Through Change Order No. 1 $ 23 9,15 7.00 Add This Change Order $ 330.55 Revised Contract Total $ 2399487.55 By reason of this contract change order the time of completion is adjusted as follows: -0- days added/deleted to contract time. The revised contract completion date shall be: 12/06/ 99 Submitted ] Approved l ctor have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we We, the undersigned Contra gj f will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the b etas ull ent the amount shown above, which includes all direct and indirect overhead expenses for any .7above specified work, and here y p f � delays. Accepted By: Title: Contractor: SIERRA PACIFIC ELECTR I CAL CONTRACTING Date: PROJECT MANAGER 9 -27 -00 T:\PWDEPTTROJECTS\98Prj cts\9813signals\Coast\CCO2.WPD CITY OF LA QUINTA PROJECT NO 98-15 CITYWIDE. TRAFFIC SIGNAL IMPROVEMENT PROJECT CLOSE-OUT REPORT ITEM NO. ITEM DESCRIPTION UNIT EST QTY 1 Type 26-4-80 pole EA 1 2 Type 19-4-80 pole EA 1 3 Type 16-2-80- ole EA 1 4 Type 15 pole EA 1 5 Type 1 A pole 1 6 PPB POST EA 1 7 12" VEHICLE HEAD EA 11 8 PEDESTRIAN HEAD EA 2 9 PEDESTRIAN PUSH BUTTON EA 2 10 IISNS EA 3 .11 LUMINAIRE EA 3 12 VIDEO DETECTION CAMERA EA 3 13 EVP OPICAL DETECTOR EA 3 14 3" CONDUIT LF 240 15. 3" CONDUIT PVC LF 160 16 2" CONDUIT LF 150 17 PULL BOXES EA 6 18 PULL BOXES TRAFFIC EA 2 19 SIGN ON MAST ARM EA 2 20 CONDUCTORS and CABLES LS 1 21 TYPE III SERVIVE EA 1 22 CONTROLLER, TYPE 'P' CABINET PED ACCESS RAMP EA 1 23 EA 2 24 SIGNINGS and STRIPING LS 1 25 MOBILIZATION CLEAR and GRUB UNCLASSIFIED EXCAVATION LS 1 26 LS 1 27 LS 1 .28 SAW CUT R&R A/C A/C PAVEMENT SF 680 29 TON 290 30 CRUHED AGGREGATE BASE TON 320 31 SIGNING and STRIPING LS 1 32 AVENUE 50 at PARK AVE EISENHOWER DR at AVE 50 LS 1 33 LS 1 34 EISENHOWER DR at COACHELLA LS 1 35 WASHINGTON ST at AVE 47 LS EA 1 1 36 SIGNAL CONTROLLER 1000TS2 37 MMU-16 CONFLICT MONITOR EA EA 1 4 38 BIU BUS INTERFACE UNIT 39 VIDEO MONITOR B&W EA 1 40 24 VOLT POWER SUPPY EA 1 SIERRA PACIFIC ELECTRIC UNIT PRICE ITEM TOTAL $51435.00 $5,435.00 $4, 320.00 $4, 320.00 $2,634.00 $2,634.00 $1,764.00 $1,764.00 $790.00 $790.00 $306.00 $306.00 $738.00 $8,118.00 $648.00 $1, 296.00 $114.00 $228.00 $936.00 $2, 808.00 $264.00 $792.00 $10,275.00 $30,825.00 $2,175.00 $6, 525.00 $37.80 $9, 072.00 $55.45 $8,872.00 $23.80 $3, 570.00 $186. 00 $11116.00 $628.00 $1,256.00 $215.00 $430.00 $3, 850.00 $3, 850.00 $1, 951.00 $1, 951.00 $29, 525.00 $29, 525.00 $1, 340.00 $2, 680.00 $31424.00 $3,424.00 $5, 830.00 $5, 830.00 $5, 300.00 $5, 300.00 $10, 600.00 $10, 600.00 $1.85 $1,258.00 $58.30 $16, 907.00 $21.20 $6,784.00 $3,424.00 $3,424.00 $12,329.00 $12,329.00 $11,640.00 $11,640.00 $11,225.00 $11,225.00 $12,235.00 $12,235.00 $2,680.00 $2,680.00 $1,150.00 $1,150.00 $366.00 $1,464.00 $1, 805.00 $11805.00 $575.00 $575.00 FINAL QUANTITY QUANTITY VARIATION 1 0 1 0 1 0 1 0 1 0 1 0 11 0 2 0 2 0 3 0 3 0 3 0 3 0 228 -12 149 -11 95 -55 8 2 1 -1 2 0 1 0 1 0 1 0 2 0 1 0 1 0 1 0 1 0 1,400 720 307 17 350 30 1 0 1 0 1 0 1 0 1 0 1 0 1 0 4 0 1 0 1 0 TOTAL BID ITEMS 1- 40 ;2369793.00 PLEASE COMPLETE THIS INFO RECORDING REQUESTED WJO WHEN PE flDED MAIL TO: CiFy Cle Aso q C.,� ooc a 2000-303839 08/08/2000 08:00A Fee:NC Page 3 of 2 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk b Recorder 1111111111111111111111111111111111111111111111111111111 M S U PAGE SIZE DA PCOR NOCOR SMF MISC. A R L COPY LONG REFUND NCHG EXAM � AALTVA.--i CO Title of Document 'tl I - T S�j /OR A F oR E, 0 So ON L----�Y THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) STC-SCSD 996a (Rev 8/97) Return to: CITY CLERK City of La Quinta P.O. Box 1504 La Quinta, Ca. 92253 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN THAT: 1 . The City of La Quinta, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of La Quintais authorized and directed to execute, on behalf of said City, any and all notices of completion. 3. The address of the City of La Quinta is City Hall, 78-495 Calle Tampico, La Quinta, California (P.O. Box 1504, La Quinta, Calif. 92253. 4. The public work improvement - Various Fiscal Year 1998/1999 Citywide Traffic Signal Improvements - Project No. 98-15 on the hereinafter referred to real property within the City was COMPLETED on the 1st day of August, 2000. 5. The name of the contractor for such work of improvement was SIERRA PACIFIC ELECTRICAL CONTRACTING, INC. 6. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: Installation of two new traffic signals and the retrofit of six additional traffic signals to allow for emergency vehicle preemption. L 7. The street address of said property is: Fred Waring Drive/Dune Palms Road - Calle Tampico/Eisenhower Drive - Various Streets Citywide. DATED: August 2, 2000 CITY OF LA QUINTA, CALIFORNIA BY TITLE CITY CLERK STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La Quints the political subdivision which executed the foregoing rax ,and on whose behalf • said notice know its con,,,,-," �����th� same is true. make this verification, that I have read , I certify under penalty of perjury th at the Or foregoing is true an �;«`' � g g : , Executed at La Quinta, California on August 2, 2000. Yrr 2000 305659 JUEaIlfFSini� ork IIIIIII IIIIII III IIIIII IIIIII IIIII IIIIII III IIIII IIII III es�eeiz�a ee. eaR City of La Qui