Loading...
Stapledon Enterprises/Col Paige Sports Lighting 10P.O. Box 1504 LA QIIIN -IA, GA1,1FOR NIA 92 24 7 -15 04 78-495 CAi.ut FAMPICO (760) 7 7 7 - 7 0 0 0 LA QUINIA, CALIFOR NI.A 92253 FAX (760) 777-7101 June 1, 2010 Mr. Mark Stapledon, President Stapledon Enterprises, Inc. 43543 Regata Court Indio, CA 92203 Re: Contract for Services Dear Mr. Stapledon: This letter will memorialize a Contract for Services between, Stapledon Enterprises, Inc. ("Consultant") and the City of La Quinta ("City") for inspection services relating to Colonel Paige Middle School Sports Field Lighting, Project No. 2008-06. The Consultant shall provide professional services as specified in the attached Scope of Work (Exhibit "A") at the rate set forth therein. Total project cost shall not exceed $4,500 and shall be paid in accordance with the attached Schedule of Compensation (Exhibit "B"). The Consultant is an independent contractor, not an employee, and the Consultant is not entitled to any benefits of employment. When the law establishes a professional standard of care for Consultant's Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Contract for Services. Consultant shall, at all times during the term of this Contract for Services, maintain and keep in full force and effect, the following policies of insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than Al: VI: 0 Mr. Mark Stapledon, President Stapledon Enterprises, Inc. Contract for Services June 1, 2010 Page 2 of 5 Commercial auto liability at least as broad as ISO CA 0001 (per accident) $1,000,000 Errors and omissions liability (per claim and aggregate) $1,000,000 All insurance required by this section shall apply on a primary basis. Consultant agrees that it will not cancel or reduce said insurance coverage. Consultant agrees that if it does not keep the aforesaid insurance in full force and effect City may either immediately terminate this Contract for Services or, if insurance is available at a reasonable cost, City may take out the necessary insurance and pay, at Consultant's expense, the premium thereon. Auto liability insurance shall cover owned, nonowned and hired autos. If Consultant owns no vehicles, auto liability coverage may be provided by means of a nonowned and hired auto endorsement to the general liability policy. At all times during the term of this Contract for Services, Consultant shall maintain on file with City a certificate of insurance, in a form acceptable to City, showing that the aforesaid policies are in effect in the required amounts. Consultant shall promptly file with City such certificates. No policy required by this section shall prohibit Consultant from waiving any right of recovery prior to loss. Consultant hereby waives such right with regard to the Indemnified Parties. All insurance coverage and limits provided by Consultant and available or applicable to this Contract for Services are intended to apply to the full extent of the policies. Nothing contained in this Contract for Services limits the application of such insurance coverage. The City may at any time, for any reason with or without cause suspend or terminate this Contract for Services upon the issuance of a ten (10) day notice by the City. Upon receipt of such notice, the Consultant shall cease all work under this Contract for Services. The City shall pay the Consultant for services performed up to the time of termination and all work products shall be provided to the City. Mr. Mark Stapledon, President Stapledon Enterprises, Inc. Contract for Services June 1, 2010 Page 3 of 5 This Contract for Services shall commence on June 4, 2010 and shall remain and continue in effect until tasks are completed or it is terminated, but no later than October 1, 2010, without written approval of the City Manager. Should you find this Contract for Services acceptable, please sign both original copies where indicated below and return to me. An original fully -executed copy of this Contract for Services will be forwarded to you. Sincerely, THOMAS P. GENOVESE, City Manager APPROVED A TO Nf KATHERINE JEI City Attorney AGREED AND ACCEPTED: Dated: Its: STAPLEDON EN SES, INC. Mr. Mark Stapledon, President Stapledon Enterprises, Inc. Contract for Services June 1, 2010 Page 4 of 5 Exhibit A Scope of Services Stapledon Enterprises, Inc. will provide all required DSA inspection as required by the State Architects office which will include but not limited to the inspection of all electrical trenching, conduit installation, and backfilling. Welding, compaction, and electrical testing (as required) will need to be provided by a DSA approved testing laboratory. We also include the inspection of all pole base installation and structural fill around same as well as the installation of light poles, towers etc. Mr. Mark Stapledon, President Stapledon Enterprises, Inc. Contract for Services June 1, 2010 Page 5 of 5 Exhibit B Schedule of Compensation Compensation for work under this Contract for Services shall not exceed Four Thousand Five Hundred Dollars ($4,500) unless otherwise approved by the City Manager. ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID CW DATEIMWODNM) STAPL-1 1 06 14 10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rock 10 Insurance Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 880887 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. San Diego CA 92168 1 Phone: 866-376-2510 Fax: 866-376-2511 ! INSURERS AFFORDING COVERAGE NAIC # INSURED IINSURER A: Lloyds Of London 10644 INSURER D. victoria Auto Insurance co. 85202 S tappledon Enterprises Inc. INSURER C: _ 435A3 Regata Court INSURERD. Indio CA 92203 ---- -- -- INSURER E: COVERAGES 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 MY PERTAIN. THE INSURANCE AFFORDED BY ME 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. LTR NSRD TYPE OF INSURANCE POLICY NUMBER DATE MMIODM' DATE IMMUDD)Yy'l LIMITS GENERAL LIABILITY I EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES (TIE Pcaxence)_ S CLAIMSMADE^'. OCCUR MED EXP(Any one Person) $ _-- —_--� `GEN'L PERSONAL BADV INJURY $ --� GENERAL AGGREGATE S AGGREGATE LIMIT APPLIES PER:! PRODUCTS - COMP/OP AGG s _ POLICY I JECT LOC ij _ AUTOMOBILE LIABILITY COMBINED SINGLE LIMB S 1UVV000 acoc l �', A ', I ANY AUTO 9093312 06/08/10 06/08/11 1(Ee ALL OWNED AUTOS,. .BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS lii BODILY INJURY S X NON -OWNED AUTOS (Per dern) PROPERTY DAMAGE s IPer accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S --- ANY AUTO OTHER THAN EAACC I $ --- AUTO ONLY'. AGG j s EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S OCCUR j CLAIMS MADE AGGREGATE 1 $ I $ DEDUCTIBLE _ $ RETENTION $ t s WORKERS COMPENSATION AND Jul"-, ITORY LIMITS ER EMPLOYERS' LIABILITY _ :. E.L. EACH ACCIDENT S ANY PROPRIETORIPARTNER/EXECUTIVE , _ OFFICER/MEMBER EXCLUDED? '�, I E.L. DISEASE -EA EMPLOYEE! $ If yes, deson!De under SPECIAL PROVISIONS Delaw I— i EL DISEASE -POLICY LIMIT $ OTHER B ;Professional Liab 'ME10290 06/08/10. 06/08/111 EachClaim 1000000 re ate 1000000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS This document is for proof of insurance / bidding purposes. CPls ICATF Mini nFR CANCFI 1 ATION PROOFOF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WALL ENDEAVOR TO MAIL 30• DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Proof of Insurance IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORQ DRE NTATNE- ACORD 26 (2001108) �4 l AL,vRU vvnrumm. lvrY loon L� 3 _ s 4 e(Pau&rw �FCFM OF PROJECT NO. 2008-06 PROFESSIONAL SERVICES AGREEMENT: Colonel Paige Middle School Sports Field Lighting CONSULTANT: Stapledon Enterprises, Inc. Attention: Mark Stapledon, President 43543 Regata Court Indio, CA 92203 CONTRACT AMENDMENT NO. 1 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx*xxxxxxxx*xxx**x*xxx 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 Contract. ****************************************************************************** DESCRIPTION OF CHANGE This contract amendment authorizes the consultant to provide DSA certified inspection services to the City of La Quinta for the Colonel Paige Middle School Restroom, City Project No. 2010-05. All work authorized by this contract amendment will be performed in accordance with the scope of work outlined within Stapledon Enterprises, Inc.'s additional work request and fee, dated November 15, 2010, attached and made part of this contract amendment. xxxxxxxxxxx*x*xxxx*xxxxxx*xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Previous Contract Amount Through Contract Amendment No. -0- $4,500.00 Add this Amendment $3.900.00 Revised Contract Total $8,400.00 The contract completion date is not affected by this contract amendment. ***xx*xx*xx**xxx*xxxxx*xx**xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx*xxxxxx Submitted n Date: By: -- U— e�t�—rl�- I1 I3,0 10 Approved Date: By: 1 4 4IT"/ 316 1,7 ****************xxxxxxxxxxxxx****xxx*xxxxx************************x****xxxxxxx We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and h eby accept as fill payment the amount shown above. Accepted By: / Title: 111"r. Consultant: -S% tl /0 LAr70N Date: Il Ar li o S.I. . s.i.s. STAPLEDON INSPECTION SERVICES M.P. STAPLEDON CONSTRUCTION AND SERVICES STAPLEDON ENTERPRISES, INC. November 15, 2010 PROPOSAL Stapledon Enterprises, Inc. proposes to provide DSA inspection Services to the city of La Quinta for the installation of of a restroom building including plumbing and electrical at Col. Mitchell Paige Middle School for the amount of $ 3900.00. 43543 Regata Court Indio, CA 92203 (760) 342-0324 Phone / Fax