Loading...
Republic Elec/LED Retrofit 04SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Republic Electric, 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. 2004-02, City of La Quints Traffic Signal LED Lamp Retrofit, in the City of La Quinta, California pursuant to the Invitation to Bid, dated March 12, 2004 the project Specifications, and Contractor's Bid, dated April 13, 2004, 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 the specified 45 consecutive calendar days completion time period. 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 One Hundred Thirty Three Thousand, Eight Hundred and Forty Dollars and Zero Cents ($133,840.00). 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. 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. 7. Contractor shall defend, indemnify and hold harmless the City, its officers, employees, representatives and agents ("Indemnified Parties"), from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. In the event the Indemnified Parties are made a party to any action, lawsuit, or other adversarial proceeding in any way involving such claims, Consultant shall provide a defense to the Indemnified Parties, or at the City's option, reimburse the Indemnified Parties their costs of defense, including reasonable attorney's fees, incurred in defense of such claim. In addition, Consultant shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. 8. 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 finnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the Agreement 1300-1 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. 9. 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. 10. 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. 11. 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. 12. This Contract shall not be assignable by Contractor without the written consent of City. 13. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 14. 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. 15. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 16. 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. 17. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 18. 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. 19. 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. Agreement 1300-2 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. Dated: 611, ATTEST: Greek, City Clerk APPROVED AS TO FORM: ity tto ey Dated: Dated: "CITY" CITY OF LA QUINTA, a California municipal corporation By: Don A 1ph, r Ig Dated: l Q Dated: D "CONTRACTOR" j �, A. . Name: Title: l� By: Name: Title: "CONTRACTOR" (If corporation, affix seal) Agreement 13W3 SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has on May 4, 2004, awarded to Republic Electric, hereinafter designated as the Principal, a Contract for Project No. 2004-02, City of La Quetta Traffic Signal LED Lamp Retrofit, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and , as Surety, are held and firmly bound unto the City in the just and full amount of One Hundred Thirty Three Thousand, Eight Hundred and Forty Dollars and Zero Cents ($133,840.00). lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for one-year guarantee period, during which time this bond remains in full force and effort. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Faithful Performance Bond 13004 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this day of , 2004, the name and corporate seal of each corporate parry being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal) Signature for Principal Title of Signatory Surety (Seal) Signature for Surety Title of Signatory Address of Surety Phone # of Surety Contact Person For Surety Faithful Performance Bond 1300-5 SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on May 4, 2004, awarded to Republic Electric, hereinafter designated as the Principal, a Contract for Project No. 2004-02, City of La Quinta Traffic Signal LED Lamp Retrofit, and WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and , as Surety, are held and firmly bound unto the City in the just and full amount of One Hundred Thirty Three Thousand, Eight Hundred and Forty Dollars and Zero Cents ($133,840.00). lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1300-6 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this day of , 2004, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal) Signature for Principal Title of Signatory Surety (Seal) Signature for Surety Title of Signatory Address of Surety Phone # of Surety Contact Person For Surety Payment Bond 1300-7 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." �i • vv ru2� Signs 4p 5,� Title 5 7 ,O Date Workers' Compensation Insurance 1300-8 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. 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: Liability & Insurance Requirements 1300-9 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 Compensation and Employers' Liability insurance providing coverage for any and all employees of Contractor: a. The required policy shall provide coverage for Workers' Compensation (Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City, City employees and officers, the City Engineer, its consultants, elected officials, agents, and sub -consultants are hereby added as additional insured insofar as Work done under this Contract is concerned." b. "This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self -insured retention, the City may possess, and any other insurance the City does possess shall be considered excess insurance only." C. "This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. d. "Thirty (30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta, CA 92253 2.6 Change in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.6.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Liability & Insurance Requirements 1300-10 (BOND ISSUED IN DUPLICATE) SECTION 1310 KNOW ALL MEN Bli nMSE PRTSOM: 4 •e BOND NO. 57BCSCU4109 PF04IUM: $19 372.00 THAT the Cit of La Quints, a municipal cmponarion, hereinai w de gated the City, has on May 4, 2004, awarded to Republic I ectric, berreeinaft designated es the Principal, a Contract for Project No. 2004420 City of La Quanta Traffic Sign ( LED .Lamp ItOMfit, and WHEREAS, ►id Principal is required under the [aims of said Contract to fu mish a bond for the fal&M performance of said C. bract: NOW, THU ZFORF, we, the Principal, and HAS. FIiE Il3 FMM 02FAW , as Surety, are held and firmly bound tam the Cfty in the just and fol amount of One MaDdred Thirty Three Thousand, Eight Hundred and Forty 1 ollars and Zero Cents (033,840.00). lawful money of the United Sues, for the payment of which sum well anc ruly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, I only by these presents. THE COND. :ION OF THIS OBLIGA17ON 1S SUCI3, that if said Principal, his or its heirs, executors, a I ' stutOrs, surd am, or assigns, shall in Ali things stand to and abide by, and well and truly keep and faithfully pecftm the covenant: conditions, and agreements in the said contract and any alterations made as provided, on his or their part to a kept and perfomned, at the time and in the n=w thcrein specified, and in all respects according to their true must and meaning. and shall indemnify and save harmless; the City, its officers and agents as therein stipulated, the this obligation sball become Trull and void, otherwise it shall be and remain in full force and virtue. it is ackn'o* dged that the Contract provides for one-year guarantee period, during which time this bond remains in fall force : id effort. .And the saic Surety, for value received, hereby stipulates and agtrees that no change, eu sion of time, alwration, or addition A the terms ofthe Contract or the work to be peribrmed thereunder or the specifications accompanying the s& a shall, in any way, affect its obligations on this bo]Dd, and tt does hereby waive notice of any such change, W=Sic c of bane, alteration, OT addition to the terms Of the Contract or to the work or to the specif cations. said: =ty hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Fail GI rafotU we'' Md � r ? IN WITNESS VHEREOF, the Principal and Sra ety have creed dtis mstivontnt nodr.z' duir seals this 2_ 6TH d; ' of ^ M„ . 2004, LAC nme and Corpmte SCSI Of cacti corporate Paw being b roto affixed and these presents duly siped by its vndersiped representative, Pursuaat to authority of its governi ; body. REPUBLIC ELECTRIC _._. Principal Si�satt for Print' Title Signatory HARTF'ORD FIRE INSUR NCF COMEQNY Sum (Seal) St9fiftce for Surety MLY HOLT.EMANN9 ATTORNEY —IN —FACT Title of Sipotory 33 NEW MONGO= STREET SAN FRANCISCO, CA 94105 Address of'Sw%q-y (415) 836 - 4858 Phone 4 of Surety PIERRE LECOMPTE Contact Person For Suety �a3Eisihl r�'ormAace : �Dd CALIFORNIA ALL�PURPOSE ACKNOWLEDGMENT State of California County of SONOMA On 5/26/04 Date ss. before me, LAWRMCE J. GO=, NOTARY PUBLIC Name and Title of Officer (e.g., 'Jane Doe, Notary Public") personally appeared --- ImLLY HOLTK�Lm--_—______����___________ Names) of Signer(s) ' ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(k) whose name(m) is/ subscribed to the within instrument and acknowledged. to me thatch executed the same in A0sdher authorized capacity, and -that by kiather/lbeim LAWRENCE J. COYNE signature(a) on the instrument the person(a), or Commission# 1281143 the entity upon behalf of which the person. NOtCwy Pubric - Carfomta acted,, executed t Sonoma County he instrument. MyCommapffm oetw, 2 WITNESS my hand and official seal. Place NotarySeal Above Sig ture of Not9& Public OPTIONAL Though the information below is not required by law, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: PERFORMANCE BOND Document Date: MAY 2692004 Number of Pages: TWO Signer(s) Other Than Named Above: _ N/A Capacity(ies) Claimed by Signer Signer's Name: IMLY HOLTrEMANN ❑ Individual ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited ❑ General IX Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: HARTFORD FIRE INSURANCE COMPANY RIGHT-rHUNIBPRINT OF SIGNER of thumb -Fe —re 'row "wLm"M rVUR" MUMM ion • 9350 US.5010 AV*.. P.O. Box 2402 • ChMsWorlh, CA 91313.2402 • www.natbnakKftry.org Prod. No. 5007 Reorder. Call Toll -Free 14=-878-M7 (BOND ISSUED IN DUPLICATE) SEc not 1320 PAYMENT BONA BOND No. 57BCSCU4109. Pmcm: INCLUDED KNOW ALL kaN BY TMSE PRESENTS: a municipal corporation, hereinafter desi�tted the City, has, an May 4, TJ4AT the C'. I of La Q�� ated as the Prima a Contract for Project No. 200"27 2004, awarded to Re iablic Electric, hereinafter desiPP� City of La Quinta Traf c Signal LED Lamp xtetroftt, and W Mn',o�S, aid Principal is required tc rurnish a bond in cvnneation and with said Contract, providing that if said Principal, c 9M of it or its subcontractors shall fail to pay for any materials►Provisions, or other supplies used in, upon, for, or sbotrt the performance of the work contracted to be done, or for aw work or labor done thereon of any kind, tl, Surety of this bond wJM pay the same to the event: herehm*= set forth: NOW1 THM EFORE, we, the Principal, and BAMOM FIE RBE CAA U ' as Surety' are held and firmly bounc unto the City in the just and full amount of one ]RUndred Thirty Three Thoomads Vight United States, forthe payment ]Rundred and Forty rollers and Zero Cents840 ($133,.00). lawful money fo of wW& sum well w l truly to be made, we bind ourselves, our heirs, excC*DM adminisVators, and successors, jointly and severally, - rmly by these PTOSel3ft- TIE COND I70N Of THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, Mceeutars, administrators, succe: ors, or assigns, shaD fkU to pay for any materials, provisions, or other sgpplies •used in, upoo, for, or about the perfc mane of the work contracted to be done, or for any work or labor thereon of any land or for amount due under the Unemployment insurance Act with respect to such work or labor, or for any arno� due, ct OT to be withhold pursue t to Sections 18806 of the Revenue and Taxation Code of the State of C,alifomjspe to such work or !,abut then said surety vill PRY the same in or to an amount not exceeding the amount hereinabove set forth, and also wi pay in case suit is brought upon this bond, such reasonable attorneys fees to the City as shall be fixed by the cowl This bond s: ill insure to the benefit of any and all persons, compatues, and corporations named it Section 318 l of the Civil Ca a of the State of California so as to give a right of action to them or their assigns in MY suit brought upon this boi L And the sai Surety, for value received, hereby stipulates and agrees that no change, extension of time., alteration, or additio of the terms of the Contract or to the work to be performed thereunder or the speeificavons accompanying the ss ie sball. In any way, affect its obligations of this bond, and it does hereby waive notice of any dwgc, extension of fine, alteration, or addition to the terms of the contract or to the work or to the specifiostiom. Said Surety hereby v Ives the provisions of Sections 2819 and 2845 of the Civil Code of the Stye of payment Bond 1 IN W TNESS - VREREOF, the Principal aid Surety bsve executed lhls iAs= mmt under SCnto�zace seat of each 26TH c y of 2004, the name and.corp coap seals this MAY Yes mm t corporate party being l =to arced and those presarts duly signed by im undersigned rgxe authority of its governr ; body - REPUBLIC ELECTRIC Principal (Sad) s;gnu �r �lpat e of Signatory HARTFORD FIRE INSURANCE COMPANY Scaew (Sal) Si for Surety KELLY HOLTZAANN, ATTORNEY —IN —FACT Title of Signatory 33 NX MONMMERY STREET SAN FRANCISCO, CA 94105 Address of Surety (415) 836 — 4858 Phone # of Surety PIE RE LECOMPTE Contact Person For Surety L3ooa Ftymeut Bond -CALIFOI%NIA ALL*U RPOSE ACKNOWLEDGMENT State of California ss. County pf SONOMA On 5/26/04 , before me, Lffill aE J. '007NE, NOTARY PUBLIC - --- Date Name and Title of Officar (a.g., "Jane Doe, Notary Pubtie) personally appearedEOLTEMANN------------------------------ Name(s) of signers) ® personally known to me ❑ proved to me on the basis of satisfactory evidence -�.. ' AWRENCE J. COYNE t: ornmNsion # 1281143 Notary Pubtic w Cord txr y �, z ,� aonomo Gouniti '� �YCot�nn. �Oct2Q�4 Place Notary Seat Above to be the person(k) whose name(&) ishbm subscribed to the within instrument and' acknowledged• to me thattaishadbW executed the same in ±&her ' authorized capacity, and -that by idsther/ signature(a) on 'the instrument the person(m), or the entity upon behalf of which the person* acted,, executed the instrument. WITNESS my hand and official seal. omw.. apotery Public OPTIONAL Though the information below is not required by law, it'may prove valuable to persons retying on the'docurne-_nt and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: PAYMENT -BOND Document Date: MAY 26,9 2004 Number of Pages: TWO Signer(s) Other Than Named Above: N/A Capaoity(!as) Claimed by Signer Signer's Name:Y .flOL� ❑ individual Top of thumb. here. ❑ Corporate Officer — Title(s): ❑ Partner -- ❑ Limited *❑ General IX Attorney in Fact n Trustee ❑ Guardian or Conservator ❑ Other: . Signer is Representing: BARMRD FIRE INSURANCE COMPANY Vim Nationet Notary Asmaiation • 93M De Soto Ave., P.O. Box 2402 • Chvtswaft CA 9131 W408 9 www.nafwneln0tM.0M Prod. No. 5W Reorder. Call Tall -Foe i-B00-UM827 Obligee'slInsured's Name CITY OF LA QUINTA Obligee's/Insured's Mailing Address 78-495 CALLE TAMPICO LA QUINTA, CA 92253 Bond/Policy Number 57BCSCU4109 �' IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily -established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism remium: $0 Farm Br-3333-0 Page I of I © 2002, The Hartford HARTFORD FIREINSURANCE COMPANY Ffarftrd, Conne>eeticut -POWER OF ATTORNEY Know all man by these Presents, That HARTFORD FIRE INSURANCE COMPANY. a corporation duly organized under the Ism of the State of Connectiwt, and hav its principal -office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint Lawrence J. Coyne, Goran Cr.-.E. Ryn, BoFmie K. Fiymire, Kelly H0jrefnan7j Of Petaluma, C4 Its true'nd lawful Attorney(s)-in-F84 with full power and authority to each of said Athrney(s)_i Fact, in their -separate capacity if more than one is named above, to sign; exec and acknowledge any and all bonds and•undertakings and other writings obligatory in the nature thereof On behalf of the Company in its business of guaranteeing the fidelity persons holding places of public or private trust~ guaranteeing the performance of contracts other than insurance policies; guaranteeing the perfomvance of insurance contracts wit surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or and to birid HART -FORD FIRE INSURANCE COMPANY thereby as fully and to the same extent a's If such bonds and underta�n sine and other writind In all actims gs proceedings in the or by taw athem were signed by an.Exewiive Officer of HARTFORD FIRE INSURANCE COMPANY and seated and attested by one other of such Officers, and hereby ratifies anti confirms id* said Aftomey(s)-in-Fact may do In pursuance hereof. This Power of Attorney is granted under and. by authority of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, {"litre Company') as amended by the Board of Directors et meeting duly called and held on May 18`" 1999, as follows; ARTICLE IV TION j. The President or any Vice.President or Assistant Vice President, acting with any Secretary or Assistant Secretary shall have power and authority to sign an execute and srttach the seal of the Company to bonds and undertakings, recognlzances, contracts of indemnity and other writings obligatory in the nature thereof, and suc instruments so signed and executed, with or without the common seal, shall be valid and binding upon the Company. SECTION 8. The President or any Vice President or any Assistant Vice President acting with any Secretary or. Assistant Secretary,• shall have power and authority t appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature *thereof, one or more resident Vice Presidents, ==der -Assistant Secretaries and Attomeys4n-Fact and at any time to remove any such resident Vice President, resident Assistant Secretary, or Attorney -in -Fact, and revoke the -power ani .authority given to him. Resolved, that the signatures of such Officers and, the seal of the Company may be affixed to any such power of attorney or to any ceriffucate relating thereto by facsimile and any such power of attorney or certificate bearing such facsimile signatures cr, facsimile seal shall be valid and binding upon the Company and any such power so executed ant certified by facsimile signatures and facsimile seal shalt be valid and binding upon the Company In the future with respect to any bond or undertaking to which It is attached. in Otness•Whereof, HARTFORD FiRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President, and its corporate seal to be hereto affixed, duly attested by its Assistant Secretary, this 14th day of May, 1999. Attest HARTFORD FiRE INSURANCIE COMPANY apfME Lo ~� SEA r Paul A. Bd genhoitz, Assistant Secretary Robert L. Post, Assistant Vice President STATE OF CONNECTICUT , ss. Hartford COIUNTY OF -HARTFORD . On this 14th day of May, A.D. 1999, before me personally came Robert L.•Post, to me known, who being by me•duiysworn, did depose and say; that he resides in the County of Hartford, State of Connedcut;••that he is the Assistant Vice President of HARTFORD'FIRE INSURANCE COMPANY,'the m�rporaiion described in •and which executed the above i aidco corporation that he knows the seal ofthe said corporation; that the seal affixed to the said instrumerrt is such corporate seal;rthat ti was so affixed by order of the Board of Directions of said corporation and that he signed his naive thereto by like order. Jean F- Wozniak Notary Public CERTIFICATE MY Commission BxPfi=J me 30, 2004 I, the undersigned, Assistant Vice President of HARTFORD FIRE INSURANCE: COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY t mt the foregoing and attached POWSR OF ATTORNEY remains in full force and has. not .been revoked; and furthermore, that Article IV, Sections 7-and 8 of the .By -Laws of COMPANY, set forth in the Power of Attorney, are now in force. HARTFORD FIRE WSURANCI= Signed. and sealed at the City of Hartford. Dated the 262'F] day MAY 2004 OUSE ATi0�t�6 J. Dennis Lane, Assistant Vices President /►Ii�..4M. AAACA RFPURFLF --- o CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 5/26/04 PRODUCER USI Northern California 1670 Corporate Circle, #201 P.O. Box 4409 Petaluma, CA 94955-4409 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Republic Electric 7120 Redwood Blvd Novato, CA 94945-4114 INSURER A: Travelers INSURER B: State Compensation Insurance Fund of INSURER C: INSURER D: INSURER E: vvVW.rv+vcv 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 ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADO' NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDIYYI POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY DTEC0737X1065TIL04 04/21/04 04/21/05 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) a300 000 MED EXP (Any one person) $10 000 CLAIMS MADE D OCCUR PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE s2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 000 000 POLICY X PRO-- LOC A AUTOMOBILE LIABILITY ANY AUTO DT810737X1065TIL04 04/21/04 04/21/05 COMBINED SINGLE LIMIT (Ea accident) $1 000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE S $ DEDUCTIBLE $ RETENTION $ B WORKERS COMPENSATION AND 315140203 10/01 /03 10/01 /04 ST X OR ATUS OTH- E.L. EACH ACCIDENT $1,000,000 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 If yes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Cancellation: Except for ten day notice for non-payment of premium. RE:Traffic Signal Led Signal Lamp Retrofit,Project # 2004-02 The City of La Quinta, City employees and officers, the City Engineer,its consultants, elected officals,agents, and Sub Consultants are named as (See Attached Descriptions) TE The City of La Quinta 78-495 Calls Tampico La Quinta, CA 92253 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 006AMONO O MAIL An DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I ACORD 25 (2001/08) 1 of 3 #S62164/M61398 (I B9SJM 0 ACORD CORPORATION 1988 /rn � s c lti5w� OF'Tt�9 CONTRACT: City of La Quinta Traffic Signal LED Lamp Retrofit CONTRACTOR: Republic Electric 7120 Redwood Blvd. Novato, Ca. 949454114 Sheet 1 of 3 PROJECT NO. 2004-02 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 of the existing Traffic Signal Cabinet and Controller and the installation of a new Controller and Cabinet: Previous Contract Amount Through Change Order No. 0 $ 133,840.00 Add This Change Order No. 1 $24,917.58 Revised Contract Total $158,757.58 By reason of this contract change order the time of completion shall be adjusted accordingly to accommodate the additional time for ordering, delivery and installation of the above mentioned items. The revised contract completion date shall be: Pending delivery and installation of items. Submitted Approved We, the undersigned Contractor, havegiven 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 above, which includes all direct and indirect overhead expenses for any delays. Accepted 8y: .� Tide:_Q �y 1 Contractor: Date: &3 ( o O T:IIWYDEPIIPROJECTS\2004 PROJECTS\2004.02 LEDWONSTRUCTIOMCCO MI DOC Z`3 o� a s Sw OF 9ti July 21, 2004 James E. Reed Republic Electric 7120 Redwood Blvd. Novato, Ca. 94945-4114 Subject: City of La Quints Traffic Signal LED Lamp Retrofit Project No. 2004-02 Request for Additional Quote for Controller Equipment and Traffic Signal Loops at Miles Avenue and Washington Street Dear Mr. Reed: Please provide a quote to: Remove the existing equipment and cabinet. Furnish and install the following equipment: 1 TS2 Type 1 PnG wired system cabinet 55" to include the following: Painted Desert Tan, with 12 position main panel, 8 position detector rack, fully loaded with 2 channel detectors, load switches, flashers and flash transfer relays, ASC/2S Controller with FSK Telemetry and telemetry interface panel. 1 GDI ADPT 100 — RS232 to RS485 Should you or your staff have any further questions, please do not hesitate to contact me at (760) 777-7048. Sincerely yours, Leonard t. Sauver Assistant Engineer U c: John M. Freeland, Senior Engineer Hector Guzman, Assistant Engineer U Project File ?:\PMOEPT\PROJECTS\2004 PROJECTS\.2004-02 LEMCONSTRUCTIOMM MILES CONTROLLER CABINET 6 LOOPS 072104 JAC 1Ui i �+ul ZU064 nb: zl REPUBLIC ELECTRIC .P.AG��i �,3 Republic �ecdric July 29, 2004 Leonard & St Smivcr Assistant F.s�,ineer II City of La Quinta 78-495 Collie Tampico La Quunta, CA 92253 R& Contract Change Order No-Xj Dear W. St. Sauvear. We Offia taperfoem the following work, on the terms and oonditivos stated below and on the Man sade h=4 and at the paces shown, as follows: Coax linute si=W shut &MR with City Polive Dqmumxt on the QWs policy ft 99W sb A d"Aft% the C* MaY grant tb iUSW stop signs for each direction during the shot doW& Remow and dispose of the =isting couftWler cabimt aad all components. Fv�sb Wad hudall a new Econolite cabinet (folly tested and mdf,4 cooaplete with all Doi i including a now ASCIZS-2100 controller -- per tba rations in your letter dated July 21, 2004.. ' . tie controller Per the existing titning *=t. Land all wiring Wad turn on the intctsectkm.Lead *mc oa the eabiM is 10 to 12 weeks, and we can begin vNorlc as Wou as we receive t >rc materials. The pdm does not include heating. Any addition time needed dmbg uKn-on will be ' ' nal, or a one time testing fee of $950.00 can be pod and P*WJ C E kct& will certify the cabinet before tam -OIL Labor, Equipment and 1Viatexial.. a 9 v s * a.S 24,917.58 This of shall expim 90 days from the date haeof and may be withdrawn by us at any time thereto with or Without notice. Thus offer mqxxsedes MW prior offers, eommitnlrw or orders, Q0"WW all teas, cow and wsn odes and whm aooepted, eonstit"tcs the eutule ooubact betwaij the part & Th1C reffidting contact sball not be modified cxocpt by formal written This offer SW be aecpbad by delivery of a copy of this oar dam' ipcd by you intbe space provided below. '1U foregoing offer is larteby accepted this day of . 2004. THE CITY OF LA, QUINTA REPUBLIC EI C'TRIC By; Title: en Harris Socal. Manager (714) 535-0550 • Pax (714) 535-01.10 715 E. Dehra Lane. • ..Anaheim, CA 92805 ; BA -PIT 0N • DAUKS 1.OS ANC; L'LRt •` ; SAf:RAMt'N'J'tl • C s., 4.'n . .•._,- ,,. c%�i� s, Qum& ti5 OF 'T'9 CONTRACT: City of La Quinta Traffic Signal LED Lamp Retrofit CONTRACTOR: Republic Electric 7120 Redwood Blvd. Novato, Ca. 94945-4114 Sheet 1 of 2 PROJECT NO.2004-02 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 the installation of Traffic Signal loops to replace TS Loops damaged in three (3) different locations: Washington Street & Miles Ave. = 12 Loops @ 350 ea. Desert Club Drive & Calle Tampico = 10 Loops @ 350 ea. Park Ave. Advance Loop @ Ave. 50 = 1 Loop @ 350 ea. Total $ 4,200.00 Total $ 3,500.00 Total 350.00 Total $8,050.00 Previous Contract Amount Through Change Order No. 1 $ 158,757.58 Add This Change Order No. 2 $ 8,050.00 Revised Contract Total $166,807.58 By reason of this contract change order the time of completion shall be adjusted accordingly to accommodate the additional time for ordering, and installation of the above mentioned items. The revised contract completion date shall be: Pending installation of items. Submitted Approved By r 1. . ��1��:__ • o 14 �� Date: We, the undersigned Contractor, have given �arefwt 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 above, which includes all direct and indirect overhead expenses for any delays. 4' ` Accepted By: e: Contractor: RAP tJ.F3 LA, C., IC -LE CKAC Date: & l o 0 TV"WDEPTTROJECTS\2004 PROJECTS\2004-02 LEMCONSTRUCTIOMCCO #2.DOC 08/04/2004 14:00. 7145350110 REPUBLIC ELECTRIC PAGE 02 I Republic Electric August 4, 2004 City of La Quinta 78-495 Calle Tampico La Quinta, CA, 92253 Attu: Loomard K St. Souver RE: Contract Chwoe Order No. 3 uastall loops Install 12 loops at Wasb►ington and Miles per drawings provided. Install 10 loo at Desert Club and Calle Tampico per drawings provided Install I Ad loop at Park and Avenue 50 per drawing provided. Dear Mr. St. Sauver We offer to perform tea following work, on the terms and conditions stated -below and on the reverse side hcrwf� and at the paces shown, as follows: Set up traft control and install 23 round loops using hot melt per Caltrans specs. Make all aueec9,saty connections and splices in the pull boxes and controller cabinets. Labor, Equipment and Maul Washington and Mill%..................54200.00 1)ewrt Club and Calle Tampico ....... $ 3500.00 Avelaue 50 at Park .......................$ 350.00 This offer shall expire 00 days firm the date hemf and tray be vw &ftwn by us at any time Prim tare with or witboui notice. This offer supersedes any prior offers, comtttitment or orders, contains all ten s, moons and warranties and wbon accepted, constitutes the entire contract between the parties. The resut4 ag contract shall not be modified except by formal written This oar shall bee peed by deiavehty of a copy of this offer duly signed by you in space provided below. The foregoing offer is acceptexl this _ day of .� 2004. THE CITY OF LA QUNTA REPUBLIC ELECTRIC Title: en Harris Southern Cal General Manager 535-0550 • Fax (714) 535-0110 715 E. Debra Lane . Anaheim, CA 92805 BOSTON • DALLAS • Los ANGELES • SACHAMENTO • SAN Fr+vr'tCe-n 09/02/2804 06:44 7145350110 SEP-01-2804 05:21 PM REPUBLIC ELECTRIC WAGE .02 P.02 $heat 1 of 3 Cl of La QgintA PROJECTCON'1' C t3' Traf'!1c S'IP41 LED Lamp Retrofit CONTRACTOR Replabbe Elec rk 7120 Redw* d Blvd. Novato, Ca. 94945.4114 NO.Z00 42 CpNTRACT CGE ORDI&1t NO, 3 Ptaea■ont tv the tarme of the original Contr d ABre N=a YOU are hereby directed w nmakc tbt herein dwn1Wddw1F1 Cdoftibll awing deecn'bed want not included tin the pltttdc and „pecifcadons forthis Contrract. Urleas othervv9'e tteded all wank own conform to the terms, gpmld OUWKions, and special pto WOM ordw ariginal Contract. *#*#**#d►##*Aile#######�r+k��k�11�M�r#1k1k*+�itiA►�Ne#####�R�r#*dk##�►#r#141�►##i##k�l�!*«+It1�MM#*llirliAtN#rr�t###****i## E 'fled and 1111% Contract CbMSa Cr= allows for veto, 9bipping and modifimdone to the LED Pedestrian units due to ell �� 57 jimi +padable model. By foam of W9 OWN cbanga vnde�' file tin" of Mttpktivn ,haft be quoted aoeordln MN br�Padial VOW NSdw A Ir N.t dt �• itvlallddon of the above mentlon� "� no "wkw �''"d Mwod� ' " *�r►e+r�r«#�*r�r��*�#,a*««**,r�►« ��r«**�,�*�►�##«�##«s►«r�###�r�«��«�r�r«#«#*�e*#«�s►#rr«#**««#���k��aaa�ri�� Sobmitted Approved By: v ####,�#**##'##*#*#A#hell###*#!►!►##tRilr�►r�F�IrfIr�IV►�t*#*+�##�r�A#tlklh*#tM*#«#r4i�##i#####fit#;#I�t*9!�#*##�M#+i#Ad we wOl #i##*## we. tin wCWgrMw kmow GwVw f 1/+ dM Ad a CormAA d1 coxpip Ad elbow p,,►de au squtpr, W. frrnlsh all mmurkle, perform all labor, 0=40 et slap' be mud above, ,oad pe►f epee ped work and hereby accept as fall payNwps the amount shown above. whtoh Includes aft direct and nd hidlrecl overhead eVeHaas for ow dekip. Ateepted By: ptic Contractor:#11 Date T:1*RDB/f11�01� MIOJlCT�90�-� t.BO1Co[�TRtK?M�a �5.004 / Jo/ 140134 1L: tit) I145350110 REPUBLIC ELECTRIC PAGE 02 Republic Electric August 27, 2ow City of La QWtu 78-495 Cabe Tampico La Quints, CA 92253 Attn: Leonard R. St Sauver RE: Contract Chmp Order No. 1 Retrofit Pedestrian LED Modules Dear bft. St. Sauver We. offer to perform the following work, on the tetras and conditions stated the reverse side haeot and at the- ' below and on paces show�oi, as follows: Pick op ongmally fimnushed Pedestrian LED modules (that were i • return to the niariu . The man ncwaWY specified) and exWng will retrofit these LEDs to fit ift yowc ' •rigs. we thm will deliver and install the modified LEDs ' � syste0°- Ts Poposal includes all of the extra time associated with mtto the additional suWSUm= and labor mociated wiffi . COMPLle the mks an' ft 009inal work is cone o�u�o�g back to labor leted. It unto co>asidea�ation the P also takes how as.4ociateed In our orig� bid and will be in addition to that bid. 7'he atta bra work rePrt shows the basis for tws cbxa $e orddr ammt Labors Equipment Bad Material......... S I Z573.57 This oft shall ' This �� 90 daysfiom the daze hereof and Wray be wi Pfi thereto WM or without notice. This off. thdhmn by us at any time orders, contains all terms, conditions and warranties and � �� oomvrnitxnent or cn*c contract between the parties. Tire xmadng eoattnct shall aid' °pn the forir�al written a��e�oedineat. This offer shall be� be modified except by duly SiPed bYYou in the by delivery of a copy of i s offer space provided below. The foregoing offer is hereby accepted thisda y of 2004. THE CITY OF LA, QuzN TA REPUBLIC ELECTRIC A. Wag n, P.E. Title: (714) 535•o550 Fax (.714) 535-0110 • BOSTON • DALLAS • Los ANarti vs WT�I =.M.- =" 715 B. Debra Lane • Anaheim, CA 92805 • SACRAI►dF.NTO • SAN FRANC15<--o v p�p M b s' Or O !� m 3 m A O �.. O c' r O m N N b CL C A A m � o �► a m a 39dd DI8103-13 OI-ErkM 0TI05£SbZL ' 55.:ZZ b08Z/0E/ Ec—OT--2044 09 s 32 AM • CONTRACT: City of LA Qua Tr&Me Siptl LLD I to p Retrofit COMRACTOIi: Republic Electric 7120 Diva. Nevat% Cam 94945-4114 Sheet 1 ofZ PROJECT N0.200"2 CONTRACT CHANGE ORDER NO-4 �►�*+s�r�rrrr��r,��r�,ito� ���►oeofoo�t#f��trro,�rr��t�t�t�r�r�,e�i�wrrt�►��r�,r�t���r►�►t��r���,��r�►rr,rr►rrrrr�r�*�*�r�r�rt��*� Puhueat to tin terms ofthe original C nt ma Agreement.You ere hereby directed to malts die herein deem abed dMr4o ordottt• Wowing doxibed workeot htcWW tuft plant and Fpeci&AdaW ibrthlr Contract. Unlm odterwiee daze all work oWl conform to the pwid ooaditione, Fad epcohd pwvbba Ono orlghw Coatrect. itiiii+l�***tf#'!R�►tMtAi�ft�llklk�ll�r�t�1�t#� #tad►iti�4iitk'#ttk#I��II�i#�Miiir+t*ttR�t�1� Ik�►ifi�N #ill**#+ir�llk*ItiAitt#t�ki #it nIgr(tipe103_QF_Ci�Ai�iG� at Perk Aveelue ttad AvauiG 50 This Contact Clump Order allows forOw hu tan5dan ofT ait� SiVal to to rapiace TS Loops dxnapd Perk Avenue 6 t►— @ Ave. So s S Loops @ 350 ea. Tdtal ,S2900,00 ry �kar��r,�a�ii #r�*�ro��,rf a �►�r+++�►�r�r�Y+,��t���t*��r�t,��k�t���1*�+� �ri�r�,�+�rre�*l�t�r+�r► �Y i,r��►��►rr�frr�#�f*�*i�r�r�,R*� teeeon of fft nnnb I I change otdae the date of voWWw bail be 94Wod atX to ar"+n�odFto the addle aw 1110"110160 Of a. raltativa of tbo above mendoaed i im& TMof cggtrsd�p�° �' shall bn rie� #*i � A iii�F#►****dFitq�N#er�ttr#'#'*#lrirrklr�lYt+Ri#�r11��RAdt�M�rdlr�*# �M tMt�'i�rt�t**tlr#tt�et� �M �ii+Ir+Mi�r�ti#+1F+1��1�ttMl��1 �A i+�rltillrt Sub muted Approved rr00000rr,r�tt*#e,l��as►�r��t�of�oo***oo�►of#�k�oo��t,F�*rto��r,rrrt�►�reoo�r�►�e�rta►��►t�oot*eeorr*��1��r�r�►�w1A da vNds r deter, rr ► Mokaa �1 b is On abow PmWde all sgo nAl�h all �t pafbm ell lobar. unapt oa +nay be mud about, andpe►jorm mm(Ord world Oyd hereby accept ar J1t11 poymnt AN do "" j1hoWA 46MI4 which imindu all db'sct and lading werluad Ufa' OW delays. Accepted .Titles d&W - a Date: r> •-7 — e , — 991-1 Z00/Z00 ' d 006-1 Otto Beg V 11+ 31 S13313 311SMS-= I Wd90 : YO to-10-510 From -REPUBLIC ELECTRIC I f/ CONMCTt City of Ld Quiuts Tnfflo 51pal L Lamp Itot"f sit CONTRACTOR: R"wbUc ale 7120 RedwaW Blvd, NovAtos Ca. 9494S 4114 +714 535 0110 T-429 P.002/003 F-204 a sisal 1 of 1 PRMCT . N03864ma *a.r�►r�rs,ratrriarrCOWUCT CEMGR ORDIR NO, 5 f �Mt�dFtlr#t wii't�l#i i i ii� �r�rt14 i ititt#tir �►�Mtt�►i�Ri11 #tilt* iititt#►i i Psaswmtlo dso ta= ova aftW CPWWtAV*Dmwl; You a hereby dk mW to mWm du hmie dmn%W &dodo duadbodwatooc tstthe ptsMM psd fur" Convect. UMM othetv�rtee meted sO work dull waftrn totb� tee GUM mi&w Co UMLboom= or �'°� N��lii�R�ri�i#i###�MiAwt+�tt�lei*�rtiiiiirti�riii�A►#i��yi#t�,tt* fi�yi+k*ttiiNiiiii#t#*�it�t�►ii�n�i�InArti T= GOMM PIMP Ordw allom fW the a�td of to Swbr coMpkdm Dw attv�e q ided in � 7110 W OIL dip � dw Pm jftt wn com jsud In Cola C p ofZO dew at s SOWdey for a toW =xh noo mmoaat of S 10,000. Dt"om a ����t�t��t*tt�ilt#���������+����*����������#�����t�*�������#���►���tttt���t*t�i�t��t�����*� By MUM of" tea= dMp order the dma of espledon do be R4 ecoor M* to aco�oaua do iddlsleat time � a�iMlton at. � �bov. rnenti�ed tam, '�, i+a►t� mindavp�n do � b.: aedetLy, �+taittorrt�a*oat��*+�r�tr�r►oo��rtaf�,��f#i�►�r*a�►�r�ri,�ia r�*���rr�►oaa*irrr�itff��r�r�tir�aiitrtrr*� a,�' .r A n sobaat mw Approved zyloS' I UNEWW" #*i�1i*tkit*ti#i�l►#�iMr�kftlr#�4*#tiwi�nRii�rirfdr�4�rrt�►t#*t��M iitf*�k#R#fir#itkl4tttk*tlMi ii**�Rii�itttt�l4�i►i*I�it woo trlit sNdoy4/MedC WWOW* hew jbn aW4pd of Ake A� o♦l �Awmbh all miw +�rpge d "dk/� AW Mil v mkp►gkw k iKwrt am rrby l P aJllabvr, meat ar N►br nww dabow, mwdpwf"abw %bw 4�"d►'e'd► vI wow nt �hr an�mw shown above, whrah I►wlsp*w all dfmd mWd + t obsw ow�vd �ipwjor ary Agme,r s Br vp I r I 1001lD00 It it 111111:10P 11JILOW ze o d wv zv : Ge seat—se—wbr 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. 0. Box 1504 78-495 Calle Tampico La Quinta, CA 92253 DOC a 2005-0202948 02/04/2005 08:00A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder 1111111111111111111111111111111111111111111111111111111 M S U PAGE SIZE DA PCOR NOCOR SMF MISC. T A R L COPY LONG I REFUND NCHG EXAM SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION Traffic Signal LED Lamp Retrofit Project No. 2004-02 Title of Document RECORDER'S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION SF 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 La Quinta, CA 92253 SPACE ABOVE FOR RECORDER'S 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 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 18t' day of January, 2005, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: TRAFFIC SIGNAL LED LAMP RETROFIT PROJECT NO. 2004-02 6. The name of the contractor for said work of improvement was: REPUBLIC ELECTRIC 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: RETROFIT OF 26 TRAFFIC SIGNALS IN LA QUINTA AND INSTALLATION OF LED REPLACEMENT MODULES DATED: January 19, 2005 CITY OF LA QUINTA, CALIFORNIA BY: TITLE: City Clerk STATE OF CALIFORNIA) COUNTY OF RIVERSIDE) I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La 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 sarnle. ,is true. I certify under penalty of perjury that the foregoing is true and correct. = f; Executed at La Quinta, California on January 19, 2005 E S. G.REEK,.. fr .Ity: Clerk City of La Quinta, Califgrhttf