Loading...
Sudhakar/City Wide Striping 03SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Sudhakar Company International, herein referred to as, "Contractor." WITNESSETH: 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. 2003-10, 2002/2003 Citywide Restriping Program, in the City of La Quinta, California pursuant to the Invitation to Bid, dated April 17, 2003, the project Specifications, and Contractor's Bid, dated May 9, 2003, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frames for construction work shall be in accordance with those specified in the Contractor's Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within thirty (30) consecutive 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 of $ Seventy Four Thousand Five Hundred Forty Six Dollars and Two Cents ($ 74,546.02). 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). 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. 8. Contractor agrees to indemnify, hold harmless, release and defend (even if the allegations are false, fraudulent or groundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability, loss, suits, claims, damages, costs, judgements and expenses (including attorney's fees and costs of litigation) which in whole or in Page 1300-1 Agreement part are claimed to result from Or to arise out of the usage Or operation, nincluding the malfunctioning of, or, any injury caused by, any product purchased herein, o y , s or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, Or agents in connection with the performance of this Contract. The is agreement to indemnify includes, but is not limited to, personal injury (including death a any time) and damage to property (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). 9. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance suran self-insurance, on not less than the statutory amount or otherwise show a certificate accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Contractor shall forfeit as a penalty to City $ Contractor, 00 for each Iobanyrsubcontractor, mechanic employed in the execution of this Contract by said under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 11. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the 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 $500.00 liquidated damages for each such breach committed under this contract. 12. Contractor also agrees that for contracts in excess of $3O,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. 13. This Contract shall not be assignable by Contractor without the written consent of City. 14. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 15. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. Page1300-2 Agreement 16. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 17. The City, or its authorized auditors or representatives, shall have access to and the right to audit and 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. 18. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 19. 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. 20. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. The remainder of this page is intentionally left blank. Page 1300-3 Agreement IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. Dated: ATTEST: n S. Greek, City Cl CITY F QUINTA, a Cali r ism icipal r oration By: Don Adolp , May "CITY" Dated: %Va 3 - d 3 APPR VED A TO FORM: Dated: ity At y Dated: -I--) — r 0 3 Dated : By: By: CONTRACTOR: Name:�P�e- � �� Title: 1 CAES Name: Title: "CONTRACTOR" (If corporation, affix seal) Faithful Performance Bond Page 13004 BOW*:1.45038041 SECTION 1310 ,Noiw ALL MFl BY THPSF, PRESENTS- THAT the QjV of La Quinra. a munic p corporation, rwe,naffar desigmtW T e City, has, on June 3,2(JO2, aWafded to %gljakar n q�, hereinafteraesignated as the Principal a Oonttaoc f+or Project No. pQo3_-, o, 2o021200.3 Citywiae Kest ping gCogram, and WM R , swd pr (V-4pal is requires under the terms of saia Cantr= W fumish a 13oncx for the ftithfuk per'farmance of said Contract- r NOW. Tfri!"R�FOFt�. Vve, the ptrr►Mpai. and Greenwich Ins � Surely, are r►esd and fi"V pound unm the CilTyw4 Genust ts ( a7���.� t wful money of t ie '[tlouSart� Five hlutldred Fors~Y Six poltaT'S and T we bind �,rse our UnWd Stapes, for me payM ent of which sum well and truiY to CO made. neils, execulors, ac1minisD*Wrs, and successors. jointly end lty, jinrdy joy Vlc*e presents. THP COh1DMON OF T -il3 OBWGATION IS SUCH,'Mat if said Pi incest, nis or ro Mrs. exec=r% aa+-rpnistrators, sucoessors, or ascmgns, Matt in all �r1d d9�� sib Well and m,ly sip erld famfully perform"covenants. contract and 8rty arBraifions rnacle as t11eriairi a rrrOviciedf.ied. h � a41� epas�cld a�rig to . at " time and -in the manner tier spec the " and snag in[iOMnV and save harmless, , ils OMOM and Vt ejr true intent and rnean�ng. r�ut1 and vote; c�a s31�w it shalt agents as'�'min full force ana��inrr� abliga�� snail come W arm remain I it is ackn0wW09eQ1 TMa= tree C�Onvact pro des for ore -gear guaran'98 Wrod, cluring Which tme tYiis bona remains in full forme ano effort- ort- AMC the said surety. for value received. hereby soputates anal agrees #u-4 rio ctange- exYerts,en of prase, alTeration, or saaMon to me termsf ��act smal° � w�, affect 'M p Qr,Y1ed Thereunder or the spircrfiGations accompanyingwannu of any swch enange, exWnSK�1 of otbiigaVorm on tl"as now. and it cues nerwy Mons - line, aWraTjon, or addi%on to " Wrcns of 1t1e Con � 28� 9 a rs 284�� of Civ a of Said Surely nerom waives the Provisions of Secuo State of CaliiOMM. Pw 13MS Fpctfanmanw Bond IN WITNESS WHEREOF. me Qnr=P8J and Stfff► have ex cUted his i MrreMOaMn anO their Seals Inis 1 day Of July corp"aW of eacn corporate party being rerew Mixed ah4 these p Ls quly s�gr►� by its uncletsianed &e. pursuam tQ aumorV Of 0 90v0mirig D00Y• Sudhakar Comaanv ternationa Principal - (Seat) e Stignaiure for Principal T-Ve of Signatry Greenwich Insurance Company Surety Sionature for Sur Dawn Godfre -I>i-Fart TRIe of Signatory ftst umx� Faful PGAM"aa Send BOHIJ11i:1.45038041 SEC-nON 1320 01 dnal KNow Ate. MM EBY THM5 PRE5SENTS: THAT M City of La Qvinta, a rnurisQpal C()rpQl%)n. roreinafter *x3acM Cl M City, has, on ,rune S, 2003. awarrieq to Sugnakar Campany q=mabOnal, nere4mf w desigr>aW as Me Principal. a Contractfor Protect No. 2003-10, 2W=003 Otywids ReSMO l0 Program. and WHARF -AS, said prsnctpw is required to fumian a bond in connection and v+rrttl saral Contract, provor g "I If said Principal. or any of it or its suDwntramrs snatl fail to pay for any materials, provisions, or other supplies usoo in. uporl, for, or alaoot ow performance of VW vvQrk contfaC%d to ire pone, or fQr any worK or la= clone Viereon of any kind, the Surety of this taond will pay To same to the extent Hereinafter set forth. NOW, THFaREFORE, we, tine Principal. anc3 as Apr, afe held and firmly bound WnTo the City in tune just and full amoum sevew Four Tt)0UW ►d Frve Hundred Forty Six Dollar's and Two Cep ($ 74,548_02) lawful rriorley of the unhl -d smms, for the payrr'►et"tt of w#Z1cr1 sum well acid truly to M MaOe, we DInC3 Ourselves. our neirs, exeourxe, administrators, and succesScws, jointly and saveraflY► firmly uy presenm. Ti-tj-= CONDITION OF THIS 013t_IG►TION IS SUCH, trial it shal Principal, it or its figs. executors, ac7mmistra0Drs. successors. or assigns. snap fail to pay for any materials, Provisions, or other supplies used In, upon, for, or Wool Me performance of the wQrK c Ontrac UB-O W tie done, or for any work or i$Gor thereon of any FUnci or for amount due under Me UnernploymenT insurance Act Mth respect to such work or taoor, or far arse amounts 0ue, or TO be milli' MC3 pursuant To Smions 1 SE106 of the P4venue and Taxation COW of t* SMW Of Calftmta wRh respect to such wom or lat)or. wren said surety will pay the wine in or to an ar'nount not gxcee!cfing mearnoummreinaoove set form, ano also will pay in case suit is Drought upon this tniona. such reasonable anorneYs fees to " City as shall be fixed lay the ca,urt. This bond shalt insure to the taenefit of any and all pemn% COMPanies, and corporator►s named in Section 3181 of ine Clv%l Code of tie Stage of Caldarnra so as 10 grve a right of action io weirs or their asstgns in any suit Mught upon MIS DOW And ew said Suraiy, for value received, nerdy stipuiaWs and agrees lnal no change. extension of time, am9mon, or audiWn of the terries of tMe Contract or -W the vdQr K 10 be perforrnw vier Unger orine specifimlioria accompanyltlg via same small, in any way. affect Its oNigatons of this z OW. and a aces narety wa Na noftee of any change, exMnsion of lime. alteration, or acid lion To the terms of the contra[ or to t w work or To the specifica dons Saud Surety hereby waives the provisio ;3 of Sons 2819 and 2845 of the Civil CQc1e of"State of UaMmsa- Faym= 0914 IN WrrNESS WHEREOF. the Pnncipal am Surly have exeCUM ins insu merit under VvIr wets U'bs _. I day of July 2003. try narne ano corporate Seal of each corporate party Wng nOrm of ea and Vsse pre5em duly *49re l MY its umersignod represenmve, pursuant To at,MmW of ils govemna body. Sudhakar Company International pnnCIP0 (Seal) Signature for Principal r 4-- Titje of Si!gnalory Greenwich Insurance Company Sureiy (sew) Signawre for SurOW Dawn Godfrey, Attorney -In -Fact True of Signaary � �a Pw 13ad-8 CORPORATE ACKNOWLEDGEMENT State of .0. County of On this day of 5 before me personally came to me known, who, being duly sworn, did depose and say; that he/she resides in and that he/she is the Pof the 5U64ba& 7, T the corporation described in and which executed the above instrument; that he/she knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his name thereto by like order. Notary Public re.. TOML. CORNNER CommhWon #E 1401125 Nofory Public - California Riverside County MV Comm. Expkes Feb 18, 2007 My commission e ACKNOWLEDGMENT BY SURETY STATE OF New Jersey County of Middlesex ss On this 1 day of July 52003 , before me personally appeared Dawn M. Godfrey known to me to be the Attorney -in -Fact of Greenwich Insurance Company , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and axed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Sara Jennifer Glogower Notary Public in the State of New Jerse "V (Seal) County of Middlesex Commissio xp res : 3/14 6 WG230/EP 8/90 PRINTED IN U.S.A. No. G- 257= 208 GREENWICH INSURANCE COMPANY POWER OF ATTORNEY .nnir all ffirn ht t4tor rrsents: that GREENWICH INSURANCE COMPANY, a Delaware corporation (the "Corporationl, with offices at 70 Seaview Avenue, Stamford, Connecticut, 06902, has made, constituted and appointed, and by these presents, does make, constitute and appoint Jeannette Porrini, Sara Glogower, pawn M. Godfrey its true and lawful Aftorney(s)-in-fact, at , . Florham Park ..... in the State of ..New. Jersey. � and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so mare, executed and delivered shall obllgate the Corporation fopay,po p of the penal sum thereof in excess of the sum of Five 541660"07 3 . , ..... , . Dollars ($ 5a000,000 ). Suer 1 fd u derta� or purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Corporation as fully and to the some extent as if; signed by the President of t Cooiatioi� under its Corp sea ttested by its Corporate Secretary. aintmr n ;is ode„ender ' y tthority of certain resolutions adr pled by the Board o#;Directors of the Corporation at a meeting duty called and held on the 20th day of December, 2002,, a copy'of i� pears e w `f.4he h6h*titled °Certificate". 1"tli�s Power of Attorney ►srd and`tisealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by Unanimous Written Consent on Se tuber 8s' 1997 and saidresolio, i has not since been revoked, amended or repealed: g P. Y p Y p g March 11 LVED that in r powers of attorney pursuant to certain resolutions adopted b the Board of Directors of the Corporation at a meeting duly called and held on 199�,"`tl�isa �0rYsuch directors and officers and the seal of the Corporation may be affixed to any such pour of attorney or any certificate relaying thereto by, facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond' or undertaking to which it is attached. This Power of Attorney shall expire and all authority hereunder shalt terminate without notice at midnight (Standard Time where said attorney(sYin-fact is authorized to act). ,June 30 0 20 26 June IN TNESS WHEREOF, the Corporation has caused these presents to be duly signed and Its corporate seal to be hereunto affixed and attested this ..:......... + of 2 at Stamford, Connecticut. (Corporate Seal) GREENWICH INSURANCE COMPANY ATTEST. d!' '..---�.........By. ............................. Suraya K Kieffer;istant rent - A. tcd y�'1ce t STATE OF CONNECTICUT ss: reenwich COUNTY OF FAI,EIEI On the day LL a ... 2a03 .... before me personally came ............ Mary �►. Roddy .... ........ .. sworn, a a .... to me known, who beingb me dui s n,`tlid depose and say that (s)he resides in '`"}NC1C"I ► h i ;=C"�' „ that (s)he is a ................Vdie �P'�` fil; of CREEI`IWICH INSURANCE CLIIUIP+�N�', ihe corporation desertf�edd in and vh►ch cecuted the above instrument, that (s)he knows the seal of said cor tion; that the seal affixe&10 said irtstr pprate seal; that it was so affixed urnerit is such car ,order pf the Board oUDirectoript said, orporation, and that (s)he signed his (her) name thereto by like order, (IN o�al� Notary Public »rno.J .,, CERTIFICATE MY col nll��l�ffii' Expires 12f31iO4 STATE OF CONNECTICUT ss: Greenwich - COUNTY OF FAIRFIELO Karen M. Manente Assistant Secretary of GREENV►1tCH 1NSl1RANCE COMPANY, I. ......................................... .. the................ a Delaware corporation (the "Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked, amended or miffed; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The followi ar 44isdtutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on gecember 20, 2002 and said resolutions have not since been revoked, am��3d1#� °f1;°ttiaf each ot..::lp )a(s named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all `bonds, undertakinsngs or obligatioin surety or ti ry''wtth others Lauri �iOn ; ; ` Sheila M. Kelly Mary A. Roddy Suraya K. Kieffer Lynn M. Petiili Sharon L. Sims and individuals named above is authorized to appoint attomeys-in-fact for the REDI VED p1EA thatch of `' pp ' purpose of making, executing, sealing and delivering bonds, undertakings or �,b ««tom, � obli in surety r co-sur�q ,, and on behalf of the Corporation." 1, 3. The unders►gneo'TiIkt ier certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the while of. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this .... ........ I........... day, of ........ ...... 20 . ............ (Corporate Seal) ............. ..... .. Karen M. Manente This Document is printed on coi©red bonded safely paper. Any reproductions are void. Bond No. .3 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002. No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond. You should know that, effective November 26, 2002, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Terrorism Risk Insurance Act of 2002. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for acts of terrorism is $0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BOND THAT PREMIUMJS CHARGED ANNUALLY. SIGNED AND SEALED this ` SURETY: Signature: Attorney -in Fact day of t1420 �� [S AL) GREENWICH INSURANCE COMPANY STATUTORY STATEMENT OF ADMITTED ASSETS, LIABILITIES, CAPITAL AND SURPLUS December 31, 2002 Assets: Liabilities: Bonds 157,740,107 Loss & loss adjustment expenses 49,950,287 Stocks 81,488 Claims payable 10,819,211 Cash and short-term investments 71,721,350 Unearned premiums 10,785,071 Funds held by company 146,808,027 Total Invested Assets 229,542,945 under reinsurance treaties Other liabilities 68,029,235 Total Liabilities 286,391,831 Capital and Surplus: Agents balances 24,598,951 Common capital stock 3,558,100 Funds held by or deposited 36,291,191 with reinsured companies Gross paid in and contributed surplus 68,915,853 Accrued interest and dividends 1,639,482 Unassigned surplus (14,336,045) Other admitted assets 52,457,170 Total Capital and Surplus 58,137,908 Total Admitted Assets 344,529,739 Total Liabilities, Capital and Surplus 344,529,739 I, Paul Terreri, Vice President and Assistant Controller of Greenwich Insurance Company, (the "Corporation") do hereby certify that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities, Capital and Surplus of the Corporation, as of December 31, 2002, prepared in conformity with accounting practices prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken as a complete statement of financial condition of the Corporation. Such a statement is available upon request at the Corporation's principle office located at Seaview House, 70 Seaview Avenue, Stamford, CT 06902-6040 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the aorpor ion at Stamford, Conne 1�i/ President and Assistant Controller SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." S. 461--.1 Signature 110, 1 —"a I I .�.: � re a "e, I WM w1no ......... Name of • • Pf iI Sri Date Workers' Compensation Insurance Page 1300-9 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION The Contractor shall indemnify, hold harmless and assume the defense of the City, its elected officials, officers, agents, and employees from all damages, costs, or expenses in law or equity that may at any time arise to cause damages to property, or of personal injury received by reason of or in the course of performing work, which may be occasioned by any willful or negligent act or omission of the Contractor, any of the Contractor's employees, or any of its subcontractors arising out of work under this Contract. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be Liable for any accident, loss, or damage to the work prior to its completion and acceptance. 2.0 INSURANCE REQUIREMENTS 2.1 General After award of Contract, the Contractor shall promptly obtain, at its own expense, all the insurance required by Paragraph 1340-2.0, INSURANCE REQUIREMENTS, and shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. 2.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a minimum limit of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage for any one occurrence and a Two Million Dollar ($2,000,000) annual project aggregate, for all of the following: a. Premises Operations, including Explosion, Collapse and Underground (X, C, and U) Coverage. b. Completed Operations/Products, including X, C, and U Coverage. C. Independent Contractors. d. Blanket Contractual. Liability & Insurance Requirements Page 1300-10 e. Deductible shall not exceed One Thousand Dollars ($1,000). 2.3. Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy, on an occurrence basis, with a minimum amount of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage, providing at least all of the following coverage: a. Coverage shall be applicable to any and all leased, owned, hired, or non -owned vehicles used in pursuit of any of the activities associated with this Contract. b. Any and all mobile equipment, including cranes, which is not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. C. Deductible shall not exceed One Thousand Dollars ($1,000). 2.4 Workers' Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's yers' Liability .insurance providing coverage for any and all Compensation and Emplo employees of Contractor: a. The required policy shall provide coverage for Workers' Compensation (Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City, City employees and officers, the City Engineer, its consultants, elected officials, agents, and sub -consultants are hereby added as additional insured insofar as Work done under this Contract is concerned. b. 'This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self -insured retention, the City may possess, and any other insurance the City does possess shall. be considered excess insurance only." C. 'This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. d 'Thirty (30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta, CA 92253 Page 1300-11 Liability & Insurance Requirements 2.6 Chanae in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.6.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Page 1300-12 Liability & Insurance Requirements U 4 � w� OF T19 CONTRACT: CONTRACTOR: Citywide Re- Striping Program Sudhakar Company International 450 N. Fitzgerald Ave. Rialto, Ca. 92376 CONTRACT CHANGE ORDER NO. 1 Sheet 1 of 2 PROJECT NO.2003-10 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 additional striping changes to Avenida Bermudas as per plan. Amount $ 10,400.75 Previous Contract Amount Through Change Order No. 0 $ 749546.02 Add This Change Order No. 1 $ 10,400.75 Revised Contract Total $ 84,946.77 By reason of this contract change order the time of completion is adjusted as follows: -3- days added to contract time. The revised contract completion date shall be: 09/05/03 Submitted 13 Approved By • -2,Z� tr3 y, s Date: .� Date: 7� v We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approvec4 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 above, which includes all direct and indirect overhead expenses for any delays. N� Accepted By: Title: '16�lO 41:0-6 % Contractor: cc*'-* i!/i 114-- Date: 7 — .- y—O 3 TAMDEMPROJECTS\2003 Pdcts\2003-10 Citywide Restriping Program\Construction\CCO # l.wpd a U--17-03 12:30pm From-SUDHAKAR COMPANY + T-282 P.02/02 F-305 pRo3E" NAME: AVENTDA BERMUDA, LA QUYNTA ATrN: LEcNARD SAUVER F_' EM ; QTY UNITS DESCRIPTION UNIT $ TOTAL. 1377 Sf Sandblast Conflicting Striping _ �$6.5Q 2,45D 50 - -- - .. ow Line $0.25 _ -1 $ — 43.75 2 71 5 Lf _ paint Solld Yell _ --� 318.50 3 910 Lf Paint Edgeline^Per Detail 27_ — $0.35�$ 4 800 Lf Paint_Edgel,ne Per Detail 27B _ _ $0.25 $ 200 DO 250 Lf _ Paint 8" Skip Line Per Detail 37B $0.30 $ 75.00 g 320 Lf Paint 8" Solid Line Per Detail 38 $0.35 -- $ 'I12.00 �- -- -- - $3Q.00 $ 120.00 7 1 _ tEa Paint Type Iv Turn Arrows_ _ _ 120 00 g 12 Ea Paint Type ,Vi Mer a Rrraws $70•QQ $ g 2 Ea Paint "Sto Legend - $45.0Q 90.40 10 40 Lf _ _ Paint 12" Limit Line �1.65 $ 65 00 11 3 Ea Install Traffic Channelizers $55.0' $ _ _1fi5.00 225.00 $ 000.00 12 14 lEa Sign Panels Diamond Grade Sheeting) $ _ 13 _- 15 _ 'Ea Sign Panels (High Intensity Sheeting) 1$115.00 $ 1,725.00 14 715 Ea _ Install 4X4 Reawooa Posts _ $245.00 $ 3,675.00 15 1 Ea Install Galvanized Breakaway Post $140_00 $ 100_00 16 4 Ea Remove Existing Sign & Post $55-00 22000 $ TOTAL BASE BID, 10,400.75 $ - $ - T----- - - $ — --- - _ TOTAL OPTIONS $ - itiool Terms;. written authorization Mquira rior tg extra Wolrk rn m It. A. A rainimnrn of 15 working days prior nonficauon is required for each mwe- in- B. The following materials acid services are Included in dus quote: Paint M Signage-per striPuIg Ply OWY fXj MM*='*' f XI Thermolpauu renmovaif X] Iv1, Mff ramoval [Xj C. 11 j Total move -ins includ-d M this qww for pemiancnt gnpins Addiucxud move to charge $ 750.00 D. Traffic control is included in this quoit. Traffic coniml wheu included in this quOIC is only fQr Sudhaka's Qpc raii.ons. F if Cxmcr0l contractor or any of its sub-conuamrs work within Sudbaka's traffic coarml, the e�-prnse will be sbared acoord,ingly aj Sadhakar's discretion. No advance postuig, sing, or CMS is included for Sudhi&UT,s traffic control F pre -strip ag pavement prepam,30R, eluding swcxpia, io be provided ay oftrs. CHANGES OR DELFTIONS of ANY ITEM MUST BE APPROVED 07-17-03 12:23 RECEIVED FROM:+ P•02 i p � � 0 • S w� CAM OF CONTRACT: CONTRACTOR: Citywide Re- Striping Program Sudhakar Company International 450 N. Fitzgerald Ave. Rialto, Ca. 92376 Sheet 1 of 2 PROJECT NO.2003-10 CONTRACT CHANGE ORDER NO.2 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the 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 additional striping changes to Madison Street at Avenue 58, as per plan. Amount S 4,902.25 Previous Contract Amount Through Change Order No.1 $ 84,946.77 Add This Change Order No. 2 $ 4,902.25 Revised Contract Total $ 89,849.02 By reason of this contract change order the time of completion is adjusted as follows: 4 - days added to contract time. The revised contract completion date shall be: 09/06/03 Submitted By Approved By: We, the undersigned Contractor, have given careful eonsideradon 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 ac `as full payment the amount shown above, which includes all direct and indirect overhead expenses for anv delays. .�� \ \ n Accepted By: Title: TO CC "bn C Contractor: Jy 0���� �` Date: '+ ' 31 • &i3 TOWDEMPROJEOSM3 P*U\2003-10 Citywide Resviping Program\Conswction\CCO k2.wpd 4JEC;03 :0'pe fro w4IJDNAKAN M PANY + T- 610 P . 02/02 f- T1 rNA14E: WDISDN & AVE 58 , LA QUIWA A7TN: LEONARD SAUVER ITEM CITY UHIT DESCRIPTION UNITS TOTAL 1 2 Ea Remove Sta,� Legend - $126.00 250.00 2 1 i Ea Remove Type IV Arrow _ $95.00 _ $ _ .- 95.00 N 3 25 Lf Paint Detail 28' _ - - $1.50 _ - $ - _ 37.50 4 575 l_f Paint 4" Solid White Line $0.75 $ _ 431.25. 5 50 Lf- Paint -81' Solid Line Per Detail 38A $1.25 $ _ 62.50 g _ . 1 fa Paint Stop Ahead legend_ _ $126.00 $ 126.00 7' 2 _ Ea -_ Paint Stop Le e9 na $60.00 $ 120.00 g 2 1Ea Paint Type VI Merge Arrow $95.00 $ 190-00 9 12 Ea install Traffic Signs $245.00 $ 2,940.00 10 5 Ea install Rumble StriAs _ _ $130.00 $ 650.00 r $ - _ $ - TOTAL BASE BID $ 49902.25 $ $ - TOTAL. OPTIONS $ - Wfittm AMUMMUIMM reguired Rdor Ig MMW ve2gk C0m A. A mftm m of 15 wwkmg days prior wiftwaon is roquired for each move- in. B. Tic following nugaWs and sets = an mdudod in *n quote: Pais M Sipar.-per anpug plans only M Ms&M J)q Tbermdpamt rtmovalM Nlazi" reMvat 1)Q C. 111 Tout nxwe-ins md10 ed in tins quote for peMMUM sniping. Addidon-41 move in dWW $ 750.00 D. 1iaffic coAtros is included in this quote. TwMc contras vrbm included in dus quote is only for Svdhakas's opemions. E. If moral contzactnr or any of its sub-oonmacim wo* vntbm SudbaWs uuft comml, ft will be sharod acmdmgly at Sudbakar's discretion. No advance posing, sib. or CMS is included for SudWw's usft conuol. F. pre4wiPing pav=m= pr+epm con. including swoggag, zo be Provided by oti = CHANGES OR DELE oNs OF ANY ITEM MUST BE APPROVED a, 000-0 CAM OF T19 Sheet 1 of 2 CONTRACT: Citywide Re- Striping Program PROJECT NO.2003-10 CONTRACTOR: Sudhakar Company International 450 N. Fitzgerald Ave. Rialto, Ca. 92376 CONTRACT CHANGE ORDER NO.3 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 This Contract OF CHANGE Change Order allows for additional quantities installed and a final uanti adjustment as follows Unit Total A ual New Total Difference Item No. Description Est. nit $2,000.00 $2,000.00 1 $2,000.00 $0.00 1 Mobilization 1 Ls $23.00 $10,649.00 1,201 $27,623.00 $16,974.00 2 Word Legends 463 Ea $12.50 $6,950.00 714 $8,925.00 $1,975.00 3 Arrow Legends 556 Ea $0.75 $4,800.00 6,493 $4,869.75 $69.75 4 Yellow X-walk 6,400 Lf $0.75 $9,600.00 14,114 $10,585.50 $985.50 5 White X-Walk 12,800 Lf $0.45 $7,684.20 13,096 $5,893.20 ($1,791.00) 6 Stop Bars 17,076 Lf $0.03 $1,641.75 343,783 $1,043.49 ($598.26) 7 Yellow Center Line 541,725 Lf $0.03 $6,356.55 232,175 $6,965.25 $608.70 8 8" White Line 2111)885 Lf $0.08 $1,202.64 20,288 $11)623.04 $420.40 9 4" Yellow Line (18) 15,033 Lf $0.10 $12,562.10 77,034 $7,703.40 ($4,858.70) 10 4" Yellow Line (21) 125,621 Lf $0.08 $2,708.64 46,121 $3,689.68 $981.04 11 8" White Line 33,858 Lf $0.07 $5,472.39 107,151 $7,500.57 $2,028.18 12 6" White Line 78,177 Lf $0.05 $1,584.00 35,613 $1,780.65 $196.65 13 4" White Line 31,680 Lf $0.05 $65.75 0 $0.00 ($65.75) 14 4" Yellow Line (24) 1,315 Lf $0.47 JL269.00 5,229 2 45 .6 1 18 .63 15 White Parking Stall 2,700 Lf TOTAL $74,546.02 $92,660.16 1 $189114.14 TAMDEPWROJECIS2003 Pic \2003-10 Citywide Restriping pr0gMM\C0nstrucdon\CC0 #3.wpd Previous Contract Amount Through Change Order No. 2 $ 89.1849.0 Add This Change Order No. 3 $ &JL4.14 Revised Contract Total $ 1079963.16 BY reason of this contract change order the time of completion is adjusted as follows: -20- days added to contract time. The revised contract completion date shall be: 09/26/03 SDate: Submitted By: op Date: O 3 Approved B . that we if this osal is We, the undersigned Contractor, have given careful consideration to the change proposed °�°dab eand hereby and perform all servicespr�eessary�o omplete the will provide all equipment, furnish all materials, perform all labor, except as may b work, and hereby accept as full payment the amount shown above, which includes all direct and indirect overhead expenses for any specified above delays. Accepted By: Title: Date: Contractor. T,yWDEpT,pR07ECT3\2003 Ncts\2003-10 Citywide Restitriping pr,0S=lC0n5tnietM\CM #3.wpd PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: JUNE S. GREEK, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: June Greek P. O. Box 1504 78-496 Calla Tampico La Quinta, CA 92253 Pa DOC a 2003-84S284 10/27/2003 08:00A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 8 Recorder 1111111111111111111111111111111111111111111111111111111 S ILI PAGE SIZE DA PCOR NOCOR SMF MISC. F 2 I A R L COPY LONG REFUND NCHG EXAM NOTICE OF COMPLETION CITYWIDE RE -STRIPING PROGRAM Project No. 2003-10 Title of Document THIS AREA FOR RECORDER'S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (S3.00 Additional Recording Fee Applies) C:\MYDATA\WPDOCS\FORMS\Recorder.wpd MA %OOMPLETE THIS INFORMATION RECORDING REQUESTED BY: JUNE S. GREEK, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Ann: June Greek P. 0. Box 1504 La Quinta, CA 92253 SPACE ABOVE FOR USE ONLY NOTICE OF COMPLETION 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 gf 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 21 ' day of October, 2003, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: CITYWIDE RE -STRIPING PROGRAM, PROJECT NO. 2003-10. 6. The name of the contractor for said work of improvement was: SUDHAKAR COMPANY INTERNATIONAL. 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: STREETS THROUGHOUT THE CITY OF LA QUINTA DATED: October 22, 2003 CITY OF LA QUINTA, CALIFORNIA BY TITL �C�s�itCIerk STATE OF CALIFORNIA COUNTY OF RIVERSIDE) I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La 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 on October 22, 2003 '�N� =�& A. ', _t J S. GREEK, ffgft, City Clerk City of La Quinta, California 2003-845284