Loading...
Lee & Stires/Wash St. Improve @ 48 - 12SECTION 1300 THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Lee & Stires, Inc., herein referred to as, "Contractor." WITNESS ETH: 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 Washington n Street Impr_ovements_at Avenue- 48,__City_ProjecLNo._2010-06, in the City of La Quinta, California pursuant to the Invitation to Bid, dated February, 2012, the project Specifications, and Contractor's Bid, dated March 8, 2012, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractors 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 60 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 Four Hundred and Twenty -Nine Thousand, Five Hundred and Fifty -Nine Dollars and Thirty -Six Cents ($429,559.36). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly. pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by any subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. Contract 1300.1 8. Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), 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 legal costs and attorneys' fees), judgments, civil fines and penalties, liability 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 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 toi 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 contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this contract. In the event Contract 1300.2 6 � Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain orapplyany monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification of the Specifications. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 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, Section 1340-2.0, Insurance Reauirements. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without written notice to the City and shall name the City as an additional insured. 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 Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $1,607.00 liquidated damages for each such breach committed under this contract. Contract 1300.3 ^o�) 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 property 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. Contract - 13004 IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. CITY OF LA QUINTA a California municipal Dated- ankh Sp Ay cek, City Manager ATTEST: 5 Dated: 4F Zg 26 L, Susan Maysels, Interim Vty Clerk APPROVED AS TO FORM: 810M IN COUNTEF PAW Dated: City Attorney "CONTRACTOR" ' (If corporation, affix seal Dated:AtV\e a0, abla By: Name: U ayk Sb,ux) s'ignature I Title: Vlie �(Q51�i'{i�T print name Address: street address Dated: h Name: NIVqvfS int name S. street state QQQQ,,��,,sign,� t''''rr�������,,,,,,'��'ue Title: � YQ ul'r,Pf state zip code Contract 1300-5 �E� IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. Dated: ATTEST: ISM 00 NNTIMAW Susan Maysels, Interim City Clerk "CITY" CITY OF LA QUINTA a California municipal corporation SIGNED IN COUNTERPART By: Frank J. Spevacek, City Manager Dated: APPROVED AVTO O / ` Dated: T01 e- Cjty Attorne" "CONTRACTOR" (If corporation, affix seal Dated:�e 10 i ablil By: t sfignature�/ , I - Name. bXY65 S. bwTitle: V ICPi 7Y�$I (�T� IT print name Address:. n _ Dated-�Sw 0- z a signMure o Name: v iV S Title: SPA ..iUbf �YPli�U►'l.1� 'nt name coaaact 130" 'PREMIUM IS FOR CONTRACT TERM AND Is SUBJEOT TO ADJUSTMENT BASE) ON FINAL CONTRACT PRICE This bond was executed in two(2) Bond No. CAC 95603 identical counterparts. SECTION 1310 Premium: $3,651.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quints, a municipal corporation, hereinafter designated the City, has, on April 3, 2012, awarded to Lee & Stires, Inc., hereinafter designated as the Principal, a Contract for Washington Street Improvements at Avenue 48, City Project No. 2010-06 and: WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: Merchants Bonding NOW, THEREFORE, we, the Principal, and company (Mutual) as Surety, are held and firmly bound unto the City in the just and full amount of Four Hundred and Twenty -Nine Thousand, Five Hundred and Fifty -Nine Dollars and Thirty -Six Cents ($429,669.36) 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. FarlhAd Performance Boni 1910.1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their Corporate seals this 19th day of June 2012, 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. Lee & Stires, Inc. Principal !. (Seal) Signature for Principal Title of Signatory Merchants Bonding Company (Mutual) Surety (Seal) Signature for Surety Dwight Reilly Attorney -In -Fact Title of Signatory 2100 Fleur Drive Des Moines, IA 50321 Address of Surety (800) 678-8171 Phone # of Surety Nicole Grimm Contact Person for Surety F&fVWW P@n m mee Bond 1310-2 ACKNOWLEDGMENT State of California County of o On June 19, 2012 before me, Susan Pugh, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/= subscribed to the within instrument and acknowledged to me that he/stay executed the same in his/fYwlift6ir authorized capacity(M), and that by his/haifteir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. suSAN PUGH WITNESS my hand and official seal. QMYC0nM Commi. #1934229 Nctory oubiic-CaliforriaOF7ANGE COUNTY CzpIrC5A(r 29,2015 Signatu(seal) Susan Pugh I/' MERCHANTS Bond No. CAC 95603 BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwight Reilly of Orange and State of CA their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23. 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fad, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, reoognizances, contracts of indemnify and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27thday of February . 2012. -o- 2003 STATE OF IOWA COUNTY OF POLK as. "y.0• MERCHANTS BONDING COMPANY (MUTUAL) �pPOgq�9y`� MERCHANTS NATIONAL BONDING, INC. . 3• /,.07 1933 : c. 7, . C VN ....... President On this 27th day of February 2012, before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Offidal Seal at the City of Des Moines, Iowa, the day and year first above written. ��2Mj�y MARANDA GREENWALT +Y�i Commission Nambep77a312 aM My fission Nu Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK as. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a We and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19th day of June 2012 di M4 6+ �. `_ ' z ' a•'• - Secretary yi S v., 2003 lP1: - 1933 ay.• �S6'1��� ;•C; ti POA 0014 (11/11) i, 4.. ....0 "\1a�'• CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1189 State of California fo County of kll`l � t l� p ��p, I ,� '/� (� ( I n Ong d� � 0 before me, f 1 1 tro [�� 1 1 ' Vd 4xi r l� �f lKA Tt l ( V Date I VrH�e,. IInsnrt Name and T le of Me Officer personally appeared l VIl���� J I/ f I ------------------- KATRINA RICHARDSON Commission # 1976021 a v Notary Public - California i San Bernardino County > My Comm. Expires May 20, 2016 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(2) whose name(s) is/m subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hlsAWLI1>!MI¢ authorized capacity(Wr), and that by his/baOtlis* signature(s) on . the instrument the person(g), or the entity upon behalf of which the person(s) 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 m and nd o ' i se Signature: Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documents _ I _ r 1 7-,_ /1 I Title or Type of Document: / I LAl t p11w1 -TT I'IPJYYICS(jLj1 7MCA Document Date: 1�un� (",I Qb(A Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited []General Top o1 thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Individual ❑ Partner — ❑ Limited ❑ General TOP of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 2010 National Notary Association - NationalNotaryorg • 1-800-US NOTARY (1-800-876-6827) u Item #591n M�n AND iS SUgJEECCT OADJWTMENT BASED ON FINAL CONTRACT PRICE This bond was executed in two(2) Bond No. CAC 95603 identical counterparts. SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the CRY, has on April 3, 2012, awarded to Lee & Stires, Inc., hereinafter designated as the Principal, a Contract for Washington Street Improvements at Avenue 48, City Project No. 2010-06. 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: Merchants Bonding NOW, THEREFORE, we, the Principal, and company (mutual) as Surety, are held and firmly bound unto the City in the just and full amount of Four Hundred and Twenty -Nine Thousand, Five Hundred and Flfty-Nine Dollars and Thirty -Six Cents ($429,669.36) 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 fired by the court. This bond shall insure to the benefd 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 terns 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 terns 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 corporate sealsthis 19th day of June , 2012, 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. Lee & Stires, Inc. Principal (Seal) Si nature for Prin i a k"l Ct / /qc-:s rvo - Title of Signatory Merchants Bonding Com any (Mutual) Surety (Seal) Signature for Surety Dwight"Reilly = _Attorney -In -Fact Tdle of Signatory 2100 Fleur Drive Des Moines. IA 50321 Address of Surety (800) 678-8171 Phone # of Surety Nicole Grimm Contact Person for Surety Paymonreona 1320-2 ACKNOWLEDGMENT State of California County of Orange ) On June 19, 2012 before me, Susan Pugh, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/w subscribed to the within instrument and acknowledged to me that he/slYrsy executed the same in hisihal teir authorized capacily(DR), and that by his/haafteir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. Signature Susan Pugh 0���� SUSAN PUGH COMM#1- 34229Notary Public Cclifornia013A NG E CC J NTY(Seal) y Comm. E ON MERCHANTS Bond No. CAC 95603 BONDING COMPANY-. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Andrew Waterbury; Arturo Ayala; Daniel HUCkabay; Dwight Reilly of Orange and State of CA their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Altomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed" In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27thday of February . 2012. -0- 2003 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By /� /-,C7 President On this27thday of February 2012, before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. ,I� MARANDA GREENWALT > Commission Ex 770312My / t October 23, Commission0E1 Aires fV1 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK as. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 191h day of June 2012 0 O 0v; D�arvq ' y s _ - 1933 Secretary POA 0014 (11/11) s-%r.........•:,fir { ...... Nnx,,..sNa CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Sari 1�emoydly)0 i On_Uy) e ab ci OI a before me, Date �r .._._..._ personally appeared Vl�s J' bow U Name(s) of Signer(s) KATRINA RICKARDSON commission * 1976021 a -d Notary Public • California Z San Bernardino County my, comm. Expires May 20, 2016 Place Notary Seal Above CML CODE 6 1188 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/me subscribed to the within instrument and acknowledged to me that he/altioglasy executed the same in hisA;e Almir authorized capacityW, and that by histbuMheir signature(8) on the instrument the person(&), or the entity upon behalf of which the person(s) 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 mMdd ffi I sI.Signature: LOB. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Number of Pages: A Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb hero ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: © 2010 National Notary Association • NationalNotary.org - 1-800-US NOIAHV (t-8u11-8rb-eb2q 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 erformance of the work of this contract." Signature v;ce, �(ndeo+- Title 1e� Date Workers Compensation Insurance Certificate 1330-1 1.0 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 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 Contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by Contract between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where Liability and Insurance Requirements 1340-1 City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this Contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 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 Contract and which is applicable to a given loss, will be available to City. Contractor shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained Liability and Insurance Requirements 1340.2 2.2 2.3 2.4 2.5 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: Commercial General Uability Policy Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the equivalent. Defense costs must be paid in addition to limits. 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: Explosion, Collapse or Underground Hazard(X CU). b. Products and Completed Operations. C. Pollution liability. d. Contractual liability. Coverage shall be applicable to Cit subcontractors or others involved in the separate limit applicable to this project. Workers' Compensation Insurance y for injury to employees of: contractors, project. Policy shall be endorsed to provide a 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. Business Auto Policy Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92 including symbol 1 (Any Auto) or the 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. Excess or Umbrella Liability Insurance Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage for liability not covered by primary but covered by the umbrella. Self -insured retentions are not permitted. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy Liability and Insurance Requirements 1340.3 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. Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the state of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Contractor and City agree as follows: Contractor agrees to endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, and County, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition date of 1985 or equivalent. Contractor also agrees to require all contractors, subcontractors, and anyone else involved in any way with the project contemplated by this agreement to do likewise. 2. Any waiver of subrogation express or implied on the part of City to any party involved in this Contract or related documents applies only to the extent of insurance proceeds actually paid. City, having required that it be named as an additional insured to all insurance coverage required herein, expressly retains the right to subrogate against any party for sums not paid by insurance. For its part, Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors, subcontractors or others involved in any way with the project(s) contemplated by this Contract, to do likewise. 3. All insurance coverage maintained or procured by Contractor or required of others by Contractor pursuant to this Contract shall be endorsed to delete the subrogation condition as to City, or to specifically allow Contractors or others providing insurance herein to waive subrogation prior to a loss. This endorsement shall be obtained regardless of existing policy wording that may appear to allow such waivers. 4. It is agreed by Contractor and City that insurance provided pursuant to these requirements is not intended by any party to be limited to providing coverage for the vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage provided pursuant to this or any other Contract (express or implied) in any way relating to City is intended to apply to the full extent of the policies involved. Nothing referred to here or contained in any Contract involving City in relation to the project(s) contemplated by this Contract is intended to be construed to limit the application of insurance coverage in any way. 5. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of binders of Liability and Insurance Requirements 1340-4 coverage, or endorsements, or certificates of insurance, at the option of City, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Contractor agrees to endorse, and to require others to endorse, the insurance provided pursuant to these requirements, to require written notice to City and the appropriate tender prior to cancellation of such liability coverage and notice of any material alteration of non -renewal of any such coverage, and to require contractors, subcontractors, and any other party in any way involved with the project contemplated by this Contract to do likewise. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self-insurance available to the City. 10. r Contractor agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self - insure its obligations to City. If contractor's existing coverage includes a deductible or self -insured retention, the deductible or self -insured retention must be declared to the City. At that time the City shall review options with the contractor, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. Liability and Insurance Requirements 1340-5 13. For purposes of applying insurance coverage only, all contracts pertaining to the project will be deemed to be executed when finalized and any activity commences in furtherance of performance under this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies .whether or not the Contract is canceled or terminated for any reason. The insurance shall include but not be limited to products and completed operations and discontinued operations, where applicable. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor agrees to waive its statutory immunity under any workers' compensation statute or similar statute, in relation to the city, and to require all subcontractors and any other person or entity involved in the project contemplated by this Contract to do likewise. 17. Requirementsof specific coverage features are not intended as limitations on other requirements or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be all-inclusive. 18. Any provision in any of the construction documents dealing with the insurance coverage provided pursuant to these requirements is subordinate to and superseded by the requirements contained herein. These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 19. All liability coverage provided according to these requirements must be endorsed to provide a separate aggregate limit for the project that is the subject of this Contract and evidencing products and completed operations coverage for not less than two years after issuance of a final certificate of occupancy by all appropriate government agencies or acceptance of the completed work by City. 20. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers, if any are working on this project through Contractor. City shall determine the liability limit. Liability and Insurance Requirements 1340.6 2.7 Chancre 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: Frank J. Spevacek, City Manager City of La Quinta P.O, Box 1504 La Quinta, CA 92247 Liability and Insurance Requirements 1340-7 CERTIFICATE OF LIABILITY INSURANCE Crosby Insurance, Inc 8181 E. Raiser Blvd Anaheim Hills CA 92808 Phone:714-221-5200 Fax:714-221-5210 Lee & Stires, Inc Lee 6 8tire24Equipment Rental P.O ox 21 MOnio air CA 91763 INSURERS AFFORDING COVERAGE NAIC # 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. LTR INSRI TYPE OF INSURANCE POLICY NUMBER p M 1E MTW YT LIMITS GENERAL LIABILITY EACH OCCURRENCE 11,000,000 A X COMMEROIALGONERALUASUrY CWMS MADE ®OCCUR AGS0024700 05/01/12 05/01/23 Cr— PREMISES Eedcwmm ) $ 50 000 MED EXP(AAY we psITan) fb 000 X XCD Included PERSONAL S AIN INJURY S1 000 000 GENERAL AGGREGATE f2,000 000 GENL AGGTTEOAIE LNR APPLIES PER: POLIGV JPE4�'T LOD PRODUCTS -COMPNP AGO f2 00O 000 Emp Ben. 1,000,000 8 AUTOMOBILE X LUUMUTY ANYAUrO - 02CE20806530 05/01/12 05/Ol/13 COMBINED SINGLE LIMIT �" dO o $1, 000, 000 ALL OWNED AUTOS SCHEDUL®AUTOS [lOOLV INJUM (RN",w) S . HIRED AUTOS NONIDWNEO AUTOS BODILY INJURY �Sreaitler0 f X Coup/Coll PROPERrYDAMAGE Pw*WderC S X Dad. $500 GARAOE LIABILITY AUTO ONLY. EAACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGO 5 ANYAUTO S C EXCESS I UMBRELLA LIABILITY X-1 OCCUR I I CWMS MADE SE22EXC751764IV 05/01/12 05/01/13 EACH OCCURRENCE 55,00D 000 AGGREGATE f5 000 000 S .. .. f DEDUCTIBLE X RETENTION $10, 000 S D WOREERSCONPENSATIO MUrY AND ELIPLOETO W WER ANY IMOPRIETDR/PMTNERIEXECVTIv YIN ....RII/EMBER IXCLUDEO7 �N DAAIIEAiery InNM x yypp.. dnPR undo, SRK I PROVISIONS fgbw 7600008346121 01/01/12 03/01/13 X TORY UMff3 ER E.L. EACH ACCIDENT $1000000 EL. DISEASE -EA EMPLOYEE $lOOOOOO EL DISEASE -POLICY llA1TT f SOOOOOO OTHER E Inland Marine QT6605052C402TIL12 05/01/12 05/01/13 Lad/Rntd $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS *Ten days notice of cancellation will be given for non-payment of premium. Re: Washington Street Improvements at Avenue 48 / Project #2010-06 City Of La Quinta, its officials, employees and agents, and County, its officials, employees and agents are named as additional insured per the attached endorsement, (AutcAl)-(GL,Auto,WC�Waiver)(X)(Primary) City of Is Quinta P.O. Box1504 78-495 Calle Tampico La Quinta CA 92247-1504 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATR CTYLA42U GATE THEREOF, THE LSSLING INSURER WILLANNO 040SOMAIL *30 DAYBWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LfiT.OKRYYIIRYMSOo�weYMM. R The ACORD name and logo are registered marks of ACORD ME �Ro CERTIFICATE OF LIABILITY INSURANCE OP ID RR DATE(MMIDDIYYYY) LEES--D 06 2 04 12 PRODUCER THIS CERTIFICATES. A MATTER OF INFORMATIOP Crosby Insurance, Inc 8181 E. Kaiser Blvd ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Anaheim Hills CA 92808 Phone: 714-221-5200 Sax: 714-221-5210 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. Ironeiwre specialty Insurance 25445 msuHER B: Amerc.Economm Ins. Company Lee 6 Stires, Inc Lee 6 Stirea Equipment Rental P.O. BOX 2124 Montclair CA 91763 I INSURER c. NAVIGATORS INS. CO. _19690 423D7 INSURERD: Suerest IM Jty Imuravwe Co � INSURER E'. Travelaxa Inavranrw 9S6R0 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. LT R NSR TYPE OF INSURANCE POLICY NUMBER (DATE MMID Y YJ TE MMIOD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,ODO,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR AGS0024700 05/01/12 05/01/13 PREMISES(Eacecurence) $50,000 MED EXP(Any one peraar) s5,000 X XCO Included PERSONAL S ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO s2,000,000 PRO- LOG POLICY X JECT Ban, 1 ODO,DDO B AUTOMOBILE X LIABILRY ANY AUTO 02CE20806530 05/01/12 05/01/13 COMBINED SINGLE LIMIT (Ea accidenq $ 1 DDD , ,DDD ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Pef Pe.n) $ BODILY INJURY (Per accidenQ $ HIRED AUTOS NON -OWNED AUTOS X X Comp/Coll PROPERTY DAMAGE (Per accidend $ Ded. $500 GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY'. AGO $ ANY AUTO S EXCESS I UMBRELLA LIABILITY EACHOCCURRENCE 85,000,000 C X OCCUR uCLAIMS MADE SE12EXC751764IV 05/01/12 05/01/13 AGGREGATE &5,000,000 S $ DEDUCTIBLE X I RETENTION $ 10 , 000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIV YIN OFFICERIMEMBER EXCLUOEO? IN] (Mandelidry In NM) tl yes dewnb under SPECIAL PROVISIONS I,eb 7600008346121 01/01/12 01/01/13 X TO LIMITS ER E.L. EACH ACCIDENT S1000000 E. L. DISEASE - EA EMPLOYE $ 10000 00 E.L. DISEASE-POUCYLIMIT $1000000 OTHER E Inland Marine QT6605052C402TIL12 05/01/12 05/01/13 Lad/Rntd $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *Ten days notice of cancellation will be given for non-payment of premium. Re: Washington Street Improvements at Avenue 48 / Project #2010-06 City of La Quinta, its officials, employees and agents, and County, its officials, employees and agents are named as additional insured per the attached endorsement.(AutoAi)(GL,Auto,WC-Waiver)(X)(Primary) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO CTYlAQD DATE THEREOF, THE ISSUING INSURER WILL.iMaaAMaaiO1,1AIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,eMl�IM�1. City of La Quints I R P.O. Box 1504 78-495 Calle Tampico RTHORUE RE? La Quinta CA 92247-1504 AUTHOR}�REp�C!`'N�TATIVE The ACORD name and logo are registered marks of ACORD 0 POLICY NUMBER: AGS0004800 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) As required by written contract. If required by your agreement with such Additional Insured, this insurance shall be primary insurance and non-contributory for that Additional Insured. If anyone, other than the Additional Insured, provides similar insurance for the Additional Insured, ILIABILITY,�rC%TDITIONSI, paragraph 4, Other Insurance, subparagraph c., Method of Sharing. The inclusion of one or more Insured(s) under the terms of this endorsement does not increase our limits of liability. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. CG 20 10 07 04 Declarations. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 0 ISO Properties, Inc., 20134 Page 1 of 1 11 POLICY NUMBER: AGS0004800 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Operations Blanket as required by written contract and Blanket as required by contract. effective during the policy period as stated on the Primary Insurance: It is agreed that such insurance policy declarations. as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non contributory as respects any claim, loss or liability allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim, loss or liability determined to arise or result from the additional insured's sole negligence or willful misconduct. The insurance afforded by this policy for the benefit of the additional insured does not apply to 'property damage'to any building, structure or appurtenant structure intended to be occupied as a'private residence'. The term "private residence" includes single family homes or residences, multi -family homes or residences, condominiums, townhomes and apartments. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page f of 1 0 POLICY NUMBER: AGS0004800 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 0 NOW NAMED INSURED Lee & Stires, Inc. 102CE20806530 Insurance COMMERCIAL AUTO e CA 7110 03 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph 2.b. of the CANCELLATION Common SECTION II — LIABILITY COVERAGE — A.I. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition of the following: b. 80 days before the effective date of cancellation If we cancel for any other reason. e. Any person or organization for whom you are re- quired by an 'insured contract" to provide insur- TEMPORARY SUBSTITUTE AUTO — PHYSICAL once is an 'insured", subject to the following DAMAGE COVERAGE additional provisions: Under paragraph C —CERTAIN TRAILERS, MO (1) The 'insured contract" must be in effect during the policy period shown in the Deria- BILE EOUIPMENT AND TEMPORARY SUBSTITUTE must have been executed prior AUTOS of SECTION 1 — COVERED AUTOS, the 'and to dad to the 'toddy injury' or "properly damage'. following is added: (2) This person or organization is an 'insured" I Physical Damage coverage is provided by this Cov- only to the extort you are liable due to your erage Form, then you have coverage for. ongoing operations for that insured, whether the work is performed by you or for you, and Any moulo" you do not own while used with the per- only to the extent you are held gable for an mission of its owner as a temporary substitute for a 'accident" occurring while a covered "auto" covered 'auto" you own that Is out of service be- is being driven by you or one of your em- cause of its breakdown, repair, servicing, oloss" or ployees. destruction. (3) There is no coverage provided to this person or organization for "bodily injury" to its em- BROAD FORM NAMED INSURED ployees, nor for "property damage" to Is property. SECTION 11 — LIABILITY COVERAGE — A.1. WHO IS AN INSURED provision is amended by the addition (4) Coverage for this person or organization of the following: shall be limited to the extort of your negli- gence or fault according to the applicable d. Any business entity newly acquired or formed by principles of comparative negligence or fault. you during the policy period provided you own (6) The defense of any claim or °suit' must be 60% or more of the business entity and the tendered by this person or organization as business entity Is not separately insured for Business Auto Coverage. Coverage is extended soon as practicable to all other insurers up to a maximum of 180 days following acquisi- which potentially provide insurance for such claim or "suit". tion or formation of the business entity. Coverage under this provision Is afforded only until the and of the policy period. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1997 6alaooand am Bob= logoom 1000cood troEomorb 01 of 1'.cmpmotim CA 7110 03 07 Pap I an a EP C4W5- M=41I4NM o Q�i (6) The coverage provided will not exceed the PERSONAL EFFECTS COVERAGE lesser of: A. SECTION III — PHYSICAL DAMAGE COVER - (a) The coverage andlor limits of this policy; AGE, A.4. COVERAGE EXTENSIONS, is or amended by adding the following: (b) The coverage and/or limits required by the "insured contract". M A person's or organization's status as an insured" under this subparagraph d ends when your operations for that insured" are completed. EMPLOYEE AS INSURED Under Paragraph A. of Section II — LIABILITY COW ERAGE item I. is added as follows: Your "employee" while using his owned "auto", or an "auto" owned by a member of his or her household, in your business or your personal affairs, provided you do not own, hire or borrow that "auto". This coverage is excess to any other collectible insurance coverage. FELLOW EMPLOYEE COVERAGE Exclusion S. FELLOW EMPLOYEE of SECTION 11 — LIABILITY COVERAGE — B. EXCLUSIONS is amended by the addition of the following: However, this exclusion does not apply 'd the "bodily injury" results from the use of a covered "auto^ you own or hire, and provided that any coverage under this provision only applies in excess over any other collectible Insurance. C. Personal Effects Coverage For any Owned "auto" that is involved in a covered loss", we will pay up to $500 for 'personal effects" that are lost or damaged as a result of the covered loss", without applying a deductible. EXTRA EXPENSE — BROADENED COVERAGE Paragraph A. — COVERAGE of SECTION ill — PHYSICAL DAMAGE COVERAGE is amended to add: G We will pay for the expense of returning a stolen covered "auto" to you. AIRBAG COVERAGE Under paragraph B. — EXCLUSIONS of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is added: The exclusion relating to mechanical breakdown does riot apply to the accidental discharge of an airbag. NEW VEHICLE REPLACEMENT COST Under Paragraph C — LIMIT OF INSURANCE of Section 01 — PHYSICAL DAMAGE COVERAGE sec- tion 2 is amended as follows: BLANKET WAIVER OF SUBROGATION 2. An adjustment for depredation and physical con - We waive the right of recovery we may have for pay- dtion will be made in determining actual cash ments made for "bodily injury" or "property, damage" value In the event of a total loss. However, in the $ on behalf of the persons or organizations added as event of a total loss to your 'new vehicle" to 'insureds' under Section II — LIABILITY COVERAGE which this coverage applies, as shown in the — A.I.D. BROAD FORM NAMED INSURED and declarations, we will pay at your option: A.1.e. BLANKET ADDITIONAL INSURED. a. The verifiable "new vehicle" purchase price you paid for your damaged vehicle, not in - PHYSICAL DAMAGE —ADDITIONAL TRANS ducting any insurance or warranties pur- PORTATION EXPENSE COVERAGE chased; 0010 — The first sentence of paragraph A.4. of SECTION III b. The purchase price, as negotiated by us, of — PHYSICAL DAMAGE COVERAGE is amended as a now vehide of the same make, model and ZEE follows: equipment, rot including any furnishings, ®_ pans or equipment not installed by the e We will pay up to $60 per day to a maximum of or manufacturer's dealership. $1,500 for temporary transportation expense incurred If the same model is not available pay the by you bemuse of the total theft of a covered "auto' purchase price of the most similar model of the private passenger type. available; 0 PaP201a G0.WIUN -W4500iI-0 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 2% of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION FOR WHOM THE BLANKET WAIVER OF SUBROGATION NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER 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: 01/01/2012 Policy No. 7600008346121 Endorsement No. 001 Insured: Lee & Stires Inc Insurance Company: Everest National Insurance Company Countersigned By: - 1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers' Compensation Insurance Forms Manual - 1999. Premium $ INCL. 400 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CONTRACT: PROJECT NO. CONTRACTOR: Washington Street Improvements at Avenue 48 2010-06 Lee & Stires, Inc. 634 S. Palmetto Ave. Ontario, Ca. 91762 Sheet 1 of 2 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 "T & M" potholing and relocation of On -site Lighting Conductors Total $ 2,565.42 Original Contract Amount $ 429,559.36 Add This Change Order $ 2,565.42 Revised Contract Total $ 432,124.78 By reason of this contract change order the time of completion is adjusted as follows: -1- day added to contract time. The revised contract completion date shall be: 10/31/12 Submitted Approved We, the undersigned Contractor, havegiven careful consideration to the changeproposed and hereby agree, if this proposal is approved, thatwe will provide all equipment, furnish all materials, perform all labor, except as may be noted above, andperform all services necessary to complete the above specified work and hereby accept / ment the nount s/ above, which includes all direct and indirect overhead expenses for any delays. Accepted By:y� Title I A L� Contractor: 4F 1 ��1 E.S �iJC Date: / -4 - 12- C \DOCUMENTS AND SETTINGSV YA TOCAL SETTINGS\TEMPORARY [NTERNET FILES\OLK3\CCO#1DOC LEE Sk S►TIRES INC. "r4 FIC.`F: (909) 983-9557 ♦ FAX: (909) 983-1.351 L-MAIL: IntrogrPl ee-str res."M SITE IMPROVEMENTS 4Y EARTHWORK 0 CONCRETE '*ASPHALT PAVING MAIL, N4G ADDP-ESS: P.CT. IIC)X 2124 • MONTCLAII2. CALIFY)RNIA 91763 S)fTICF: �YAF2D: tS.i934YLT%"It Yix.},.pKE'1'T(Y.nYF.. ONT'ak12t[), C'A L.Yb'OL2NIri. yr asz To: City Of La Quinta Contact: Leonard St Sauver Address: 78495 Calle Tampico Phone: (760) 777-7075 La Quinta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48 - Bid Number: 12052-A5 Project location: Washington Street @ Ave 48, La QUinta, CA Bid Date: 8/29/2012 Request for change order for T & M work to Install 2" PVC conduit and pull wire for street light and tree lights as directed by Tne City of La Quints. Item # Item Description Estimated Quantity Unit Unit Price Total Price 1. Sierra Pacific Electric: 8.00 HR $67.22 $537.76 1.01 Sierra Pacific Electric - Labor 1.02 Sierra Pacific Electric - Labor 8.00 HR $51.90 $415.20 1.03 Siena Pacific Electric - Labor 4.00 HR $68.34 $273.36 1.04 Ford F 550 Crew Truck With Tools. 8.00 HR $30.70 $245.60 1.05 #B THW Wire 1,000.00 LF $0.38 $380.00. 1.06 Siena Pacific Electric - 15% ProflVOverhead 1.00 LS $277.79 $277.79 1.07 Lee & Stires Inc. - 5% Mark-up 1.00 LS $106.49 $106.49 2. Lee & Stires, Inc: 2.01 Lee & Stires, Inc. - Foreman 2.02 Lee & Stires, Inc. - Labor 2.03 15% Profit/Overhead 3. Bond & Insurance: 3.01 2% Bond/Insurance Notes: . Terms and conditions per orignal contract. Payment Terms: .Payment due within 30 days of date of invoice. Total Price for above 1. Sierra Pacific Electric: Items: $2,236.20 1.00 HR $78.44 $78.44 3.00 HR $54.70 $164.10 1.00 LS $36.38 $36.38 Total Price for above 2. Lee & Stires, Inc: Items: $278.92 1.00 LS $50.30 $50.30 Total Price for above 3. Bond & Insurance: Items: $50.30 ACCEPTED: I CONFIRMED: The above prices, specifications and conditions are satisfactory and Lee & StireS, Inc. are hereby accepted. Buyer: Signature: Date of Acceptance: Authorized Signature: Estimator: Total Bid Price: $2,565.42 ceitf ot 4 a" Sheet 1 of 2 CONTRACT: Washington Street Improvements at Avenue 48 PROJECT NO. 2010-06 CONTRACTOR: Lee & Stires, Inc. 634 S. Palmetto Ave. Ontario, Ca. 91762 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 delivery and installation of a New Electrical Meter Cabinet in lieu of relocating the existing cabinet that turned out to be damaged and unable to be relocated. Total $ 3,933.00 Previous Amount Through CCO #1 1 $ 432,124.78 Add This Change Order No. 2 1 1-3 933-00 Revised Contract Total 1 $ 436,057.78 By reason of this contract change order the time of completion is adjusted as follows:. -0- days added to contract time. The revised contract completion date shall be: 10/31/12 Submitted Approved. We, the undersigned Contractor, havegiven careful consideration to the changeproposed 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 p ent theAmount above, which includes all direct and indirect overhead expenses for any delays. Accepted . e— Date: q, k-( A-- C''DOCUMENTS AND SETTP4GSVtYAN OCAL SETTINGS\TEMPORARY INTERNET FILES\OLK3\CCO92-NEW ELEC METER CAEINET.DOC LEE Sk STIRES INC. OFFI+CM: (909) 983-9557 a FAX: (909) 983-1351 N-Mml,: Itifo oo-Anrea-com SITE IMPROVEMENTS 41" EARTHWORK • CONCRETE •ASPHALT PAVING MAII: M<,'r ADDRESS- P.0.:BOX 2124 • MONTCL&IR. CA.y"IORNIA 91763 t7FFICr da Y.AY2TS 911162 To: City Of La Quinta Contact: Leonard St Sauver Address: 78-495 Calle Tampico Phone: (760) 777-7075 La Quinta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48. Bid Number: 12052-A7 Project Location: Washington Street @ Ave 48, La QUinta, CA Bid Date: 9/13/2012 Request for change order to provide (1) Pacific Utility Products Type III CF meter pedestal with breakers, P.E.C. & Contactors. Item A Item Description Estimated Quantity Unit Unit Price Total Price 1.01 Provide Pacific Utility Products Type III CF Meter 1.00 EACH $3,933.00 $3,933.00 Pedestal With Preakers, P.E.C. & Contactors. Notes: Terms and conditions per orignal contract. Payment Terms: Payment due within 30 days of date of invoice. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: Total Price for above Items: $3,933.00 CONFIRMED: Lee & Stires, Inc. Authorized Signature: Estimator: Page 1 of 1 CONTRACT: PROJECT NO. CONTRACTOR: T-00af 4 4 a" Washington Street Improvements at Avenue 48 2010-06 Lee & Stires, Inc. 634 S. Palmetto Ave. Ontario, Ca. 91762 Sheet 1 of 5 CONTRACT CHANGE ORDER NO.3 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE This Contract Change Order allows for the T & M slurry and abandonment of an existing drywell Total $ 2,258.18 This Contract Change Order allows for the T & M installation of a Pedestrian Push Button & Post Total $ 1,038.91 This Contract Change Order allows for the T & M rotation of an existing Signal Luminaire & Post Total $ 852.28 This Contract Change Order allows for the painting of the wrought iron fencing to match existing rails Total $ 1,506.00 Previous Amount Through CCO #2 $ 436,057.78 Add This Change Order No. 3 1 $ 5,655.37 Revised Contract Total 1 $ 441,713.15 By reason of this contract change order the time of completion is adjusted as follows: -0- days added to contract time. The revised contract completion date shall be: 10/31/12 � II Submitted 11 17112 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 a a �ment th ount shown above, which includes all direct and indirect overhead expenses for any delays. Accepted Title: Contractor: FP Date: G\DOCUMENTS AND SETT GSU yYA OCAL SETTNGS\TEMPORARY MTERNET FILES\OLK3\CC00- DRYW LL SLURRY PEU HUTTON.DOC LEE & STIRES INC. OFFICE: (909) 983-9557 4w FAX: (909) 983-1351 E-MAIL: info({O.teerstlrea.com SITE IMPROVEMENTS 's' EARTHWORK • CONCRETE 4"ASPHALT PAVING MAILING A.DDRESSk P.O. SOX 2124 • MONTCLAIR. CALIFORNIA 91765 OMnCE & YARD: 634 90DT14PAL0A=1'r0 AYE.. ON1'ARIO. CALIP'OnMA 919 2 To: City Of La Quints Contact: Leonard St Sawa Address: 78.495 Cade Tampico Phone: (760) 777.7075 La Qulnta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48 Bid Number.. 12052-Al2 Project Location: Washington Street (di Ave 48, La QUlnta, CA Bid Date: 10/16/2012 Request for change order for T & M work to backfill drywall with 2 sack slurry at catch basin relocation on Washington Street per detail provided by The City of La Quints. Item * Item Description Estimated Quantity Unit Unit Price Total Price 1. Slater Inc: 1.01 Slater- Operator 4.00 MR $91.00 $364.00 1.02 Slater - Labor 6.00 MR $77.00 $462.00 1.03 Slater - Skid Steer With Operator 4.00 MR $26.00 $104.00 1.04 Slater - Backhoe With Breaker - 4.00 MR $120.00 $480.00 1.05 Slater - Dump Truck With Driver 6.00 MR $15.00 $90.OD 1.06 Slater - Slurry (4 CY) 1.00 LS $458A8 $458.48 1.07 Slater - Dump Fee 1.00 LOAD $150.00 $150.00 1.08 Lee & St res, Inc. - 5% Mark Up - 1.00 IS $105.42 $105.42 1.09 Lee & StIres, Inc. - 2% Bond & Insurance 1.0D IS $44.28 $44.28 - Total Price for above 1. Slater Inc: Items: $2,25849 Notes: • Terns and conditions per odgnal contract. Payment Terms: Payment due within 30 days of date of Invoice. ACCEPTED: I CONFIRMED: The above prices, specification and conditions are satisfactory and Lee & SUMS, IDC. are hereby accepted. Buyer. Signature: Date of Acceptance: Authorized Signature: Estimaten Total Sid Price: 52,258.18 Page 1 or 1 LEE Sz STIRES INC. OFFICE: (909) 983-9557 • FAX: (909) 983-1351 1C-MAIL: InfOW ee-Stires.Coco SITE IMPROVEMENTS • EARTHWORK • CONCRETE ASPHALT PAVING MAILING ADDRESSr P.O. BOX 2124 • MONTCLA.IR. CALIFORNIA 91763 OPR+ICI: as YARD; ®ter sou'ra PALMS TO AVIE.. OrrrARIO. CALIFO=M 91742 To: City Of La Quinta Contact- Leonard St Sauver Address: 78.495 Celle Tampico Phone: (760) 777-7075 La Quints, CA 92253 Fax: Project Name: Washington street Improvements At Ave 48 Bid Number. 12052-A30 Project Location: Washington Street 0 Ave 48, La QLnnta, CA Bid Date: 10/8/2012 Request for change order for T & M work to new push button pole on the S/E/C of Washington & Ave 48 as directed by The City of Le Quints. - Item # Item Description Estimated Quantity Unit Unit Price Total Pdce 1. Sierra Pacific Electric: 1.01 Sierra Padfic Electric - Labor 4.00 HR $67.22 $268.80 1.02 Ford F 550 Crew Truck With Tools. 4.00 HR $30.70 $127-80 1.03 1" PVC Sch. 80 20.00 LF $0.61 $12.20 1.04 1" PVC Sch. 80 90 Degree 2.00 EACH $1.62 $3.24 1.05 3T8 Push Button Post 1.00 EACH $436.39 $436.39 1.06 Siena Pacific Electric -15% Proilt/Overheed 1.00 LS $126.53 $126.53 1.07 Lee & Stires Inc. - 5% Markup 1.00 LS $48.S0 $48.50 1.09 2% Bond/Insurance 1.00 LS $20.37 $20.37 Total Price for above 1. Siena Pacific Electric Items. $1,038.91 Notes: " Terms and conditions per orignal contract. Payment Terns: Payment due within 30 days of date of Invoice. ACCEPTED: CONFIRMED: The above prices, spedfiations and conditions are satisfactory and Lee & Stiresr Inc. are hereby accepted. Buyer: Signature: Date of Acceptance: Authorized Signature: Estimator. Total Bid Price: 51,038.91 Page 1 of 1 I.1EE 8z STIRES INC. OFFICE: (909) 983-9557 • FAX: (909) 983-1351 n-MAIL: Info Jee-stires.com SITE IMPROVEMENTS • EARTHWORK • CONCRETE 4PASPHALT PAVING MAM]Nf,- ADDRESS1 P.O. 80X 2124 • MOr4TCLAIR. CALIFORNIA 91763 0IT7C1-;&YARD: 634 SOVTHPAX.WE TO AVE.. ONYAM0. CAJF0Ttz4XA 92762 To: City Of La Qulnta Contact: Leonard St Sawer Address: 78-495 Calle Tampico Phone: - (760) 777-7075 La Qulnta, CA 92253 Fox: Project Name: Washington Street Improvements At Ave 48 Bid Number. 12052-AIS Project Location: Washington Street 9 Ave 48, La QUlnta, CA Bid Date: 10/22/2012 Request for change order to disconnect pole, pick up and rotate 90 degrees. Pull Via wire from service to controller cabinet for camera power. Nook up wires to service and hook up camera as directed by The City of La Quinta. Item if Item Description Estimated quantity Unit Unit Price Total Price 1. Sierra Pacific Electric: 1.01 - Sierra Padflc Electric - Labor 6.00 HR $67.22 $403.32 1.02 Ford F 550 Crew Truck With Tools. 4.00 HR $30.70 $122.80 1.03 Western Star Crane Truck 2.00 HR $70.78 $141.56 1.04 #10 Wire 90.00 LF $0.27 $24.30 1.05 Sierra Pacific Electric - 15% Profit/Overhead 1.06 Lee B. Sdres Inc. - 5% Mark-up 1.07 - 2% Bond/Insurance Notes: - Terms and conditions per adgnal contract. Payment Terms: Payment due within 30 days of date of Invoice. ACCEPTED: 1.00 LS $103.80 $103.80. 1.00 LS $39.79 $39.79 1.00 LS $16.71 $16.71 Total Price for above 1. Sierra Pacific Electric: Items: $052.28 The above prices, sped8allons and conditions are satisfactory and are hereby aocepted. Buyer: _ Signature: Date of Acceptance: CONFIRMED: Lee& Stires, Inc. Authorized Signature: Estimator: Total Bid Price: 852.28 Page 1 of 1 LEE 8z STIRES INC. OF FIGM: (909) 983-9557 a FANS:.: (909) 983-1351 R-MAIL: tnfo@tee-stlres.com SITE IMPROVEMENTS • EARTHWORK • CONCRETE OASPHALT PAVING MAMINC3 ADDRF—SSS: P.O. BOX 2124 • MONTCLAIP, C,4AAF,0I2NIA 91763 Ai'I'r4`.F: F:, YARr}. G'iA St11rTI# PhLM11C'rt'O A VF;.. S?M'rAI2k4, CA1.Ii� ORNlh Sil'A62 To: City Of La Quinta Contact: Leonard St Sauver Address: 78-495 Calle Tampico Phone: (760) 777-7075 La Quinta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48 Bid Number: 12052-A14 Project location: Washington Street @ Ave 48, La QUinta, CA Bid Date: 10/22/2012 Request for change order to sand, prime and paint wrought iron fence. Price includes credit for 3' section of fence not installed per original contract as requested by The City of La Quints. Item fl Item Description Estimated Quantity Unit Unit Price Total Price 1. Wrought Iron Fence: 1.01 Prime And Paving 40' Section Of New 4' Iron Fence. 1.00 LS $1,995.00 $1,995.00 Lightly Sand Powder Coat Finish, Apply One Coat Of Primer And One Coat Of Paint. *Price Includes The Cost Of Paint. Paint Color 8. Brand To Be Provided By The City Of La Quinta. 1.02 Credit For 3' Section Of 4' Iron Fence Not Required To 3.00 LF ($163.00) ($489.00) Be Installed Per Original Contract. Total Price for above 1. Wrought Iron Fence: Items: $1,506.00 Notes: . Terms and conditions per orignal contract. Payment Terns: Payment due within 30 days of date of invoice. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: Lee & Stires, Inc. Authorized Signature: Estimator: Page 1 of 1 Wr t � Sheet 1 of 2 CONTRACT: Washington Street Improvements at Avenue 48 PROJECT NO. 2010-06 CONTRACTOR: Lee & Stires, Inc. 634 S. Palmetto Ave. Ontario, Ca. 91762 CONTRACT CHANGE ORDER NO.4 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 Grind and Overlay of an adjacent failing Asphalt Patch Total $ 9,891.02 Previous Amount Through CCO #3 $ 441,713.15 Add This Chanize Order No. 4 $ 9,891.02 Revised Contract Total $ 451,604.17 By reason of this contract change order the time of completion is adjusted as follows: -1- day added to contract time. The revised contract completion date shall be: 11/01/12 Submitted Approved We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accTt.�h614OPavSent the'9P7unt shown above, which includes all direct and indirect overhead expenses for any delays. Accepted By: ( ti12��� v .r ••• - - - t-- Contractor:��1(ST/gez-; %^a Date: C.D000h1ENTS AND SETTINGSVIYANBVACA1, SETTINGS\TEMPORARY INTERNET F11-MOERI\CCO04-GRIND PAVE MAINTENANCE PATCH.DOC o0rF1C.M: (909) 983-9357 +r FAX: (9) 983-1351 Ir-ASI.: Esttntec-stlreea.cerxti SITE IMPROVEMENTS • EARTHWORM: • CONCRETE •ASPHALT PAVING N4IAIT.ING ADISR.E.SS: P.O. 807C 2124 w MONTCI.AM CAI-IE<YItNIA 91763 f>P'F.'.ICP: .&. YATiiS> 65a BCXI*'Y'ft Pn'L14i1:'t t'O nvt2 , {]N'T'A'rYl[Y. CnarP'fS22EVIfA 9Y �SZ To: City Of La Quinta Contact Leonard St Sauver Address: 78495 Calle Tampico ', Phone: (760) 777-7075 La Quinta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48 Bid Number: 12052-All Project location: Washington Street @ Ave 48, La QUinta, CA Bid Date: 10/11/2012 Request for change order to complete additional work as follows: grind 2" of existing asphalt, install 2" AC overlay and stripe 326' of skip white. Item # Item Description Estimated Quantity Unit Unit Price Total Price 07 Cold Mill Existing AC Pavement (2" Min Depth). 3,586.00 SF $1.41 $5,056.26 08 Install AC Overlay (2" Min Depth). 3,586.00 SF $1.16 $4,159.76 25 Install Additional 326' Of Skip White Line With Raise 1.00 LS $675.00 $675.00 Pavement Markers. Notes: . Terms and conditions per orignal contract. Payment Terms: Payment due within 30 days of date of invoice. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: Total Price for above Items: $9,891.02 CONFIRMED: Lee & Stires, Inc. Authorized Signature: Estimator; Total Bid Price: $9,891.02 Page 1 of 1 CONTRACT: PROJECT NO. CONTRACTOR: Washington Street Improvements at Avenue 48 2010-06 Lee & Stires, Inc. 634 S. Palmetto Ave. Ontario, Ca. 91762 CONTRACT CHANGE ORDER NO.5 Sheet 1 of 4 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 repair of an Asphalt Patch Total $ 808.30 This Contract Change Order allows for the removal of dirt for placement of DG by HOA Total $ 1,562.21 This Contract Change Order allows for a Contract Quantity Adjustment Total $ 5,660.12 Previous Amount Through CCO #4 $ 451,604.17 Add This Change Order No. 5 $ 8,030.63. Revised Contract Total $ 459,634.80 By reason of this contract change order the time of completion is adjusted as follows: -0- days added to contract time. The revised contract completion date shall be: 11/01/12 Approved B v uate:tJ n IM�A� We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work and hereby accept a 11 en the r+u hown above, which includes all direct and indirect overhead expenses for any delays. Accepted By: Title: U ( ce c o to Contractor: F cJ26S Date: l©'32-�L C \DOCUMENTS AND SETTTNGsKYATBVACAL SETTINGS\TEMPORARY MTERNET FILES\OLM\CC005- AC PATCH DMT REMOVAL QUANT ADIUST DOC �-f UEE tz STIRES INC. OFFICE: (909) 983-9557 • FAX: (909) 983-1351 E-MAIL,: intorWee-stires.com SITE IMPROVEMENTS • EARTHWORK • CONCRETE OASPHALT PAVING MAILIlYO ADDRESS: P.O. BOX 2124 • MONTCLAIR. CALIFORNIA 91763 Or.7ICE S YARD: ea4 a07UTF1 PA7.W 'rTO AVE., OIVTARIO. CAT. F027 IA 91' 2 To: city Of La Qulnta Contact: Leonard St Sauver Address: 78.495 Calle Tampico Phone: p60) 777-7075 La Quinta, CA 92253 Fax: Project Name: Washington Street Improvements At Ave 48 Did Number: 12052-A16 Project Location: Washington Street @ Ave 48, La QUinta, CA Bid Date: 10/24/2012 Request for change order to remove existing material from CVWD trench and replace with not mix aspna:t as a:recceo ey „- uny of La Qulnta. - Item # Item Description Estimated Quantity Unit Unit Price Total Price 1. Ticket #16855: 1.00 HR $125.00 $125.00 1.01 Skiploader With Operator 1.00 HR $95.00 $95.00 1.02 Small Cat vib Roller With Operator 2.00 $58.17 $116.34 1.03 1.04 labor Super 10 Wheel Dump Truck With Driver HR 2.00 HR $80.00 $160.00 1.05 Asphalt 2.57 TON $75.00 $192.75 1.06 Lee & Stires Inc. - 15% Mark-up 1.00 LS $103.36 $103.36 $15.85 1.07 2% Bond/Insurance 1.00 LS $15.85 Total Price for above 1. Ticket#1685S: Items: $808.30 Notes: • Terms and conditions per original contract. Payment Terms: Payment due within 30 days of date of Invoice. ACCEPTED: CONFIRMED: The above prices, specifications and condl0ons are satisfactory and Lee & Stires, Inc. are hereby accepted. Buyer: Signature: Date of Acceptance: Authorized Signature: Estimator: Total Bid Price: $808.30 rage a ei . I..EE 8z STIRES INC. OFFICE: (909) 983-9557 • FAX: (909) 983-1351 R-MAIL: info (rJee-stires.com SITE IMPROVEMENTS � EARTHWORK • CONCRETE OASPHALT PAVING MAILING ADDRESS: P.O. BOX 2124 • MONTCLAIR. CALIPORNIA . 91763 OZFICIi S YARD: 654 SOSITA PALMTCITO AVE.. 01rTARIO. CALIffORN1A 91762 To: City Or Is Quinta Contact: Leonard St Sauver Address: 78-495 Caile Tampico Phone: (760) 777-7075 La Quinta, CA 922.53 Fax: Project Name: Washington Street Improvements At Ave 48 Bid Number: 12052-A17 Project Location: Washington Street @ Ave 48, La Quanta, CA Bid Date: 10/29/2012 Request for change order to remove existing grass/dirt from parkway area and backfill-median with dirt. Credit for painting fence as agreed with The City of La Quinta. item # Rem Description Estimated Quantity Unit Unit Price Total Price 1. Ticket #16985: 1.01 Skiploader With Operator 5.50 HR $125.00 $687.50 1.02 Foreman With Truck 0.50 HR $90.00 $45.00 1.03 Labor 7.00 HR $58.17 $407.19 1.04 Super 10 Wheel Dump Truck With Driver 4.00 HR $80.00 $320.00 1.05 Lee & Stites Inc. - IS% Mark-up . 1.00 LS $218.95 $218.95 1.06 20k Bond/Insurance 1.00 IS $33.57 $33.57 Total Price for above 1. Ticket #16985: Items: $1,712.21 2. Credit: 2.01 Credit For Painting Fence As Agreed. Notes: • Terms and conditions per odgnal contract. Payment Terms: Payment due within 30 days of date of invoice. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: 1.00 LS ($150.00) ($150.00) Total Price for above 2. Credit: Items: ($150.00) CONFIRMED: Lee & Stires, Inc. Authorized Signature: Estimator. Total Bid Price: 51.562.21 Page 1 of 1 CITY OF LA QUINTA Washington Stroh Improvements at Avenue 48 Project No.2010-06 Final Quantity Adjustment Comparison Base Bid Area No, 1 1 Actual Qviantity Installed Bid Ouantit Item No. Description I Unit I Bid ON Unit Price Ouanti New Total Unit Price Extended Price Cost Difference 1 Mo611'¢ation LS 1 $ 11425.00 1 $11425,00 $1142500 $1142500 $0.00 2 TratSc Control LS I $ 2915500 1 $29, 155.00 $29,15500 $29,15500 $000 3 Dust Control LS 1 $ 500.00 1 $500.00 $500.00 $500.00 $0.00 4 Cleanne and Gtubbin LS I $ 75,250.00 1 $75250.00 $75,250.00 $75250.00 $0.00 5 Consirud 5.5"A. C. ever 6. 5"A B. Class ll SF 9,042 $ 4.18 9,042 $37, 795.56 $4.IS $37, 79556 $000 6 Conswct 4.5"AC. o1e16'A. B. Class]] SF 2.941 $ 334 2932 $9,792.88 $3.34 $9,82294 -$30(y6 7 Cold Mill Existing A C. Pavement T' Min. Depth) SF 10825 $ 065 10825 $7 036.25 $0 65 $7,036.25 $0.00 8 Install A. C. Overlay 2"Min . Depth) SF 1082E $ 1.16 10825 $12,557.00 $1.16 $12,557.00 $000 9 Construct S' Curb & Gutter per City of La Quoin STD. 202 LF 726 $ 22.00 726 $15,972.00 $2200 $15,972.00 $0.00 10 Consumer 6' CLrb & Gutter per City of La Quints STD. 201 LF 125 $ 2093. 125 $261625 $20.93 $2,616.25 $0.00 11 Construct 6" Median Curb per City of La Quinle STD. 210 LF 1117 $ 17.85 1, 103 $19688.55 $17.85 $19,93845 -$249.90 12 Construct Sidewalk er Cit of La elate ETD. 240 SF 4052 $ 3,59 4239 $15215,01 $3.59 $1454668 $671.33 13 Construct Curb Ramp "Case A" per City of La uima STD. 250 Modified EA I $ 2600.00 1 $2600.00 $2600.00 $2,600.00 $0.00 14 Conswm Curb Ramp "Case B" per City of La uima ETD. 250 EA I $ 1,770.00 1 $1, 77000 $1770.00 $1,770.00 $000 15 Construct Curb Ramp "Cue C" per City of La QdirmSTD. 250 EA 0 1 $3,555.00 83,55500 $3,555.00 16 Install Curb Inlet Catch Basin No. I per City of Le ummSTD. 300 EA0 1 $4,120.01 $4,020.00 $4,02000 $000 17 Install Gutter Depression for Curb Opening Catch Basin Par City of Le Uinta STD. 330 EA0 1 $1700.00 $1, 700.00 $1,700.00 $0 DO 18 Install Stamped Concrete for Median Island per City of La uima STD. 720 SF 5 Z$I 2418 $1511250 $6.25 $9843.75 $5,26875 19 Install Concrete Bus Pad Per City of La Quints STD, 420 8" P.C.C. Pavement over 6"AB. Class II SF 6 818 $9701 AS $11.66 $9,70148 $000 20 Construct Wrought Iron Fence LF00 43 $] 00900 $163 00 $] 009.00 $0 00 21 Remove and Replace Landsea a LS 1 $ 12168.00 1 $1216B.00 $12168.00 $12168.00 $0.00 22 IrrinianSstem Modifcaion LS 1 $ 25680.00 1 $25 Asti On $25,68000 $25680,00 $000 23 Adjust Existing Water Valve to Grade per CV WD Requirements EA 9 1 $ 572,00 9 1 $5148.00 $572.00 $5148.00 $000 24 Remove and Replace Existin Curb Outlet LS I $ 107.00 1 $107000 $107.00 $107.00 $0.00 25 Sig.i.& Shipirs, and Mmkm LS 1 $ 17980,00 1 $17980,00 $17,9B0.00 $17980.00 $000 26 Remove and Relocate Existin Blue We mdin Sin EA 1 $ 662,00 1 $662,00 $662.00 $662,00 $0,00 27 Tragic Signal Modification - (Washington StrcetlAvenue 48 LS 1 $ 910D0.00 1 $9100000 $91000.00 $91000.0' $000 CCO #1 Landes Li hula Relocation LS 1 $2665.42 1 $256542 S256542 $2565.42 $0.00 CC2#2 Elec. Meter Pedestal LS 1 $3933.00 1 $3933.00 $3,933.00 $393300 $0.00 CCO#3 T&M Signed &D Il Work LS 1 $5655.37 1 $5655.37 $5655.37 $5655.37 $0.00 CCO 04 Grind & Overly Maint.Dept. Patch LS 1 $9891.02 1 $989102 $9,891,02 $9891.02 $000 Total 1457.264.291 1faiand .17 55660.12 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: City Clerk P O Box 1504 La Quinta, CA 92247 DOC # 2012-0630714 12/27/2012 09:35A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder 11111111111111 I 111111111111111111111111 I 111111111111111 S R U PAGE SIZE DA MISC LONG RFD COPY M A ppL 466 426 PCOR NCOR SMF INC EXAM C� T: CT UNI D�/ iPACE ABOVE FOR RECORDER'S USE ONLY -NOTICE-OF COMPLETION-_ _ . WASHINGTON STREET IMPROVEMENTS AT AVENUE 48 r CITY OF LA QUINTA PROJECT 2010-06 �58 CONTRACTOR: Lee & Stires, Inc. Title of Document THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION Exempt Recordine Fees Per Government Code Sections 6103 and 27383 NOTICE OF COMPLETION FILED BY THE CITY OF LA QUINTA, CALIFORNIA NOTICE IS HEREBY GIVEN: 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 November 2012, a work of improvement on the real property herein described was completed. The public work improvement is described as follows: Washington Street Improvements at Avenue 48. City Project 2010-06. 6. The name of the contractor for said work of improvement was: Lee & Stires, Inc. 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: installation of dual left turn lanes on south bound Washington Street at Avenue 48 and triple left turns on west bound Avenue 48 at Washington Street. DATED: December 19, 2012 CITY OF LA QUINTA, CALIFORNIA BY: TITLE: Susan Maysels, Qy Clerk STATE OF-CALIFORNIA COUNTY OF RIVERSIDE I hereby certify that 1 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. ls;L SUSAN MAYSELS, C Clerk City of La Quinta, California