Loading...
Sierra Pacific Elec/Traffic Sig Hwy 111 10CE_ffc FEB - 8 SECTION 1300 THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Sierra Pacific Electrical Contracting, herein referred to as, "Contractor." 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. 2008-16, Highway 111 Traffic Signal Interconnect and Control Equipment Replacement, Federal Aid Project No. CIVIL 5433 (009) in the City of La Quinta, California pursuant to the Invitation to Bid, dated January 11, 2010 , the project Specifications, and Contractor's Bid, dated January 2010, 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 45 working days from the date of Notification to Proceed. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration Two Hundred and Ten Thousand, Four Hundred and Nineteen Dollars and Zero Cents ($210,419.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by any subcontractor under him in violation of this provision Agreement 1300-1 (Sections 1770-1777, Labor Code of California). The project is partially funded with Congestion Management Air Quality (CMAQ) funds. As such, the Contractor and Sub - Contractors shall comply with the Davis -Bacon Fair Labor Standards Act (40 USC a-276 a- 5), and the implementation regulations issued pursuant thereto (29 CFR Section 1, 5) and any amendments thereof. 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 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 Contractor, its officers, employees and agents, which arise out of Contractor'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, Contractor 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, Contractor shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. 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 coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 11, In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the 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 Agreement 1300-2 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 $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. 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. 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. Agreement 1300-3 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY" Dated -319710 ATTEST: Veronica J. tecno, CMC, City Clerk APPROVED AS TO FORM: C y Attorne * "CONTRACTOR" Dated: Dated: d111�1'/1v CITY OF LA QUINTA, a California municipal corporation gy.ta� Thomas P. Genovese, City Manager Dated: _ io Dated: 1&,.,4 t� Aelo By: Z Name: &- UDet �- 4 Lc op Title: U P By: �-1= Name: J,ao /C. C F. "CONTRACTOR" (If corporation, affix seal) Agreement 1300-4 Bond #58659429 Premium $1,515. 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 February 2,2010, awarded to Sierra Pacific Electrical Contracting, hereinafter designated as the Principal, a Contract for Project No. 2008-16, Highway 111 Traffic Signal Interconnect and Control Equipment Replacement, Federal Aid Project No. CIVIL 5433 (009) 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 Western Surety Company as Surety, are held and firmly bound unto. the City in the just and full amount of Two Hundred and Ten Thousand, Four Hundred and Nineteen Dollars and Zero Cents ($210,419.00) 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 2845of the Civil Code of the State of California. Falffiful oarformance Bond - 1310-1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this llth day of Febrixary 2010, 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. Sierra Pacific Electrical Contracting. Principal' , (Seal) Sig re for P • cipal Title of Signatory (Seal) Attorney -in Fact Title of Signatory cInnI ram.., ncro 8iisn w. Woodland Hills CA 91361 Address of Surety (818) 713-2032 Phone t of Surety Peter. Riehl Contact Person For Surety Faithful Performance Bond 1310.2 California All Purpose Acknowledgment State of California County of Riverside On February 12, 2010 before me, Earl Smith, Notary Public, personally appeared Judy K. Loop, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Earl Smith, Notary Public Optional -------------------- EARL SMITH " Commission # 1748861 ® Notary Public • California Riverside County My Comm. Expires Jul 1, 2011 Description of Attached Document Title or Type of Document: Document Date: Signer(s) other then named Number of Pages _ Signers Name: Judy K. Loop ❑ Individual ❑ Corporate Officer — Title: Asst. Secretary/CFO ❑ Partner ❑ Other Signer is Representing: Sierra Pacific Electrical Contracting CALIFORNIA ALL PURPOS AC@ , WLEDGMENiT State of California County of Orange On February 11, 2010 before me, personally appeared _ J.W. Johnson NAME OF SIGNER SUZAN M. MARTINE2 Commission # 1794545 IL .'® Notary Public - California -'' Orange County Cmm. Mar29,2012 Suzan M. Martinez, Notary Public NAME who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I, certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE S my hand and official seal. (SIGNATURE OF NOTAR OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED GENERAL ❑ ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN/ CONSERVATOR ❑ OTHER/E SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT UUl UMtN 1 PAGES DATE OF DOCUMENT SIGNER OTHER THAN NAMED ABOVE Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and Slate of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint J W Johnson, Susan J Sampson, Jay Hurt, Anthony J D'Asaro, Individually of Irvine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 13th day of March, 2009. ayuvrrro WESTERN SURETY COMPANY .—w Paul . Bmflat, Senior Vice President State of South Dakota County of Minnehaha I ss On this 13th day of March, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota, that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires+^^•••^•M1••••^4••+M1u\4•♦ ` D. KRELL i November 30, 2012 +�NOfAgY PUBLIC + L SOUTH DAKOTA SEAL i r 4\4M1444\L+LLLM1L\4+444\+\ CERTIFICATE D. Krell, No ary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11 th day of February —. 2010 WESTERN SURETY COMPANY ♦ * ,C Ma1*10 A'q�e1 > 1 Zf�sf A�a�•p `/ 1 lL �i Parm F4280-09-06 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Bond #58659429 Premium Included 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 February 2, 2010, awarded.to Sierra Pacific Electrical' Contracting, hereinafter designated as the Principal, a Contract for Project No. 2008-16, Highway 111 Traffic Signal Interconnect and Control Equipment Replacement, Federal Aid Project No. CIVIL 5433 (009). 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 Western Surety Company as Surety,' are held and firmly bound unto the City in the just and full amount of Two Hundred and Ten Thousand, Four Hundred and Nineteen Dollars and Zero Cents ($210,419.00) 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 Califomia 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 - 1320.1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this llth day of February 2010, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) Sierra Pacific Electrical Contracting Principal Signature f&f'Princip5l Title of Signatory Attorney -in -Fact Title of Signatory 6300 Canoga Ave. #1150 W, Woodland Hills CA 91367 Address of Surety (818) 713-2032 Phone # of Surety Peter Riehl Contact Person For Surety Payment Bond 1320.2 California All Purpose Acknowledgment State of California County of Riverside On February 12, 2010 before me, Earl Smith, Notary Public, personally appeared Judy K. Loop, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Earl Smith, Notary Public EARL SMITH Commission # 1748861 o Notary Public • California £ = Riverside County My Comm. Expires Jul 1. 2011 Optional Description of Attached Document Title or Type of Document: Document Date: Signer(s) other then named Signers Name: Judy K. Loop ❑ Individual ❑ Corporate Officer — Title ❑ Partner ❑ Other Number of Pages Asst. Secretary/CFO Signer is Representing: Siena Pacific Electrical Contractins CA&IFORNIAA'Lt#jPURPOSErAC*KNOWL DC,MENif State of California County of Orange On February 11, 2010 before me, Suzan M. Martinez, Notary Public personally appeared _ J.W. Johnson NAME OF SIGNER Y SUZAN M. MARTINEZ Commisslon # 1794545 Notary Publle • California € ' Orange County Comm. Mar29,2012 NAME who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I, certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNVSS my hand and official seal. (SIGNATURr- OF OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) LIMITED GENERAL NUMBER OF PAGES ATTORNEY-IN-FACTi' TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER / DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) -.-------------------------- SIGNER OTHER THAN NAMED ABOVE Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint J W Johnson, Susan J Sampson, Jay Hurt, Anthony J D'Asaro, Individually of Irvine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 13th day of March, 2009. E,r WESTERN SURETY COMPANY \Sf A�J •� / Paul lul Bmtlat, Senior Vice President State of South Dakota l County of Minnehaha 3 ss On this 13th day of March, 2009, before me personally came Paul T. BruBat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires (•44M1M1M14444M1M1^4M14444444444 e D. KRELL i November 30, 2012 ;wNOTARY PUBLIC SEAL UWSOUTH DAKOTA It r e4M144444M14444M144M144M1M14M1M1+ CERTIFICATE D. Krell, No ary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still inform In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 11 th day of February _ _ 2010 WESTERN SURETY COMPANY ^?o�rongi`oe «.0 riz �� Form F4280-09-06 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 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." Signature v Title Date Workers' Compensation Insurance 1330-1 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties' option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act, or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: 1. Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 5. The conditions, operations, uses, occupations,, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damages. or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub - subsections (1), (2), (3), (4) and (5). Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined Liability & Insurance Requirements 1340-1 ►+ by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this agreement or this section. This indemnity shall survive termination of the Agreement or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Agreement for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 2.0 INSURANCE REQUIREMENTS 2.1 General Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall submit coverage verification for review and approval by the City upon execution of the Contract. Liability &insurance Requirements 1340-2 The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by.the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. Contractor shall provide the following types and amounts of insurance: 2.2 Commercial General Liability Policy Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits shall be no less than Two Million Dollars ($2,000,000) per occurrence for all covered losses and no less than Four Million Dollars ($4,000,000) general aggregate. Contractor's policy shall contain no endorsements limiting coverage beyond the basic policy coverage grant for any of the following: a. Explosion, Collapse or Underground Hazard(X CU). b. Products and Completed Operations. C. Pollution liability. d. Contractual liability. Coverage shall be applicable to City for injury to employees of: contractors, subcontractors or others involved in the project. Policy shall be endorsed to provide a separate limit applicable to this project. 2.3 Workers' Compensation Insurance Workers' Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident for all covered losses. 2.4 Business Auto Policy Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92 including symbol 1 (Any Auto) or the exact equivalent. Limits shall be no less than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. Liability & Insurance Requirements 1340-3 2.6 Excess or Umbrella Liability Insurance Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provisions providing primary coverage above a maximum $25,000 self -insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000 per occurrence and aggregate. 2.6 Course of Construction Course of Construction insurance shall provide "all risk" coverage for the completed value of the project. Policies shall contain the following provisions: (11 City shall be named as loss payee; and (2) the insurer shall waive all rights of recovery against the City. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Contractor and City agree as follows: Contractor agrees to endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition date of 1985. Contractor also agrees to require all contractors, subcontractors, and anyone else involved in any way with the project contemplated by this agreement to do likewise. 2. Any waiver of subrogation express or implied on the part of City to any party involved in this agreement or related documents applies only to the extent of insurance proceeds actually paid. City, having required that it be named as an additional insured to all insurance coverage required herein, expressly retains the right to subrogate against any party for sums not paid by insurance. For its part, Contractor agrees to waive subrogation rights against City regardlessof the applicability of any insurance proceeds, and to require all contractors, subcontractors or others involved in any way with the project(s) contemplated by this agreement, ,to do likewise. 3. All insurance coverage maintained or procured by Contractor or required of others by Contractor pursuant to this agreement shall be endorsed to delete the subrogation condition as to City, or to specifically allow Contractors or others Liability & Insurance Requirements 1340-4 providing insurance herein to waive subrogation prior to a loss. This endorsement shall be obtained regardless of existing policy wording that may appear to allow such waivers. 4. It is agreed by Contractor and City that insurance provided pursuant to these requirements is not intended by any party to be limited to providing coverage for the vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage provided pursuant to this or any other agreement (express or implied) in any way relating to City is intended to apply to the full extent of the policies involved. Nothing referred to here or contained in any agreement involving City in relation to the project(s) contemplated by this agreement is intended to be construed to limit the application of insurance coverage in any way. 5. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of binders of coverage, or endorsements, or certificates of insurance, at the option of City, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Contractor agrees to endorse, and to require others to endorse, the insurance provided pursuant to these requirements, to require thirty (30) days notice to City and the appropriate tender prior to cancellation of such liability coverage and notice of any material alteration of non -renewal of any such coverage, and to require contractors, subcontractors, and any other party in any way involved with the project contemplated by this agreement to do likewise. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self insurance available to the City. 10.Contractor agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Liability & Insurance Requirements 1340-5 Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If contractor's existing coverage includes a deductible or self -insured retention, the deductible or self - insured retention must be declared to the City. At that time the City shall review options with the contractor, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13.For purposes of applying insurance coverage only, all contracts pertaining to the project will be deemed to be executed when finalized and any activity commences in furtherance of performance under this agreement. 14.Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. The insurance shall include but not be limited to products and completed operations and discontinued operations, where applicable. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Contractor agrees to waive its statutory immunity under any workers' compensation statute or similar statute, in relation to the city, and to require all subcontractors and any other person or entity involved in the project contemplated by this agreement to do likewise. 17.Requirements of specific coverage features are not intended as limitations on other requirements or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be all- inclusive. Liability & Insurance Requirements 7340-6 18.Any provision in any of the construction documents dealing with the insurance coverage provided pursuant to these requirements is subordinate to and superseded by the requirements contained herein. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such.. 19.All liability coverage provided according to these requirements must be endorsed to provide a separate aggregate limit for the project that is the subject of this agreement and evidencing products and completed operations coverage for not less than two years after issuance of a final certificate of occupancy by all appropriate government agencies or acceptance of the completed work by City. 20.Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21.Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers working on this project through Contractor. City shall determine the liability limit. 2.7 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: Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta, CA 92247 Liability & Insurance Requirements 1340-7 3/1/2010 2:20:30 PM PST (GMT-8) FROM: insurancevisions.com-TO: 1760/177155 Page: z of ❑ / 7 ® ACORO CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDnyyq 31112010 PRODUCER Edgewood Partners Insurance Center (EPIC) 19000 MacArthur Blvd. PH Floor Irvine, CA 92612 1149)263-0606 www.ed ewoodins.com 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 Sierra Pacific Electrical Contracting 2542 Avalon Street Riverside CA 92509 INSURER A Lexington INSURERB. PeRdeSS Insurance Company 18333 INSURER c. National Union Fire Ins Co of Pitts 19445 INSURER D. SeaBri ht Insurance Company 15563 NSURER E. 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 15 SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSIR OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATION LIMITS LTR A TYPE GENERAL LIABILITY ✓ COMMERCIAL GENERAL LIABILITY 023462493 $5,000,000 Per 6/30/2009 6/30/2010 EACH OCCURRENCE $ 1000,000 DAMAGE TO RENT PREMISESEaocwnenw $ SO,ODD MEDEXP(An ono Person fxcluded CLAIMS MADE ❑✓ OCCUR Project Agg/Limit PERSONAL&ACV INJURY $ 1,000,000 ✓ Wrap Exclusion Contractual Liability ✓ $5,000 Deduct. GENERALAGGREGATE $ 2,000,000 Included GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OP AGO $ 2000,000 POLICY ✓ PRG- LOG B AUTOMOBILE LIABILITY BA8161433 6/30/2009 6/30/2010 COMBINED SINGLE LIMIT P. a¢idenU $ 1,000,000 ✓ ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS ✓ HIRED ALTOS BODILY INJURY (Par ectltlern7 $ ✓ NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY. AGG $ ANY AUTO $ G EXCESS/ UMBRELLA LIABILITY ✓ OCCUR CLAIMS MADE BE031810711 6/30/2009 6/30/2010 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DEDUCTIBLE $ RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRPoETORA°ARTNEREXECUTNE❑ BBII01091 1/1/2(A0 1/1/2011 CSTATU- OTH' CH ACCIDENT $ 1 OOO DOO EASE - EA EMPLOYE rl. $ 1,000,00 OFFICEPoMEMBER EXCLUDED] (Mandalory,n NH) Ilyes. describe under SPECIAL PROVISIONS bebw EASE -POLICY LIMIT $ 1,000.00 OTHERB Leased/Rented Equip Specal form incl theft,0 CBP8161333 6/30/2009 6/3DI2010 00 Limit with deductible. DESCRIPTION Of OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECAL PROVISIONS Re: Federal Aid Project# CML5433 (009); City Project #2008-16, Hwy 111, La Quinta CA; THIS CERTIFICATE SUPERSEDES ALL OTHERS PREVIOUSLY IS Certificate holder is additional insured for general liability as required by written contract With the named insured prior to an occurrence as per form 11-85 attached subject to all policy terms & conditions. Primary Wording LX98380805,Waiver of Subro LXOCC234 1103 and Proj. Agggg LX9695 will apply if required by contract. Work Camp Waiver of Subro WC040306 484 and Auto Liability Add Insd GECA701 apply if required by written contract. Re: Federal Aid Project No. CML5433 (009); City Project No. 2008-16 City of La Quinta its officials, employees and agents Attn: Bryan McKinney P.O. Box 1504 La Quinta CA 92247-1504 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL6N0pO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, `10 Days for Non -Payment of Premium. AUTHORIZED REPRESENTATIVE Susan J. Sampson ACORD 25 (2009101) CERT NO.: 6937251 Bsynda PeesnaLL 3/1/2010 2:16:19 PM Paye 1 of 3/1/2010 2:20:30 PM PST (GMT-8) FROM: insurancevisions.com-TO: 17607777155 Page: .3 or u 3/1/2010 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from US.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be =% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description WHERE YOU ARE REQUIRED BY WRITTEN CONTRACT TO OBTAIN THIS AGREEMENT FROM US, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATING AIRCRAFT FOR HIRE. *The premium charge for this endorsement shall be 2% of the premium developed in the State of California, but not less than $500 policy minimum premium. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. BB1101091 Endorsement No. 1/1/2010 Insured Sierra Pacific Electrical Contracting Policy Effective Dale Insurance Company SeaBright Insurance Company F 9 J� Countersigned By WC 04 03 06 (Ed.4-84) 01998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. lrBl d0.: 6931251 Brynda Presnall 3/1/2010 2:16:19 Pm Page 2 of I 3/1/2010 2:20:30 PM PST (GMT-8) FROM: insurancevisions.com-TO: 1760/IYY1t)b cage: g oL o 3/1/2010 ENDORSEMENT# This endorsement, effective 12:01 AM: Forms a part of policy no.: 023462493 Issued to: Sierra Pacific Electrical Contracting By: LEXINGTON INSURANCE COMPANY PRIMARY/NON-CONTRIBUTORY INSURANCE ENDORSEMENT This endorsement modifies insurance provided by the policy: Notwithstanding any other provision of the policy to the contrary, the insurance afforded by this policy for the benefit of the Additional Insured shall be primary insurance, but only with respect to any claim, loss or liability arising out of the Named Insured's operations; and any insurance maintained by the Additional Insured shall be non-contributing. All other terms and conditions of the policy remain the same. LX 9838 NK Authorized Representative OR Countersignature (In states where applicable) CERT NO.: 693725L Prynda Ores 11 3/1/2010 2:16:19 P. Page 3 0! l 3/1/2010 2:20:30 PM PST (CMT-3) FROM: insurancevisions.com-'1'V: ilouiii u03 raye: i Ui o 3/1/2010 This endorsement, effective 12-01 AM 6/30/2009 Forms a part of policy no.: 023462493 Issued to: By:LEXiNGTON INSURANCE COMPANY Sierra Pacific Electrical Contracting WAIVER OF SUBROGATION (BLANKET) It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization where the insured has waived liability of such person or organization as part of a written contractual agreement between the insured and such person or organization entered into prior to the "occurrence" or offense. All other terms and conditions remain unchanged. Authorized Representative OR Countersignature (In states where applicable) LEX�OppCgqC234 (11103) CEAS VA4@A1251 "�ynda P[esnaLL 3/L/2010 2:16:19 PM Page < Of INSURED'S COPY 3/1/2010 2:20:30 PM PST (GMT-8) FROM: insurancevisions.com-TO: 176077771SS Page: b or 3/1/2010 ENDORSEMENT This endorsement, effective 12:01 AM 6/30/2009 Forms a part of policy no.: 023462493 Issued to: Sierra Pacific Electrical Contracting By: Lexington Insurance Company AGGREGATE LIMITS OF INSURANCE - PER PROJECT AMENDMENT AND OVERALL GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the policy: Subject to the Overall General Aggregate Limit stated in Item 3 of the Declarations, the General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your "projects" away from premises owned by or rented to you. It is further understood and agreed that the following changes are made to the policy: (1) Item 3, Limits of Insurance in the Declarations is amended by the addition thereto of the following Limit: Overall General Aggregate Limit - $ 5,OOO,o00 (2) SECTION III- LIMITS OF INSURANCE is amended by the addition thereto of the following paragraph under paragraph 6. 7. The Overall General Aggregate Limit is the most we will pay under Coverages A and B for the sum of all Limits of Insurance as provided in this SECTION III regardless of the number of your "projects"; except for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard". For the purpose of this endorsement, "project" means the work for which the Named Insured is responsible according to a contract between the Named Insured as the contractor or sub -contractor, and an owner, developer or general or sub -contractor. All other terms and conditions remain unchanged. Authorized Representat ve OR Countersignature (In states where applicable) «RL"695EM2*4) eiy"aa exesnatt 3/1/2010 5:16:19 PM Page 5 of 7 3/1/2010 2:20:30 PM PST (GMT-S) FROM: insurancevisions.com-TO: 1I607YY715S Page: i or u ENDORSEMENT (' This endorsement, effective 12:01 AM 6/30/2009 Forms a part of policy no.: 023462493 Issued to: SIERRA PACIFIC ELECTRICAL CONTRACTING, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: BLANKET WHERE REQUIRED BY WRITTEN CONTRACT. WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. All other terms and conditions remain unchanged. uthorized Representative OR Count rsignature (In states where applicable) 11185 CERS NO.: 693/25L Bnynda Preanall 3/1/2DLQ 2:16:L9 en Page 6 of 7 3/1/2010 2:20:30 PM PST (GMT-8) FROM: insurancevisions.com-TO: 17607777155 Page: 8 of 8 Sierra Pacific Electrical Contracting BA8161433 COMMERCIAL AUTO GOLD ENDORSEMENT 3/1/2010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION 11— LIABILITY COVERAGE A. COVERAGE 1. WHO IS AN INSURED The following is added: d. Any organization, other than a partnership orjoint venture, over which you maintain ownership or a majority interest on the effective date of this Coverage Form, if there is no similar insurance available to that organization. e. Any organization you newly acquire or form otherthan a partnership orjoint venture, and over which you maintain ownership of a majority interest. However, coverage underthis provision does notapply: (1) If there is similar insurance or a self -insured retention plan available to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. f. Any volunteer or employee of yours while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. Insurance provided by this endorsement is excess over any other insurance available to any volunteer or employee. g. Any person, organization, trustee, estate or governmental entity with respect to the operation, maintenance or use of a covered "auto" by an insured, if: (1) You are obligated to add that person, organization, trustee, estate or governmental entity as an additional insured to this policy by: (a) an expressed provision of an "insured contract", or written agreement; or (b) an expressed condition of a written permit issued to you by a governmental or public authority. (2) The "bodily injury" or "property damage" is caused by an "accident" which takes place after: (a) You executed the "insured contract" or written agreement; or (b) the permit has been issued to you. 2. COVERAGE EXTENSIONS a. Supplementary Payments Subparagraphs (2) and (4) are amended as follows: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earning up to $500 a day because of time off from work. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 1 of 3 CERl d0.: 6931251 Peynda P[ n3Ll 3/1/2010 2:16:19 PM Page I Of I IN PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: VERONICA J. MONTECINO, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: Veronica J. Montecino P 0 Box 1504 La Quinta, CA 92247 DOC # 2010-0355719 07/29/2010 08:OOA Fee:NC Page I of 2 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder 1111111111111111111111111111111111111111111111111111111111 S R U PAGE I SIZE I DA MISC I LONG I RFD I COPY I a M A L 466 1 426 PCOR NCOR SMF CH EXAM �I NCJtt c T: CTY UNI SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION Highway 111 Traffic Signal Interconnect & Control Equipment Replacement, Project No. 2008-16 051 C Title of Document THIS AREA FOR RECORDERS USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: VERONICA J. MONTECINO, CMC, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Atm Veronica J. Montecino P. O. Box 1504 La Quinta, CA 92247-1504 NOTICE IS HEREBY GIVEN: SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION 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 20th day of July 2010, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: Highway 111 Traffic Signal Interconnect & Control Equipment Replacement, Project No. 2008-16. 6. The name of the contractor for said work of improvement was: Sierra Pacific Electrical Contracting. 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: Various signalized intersections on Highway 111 between Jefferson Street and Washington Street. DATED: July 21, 2010 CITY OF LA QUINTA, BY: TIT STATE OF CALIFORNIA I COUNTY OF RIVERSIDE I 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. City of La Qu UTECINO, City Clerk California PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: VERONICA J. MONTECINO, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: Veronica J. Montecino P 0 Box 1504 La Quinta, CA 92247 OOC N 2010-0355719 07/29/2010 Customer COPY Label The paper to which this label is affixed has not been compared with the recorded document Larry W Ward County of Riverside Assessor, County Clerk & Recorder SPACE ABOVE FOR RECORDER'S USE ONLY Highway 111 Traffic Signal Interconnect & Control Equipment Replacement, Project No. 2008-16 Title of Document THIS AREA FOR RECORDERS USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: VERONICA J. MONTECINO, CIVIC, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: Veronica J. Montecino P. 0. Box 1504 La Quinta, CA 92247-1504 NOTICE IS HEREBY GIVEN: SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION 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—a11`Notices— o -Comp e Ion. 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 20th day of July 2010, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: Highway 111 Traffic Signal Interconnect & Control Equipment Replacement, Project No. 2008-16. 6. The name of the contractor for said work of improvement was: Sierra Pacific Electrical Contracting. 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: Various signalized intersections on Highway 111 between Jefferson Street and Washington Street. DATED: July 21, 2010 CITY OF LA PUINTA, CALIFO BY: 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 same is true. I certify under penalty of perjury that the foregoing is true and correct. Executed at La Quinta, California. City of La