Loading...
Three Peaks / City Hall Misc. ADA 16 (Proj 2016-05A)SECTION 1300 CONTRACT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Three Peaks Corp, herein referred to as, "Contractor." WI! NES4ETH• 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 Project No. 2016-05A, CDBQ Project 4.LQ.26-16, City Hall Miscellaneous Exterior ADA Improvements, in the City of La Quinta, California pursuant to the Invitation to Bid, dated December, 2016, the project Specifications, and Contractor's Bid, 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 frame for construction work shall be in accordance with that specified in the Invitation to 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 20 working 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 at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration Ninety -Six Thousand, Three Hundred and Thirty -Two Dollars and Zero Cents ($96,332'.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 any subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at hito://www.dir.ca.gov. Contract 1300.1 Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.htmi. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors_ are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 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. Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties' option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: 1. Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 5. The conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. contract 1300-2 The Contractor also agrees to indemnify City and pay for all damages or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5). Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification of the Specifications. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. Contract 1300-3 9. CONTRACTOR shall indemnify and hold harmless the County of Riverside, its Agencies, Districts, Special Districts and Departments, their respective directors, officers, Board of Supervisors, elected and appointed officials, employees, agents and representatives (individually and collectively hereinafter referred to as Indemnitees) from any liability whatsoever, based or asserted upon any services of CONTRACTOR, its officers, employees, subcontractors, agents or representatives arising out of or in any way relating to this Agreement, including but not limited to property damage, bodily injury, or death or any other element of any kind or nature whatsoever arising from the performance of CONTRACTOR, its officers, employees, subcontractors, agents or representatives Indemnitors from this Agreement. CONTRACTOR shall defend, at its sole expense, all costs and fees including, but not limited, to attorney fees, cost of investigation, defense and settlements or awards, the Indemnitees in any claim or action based upon such alleged acts or omissions. With respect to any action or claim subject to indemnification herein by CONTRACTOR, CONTRACTOR shall, at their sole cost, have the right to use counsel of their own choice and shall have the right to adjust, settle, or compromise any such action or claim without the prior consent of COUNTY; provided, however, that any such adjustment, settlement or compromise in no manner whatsoever limits or circumscribes CONTRACTOR'S indemnification to Indemnitees as set forth herein. CONTRACTOR'S obligation hereunder shall be satisfied when CONTRACTOR has provided to COUNTY the appropriate form of dismissal relieving COUNTY from any liability for the action or claim involved. The specified insurance limits required in this Agreement shall in no way limit or circumscribe CONTRACTOR'S obligations to indemnify and hold harmless the Indemnitees herein from third party claims. In the event there is conflict between this clause and California Civil Code Section 2782, this clause shall be interpreted to comply with Civil Code 2782. Such interpretation shall not relieve the CONTRACTOR from indemnifying the Indemnitees to the fullest extent allowed by law. 10. 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, Section 1340-2.0, Insurance Requirements. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without written notice to the City and shall name the City as an additional insured on the Commercial General Liability policy only. 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. 11. 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. Contract 13004 12. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right .of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, 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 unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $1,607.00 liquidated damages for each such breach committed under this contract. 13. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 14. Contractor and Owner do hereby acknowledge that this project will be partially or fully funded with Community Development Block Grant (CDBG) funds [24 CFR 570] and is therefore subject to applicable Federal procurement, labor, environmental, equal opportunity, and other regulations. 15. Contractor shall maintain and keep books and records on a current basis, recording all transactions pertaining to this agreement in a form in accordance with generally acceptable accounting principles. Said books and records shall be made available to the County, the State of California, the Federal government, and to any authorized representative thereof for the purposes of audit at all reasonable times and places. All such books and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter periods of retention, all books, records, and supporting detail shall be retained for a period of at least four (4) years after the expiration of the term of this Agreement. 16. Contractor shall comply with the Davis -Bacon Fair Labor Standards Act (40 USC a-276, a-5) and the implementation regulations thereof. Contractor shall comply with the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010). Contractor acknowledges that the applicable Wage Determination for this project is: General Decision Number: CA 160036 Modification Number: 15 Date: 12-23-2016 17. Section 3 Compliance: The Contractor hereby acknowledges that this federally -funded project is subject to Section 3 of the Housing and Urban Development Act of 1968 [12 U.S.C. 1701 u and 24 CFR Part 135] and agrees to the following: A. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. Contract 1300-5 B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to coml2liande with regulations in 24 CFR L)art 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). 18. This Contract shall not be assignable by Contractor without the written consent of City. 19. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. Contract 1300-6 20. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 21. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 22. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to 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. 23. The Contractor shall maintain and preserve all such records for a period of least four (4) years after termination of the contract. 24. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting 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. 25. 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. Additional Federal Requirements: Whereas, the work under this Agreement is subject to applicable Federal, State, and local laws and regulations, including but not limited to the regulations pertaining to the Community Development Block Grant Program (24 CFR Part 570) and 2 CFR Part 200. Contractor, sub- contractors, Consultants, and sub -consultants agree to comply with, and are subjected to, all applicable requirements as follows: 26. Equal Employment Opportunity - Compliance with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity", as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). The Contractor/Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. Contractor/Consultant will ensure that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. The Contractor/Consultant will take affirmative action to ensure that applicants are employed and the employees are treated during employment, without regard to their race color, religion, sex, or national origin. Such actions shall include, but are not limited to, the following: employment, up -grading, demotion, or transfer; recruitment or recruitment advertising; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor/Consultant agrees to post in a conspicuous place, available to employees and applicants for employment, notices to be provided by the County setting forth the provisions of this non -discriminating clause. 27. Copeland "Anti -Kickback" Act (18 U. S. C. 874 and 40 U. S. C. 276c: All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, . "Contractors and Contact 1300-7 Subcontractors on public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall bo prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 28. Davis -Bacon Act, as amended (40 U.S.C. 276a to a-7: When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 29. Contract Work Hours and Safety Standards Act (40 US. C. 327 through 333: Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 30. Rights to Inventions Made Under a Contract or Agreement — Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by HUD. 31. Rights to Data and Copyrights — Contractors and consultants agree to comply with all applicable provisions pertaining to the use of data and copyrights pursuant to 48 CFR Part 27.4, Federal Acquisition Regulations (FAR). 32. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended —Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contract 1300-8 33. Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)— Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 34. Debarment and Suspension (E.O.s 12549 and 12689)—No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, Debarment and Suspension, as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold small provide the required certification regarding its exclusion status and that of its principal employees. 35. Drug -Free Workplace Requirements -The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug -free workplaces. Each potential recipient must certify that it will comply with drug -free workplace requirements in accordance with the Act and with HUD`s rules at 24 CFR part 24, subpart F. 36. Access to Records and Records Retention: The Consultant or Contractor, and any sub -consultants or sub -contractors, shall allow all duly authorized Federal, State, and/or County officials or authorized representatives access to the work area, as well as all books, documents, materials, papers, and records of the Consultant or Contractor, and any sub -consultants or sub- contractors, that are directly pertinent to a specific program for the purpose of making audits, examinations, excerpts, and transcriptions. The Consultant or Contractor, and any sub -consultants or sub -contractors, further agree to maintain and keep such books, documents, materials, papers, and records, on a current basis, recording all transactions pertaining to this agreement in a form in accordance with generally acceptable accounting principles. All such books and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter periods of retention, all books, records, and supporting detail shall be retained for a period of at least four (4) years after the expiration of the term of this Agreement. 37. Federal Employee Benefit Clause: No member of or delegate to the congress of the United States, and no Resident Commissioner shall be admitted to any share or part of this agreement or to any benefit to arise from the same. 38. Energy Efficiency: Mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94A 163, 89 Stat. 871). Contract 1300-8 IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. Dated: ATTEST: "CITY" CITY OF LA QUINTA a California municipal corporation Digitally signed by Frank J. Spevacek DN: serialNumber=g8z17zo0v50w4d3x, c=US, ,,-California, I=La Quinta, o=Frank J. B5pevacek, n Frank J.Spevacek yDate: 2017.02.06 08:11:52 -08'00' Frank J. Spevacek, City Manager Digitally signed by Susan Maysels DN: cn=Susan Maysels, o=City of La Quinta, ou=Clerk's Office, email=smaysels@la-quinta.org, c=US Date: 2017.02.06 08:35:50-08'00' Susan Maysels, City Clerk APPROVED AS TO FORM: Dated; i►��: Dated: City Attorney "CONTRACTOR" (If corporation, affix seal) k Dated:— /17 By; signature Name: —Erik cS I rnM dnS Title: P r2S 'den+ print name Address: I n25 Call mesa 151vd#Ly Calimesa CA g2320 street address city Dated: Name: print name Address: state zip code By: signature Title: street address city state zip code Contract 1300-10 SECTION 1330 WORKERS" COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior tp 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 perfor ance of the work of this contract." Signat' re Pres 1 dert Title A (Z�- 1 Date i Workers Compensation Insurance Certificate 1330-1 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1 /25/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGRATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER OnPoint Underwriting Inc. CONTACT NAME: Steven McComb 8390 E Crescent Pkwy, Suite 200 PHONE (A/C, No Ext): (360) 828-0644 FAX (A/C, NO): (360) 828-0699 Greenwood Village, CO 80111 EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: ACE American Insurance Company 22667 INSURED INSURER B: Barrett Business Services, Inc. L/C/F INSURER C: THREE PEAKS CORP. INSURER D: P.O. BOX 101 INSURER E: CALIMESA, CA 92320 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUES OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVD (MM/DD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurence) $ COMMERCIAL GENERAL LIABILITY r� CLAIMS -MADE I (OCCUR fff���Jl} MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PROJ- LOG $ ECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS AUTOS BODILY INJURY (Per accident) $ []SCHEIIULED HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB OCCUR AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N RWC C48821145 09/01/16 09/01/2017 �/ WC STATU- TORY LIMITS I OTH- ER E.L. EACH ACCIDENT $2,000,000 ANY PROPRIETOR/PARTNER/ EXECUTIVE y OFFICER/MEMBER EXCLUDED? N / A Covered states: E.L. DISEASE - EA EMPLOYEE $2,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below CA E.L. DISEASE - POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) In the event of any payment under this policy for a Loss for which the named insured has waived the right of recovery in a written contract entered into prior to the Loss, insurer hereby agrees to also waive our right of recovery but only with respect to such Loss. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Of La QUlnta EXPIRATION DATA THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 78495 Calle Tampico AUTHORIZED REPRESENTATIVE La Quinta CA 92253,E Richard Poling c) 1988-2010 ACORD CORPORA I ION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD. AGENCY CUSTOMER ID. LOC: #: 4C"Rf> ww■.�.■w�■ ■ w��s w■iw ww■ ■mow■ ■■ ■� %* y HUUI I IVIV/' L- Rr-1V1 ►Rn.7 QL#nCUIJLIC Page 2 of 2 AGENCY NAMEDINSURED Barrett Business Services, Inc. OnPoint Underwriting Inc. 8100 NE Parkway, Suite 200 POLICY NUMBER 'Vancouver WA 98662 RWC C48821145 CARRIER NAIC CODE ACE American Insurance Company 22667 EFFECTIVE DATE: 09/01/16 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability (01/14) CERTIFICATE HOLDER: City of La Quinta ADDRESS: 78495 Calle Tampico La Quinta CA 92253 Blanket WOS WC 99 03 22 Included. Re: La Quinta City Hall ADA Improvements. ACORD 101 (2008/01) c) 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD. SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties" option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: 1. Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 5. The conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damages or foss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5). Liability and Insurance Requirements 1340-1 Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this Contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by Contract between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation .of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from -each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this Contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. 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. Liability and Insurance Requirements 1340-2 2.0 INSURANCE REQUIREMENTS 2.1 General Without limiting or diminishing the CONTRACTOR'S obligation to indemnify or hold the COUNTY harmless, CONTRACTOR shall procure and maintain or cause to be maintained, at its sole cost and expense, the following insurance coverage's during the term of this Agreement. As respects to the insurance section only, the COUNTY herein refers to the County of Riverside, its Agencies, Districts, Special Districts, and Departments, their respective directors, officers, Board of Supervisors, employees, elected or appointed officials, agents or representatives as Additional Insureds. Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor, 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. Contractor shall provide the following types and amounts of insurance: 2.2 Commercial General Liability Policy Commercial General Liability insurance coverage, including but not limited to, premises liability, unmodified contractual liability, products and completed operations liability, personal and advertising injury, and cross liability coverage, covering claims which may arise from or out of CONTRACTOR'S performance of its obligations hereunder. Policy shall name the COUNTY as Additional Insured. Policy's limit of liability shall not be less than $1,000,000 per occurrence , combined single limit. If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit. Liability and Insurance Requirements 1340-3 Contractor's policy shall contain no endorsements limiting coverage beyond the basic policy coverage grant for any of the following: a. Explosion, Collapse or Underground Hazard(X CU). b. Products and Completed Operations. C. Pollution liability. d. Contractual liability. Coverage shall be applicable to City for injury to employees of: contractors, subcontractors or others involved in the project. Policy shall be endorsed to provide a separate limit applicable to this project. 2.3 Workers' Compensation Insurance If the CONTRACTOR has employees as defined by the State of California, the CONTRACTOR shall maintain statutory Workers' Compensation Insurance (Coverage A) as prescribed by the laws of the State of California. Policy shall include Employers' Liability (Coverage B) including Occupational Disease with limits not less than $1,000,000 per person per accident. The policy shall be endorsed to waive subrogation in favor of The County of Riverside. 2.4 Business Auto Policy If vehicles or mobile equipment are used in the performance of the obligations under this Agreement, then CONTRACTOR shall maintain liability insurance for all owned, non -owned or hired vehicles so used in an amount not less than $1,000,000 per occurrence combined single limit. If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit. Policy shall name the COUNTY as Additional Insureds. 2.5 Excess or Umbrella Liability Insurance Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage for liability not covered by primary but coverers by the umbrella. Self -insured retentions are not permitted. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000 per occurrence and aggregate. Liability and Insurance Requirements 1340-4 Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the state of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Contractor and City agree as follows: Contractor agrees to endorse the third party Commercial General Liability coverage required herein to include as additional insureds City, its officials, employees and agents, and County, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition date of 1985 or equivalent. Contractor also agrees to require all contractors, subcontractors, and anyone else involved in any way with the project contemplated by this agreement to do likewise. 2. Any waiver of subrogation express or implied on the part of City to any party involved in this Contract or related documents applies only to the extent of insurance proceeds actually paid.. City, having required that it be named as an additional insured to all insurance coverage required herein, expressly retains the right to subrogate against any party for sums not paid by insurance. For its part, Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors, subcontractors or others involved in any way with the project(s) contemplated by this Contract, to do likewise. 3. All insurance coverage maintained or procured by Contractor or required of others by Contractor pursuant to thi ► Contract shall be endorsed to delete the subrogation condition as to City, or to specifically allow Contractors or others providing insurance herein to waive subrogation prior to a loss. this endorsement shall be obtained regardless of existing policy wording that may appear to allow such waivers. 4. It is agreed by Contractor and City that insurance provided pursuant to these requirements is not intended by any party to be limited to providing coverage for the vicarious liability of City, or to the supervisory role, if any, of City. All insurance. coverage provided pursuant to this or any other Contract (express or implied) in any way relating to City is intended to apply to the full extent of the policies involved. Nothing referred to here or contained in any Contract involving City in relation to the project(s) contemplated by this Contract is intended to be construed to limit the application of insurance coverage in any way. 5. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. Liability and Insurance Requirements 1310-5 7. Prof of compliance with these insurance requirements, consisting of binders of coverage, or endorsements, or certificates of insurance, at the option of City, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Contractor agrees to endorse, and to require others to endorse, the insurance provided pursuant to these requirements, to require written notice to City and the appropriate tender prior to cancellation of such liability coverage and notice of any material alteration of non -renewal of any such coverage, and to require contractors, subcontractors, and any other party in any way involved with the project contemplated by this Contract to do likewise. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self-insurance available to the City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self -insure its obligations to City. If contractor's existing coverage includes a deductible or self -insured retention, the deductible or self -insured retention must be declared to the City. At that time the City shall review options with the contractor, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. Uab lty and Insurance Requirements 1340-6 13. For purposes of applying insurance coverage only, all contracts pertaining to the project will be deemed to be executed when finalized and any activity commences in furtherance of performance under this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. The insurance shall include but not be limited to products and completed operations and discontinued operations, where applicable. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor agrees to waive its statutory immunity under any workers' compensation statute or similar statute, in relation to the city, and to require all subcontractors and any other person or entity involved in the project contemplated by this Contract to do likewise. 17. Requirements of specific coverage features are not intended as limitations on other requirements or as a waiver of any coverage normally provided by any given policy. 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. 18. Any provision in any of the construction documents dealing with the insurance coverage provided pursuant to these requirements is subordinate to and superseded by the requirements contained herein. These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 19. All liability coverage provided according to these requirements must be endorsed to provide a separate aggregate limit for the project that is the subject of this Contract and evidencing products and completed operations coverage for not less than two years after issuance of a final certificate of occupancy by all appropriate government agencies or acceptance of the completed work by City. 20. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers, if any are working on this project through Contractor. City shall determine the liability limit. Liability and Insurance Requirements 1340-7 2.6 Additional Federal Insurance Provisions a) Any insurance carrier providing insurance coverage hereunder shall bs admitted to the State of California and have an A M BEST rating of not less than A: VIII (A:8) unless such requirements are waived, in writing, by the County Risk Manager. If the County's Risk Manager waives a requirement for a particular insurer such waiver is only valid for that specific insurer and only for one policy term. b) The Contractor's insurance carrier(s) must declare its insurance deductibles or self -insured retentions. If such deductibles or self -insured retentions exceed $500,000 per occurrence such deductibles and/or retentions shall have the prior written consent of the County Risk Manager before the commencement of operations under this Agreement. Upon notification of deductibles or self insured retention's unacceptable to the County, and at the election of the Country's Risk Manager, Contractor's carriers shall either; 1) reduce or eliminate such deductibles or self -insured retention's as respects this Agreement with the County, or 2) procure a bond which guarantees payment of losses and related investigations, claims administration, and defense costs and expenses. c) Contractor shall cause Contractor's insurance carrier(s) to furnish the County of Riverside with either 1) a properly executed original Certificate(s) of Insurance and certified original copies of Endorsements effecting coverage as required herein, or 2) if requested to do so orally or in writing by the County Risk Manager, provide original Certified copies of policies including all Endorsements and all attachments thereto, showing such insurance is in full force and effect. Further, said Certificate(s) and policies of insurance shall contain the covenant of the insurance carrier(s) that thirty (30) days written notice shall be given to the County of Riverside prior to any material modification, cancellation, expiration or reduction in coverage of such insurance. In the event of a material modification, cancellation, expiration, or reduction in coverage, this Agreement shall terminate forthwith, unless the County of Riverside receives, prior to such effective date, another properly executed original Certificate of Insurance and original copies of endorsements or certified original policies, including all endorsements and attachments thereto evidencing coverage's set .forth herein and the insurance required herein is in full force and effect. Contractor shall not commence operations until the County has been furnished original Certificate (s) of Insurance and certified original copies of endorsements or policies of insurance including all endorsements and any and all other attachments as required in this Section. An individual authorized by the insurance carrier to do on its behalf shall sign the original endorsements for each policy and the Certificate of Insurance. d) It is understood and agreed to by the parties hereto and the insurance company(s), that the Certificate(s) of Insurance and policies shall so covenant and shall be construed as primary insurance, and the County's insurance and/or deductibles and/or self -insured retention's or self -insured programs shall not be construed as contributory. Liability and Insurance Requirements 1340-8 e) The County's Reserved Rights --Insurance. If, during the term of this Agreement or any extension thereof, there is a material change in the scope of services; or, there is a material change in the equipment to be used in the performance of the scope of work (such as the use of aircraft or watercraft) the County reserves the right to adjust the types of insurance required under this Agreement and the monetary limits of liability for the insurance coverage's currently required herein, if; in the County Risk Manager's reasonable judgment, the amount or type of insurance carried by the Contractor has become inadequate. f) Contractor shall pass down the insurance obligations contained herein to all tiers of subcontractors working under this Agreement. g) The insurance requirements contained in this agreement may be met with a program(s) of self-insurance acceptable to the County. 2.7 Chan a 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 seat to: Frank J. Spevacek, City Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Liability and Insurance Requirements 1340.9 POST CONTRACT AWARD FORMS Special Federal provisions 1550.63 EX11t111T PA-1 Bond No. 390533P Premium: $2,408.00 Premium is for Contract Term and Subject to Adjuslmerd Based orl Final Conlract Price PERFORMANCE BOND Recitals: 1. Three Peaks Corp. has entered into an Agreement dated tC°'�trrckxt with City of La Quinta ff r Ciky Hall Miscellaneous Exterior ADA Improvements, Project 2016-05�, construction of public work known as CDBG Project 4.LQ.26-16 (Prolev) 2 - a Developers Surety and Indemnity Company corporation (Surety), is the Surety under this Bond Agreement: We, Contractor, as Principal, and Surety, jointly and severally agree, state, and are bound unto Owner, as obligee, as follows: 1. The amount of the obligation of this Bond is 100% of the estimated contract price for the project of $96,332,00• and insures to the benefit of Owner. *Ninety Six Thousand Three Hundred and Thirty Two and 001100 Dollars 2. This Bond is exonerated by Contractor doing all things to be kept and performed by it in strict conformance with the Contract Documents for the Project, otherwise it remains in full Force and effect for the recovery of loss, damage and expense of Owner resulting from failure of Contractor to so act. All of said Contract documents are incorporated herein. 3. This obligation is binding on our succgssors and assigns. f 4. For value received. Surety stipulates and agrees that no change, time extension, prepayment to Contractor, alteration of addition to the terms and requirements of the Contract Document or the work to be performed thereunder shall affect its obligations hereunder and waives notice as to such matters, ex� the total contract price cannot be increased by more than 10%n without approval of Surety. THIS BOND is executed as of January23, 2017 Three Peaks Corp. By By ll� IF Title Contractor yl ers Surety and Indemnity Company By (' Type Name :—:::: Its Attorney in Fact "Surety" Note: This Bond must be executed by both parties with corporate seal affected. All signatures must be acknowledged, (Attach acknowledgements) Special Federal Provisions 155484 IA Civil Code § 1189 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 San Diego } On JAN $ 31 Date before me, Janice R. Martin Insert Name of Notary exactly as it appears on the official seal personally appeared Sarah Myers _ a Name(e) or Signers) JA;CE R. MARTIN r COMM. #2158852 v � NOTARY PUBUO-CALIFORNIA SAN DIEGO COUNTY .. r My commlatrion Expkes _ JULY 29. 20,20 Place Notary Seal Above , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(W whose name( is/# # subscribed to the within instrument and acknowledged to me that bY1shefW4V executed the same in Wherli#yauthorized capacity(", and that by 816/her117 & signaturef*) on the instrument the person(Q, or the entity upon behalf of which the person(@ 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. Witnes and official seal. Sign e Sign re of oteryPubiic Janic R. Martin OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited [--]General 56 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly fmiled DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, dd each hereby make, oorsNVe and appoint: —Lawrence F. Mc Mahon, Sarah Myers, Maria Guise, James Baldassare Jr., jointly or severally — as their U * and lawful Aftorney(s)-n-Fact, to make, execulo, delver and acknowledge, for and on behalf of said corporations, as sureties, bonds, underlakings and contracts d surely - ship giving and granting unto said Attomey(s)-In-Fact fug power and 3LOAX ty b do and to- perfoma every act necessary, requisAe or proper to be done In connection Ihera'mttl ap earth of said corporations cou!d do, but reserving b each of said corporations. full power of substitution and revocatiOrk acid all of the acts d said Attomey(S)-ii-Fact, pursuant to these presents, are htmby ratified and confirmed. This Power of Attorney is granted and is signed by lacsinlle under and by authority of ttse following resolutions. adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as d January 1st, 2008, RESOLVED, Una1 a combination of any two of the Chairman of fixl Board, fie President„ Executive Vice-Presiden6 Senkx Vice -Presided a any Vie President d the corporations be, and that each of them Ixoreby i;. authorized b oxoude 11t Power of Attorney, qualifying the attorney(s) named n the Power of Attorney to execute, on behalf d the corporaWns, bonds, undertakigs and corkxts of swelyship: and that the Secretary or any Assistant Secretary d ellher of One corporations be, and each d ftm hereby is, authorized b attest the execution of any such Powaf d Ali"F,, RESOLVED, FURTHER. Thal the sfgnathres of such officers may be affixed to any such Power of Allomey or to any certificate rebtirg tlwelrs br facsimile, and any such Power of Attorney or crsrttgcale bearing such racsinle signatures shall be valid and bind I ng upon the corporations when so affixed ar)d in the future with respect In any bond, undertaking Of contract of suetyshra b wtroh i is attached IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this December 1, 2014. 4 AND "7 .1id Young, Senior Vice-president �s� d By. Mark J. Lansdon. Vice-president State of California County of Orange N-----_-- Del emby- 414--- — beforeme, — Date personally appeared _- W III " W 11M&4Wharhl~,ft NEW k0 LUCILLE iiaat'MOND Cotnrnbabn 0 20e1IM5 Notary PW* - caMfornla z Orvgo Counly Corry?1, Ey hs0ci # a 2018 h Place Notary Seal Above O10 $ = OCT. 5 1 9 3 6 ? 1967 �gCIFoFrC �aW!, .. �ynsbr' ?� 1.Jci1+_Rrrvrh�mrNoar,vp_kf — Here Insert Name and Title of the Officer Dahi4Yomoand_MakJLasdon Name(s) of Signer(s) Wttro proved ID me on the basis of satisfactory evidence to be the person(s) whose ram(s) is/are subscribed b the wift ihstrumerri and acknowledged b me that helsheft hey executed the same in hisAherllher authorized capacily(nes), and that by hislherlthe soviue(s) on the hhstrumenl the person(s), or the entity upon beha!t d wtkh M person(&) acted, executed Lho instrument. I certify under PENALTY OF PERJURY under the Laws of the Stale of California that the foregoing paragraph is true and correct WITNESS fry hand and official seal. Signature L cilf Raymond, Notary Public CERTIFICATE The undenslgned, rs Secretary orAssislanl Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby Mtify that the foregoing Power d Attorney remains in tut force and has not been revoked and, fufhemrore, Oral fie provisions of the resolutions of the respective Boards of Diecfors of said caporal s set forth in the Power d Attorney are in tome as d Uie dale of this Certificate This Certificate is executed in the City of Irvine, California, this 23rd day d January , 2017 _ y By. Cassie J Berrisfor , ssistant Secretary ID-1380(Rev.12/14) ACKNOWLEDGMENT Faftached,yd, otapublic or other officer completing this ificate verifies only the identity of the individual signed the document to which this certificate is and not the truthfulness, accuracy, or di of that document. State of California County of Riverside On January 25, 2017 before me, Stacy L Holt, Notary Public (insert name and title of the officer) personally appeared Erik Simmons who proved to me on the basis of satisfactory evidence to be the pe on Mhose name i re s bscribed to the within instrument and acknowled ed to me thatshe they executed the same in 10heiFfteir authorized capacityW, and that by is erkheir signatures on the instrument the person(; or the entity upon behalf of which the person ] 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. STACY L. NOt WITNESS my hand and official seal. commission # 2t2oz87 Notary PubOc - california Riverside County "l��r ',�."�,(Seal)lu Comm. kesAu ash 20tf1� Signature ,� L j �` t) Bond No.: 390533P Premium is included in PAYM IM BOND Performance Bond (Public Work - Civil Code 3247 et seq.) The makers of this Bond are Three Peaks Co � as Principal and Original Contractor and Developers Surety and Indemnity Company ,a corporation, authorized to issue Surety Bonds in California, as Surety. and this Bond is issued in conjunction with that certain public works contract dated between Principal and City of La Quintal public entity, as Owner; for the BOND is one hundied percent (1 Do%) of said sum. Said contract is for public work generally consisting of CI Mall Miscellaneous Exterior ADA Improvements. Pfm� edt #2016-05A, CDBG Projeet 4.L LT _1 The beneficiaries of this Bond are as is stated) in 3248 of Civil Code and the requirements and conditions of this Bond are as is set forth in 324�, 3249, 3250 and 3252 of said Code. Without notice, Surety consents to extension of time for performance, change in requirements, amount of compensation, prepayment under said contract Dated JanuaK 23, 2017 Three Peaks Go . Developers Surety and Indemnity Company ey r 1 Cbrrtractor - Principal By Title — f Sarah My tto yin -Fact (Jr corporation - aFAx seal) (Corporate Seal) STATE OF CALIFORNIA COUNTY OF SS SURETY'S ACKNOWLEDGMENT On before me personally appeared _ known to me to be the person whose name is subscribed to the within the instrument as attorney in fact of , a corporation, and acknowledged that he subscribed the name of said corporation thereto, and his own name is its attorney in fact. Riverside County Counsel Nolan Public (Seal) Approved Form 1-9.74 Please see attached All -Purpose California Acknowledgment Special Federal Provisions 1550-65 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 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 San Diego On JAN 8 3 2017 Date before me, Janice R. Martin Insert Name of Notary exactly as it appears on the official seal personally appeared Sarah Myers Name{s} of S"rgner(sJ JANICE R. MARTi fN COMM. #2 1588 n NOTARY PUBLIC-CALIFORNIA rn 8AN DIFOO COUNTY My Commission Expires JULY 29, 2, 1189 , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(W whose name(Q isl#Y# subscribed to the within instrument and acknowledged to me that Wlshelifty executed the same in i91her/MW authorized capacity(+), and that by ftlher/ t # signatureffi) on the instrument the person(40, or the entity upon behalf of which the person(I0 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 nd and official seal. Sign: ure Place Notary Seal Above i®na a Noiary Public4lanicelk. Martin OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Tltle(s):_ ❑ Partner ❑ Limited ❑ General A Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer is Representing: Top of thumb here Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ""Lawrence F. Mc Mahon, Sarah Myers, Maria Guise, James Baldassare Jr., jointly or severally*** as that he and lawful Altorney(s)-infact, to make, execute, delver and acknowledge, for and on behalf of sad corporator, as "eties, bonds, undarlakngs and cnnlrads of surety- ship giving aait granting unto said Alto( ne y(s}in-Fact fur power and authority b do and to perform every act necessary. requ6s le or proper b be done in connection Ilherowtth as each of said cerporaliam could do, W reserving b each of said corporations fug power of subslltubon and revocation, and at of the acts of said Attomey(s)-n-Fact, pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and a sighed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of arty two of the Chairman of the Board the President, Executive ViceePresident, Senior Vice -President a any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the aftorney(s) named in the Pourer of Attorney b execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized b attest the execution of any such Power of Attorney, RESOLVED, FURTHCIT, Uvt the , igwlaes of such officers nary be affixed b any such Power of Altonney or b any certificale rdatkV thwelo by fami le, and any such Power of Attorney or certificale bearing such facsirrkla slgnatores shall be valid and binding upon the corporatiom when so affixed aril in the More with respect b"bond, undertaking or contract of suretyship b which i is, attached IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severely caused these presents b be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this December 1, 2014, =IDeV-, Daniel Young, SeniorVke-Presdent 9yJ. ,a?.?OR4 ,E '-.Y ��O rifRR a: ; OCT. 0 By: : w sal Mark J. Landon, Vice-Presidant p - 11936 State of California County of Orange On —TRa?mbst. 14 Date personally appeared before me, Lic1I Rn wr1 jL l Nobr,w?kir. Here Insert Name and Title of the Officer LUCILLE RAYYII NE) ` Comrift3lon * 20M1l115 f Notary Pubk - C*orrh �y Ormp0 W Corti ii Exp felt Oc 113, 018 Place Notary Seal Above nino�aod MakJLandon Name(s) of Sigrw(s) who proved id file on Ike basis Of S Waclofy awdence to be the pers*S) whose names) rslare sLOSaibed k7 the wdlhln instrument and acknowledged b me that helsheMwy executed tho sarm it hi fhcxflher authori2od capacit&s), aid Ozat by Nshherlthoir Si nature(s) on the instrument the perzon(sk or the enity upon behalf of which line prerscfi(s) acted, executed the nstrurnent. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS rrry hand and offidal seal.9" Signature _ CERTIFICATE VdIk Raymond, Notary Public The undersigned, as Secretary or Assistant Set:etay of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA. does hereby certify that Uhe foregoing Power d Altomey ranter in furl force anrd has not been revoked end, lurlhermao, 9*1 the provisions of the resotrli3ns d the respective Boards of Drmo,,s of said corporations set forth in the Power of Attorney are in face as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 23rd day of January , 2017 Cassie J. Bwisfor , istanl Sec relary � ID-1380(Rev.12114) 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 Riverside On January 25, 2017 before me, Stacy L Holt, Notary Public (insert name and title of the officer) personally appeared Erik Simmons who proved to me on the basis of satisfactory evidence to be the subscribed to the within instrument and acknowledged to me thl (61iAerlthimauthorized capacity�p , and that by�A# eir sig personyoj? or the entity upon behalf of which the person(�cted, Arson whose name i are- hheAthey executed the same in iatureWon the instrument the 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. srAcr'to H0LT CWM*Wm r 2120287 Notary Pub0c - Cworna Riwrsta county MYCOMM-ExplrosA 14.20161 Signatures ter ' ✓t" t-' (Seal) C.) Q 0 a r a L c 3 a O E a � U � Mz d o � � z u �n � U � ❑ S 0 c? c .N U , ,. O OILa O p � l U � o `o E QUv'� c .9 tj a g s �3 A z a x� x II II II i� •-N M II II II v V5 �D SECTION 3 SUMMARY REPORT EXHIBIT PA-5 ECONOMIC OPPORTUNITIES FOR LOW AND VERY LOW-INCOME PERSONS PROJECT NAME: ` tq "tZ, DATE CONTRACTOR: SUBCONTRACTOR: JOB CATEGORY NUMBER OF NEW HIRES NUMBER OF NEW HIRES THAT ARE SECTION 3 RESIDENTS % OF AGGREGATE NUMBER OF STAFF HOURS OF NEW HIRES THAT ARE SECTION 3 % OF TOTAL STAFF HOURS FOR SECTION 3 EMPLOYEES PROFESSIONALS TECHNICIANS OFFICE 1 CLERICAL CONSTRUCTION BY TRADE TRADE TRADE TRADE TRADE TRADE TRADE OTHERS TOTAL NAME OF PERSON COMPLETING F9RM: SIGNATURE: Section 3 "New Hires" refers to a person who is not on the Contractor's payroll for employment at the time of Contract award. Recipients and contractors subject to Section 3 requirements must maintain appropriate documentation to establish that HUD financial assistance for CDBG-funded projects was directed to low-income and very low-income persons. Low-income persons means families (including single people) whose incomes do not exceed 80% of the area median household income, as established by HUD, with adjustments for family size. Very low-income persons means families ( including single people) whose incomes do not exceed 50% of the area median household income, as established by HUD, with adjustments for family size. Special Federal Provisions 155489 E - IBIJ PA-6 r' CDBG PROJECT LABOR CLASSIFICATION SURVEY PROJECT NAME: b-hA HaII MAIme. CONTRACTOR: 71wee PeOKs COKP PROJECT NUMBER: 201 Lo - 0 5A SUBCONTRACTOR: BRICKLAYER CARPENTERS CEMENT MASONS DRYWALL HANGERS ELECTRICIANS IRON WORKERS y- PAINTERS PLUMBERS ROOFERS SHEET METAL WORKERS SOFT FLOOR LAYERS TILE LAYERS LANDSCAPE / IRRIGATION FITTERS LABORERS - STRIPPING C PLASTERER OTHERS CLASSIFICATIONS LABORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP5 POWER EQUIPMENT OPERATORS GROUPS I - 21 iC TRUCK DRIVERS GROUPS 1-I I ADDITIONAL CLASSIFICATIONS (Must be approved by HUD and DOL) CLASSIFICATIONS Special Federal Provisions 1550.70 PA-6 ^.uTi-timed) PROJECT NAME: . bill Nall MISC /FDA Cm vfl-vje*j-f-S WAGE DECISION NUMBERIMODIFICATION NUMBER: 00,; , �— PROJECT NUMBER: 20 ` �- 0 5A PROJECT COUNTY: �; UerS I e WORK CLASSIFICATION BASIC HOURLY RATE BH FRINGE BENEFITS TOTAL HOURLY WAGE RATE LABORERS FRINGE BENEFITS: $ Bdckla ers $ GROUP # BHR TOTAL WAGE Ca enters $ $ Cement Masons ' Z� lob SSlogo $ Drywall Hangers S $ Electricians $ $ Iron Workers 1 Zj `i" 75" Z y, gbs s 55 s Painters $ OPERATORS FRINGE BENEFITS: $ Plumbers $ GROUP # BHR TOTAL WAGE Roofers $ 1 +Z' (O$ $ z Sheet Metal Workers $ $ Soft Floor Layers $ $ Ta rs $ $ Tile Setters $ TRUCK DRIVERS FRINGE BENEFITS: $ OTHER CLASSIFICATIONS GROUP $ BHR TOTAL WAGE abnrz - 32.54 19,74 52.09 $ $ s s $ $ AD ITiONAL CLASSIFICATIONS' HUD Fame 4230- WORK CLASSIFICATION BASIC HOURLY RATE FRINGE BENEFITS TOTAL HOURLY WAGE RATE DATE OF HUD SUBMISSION TO DOL DATE OF DOL APPROVAL s $ s s Speclel Federal Provisions 1550-71 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/8/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGRATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER OnPoint Underwriting Inc. 8390 E Crescent Pkwy, Suite 200 Greenwood Village, CO 80111 INSURED Barrett Business Services, Inc. L/C/F THREE PEAKS CORP. 13046 BURNS LANE REDLANDS, CA 92376 COVERAGES CERTIFICATE NUMBER: CONTACT NAME: Steven McComb PHONE (A/C, No Ext): (360) 828-0644 FAX (A/C, NO): (360) 828-0899 EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: ACE American Insurance Company 22667 INSURER B.: INSURER C: INSURER D: INSURER E` INSURER F; REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUES OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER IPOUCY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENTED PREMISES (Ea occurence) $ COMMERCIAL GENERAL LIABILITY CLAIMS-MMAOE D OCCUR MED EXP (Any one person) S 14= PERSONAL & ADV INJURY $ GEN'LAGGREGATE LIMITAPPLIESPER: GENERAL AGGREGATE $ PRODUCTS - COMP/OPAGG $ POLICY PROJ- LOC $ ECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Es accident) $ BODILY INJURY (Per person) $ ALt. OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE S $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB OCCUR AGGREGATE $ DIED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' RWC 09/01/16 09/01/2017 WC STATU- OTH. LIABILITY YIN C48821145 �/ TORY LIMITS JER E.L. EACH ACCIDENT $2.000.D00 ANY PROPRIETOR/PARTNER/ EXECUTIVE Y OFFICERIMEMBER EXCLUDED? (Mandatory In NH) 0 yea, describe under N / A Covered States: CA E.L. DISEASE - EA EMPLOYEE $2,000,000 E.L. DISEASE- POLICY LIMIT $2,000,D00 DESCRIPTION OF OPERATIONS below J DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101. Additional Remarks Schedule, if more space is required) In the event of any payment under this policy for a Loss for which the named insured has waived the right of recovery in a written contract entered Into prior to the Loss, insurer hereby agrees to also waive our right of recovery but only with respect to such Loss. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of La Quinta EXPIRATION DATA THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE POLICY PROVISIONS. WITH THE 78495 Calle Tampico AUTHORIZED REPRESENTATIVE La Quinta CA 92253 Richard Poling ACORD 25 (2010/05) c) 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD. AGENCY CUSTOMER ID: L110I01I AC kll�� ADDITIONAL REMARKS SCHEDULE AGENCY NAMEDINSURED Barrett Business Services, Inc. OnPoint Underwriting Inc. 8100 NE Parkway, Suite 200 POLICY NUMBER Vancouver WA 98662 RWC C48821145 CARRIER .ACE American Insurance Company ADDITIONAL REMARKS NAIC CODE 22667 EFFECTIVE DATE: 09/01/16 'THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability (01/14) CERTIFICATE HOLDER: City of La Quinta ADDRESS: 78495 Gallo Tampico La Quinta CA 92253 TWOS in favor of the City of La Quinta, its officials, officers, agents, employees and volunteers. Re: La Quinta Park Restroom Project 2013-12 ACORD 101 (2008101) c)1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD. 2 of 2 CERTIFICATE OF LIABILITY INSURANCE DATE (BMIDDIr Y) 0112312017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this cortiflcate does not corder rf hts to the cortlficate holder In lieu of such endorsements . PRODUCER MAW!Rachel Silva Whitney Oaks Insurance Services Inc. PMNe 111412 918 15.1930 F 91 15.1931 1221 Pleasant Grove Blvd., Ste. 180 L hltn vakainsurance.cem Roseville, CA 95678 License #: OF74432 INSURE t COVERAGE AFFORDING NAI s .. I URERA; James River InsuranwGDmom .INSURED — %A#--& A —_..I__.. 1— Annn Three Peaks Corp PO Box 101 Callmesa, CA 92320 COVERAneS CKRTIFICATF IUIIMRFR- nnnnnnn&A 13EVnfQ1nhJ Mllhm Ca. 4 THIS 19 TO CERTIFY THAT THE POUQES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD (NDICATEO. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIRCAT'E MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALL T14E TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE POLICY ER aug& P 03/10/2017 UMITe A X COM ERCIALGENERALLWaatrr CLAMS -MADE M OCCUR 000659951 03/1012010 FACHOCCURRENCE $ 1,000,000 S ; ,y}Q 000 MED E%P one psmnj $ 1,000 PERSONAL A ADV INJURY S 11000,000 GFX'LAGGREGATE LIMIT APPLIES PER, POLICY 0 ECT LOC OTHER, GENERAL AGGREGATE $ 2,000,000 PRODUCTS - GOMP/OP AGO S 2,000, 000 $ B AUTONOBILJI x LIABILITYBAA56649887 ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED -OWND AUTOS ONLY AUTOS ONLY 06/17/2016 W1712017 ED10) S E L : 1 000 00 BODILY INJURY (Per Person) S BODILY INJURY Perecddent ( I P i r - - — `` UMBRELLA LIAR OCCUR EXCESS UAB CLAIMS -MADE 27303654 03110/2016 03/1012017 EACH OCCURRENCE S 2,000,000 AGGREGATE S 2,000,000 OED RETENTION _ S WORKERS COMPENSAnoN AND EMPLOYERS' LIABILITY Y I N ANYPROMETORIPAATNEfLEX CLUE OF€ICERMEMBEREXCLUDM" Wandatayr in NH) tt doaufpe wldar IPTION NIA S - - E.L. EACH ACCIDENT III ----------._ S - ELDISENSE-FAEMPLOYEE E.L. DISEASE - POLICY UMrr i DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, AdditionalMaurits Schedule, maybe attached s mm apace la required) City of Le Quinta Is named additional Insured. Project Location: City Hall - Project No. 2016-05A City of La Qulnta 78.495 Calle Tampico La Qulnta, CA 92253 l tLLA SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTNORDMD 5 AC n ceRanRATlnN_ All rinMa maor . ACORD 23 (2016103) The ACORD name and logo are registered marks of ACORD Printed by RJS on January 23, 2017 at 11:36AM POLICY NUMBER; 1 000659951 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS - APARTMENTS AND ALL CONSTRUCTION OTHER THAN RESIDENTIAL DEVELOPMENT- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY SCHEDULE Name OF Additional Insured Person(s) Or Organlzation(s): Covered Completed Operations Where required by written contract or written All non-residential construction projects of the agreement. Named Insured. Information re uired to complete this Schedule If not shown above vvili be shown in the Declarations. A. SECTION It — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, In whole or in part, by "your work", as described in the schedule of this endorsement performed for that additional Insured and included in the "products -completed operations hazard" as described In the Covered Completed Operations, schedule above. B. The insurance provided to the additional insured under this endorsement is limited as follows; Covered Completed Operations shown in the schedule above shall not include "residential development" of any description. C. For the purposes of this endorsement, the following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to the additional insured designated in the Schedule, provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed In writing Ina contractor agreement that this Insurance would be primary and would not seek contribution from any other insurance available to the additional insured. D. The following definitions are added to SECTION V — DEFINITIONS of this Policy: "Residential development" means a structure or structures, Including the land upon which it is situated, designed or intended for occupancy in whole or in part as a residence by any person or persons. "Residentiai development" does not include "apartments" or "apartment buildings." i 'Apartments" means one or more rooms of a building used as a dwelling unit separate from others in the building and which are rented from others by those dwelling in them, 'Apartments building" means a structure containing two or more separate "apartments," ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Includes copyrighted material of Insurance Services Office, Inc., with Its permission. MC2037US 09-12 Page 2 of 2 POLICY NUMBER: 000659951 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIED RESIDENTIAL HOUSING Name Of Additional Insured Person(s) Or D anization s : Description and Location "residential housing" location($): Where required by written contract or written All 'residenttal housing' projects of the Named agreement, Insured. SECTION 11-- Who Is An Insured is amended to include any person or organization you are required to Include as an additional insured oil this policy by written contract or written agreement in effect during this policy period and executed prior to the "occurrence" of the "bodily injury" or "property damage." The insurance provided to the additional insured under this endorsement is limited as follows: 1. The person or organization scheduled above is only an additional Insured with respect to liability which is imputed to such additional insured arising solely out of : a. "your work" or "your product", and b, with respect to "residential housing." 2. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract or written agreement, the insurance provided by this endorsement shall be limited to the Limits of Insurance required by the written contract or written agreement. This endorsement shell not increase the Limits of Insurance stated in the Declarations. 3, This insurance does not apply to "bodily injury" or "property damage" arising out of "your work" or "your product" included in the "products - completed operations hazard" unless you are required to provide such coverage by written contract or written agreement but only for the period of time required by the written contract or written agreement and only for "bodily injury" or "property damage" that occurs during the policy period arising out of "your work" or "your product". 4. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, oontingent or on any other basis, 5. Where no coverage under this policy shall apply for the Named Insured, no coverage or defense shall be afforded to the additional insured, 6. This insurance does not apply to 'bodily injury" or "property damage" arising out of the sole negligence of the additional insured, AP2209US O4-10 Page 1 of THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I The following definitions are added to SECTION V — DEFINITIONS of this policy: t 'Residential housing" means a structure or structures, including the land upon which it is situated, designed or intended for occupancy in whole or in part as a residence by any person or persons. "Residential housing" does not Include "apartments" or "apartment buildings," "Apartments" means one or more rooms of a building used as a dwelling unit separate from others In the building and which are rented from others by those dwelling in them, j "Apartments building" means a structure containing two or more separate 'apartments," ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. i 1 AP2209US O4-10 Page 2 of 2 POLICY NUMBER: 000659951 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARFEULLY. WAIVER OF SUBROGATION AS REQUIRED BY { CONTRACT This endorsement modifies Insurance provided under the following: ALL COVERAGE PARTS The Company agrees to waive any right of recovery against any person or organization, es j required by written connect, because of payments we make for injury or damage which is limited to liability directly caused by "your work" which Is Imputed to such person or organization. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. f AP5004US 11-06 Page 1 of 1 POLICY NUMBER, BAA56649887 BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT (CA) INCLUDES: Broad Form Insured Covers, with limitations, all legally incorporated entities of which you own more ---e_ khan a 50% interest, impioyees as Insureds Provides excess liability coverage to cover the individual liability of employees using then' own autos in your business. Blanket .Additional Insured When req aired by contract. u lemen�n Pa ,rnents Increases ball bonds to $3000 and loss of earnings to $500 per day, Amended Fellow Employee Exclusion Amends the Fellow Employee Exclusion to extend to Bodily Injury resulting from the use of a covered auto. Hired Auto Physical Damage Provides coverage up to $50,000 if at least one owned vehicle is covered for comprehensive and collision and hired auto liability is included. Up to $1000 per `accident' for the actual loss of use of the hired auto if it results from an accident, you are le all liable and the lessor incurs an actual financial loss rowing and Labor rovides towing and -labor up to $50 per disablement for private passenger autos nd Ii it wei ht trucks; up to $150 er drsablement for medium weight trucks. Physical Damage Additional crease coverage for temporary transportation expense up to $50 per day tans ortation Expense Coverage $1500 total) if a covered auto is stolen. Rental Reimbursement provides up to $75 per day for rental reimbursement because of an accident or oss to an auto with Physical Damage coverage and up to $500 for expenses incurred to remove and replace tools and a ui tsnent from the: covered auto. xtra Expense - Broadened Coverage Dyers u to $1000 for the expense of returnnin to you a stolen covered auto. Personal Effects Coverage Provides coverage up to $600 far ersonal effects if stolen with a covered aute. ,Accidental Anbag Deployment Provides Excess Coverage to reset or replace an airbag that Mates accidentally if the auto is covered for com rehensive or collision coverage. Audio, Visual and Data Electronic ^oVers permanently installed electronic equipment that receives or transmits Equipment Coverage udio, visual or data signals. $100 deductible applies to equipment or accessories used with this a ui ment. lLoan/Lease Gap Coverage JPays the outstanding balance of a ler=.se, if it exceeds the actual cash value of the uto and the loss is a total loss. lass Re air - Waiver of Deductible awes the deductible if the lass is re aired instead of replaced. aiked Auto Collision Coverage he Collision Deductible doesn't apply to private passenger autos or light tE ticks aiver of Deductible) hlle in the charge of an insured, legally arred and unoccupied. wo or More Deductibles on two or more deductibles apply to the same claim the smaller deductible ill be waived if all coverage is provided by a member of the Liberty Mutual Unintentional Failure to Disclose larifies that the insured's failure to disclose all hazards or exposures will not axards ralffect coverage unless the failure was intentional. ended Duties in the Event of larifes that the insured's duty to notify us of a loss does not begin until the loss ccident, Clalin Suit or Loss ris known to the insured. ire Auto Covers e Territory farrito for autos hired 30 da s or less is extended to anywhere in the world. Bodily minty R etined Pedefines bodilX.jnjury to include mental anguish. Waiver of Transfer of Rights of if any person or organization to or for whom we make payment has ecoveryAgainstOtherstoUsawed their rights of recovery before an accident or loss, our tights are waived rlarifies so, Extended Cancellation Condition rovides at least 60 days' time in which to replace coverage if cancellation is for _--- _ rXaxy reason other than nonuavment. * This summary contains highlights only acid is subject to change. The specific terms of coverage, exclusions, and limitations are contained in the Insurance Policy. Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number BARRETT BUSINESS SERVICES, INC. L/C/F THREE PEAKS CORP. Policy Number 8100 NE PARKWAY DRIVE, STE. 200 VANCOUVER WA 98662 Symbol: RWC Number: C48821145 Policy Period Effective Date of Endorsement 09-01-2016 TO 09-01-2017 09-01-2016 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information Is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL CALIFORNIA OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Minimum Premium: $ 0 5:5:� — Authorized Agent WC 99 03 22 BUSINESS LOCATION OUTSIDE CITY LIMITS BUSINESS NAME. THREE PEAKS CORP BUSINESS ADDRESS, PO BOX 101 CALIMESA, CA 92320 By Crnf FINANCE DIRECTOR 78-495 Calle Tampico La Cluinta, Cal#fornfa 922S3 (760) 777-7000 i CERTIFICATE 'ff NON -TRANSFERABLE f uslness Owne Please be aware that Issuance of t business license by the City dries not auth�rtte you to corxiutt business In a building or tenant space that has not been approved f orxupancy by the atilldine and Sdmy Department. ff you have any questlons regarding 1s issue, Of if you are not sure If a Certtficate of Occupancy has been Issued for your p ce of business, please contact Building and Safety at I7601777-7012. The Licensee namedhereln having paid to the City of La Qulnta all fees requirod, license is hereby granted said licensee to transact the business herein set forth, for tl7� staled, in conforrtrdtywIththe ProvNionsof Ordinance No. 2 of this City. Thlsit.icenuw Is Issued without yerffcatlon that the licensee is subject to or exemptfrom llce4ng by the State of California. i BUSINESS LIC NO: LIC-0111037 CLASSINCATION: GENERAL CONTRACTOR irXPIRATION DATE; 3/31/2017 tev 0"fra — GEM ofthe DESERT — TO: Frank J. Spevacek, City Manager FROM: Leonard R. St. Sauver, Construction Manager/Inspection Supervisor VIA: 1S Tim Jonasson, P.E., Design and Development Director/City Engineer Ed Wimmer, P.E., Engineering Services Principal Engineer Susan Maysels, City Clerk DATE: February 2, 2017 RE: City Hall Miscellaneous Exterior ADA Improvements Project No. 2016-05A, CDBG Project 4. LQ.26-16 Attached for your signature is the agreement with Three Peaks Corp for City Hall Miscellaneous Exterior ADA Improvements. Please sign the attached agreement and return it to the City Clerk for processing and distribution. Requesting department shall check and attach the items below as appropriate. X Contract payments will be charged to account number: 401-0000-60188-201-605-CT X Amount of Agreement, Amendment, Change Order, etc.: $96.332.00 N/A A Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) is attached with no reportable interests in LQ or reportable interests N/A A Conflict of Interest Form 700 Statement of Economic Interests is not required because this Consultant does not meet the definition in FPPC regulation 18701(2). AuthoritY to execute th is agreement is base.on: X Approved by the City Council on January 17.2017 N/A City Manager's signature authority provided under Resolution No. 2015-045 for budgeted expenditures of $50,000 or less N/A Initial to certify that 3 written informal bids or proposals were received and considered in selection The following required documents are attached to theagreement: X Insurance certificates as required by the agreement 02/02/17: Approved by Pam N ieto X Performance bonds as required by the agreement (originals) X City of La Quinta Business License No. 00111037; Expires: 3/31/17 include License copy; or list License No. and Exp. date above X Purchase Order number 093 78-495 Calle Tampico La Quinta, CA 92253 760.777.7000 t(V QW�t r(4j GEM nftk, D ESF:RT TO: Susan Maysels, City Clerk FROM: Leonard R. St. Souver, Public Works Construction Manager L s Via: fiat Jonasson, P.E., Design and Development Director/City Engineer Ed Wimmer, P.E., Engineering Services Principal Engineer DATE: February 24, 2017 RE: Contract Change Order No. 1 City Hall Miscellaneous Exterior ADA Improvements Project No. Project No. 2016-05A Attached for your signatures is one (1) original Contract Change Order No. 1 between Three Peaks Corp and the City of La Quints for the project referenced above. This Contract Change Order allows for the removal and replacement of four (4) non -compliant ADA Access Ramps. Please sign and return the original to the City Clerk for final distribution. REQUESTING DEPARTMENT TO CHECK THE ITEMS BELOW AS APPROPRIATE: Authority to execute this agreement is based upon: X Department Director's signature authority provided under Contract Change Order Policy Contracts under $15,000.00 The following Budget Summary is provided: Construction and Contingency Amount $ 118,634 Original Contract Amount ($ 96,332) Contract Change Order No.1 7,434) Construction and Contingency Balance Remaining $ 14,868 As indicated, adequate funding is available. ., �-� - 78-495 Calle Tampico La Quinta, CA 92253 760.777.7000 1GFM (f^de DES�12"f Sheet 1 of 2 CONTRACT: City Hall Miscellaneous Exterior ADA Improvements PROJECT NO. Project No. 2016-05A CONTRACTOR: Three Peaks Corp. 1025 Calimesa Blvd. #6 Calimesa, CA 92320 CONTRACT CHANGE ORDER NO. 1 ******************************************************************************************** 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 This Contract Change Order allows for the removal & replacement of 4 additional ramps. Total.$ 7,433.42 ******************************************************************************************** Original Contract Amount $ 96,332,00 Add This Change Order $ 7,433.42 Revised Contract Total $ 103,765.42 By reason of this contract change order the time of completion is adjusted as follows: -2- days added to contract time. The revised contract completion date shall be: 03/17/17 ******************************************************************************************** Submitted By: -� Approved By: Date:- Dater IL J 2? 7� 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 services necessary to complete the above specified work, and hereby accept as full payment the amount shown eAwh° ncl es all direct and indirect overhead expenses for any delays. Accepted By: Tale: s' Contractor. T aF CUE? Date:--,? Z 78-495 Calle Tampico La Quinta, CA 92253 760.777.7000 THREE PEAKS CORP. Three Peaks Corp. PO BOX Ioi Calimesa, Ca 92320 909.522.22I9 §d ElthreepeakscorD.com City of La Quinta Dept. of Public Works 78-495 Cal le Tampico La Quinta, Ca 92253 DATE February23,2or7 COR SALESPERSON JOB PAYMENrTERMS DUE DATE ES 4 addel ramps Due upon receipt QUANTITY DESCREMON UNIT PRICE LINE TOTAL I.00 Demo Concrete and haul away $ 2,010.49 $ 2,010.49 1.00 Form Labor $227.60 $227.6o I.00 Concrete labor $I,147.04 $4147.04 1.00 Concrete $560.26 $560.26 1.00 Pavers $1,056.88 $1,056.88 1.00 Thinset $142.32 $142.32 1.00 paver labor $I,049.93 $I,049.93 SUBTOTAL $ 6,194.52 P, O & S 1,238.90 TOTAL S 7,493.42 Quotation prepared by: Erik Simmons This is a quotation on the goods named, subject to the conditions noted above. The person accepting this quotation on behalf of an entity represents and warrants that he/she has been duly authorized to accept this quotation on behalf of such entity, and that such entity is fully bound. To accept this quotation, sign here and t(V Qu' frcu -- 6h,M #1ibr U1tSCRT -- Sheet 1 of 2 CONTRACT: City Hall Miscellaneous Exterior ADA Improvements PROJECT NO. Project No. 2016-05A, CDBG Project 4.LQ.26-16 CONTRACTOR: Three Peaks Corp. 1025 Calimesa Blvd. #6 Calimesa, CA 92320 CONTRACT CHANGE ORDER NO.2 Pursuont 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 olC work shall conform to the terms, general conditions, and special provisions of the original Contract. **,r****Y**Y***+r*+e+r+►****+�**w**,�*********�e*++r***,.,ear****Yx****�***,.*******»*+*�********�«�***� p This Contract Change Order allows for a Contract Quantity Adjustment between the Bid Quantities and Actual Quantities Installed. Total $ 1,114.90 YFYM*Y***** R*1k1k#*'k*******11**#* 7�rM�fY#,t*/e!►MF#V1*'*7t�k**R*!CR'k*�t11tMt'k1��t#Yik�ktlk9ltlY9e*71'ktk**lhfr�l^krF1FA*k.Nt* ***!r*fl'*1M Through Contract Change Order No. 1 _ $ 103,765.42 Add This Change order Na. 2 $ 1,114.90 Revised Contract Total $104,884.32 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; 03/17/17 Submitted By. Approved By:---.. PP—r-- 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 ail materials, perform old tabor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount show ve, Wh) cf de direct and indirect overhead expenses for any delays. Accepted By: Title: Contractor: � Date: 78-495 Calle Tampico Lo Quinto, CA 92253 760.777.7000 CITY OF LA QUINTA City Hall Miscellaneous ADA Improvements Project No. 2016.06A, CDBG Project 4.1-0.26-16 Final Quantity Adjustment Comparison Base Bid Area No. 1 Actual Quantl Installed Sia ❑uanti Item No, Description Unit Bid 0 Unit Price I uantil New Total Unit Price Extended Price Cost Difference 1 Mobilization LS 1 $ 2.000.00 1 $2 000.00 $2.000.00 $2 000.00 $0.00 2 Dust Control LS 1 $ 2.000.00 1 $2 000.00 $2 000.00 $2,000.00 $0.00 3 Traffic Control LS 1 $ 4.000.00 1 $4.000.00 $4,000.00 $4,000.00 $0.00 4 Remove Existing Concrete Sidewalk and Rams SF 1.675 $ 5.00 1,898 $9,490.00 $5.00 $8,375.00 $1,115.00 5 Remove Handrails LS 1 $ 2 500.00 1 $2 500.00 $2.500.00 $2,500.00 $0.00 6 Remove Existing Curb and Curb k Gutter LF 67 $ 20.00 58 $1,160.00 $20.00 $1 340.00 -$180.00 7 Remove and Relocate Existing Trash Can and Construct Concrete Pad EA 1 $ 500.00 1 $500.00 $500.00 $500.00 $0.00 8 Remove and Salvage Existing Cigarette Bin to City 1 Yard EA 1 $ 200.00 1 $200.00 $200.00 $200.00 $0.00 9 Grind Existing Concrete Flush LF 14 $ 50.00 7 $360.00 $50.00 $700.00 4350.00 10 Construct Sidewalk per Ci of La Quints STD 240 SF 1,396 $ 10.00 1.445 $14.450.00 $1Q00 $13.960.00 $490.00 11 Curb Rams per City of La Quaita STD 250 Case A EA 1 $ 2.800.00 1 $2,800.00 $2.800.00 $2,800.00 $0.00 12 Curb Rams per Ci of La quinta STD 250 Case E EA 2 $ 2.650.00 2 $5 300.00 $2.650,00 $5,300,00 $0,00 13 Curb Rams per City of La Quinta STD 250 Case F EA 2 $ 2 550,00 2 $5 100.00 $2 550.00 $5.100.00 $0.00 14 Construct Truncated Domes per City of La Quints. STD 250 SF 56 $ 50,00 56 $2,800.00 $50,00 $2 800.00 $0.00 15 Construct Handrails LF 373 $ 30,00 373 $11.190,00 $30.00 $11,190.00 $0.00 16 Prep, Prime and Paint Existin Handrails LF 46 $ 25.00 46 $1150.00 $25.00 $1,150,00 $0.00 17 Construct Curb and Gutter LF 55 $ 58.00 58 $3,364.00 $58,00 $3 190,00 $174.00 18 Crack Seal and Construct Guard Top ( 2 coats ) over existing avin SF 17,630 $ 0.90 17,481 $15 732.90 $0.90 $15.867.00 -$134.10 19 Si ning and Striping LS 1 $ 8,860.00 1 $8 860.00 $8,860.00 $8.860.00 $0.00 20 Modify Existing Landscaping and Irrigation and Electrical As Needed LS 1 $ 4.500.00 1 $4,500.00 $4 500.00 $4,500.00 $0.00 21 Item $0.00 0 $0.00 $0.00 $0.00 $0.00 22 Item $0.00 0 $0,00 $0.00 $0.00 $0.00 23 Item $0.00 0 $0.00 $0.00 $0.00 $0.00 24 Item $0.00 0 $0.00 $0.00 $0.00 $0.00 25 Item $0.00 0 $0.00 $0.00 $0.00 $0.00 Total $97 446.90 $98 332.00 $1.114.90 ta Qtrcv -- GEM nf'tbr DESERT — TO: Susan Maysels, City Clerk FROM: Leonard R. St. Sauver, Public Works Construction Manager Via: Tim Jonasson, P.E., Design and Development Director/City Engineer Ed Wimmer, P.E., Engineering Services Principal Engineer DATE: March 13, 2017 RE: Contract Change Order No. 2 City Hall Miscellaneous Exterior ADA Improvements Project No. Project No. 2016-05A Attached for your signatures is one (1) original Contract Change Order No. 1 between Three Peaks Corp and the City of La Quinta for the project referenced above. This Contract Change Order allows for a Contract Quantity Adjustment between the Bid Quantities and Actual Quantities Installed. Please sign and return the original to the City Clerk for final distribution. REQUESTING DEPARTMENT TO CHECK THE ITEMS BELOW AS APPROPRIATE: Authority to execute this agreement is based upon: X Department Directors signature authority provided under Contract Change Order Policy Contracts under $15,000.00 The following Budget Summary is provided: Construction and Contingency Amount $ 118,634 Original Contract Amount ($ 96,332) Contract Change Order No.1 7,434) Pending Contract Change Order No.2 1,115) Construction and Contingency Balance Remaining $ 13,753 As indicated, adequate funding is available. 78-495 Calle Tampico La Quinta, CA 92253 760.777.7000 Document-3 067975 -Page-1 Page 1 of 1 DOC # 2017-0138039 04/06/2017 11:31 AM Fees: $0.00 Page 1 of 2 Recorded in Official Records County of Riverside Peter PLEASE COMPLETE THS INFORMATION Assessor -County Clerk -Recorder RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA "'This document was electronically submitted to the County of Riverside for recording— Attn: City Clerk Receipted by: MARIA VICTORIA #411 78-495 Calle Tampico La Quinta, CA 92253 SPACE ABOVE FOR RECORDER'S USL ONLY NOTICE OF COMPLETION CITY HALL MISCELLANEOUS EXTERIOR ADA IMPROVEMENTS CITY PROJECT NO. 2016-05A CONTRACTOR: Three Peaks Corp. Title of Document THIS AREA FOR RECORDERS USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION Exempt Recording Fees per Government Code Sections 6103 and Z7383 about:blank 4/10/2017 NOTICE OF COMPLETION FILED BY THE CITY OF LA QUINTA, CALIFORNIA NOTICE IS HEREBY GIVEN: 1 . That the interest or estate stated in paragraph 3 herein in the real property herein described is owned by: The City of La Quinta, California, a Municipal Corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of La Quinta is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. That the nature of the life of the stated owner, or if more than one owner, then of the stated owner and co -owners is: In Fee. 4. That on the 13T" day of March 2017, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: City Hall Miscellaneous exterior ADA Improvements, City Project No. 201 fr05A. 6. The name of the contractor for said work of improvement was: Three Peaks Corp. 7. 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: 78495 Calle Tampico. DATED: April 5, 2017 CITY OF LA QUINTA, CALIFORNIA BY: TITLE: Susan Maysels, City Jerk STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) hereby certify that I am the City Clerk of the governing board of the City Council of the City of La Quinta, the political subdivision which executed the foregoing notice and on whose behalf I make this verification: that I have read said notice, know its contents, and that the same is true. I certify under penalty of perjury that the foregoing is true and correct. Executed at La Quinta, California. W#Vi4---- SUSAN MAYSELS, Citf Clerk City of La Quinta, California