Loading...
A.M. La Salle Electric/Landscape & Lighting 12I SECTION 1300 CONTRACT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and A.M. La Salle Electric. INC.. herein referred to as, "Contractor." WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for City Project No. 2011-15, Landscape Lighting Maintenance Services for Landscape and Lighting District 89-1, in the City of La Quinta, California pursuant to the Invitation to Bid, dated April, 2012 the project Specifications, and Contractor's Bid, dated May 16, 2012, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract,, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frame for construction work shall be in accordance with that specified in the Invitation to Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 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 365 days from July 1, 2012 to June 30, 2012. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration Eighty Three Thousand One Hundred Sixty Dollars and Zero Cents ($83,160.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. IflTtie Courts rules that prevailing rates wi are required TheCity ll,issue a Change Orderadjusting the contract amount to $ 89 100.00. 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 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 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 13000.2 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 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 Requirements. 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 12. Contractor also agrees that for contracts in excess of $30,000 and, more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 13. This Contract shall not be assignable by Contractor without the written consent of City. 14. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 15. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 16. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 17, The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 18. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 19. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel,, lodging, meals and overhead. 20. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. .,CITr, CITY OF LA QUINTA a California municipal M.. - _ � 144 ATTEST: .dt1� V / Susan Maysels, Interim Vity Clerk APPROVED AS TO FORM: City Manager Dated:_ G - 4 . 2-el?,, Zp Dated: City Attorney Dated: Ju A18 /1 r ?,0 12Z Name: (, y 6ASAGCr rint name 4Z L Dated: JuNE II17f)IZ Name: J a b IT71 [ tl �YLGE print name "CONTRACTOR" (If corporation, affix seal) IEL,� ",4b L q r street address city B- siiggnature Title: state zip code ignature L state zip code Contract 1300.5 IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. Dated: ATTEST: .I.0 �!I.t✓.A �C �ii "CITY" CITY OF LA QUINTA a California municipal corporation SIGNED IN COUNTERPART By: 1klVdtl31Nr1OO NI 03N°JIS Frank Spevacek City Manager Dated: Susan Mayseis, Interim City Clerk APPROVED AS TO PRY: '114 Dated: Come "CONTRACTOR" (If corporation, affix seal) Dated: Jatj v /l ! 2d IL By signature Name: Agf4 Z4,Sq 1F- Title: &,t-51DEA/7- rint name Dated: JAAJ9 1117-012- Name: ..Jah Th 16-' eU print name IeLlt street city R Title: Sue d'eMN", state zip code Contract 1300.5 lit - _ -- OUTSIDE. CITY LIMITSAm ' LA SALu��llh Ilt I�I II"'III � S1E WE S ADDRESS: P . 0. BCSg' 9 CATHEDRAL .CITY CA 92235 3001 SUB SECTION 1320 PAYMENT BOND Bond No. 537480P KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has on , 2012, awarded to A.M. LaSALLE ELECTRIC, INC., 68342 Kieley Road,*, hereinafter designated as the Principal, a Contract for City Project No. 2011-16, Landscape Lighting Maintenance Services. WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and DEVELOPERS SURETY AND INDEMNITY** as Surety, are held and firmly bound unto the City in the just and, full amount of EIGHTY THREE THOUSAND ONE HUNDRED SIXTY AND NO/100 DOLLARS ($ 83, 160.00----------- ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 1880E of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Psymear Bond 1320-1 *P. O. Box 2659, Cathedral City, California 92235 **COMPANY IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their respective corporate sealsthis 14th 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. A.M. LaSALLE ELECTRIC, INC. Principal Signature for Principal fg't6l pt-W-T Title of Signatory DEVELOPERS SURETY AND INDEMNITY COMPANY Surety By Sign Lure for Surety Cynthia M. Burnett Attorney -in -Fact Title of Signatory 7800 South Elati Street, Suite 100 Littleton, Colorado 80120 Address of Surety (303) 225-8030 Phone N of Surety Douglas J. Rothey Contact Person for Surety (Seal) (Seal) Peye nr Bond 1320-2 State of COLORADO ) ) ss. County of ARAPAHOE ) On June 12, 2012 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Cynthia M. Burnett known to me to be Attorney -in -Fact of DEVELOPERS SURETY AND INDEMNITY COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument on behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the dayand__.year//, stated in this certificate above. My Commission Expires: July 21, 2013 =�~ Nti rypuizk — CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of e/o n--,�IDe OnJu N& l5'Zdf'L before me, ✓Y}F}C Gf fi7liGEEN l\%ISf3 T N6ec� Dater / Here Insert Name and Titl of the Officer personally appeared _�YA/�L� ZA1<ett,< Names) of Signegs) NUIRY KATHLEEN NISKT Commisslim ! 1800904 19 Ni Public - cc.INonu. a jWj4Comnft%Ad6.2012 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are-subscribed to the within instrument and acknowledged to me that he/shadhey.executed the same in hislhe0heir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(e)-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 r u Lm4 ga �-o ti ` 4Vd 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner —❑ Limited.❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT 'OF SIGNER 2fHT Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 National Notary Association, 9350 De Sob Aw., P.O. Box 24 -Chatsyont,, CA 91313-240-• .NatmnalNotaryorg Itemk59W Reorder: Call Toll -Free 1- 876-68n POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS Nat except as expressy limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, constitute and appoint: *** Douglas 1. Rothey, Cynthia M. Burnett, Alexander D. Rothey, jointly or severally*** as its We and lawful Ahomey(s)-imFacl, to make, execute, deliver and acknowledge, for and on behalf of said corporation. as surety, bonds. undertakings and contracts of suretyship giving and granting unto smdAdorney(s) in -Fact full Power and authony to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do, but reserving to each of said corporation full power of substitution and revocation, and all of the acts of said Allomey(s}imFacl, pursuant to these presents, are hereby retired and confirmed. This Power of Adomey is granted and is signed by facsimile under end by authority of the following resolution adopted by the Board of DINKIOM of DEVELOPERS SURETY AND INDEK NIT COMPANY, edectve as of January Ist, 2006 RESOLVED, that a comblrwdonof any two of (he Chairman of Me Board, the President. any Exaculrve Vice -President, Senior Vice-Presidenl or Vice -President of (he torpid, ration be. and that each of them hereby is, aulhorized to execute this Power of Abomey, qualiying the adcmey(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and cahvaciAot suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, aurhonzed to adest the execution of any such Power of Attorney; RESOLVED. FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any cenaficate relating thereto by facsimile, and any such Paver of Attorney or cerficte beanng such facsimile signatures shall be valid and binding upon the corporation when so slimed and in the future with respect to any bond, undertaking or contact of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by Its officers and attested by its Secretary a Assistant Secre- Mry this January 1sL 2008. Darnel Young. Vice.Presk epl ='rya?`o1.90a. S W ? OCT. 10 Stephen Pate. Senior Vice-Pfesiden( State of Camomia County of Orange On _ August 13N. 2008 before me, Jenny TT Nguyen, Notary Public (__.- Date Here Insert Name and Title of the Ofcer Personally appeared Daniel Young and Stephen T Pate Names) of Signers) Who proved to me on the basis of satisfactory evidence to be the personls) whose name(s) is/are subscribed to the within mr[rumenl and acknowledged Io m r Na( helshefthey executed the same in hismerlthell authonzed JENNY ii NQUY�1'1 capacity(les). and that by histher/their signatures) on the instrument the persor> s), or the entity upon behalf of COMM. p 1781840 which Ins parson(s) acted, axeculed the 1AStNmeM NOTARY PUBLIC CJLZCF pA I canary under PENALTY OF PERJURY under the laws of the Stale of California Nat the foregoing paragraph is ORANGE OlOUf1TY true and conect. COMM, ivores Feb.18,OM WITNESS my hand and cMdal seal. Place Notary Seal Above Signature - Je TTNg n, lorry Pubic CERTIFICATE The undersigned. as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Parer of Attorney remains Id lull force and has not been revoked and, furthermore. that the provisions of the resolution of the Board of Directors of said corporation set IofM in the Power of Adomey are in force as of the dale of this Certfx:ale. This Certificate is executed in Me City of Irvine, California Nis 14 t)illy of Ju n e s 2012 By. '!ls _------- 'Gregg Oku istant Secretary ID-1436(Rev 11109) - Client#: 10037 2LASALL ACORD. CERTIFICATE OF LIABILITY INSURANCE D61141201�YYYT sna/2o1z THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the cerfi icate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WANED, 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 endomement(s). PRODUCER Desert Empire Insurance Services, Inc. LIC # OF09643 77-564 Country Club Drive Palm Desert, CA 92211 kRaTeCT Matt Costello a "N �, 760 360-4700 $ Alc No): 760360d799 ADD ESs: MatLCostello@desertempireins.com INSURER(S) AFFORDING COVERAGE NAIL a INSURER A: Ironshore Specialty Insurance C 25445 INSURED INSURER B: Benchmark Insurance Company 41394 A M La Salle Electric Inc INSURERC: St. Paul's Travelers P & C Co. 41521 DSA: La Salle Lighting and Solar Electr INSURERD: praetorian Insurance Company 447766 P O Box 2859 Cathedral City, CA 92235-2859 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE ADD IMIK SUB mom POLICY NUMBER POLICY MID YEFF M EXP LIMITS * GENERAL LIABILITY X COMMERCIrLL GENERAL LIABILITY CLAIMS -MADE OCCUR X BI/PD Ded:5,000 AGS0022900 01/2012041011201 EACH OCCURRENCE $1000000 PREMISES EaEo"ccTwIerKe f50000 MEDEXP( ane mw) fS OOO PERSONAL & ADV INJURY f 1 0OO OOO GENERALAGGREGATE f2 000,000 GEITL AGGREGATE LIMIT APPLIES PER: POLICY X PRO- JECTLOC PRODUCTS. COMP/OP AGGFs4.000.000 00 D AUTOMOBILE LABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS X AUTOS H010001404 01/2012 0410112013COMBINED SINGLE LIMIT 00 X BODILY INJURY (Per pemn) BODILY INJURY (Per ecddW) X PROPERTY a =IdR )AMAGE A UMBRELLA LAB EXCESS LMB X OCCUR CLAIMS -MADE AXS0001000 01/201204101/201 EACHOCCURRENCE X AGGREGATE s4,000,000 DED X1 RETENTION$10000 f B WORKERSCOMPENSATION ANDEMPLOYERS'.LMINUTY.- _- ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERIMEMBER E%CLUDEDT (MandgMN NH) R yea, tlascnbe undw DESCRIPTION OF OPERATIONS below NIA CSTS001837 10101120111101011201 .-.-.-.-. X I WCSTATU-MIT OTH- E.L. EACH ACCIDENT f1 00O 000 E.L. DISEASE - EA EMPLOYEE $1000000 E.L. DISEASE -POLICY UMIT $1000000 C Schad Equip Lease/Rent QT660772OM725TIL12 r 112012 0410112013 $60,879 Limit $100,000 Limit $1 000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AMach ACORD 101, AAdidoml Remub SchWule, M m apses M requirM) Job -Project No. 201145, Landscape Lighting Maintenance Services City of La Quints is named as additional Insured per attached CG2010 0704 City of La Quints P O Box 1504 La Quints, CA 92247 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE NA"NA"t &&W,4. db e422_9Mn AnnRn rnRPnRA'nnNl All rinhfa ranarVaA. ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #5197677/M193445 2DNIE iLICYNUMBERt AGS0022900 COMMERCM1. GENERAL LIABILITY C(3 2010 OT 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAPEFULLY. ADDITIONAL INSURED_-.OUVNERS LESSEES` OR _. CONTRACTORS.-',.C. ED.ULED PERSON OR OR, endorsement modfies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART -- SCHWULE. Name OfAddWonal Insured.Person(s) - Or O' aniiatfofi s d: Location s Of As'i"regy .red. by written co3iErabt. if'requized by'your agreemnt'With such' Additicriel .Instired, this ins liiaxice;.shall be ,.�...... primsYy;insiirapce and non-contributory for' th'mo A— difional rasur'ed. •If.ariyone, other ion of one or maea--insured ,of this endoYs"a,+: ement does it Iiridts of liabTiit.. A. 5ecSbn g — WJro.:ES An Insured is emended to h>Gil�d' es an, 61dCODnaClnsured tiia:persoii(s)' or o T§ bahrsp sj shown in the Sehedu)a but only wi rested to GabiGty for bodily L�j!]rs" .'pinpeitY de`ffPi�ge"-.or °persoriel and adver9sfng' iNiiwy d�u whole or m Fait by 1.' Yo[Cr`acts' or omissions; or Z Tfia:;acfs or omissions of those acting on your behalf in the perbimance of your ongoing operations for the additionat Insured(s) of the locations) deslgnded above. C0 2010 07 04 0ISO Properties, Inc., 2004 Page 1 of 1 ❑ AMENDMENT NO.1 TO AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011-15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89-1 THIS AMENDMENT NO. 1 TO THE AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011-15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89-1 ("Amendment No. 1") is made and entered into as of the 1 day of July , 2013 ("Effective Date"), by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and A.M. La Salle Electric, Inc. ("Contractor"). RECITALS A. On or about June 19, 2012, the City and Contractor entered into an Agreement for Project No. LMC 2011-.15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1. The term of this original agreement expires June 30, 2013. B. Pursuant to Section 2000, 2.0 Contract Terms of the original Agreement, the City and Contractor may extend the term of the agreement upon mutual agreement by both parties. C. Contractor and City now wish to amend the original Agreement to extend the. term for one (1) additional year (first extended term) July 1, 2013 through June 30, 2014 AMENDMENT: In consideration of the foregoing Recitals and the covenants and promises hereinafter contained, and for good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties hereto agree as follows: As provided in Section 2000, 2.0 Contract Terms of the existing Agreement, the City and Contractor have agreed to extend the term of the agreement for one (1) additional year, commencing July 1, 2013 through June 30, 2014. In all other respects, the original agreement shall remain in effect. IN WITNESS WHEREOF, the City and Contractor have executed this Amendment No. 1 to the Agreement with A.M. La Salle Electric, Inc. for Project No. LMC 2011-15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1 on the respective dates set forth below. CITY OF LA QUINTA a California municipal corporation ATTEST: Susan Maysels, City CI CONTRACTOR:. SALLE ELECTRIC, INC. By: Name: Title: plt, ' I De-�T Date: T7 ZD 13 A.M. La Salle Electric, Inc. P.O. Box 2859 68-342 Kieley Road Cathedral City, CA 92235 PUd.dM. 4M27, _ , 71 ARAI I . ,_.._.-- ,.... ACORD. CERTIFICATE',OF LIABILITY INSURANCE ,.,DATE IMWDWYYVYI. . 03z9n013. THIS CERTIFICATE IS ISSUED AS A'MATTER .OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER: THIS CERTIFICATE'. DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE. POLICIES LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED,. PRESENTATIVE OR PRODUCER, AND THE. CERTIFICATE HOLDER. - IMPORTANT: if Me certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed: If SUSROGATION 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 endorsemee s). - PRODUCER. - - - - Desert Empire Insurance Services, Inc. LIC # OF09643 CAry 92211lub Drive Palm Desert, CA 82211 - Palm Desert. NAM :CT Matt COStello PN ; 760.360-4700 we No: 760-360-4799' E NA AppgLss MatLCostello@desertempirains.com - INSUR a AFFORDINGCOVERAGE NAIGe INsuaeaA: Ironshore Specialty insurance C 25445 INSURED - A M LaSalle Electric Inc DBA: La Sells Lighting, and Solar Electr-.''.. P Q BO%2859 -Cathedral City, CA 92235-2859 INSURER a: Benchmark Insurance Company 41394 `"--- INSURER C: SL.Paul's Travelers P 8 GCo.. 41621 x,uRERD: Praetorlan Insurance Company 447766 INSURERS: INSURER F: COVERAGES- - - - CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO'CERTIFY -THAT THE.P000IES 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 WHICHTHIS: CERTIFICATEMAYBE ISSUED OR MAY PERTAIN, THE. INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN. IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS` OF SUCH. POLICIES.' UNITS: SHOWN MAY HAVE BEEN REDUCED BY PAID 'CLAIMS. -. IN 9p LTR. TYPE OF INSURANCE ' ! SUB` POUCYNUMSER - POLICY IMIT POLCY 10 I ITS p BENEtuLwslLrtY. _... AGS0022901' '..:.: 4161/2013 04/01/201 FpAgqCMMHO_CCURRENCE ' ft 000 000 RE P4I EqeENTErrenc f 50 000: MERCIAL GENERAL LIABILITY X COMM • - CLAMS -MADE a OCCUR .. I MEDPEXP (My we Neon s 5 000 !. PERSONAL a ADV INJURY f 1 000 000 X BU ID Ded:5,060 -- I.. GENERAL AGGREGATE f2000000 �GENI AGGREOATEIIMn APPLIES PER: POLICY I XI JMF& LOC •PRODUCTS-COMPIOP AGO s2000000 .. - f 1 aDTOMoeuELAswTM: r .. :. IJx ANY AUTO :. HOIOOO1404, 01/2013041011201 COMBIN SINGLEUMIT iEA A4aesSIL___ ....:._. BODILY. INJURY (P.,P0n00) 3.1,000,000 _ f ALL OWNED SCHEDULED AUTOS AUTOS ' HIREDAUTOS [AJ AUTOS , - _, -' BODILY INJURY (Pa ecUtleM). f (PR. PEAc �M DAMAGE f A - 1t UMBRELLA LiAe X OCCUR AXS0001001 D410112013 04/0112014 EACH OCCURRENCE f4 000 000 AGGREGATE $4000000 ... 'EXCESS UAe CLAIMS- MADE >... .: `.. : I —TIDED I X1 SETENTION 10000 " i "; •. _..- 1 3 B "I WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY. PROPRIETOoRMARTNERJEXECUTNE j OFFICERMEMBEA EXCLUDED? Il�ye�emmw NN)ixf OESCRIPTION OF OPERATIONS EeIOw MIA CiST5002971 - 0ro1120,2 I 10101Y201 X LigVT- °m- EL EACH ACCIDENT_ f,•0001000 E.L.DISEASE-EA EMPLOYEE , f1 000000 E L. O:SEASE- POLICY LIMIT $1,000,000 C Schad. Equipment QT6607720M72STIL13 0112013'04/01/2014 $50,879.Limit LeasedlRented - $100,000 Limit :. 1 $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLESIA1Meh ACORD 101, A&Ift.d Rr a SN.ft%I.0. aqu M rpulntl) Job -Project No. 2011d5, Landscape Lighting :MaintenanceServices City of LaQuintais named as additional Insured per attached CG2010 0704 •' '' GCR I RRJX I C MULUGR VHIYI.CLLA I I V IN roll" City of La Quints ' SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE, THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN P O Box 1604 - - ACCORDANCE WITH THE POLICY PROVISIONS. La Quanta, CA 92247 _ A,UTT,HPORRIZEED. REPPRIBIEENNTATNE - 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 26 (2010105j 1 of 1 the ACORD name and logo are registered marks of ACORD S A. Section 11 = Who Is An Insured Is amended to B. Win rasped: to the insurance afforded to these include as an additional insured the person(s) or additional insureds, . the following additional onpenizatfon(s) stwwn'in the Schedule but only exGuafonsapplir with respect to liability for "bodily thjurr, *proPertll "personal This insurance does not apply to 'bodily Injury' or damage" or . and advertising ,injury" propertydamsge" occurring after caused, in whole or in Part, by 1. AD work. Including ' materials part a 1. Your efts or omissions; or , equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf " . maintenance or repairs) to be performed by or In the performance of your ongoing operations for on behait'of the additional Insured(s) at the the additional insureds) at the locatlon(s) location of. the covered, operations has been designated above. '. 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 CO 2010 07 04 m ISO Properties, Inc., 2to4 i AMENDMENT NO. 2 TO AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011.15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89-1 THIS AMENDMENT NO. 2 TO THE AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011-15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89-1 ("Amendment No. 2") is made and entered into as of the 1 day of _July_, 2014' ("Effective Date"), by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and A.M. La Salle Electric, Inc. ("Contractor"). RECITALS A. On or about June 19, 2012 the City and Contractor entered into an Agreement for Project No. LMC 2011-15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1. The term of this original agreement expires June 30, 2013. B. Pursuant to Section 2000, 2.0 Terms of the original Agreement, the City and Contractor may extend the term of the agreement upon mutual agreement by both parties. C. On or about May 21, 2013, the City approved Amendment No. 1 to the original agreement, extending the terms for one (1) additional year (first extended term) July 1, 2013 through June 30, 2014. D. Contractor and City now wish to amend the original Agreement to extend the term for one (1) additional year (second extended term) July 1, 2014 through June 30, 2015. AMENDMENT: In consideration of the foregoing Recitals and the covenants and promises hereinafter contained, and for good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties hereto agree as follows: As provided in Section 2000, 2.0 Contract Terns of the existing Agreement, the City and Contractor have agreed to extend the term of the agreement for one (1) additional year, commencing July 1, 2014 through June 30, 2015. In all other respects, the original agreement shall remain in effect. IN WITNESS WHEREOF, the City and Contractor have executed this Amendment No. 1 to the Agreement with A.M. La Salle Electric, Inc. for Project No. LMC 2011-15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1 on the respective dates set forth below. CITY OF LA QUINTA a California municipal corporation ATTEST: Susan Maysels, City CI APPROVED AS TO FORM: J0 I k - M. herin Jenson, i Attorney CONTRACTOR: A.M. LA SALLE ELECTRIC, INC. Name: (9p Title: T1b'E:5 him1T Date: 3 0 , 20I V- A.M. La Salle Electric, Inc. P.O. Box 2859 68-342 Kieley Road Cathedral City, CA 92235 Ok TLD 6-27- 41 AMLAS N .416. � CERTIFICATE OF LIABILITY INSURANCE DATE IMWDD 6/26/2o14u THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pdicy(ies) must be endorsed. 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 endorsements . PRODUCER License # OF09643 Desert Empire Ins Services, Inc. 77564 Country Club Drive Suite 401 De Palm Desert, sert, CA 92211 T CONTACNAME Diane Nielsen PHONE 760 364700 N: 760 36"799 A IE diane.nielsen@desertempireins.com INSURERS AFFORDING COVERAGE NAIC 0 INSURERA: Ironshore Specialty Insurance Co 254,15 INSURED INSURER B: Prdetdrian Insurance Company 37257 A M La Salle Electric Inc DBA: La Salle Lighting and Solar Electr P O Box 2858 INSURER C : National Union Fire Ins Co of Pittsburgh PA 19445 INSURER D: Benchmark Insurance Company 41384 INSURER E: Travelers 25674 Cathedral City, CA 92235-2859 NSURER F t:4-411A Ia7_\$4 THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF MM D/YYY1' LI Y EXP MIDDIYYYY LIMITS A X COMMERCIALGENERAL LIABILITY CLAIMS -MADE OCCUR AGS0022902 0410112010 0/101/2015 EACH OCCURRENCE S 1,000,00 PREMISES Ea owvnenca S 50,00 MED EXP (Any one person) S 5,00 PERSONAL B AM INJURY $ 1,000,00 GEN-L AGGREGATE LIMIT APPLIES PER: POLICYJE� �LOC GENERAL AGGREGATE $ 2,000,00 PRODUCTS - COMP/OP AGG S 2,000.00 S OTHER: B AUTOMOBILE X LIABILITY ANY AUTO HOIOOO1404 04/01/2014 04/01/2015 COMBINED SINGLE LIMIT EaR ,kmt S 1,000,00 BODILY INJURY (Per person) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per ecatlenD $ NON-0WNED AUTOS TY GEXHREDAUTOS (PeraWtlemit) $ S UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 9.*00,O0 X AGGREGATE $ 9,000,00 C EXCESS LAB CLAIMS -MADE EBUD44158673 04/01/2014 04101/2015 DED I X I RETENTION$ 10,000 $ D WORXERSCOIWENSAnM AND EMPLOYERS' LIABILITY ANY PROPRIETORPARTNERIEXECUTIVE YIN OFFICERiMEMBER EXCLUDED? ❑ NIA CSTS004230 10101/2013 10/0112014 TH- X STATUTE ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE S 1,000,00 (Mandatory in NH) If rS. dettdbe under DE SCRIPnON OF OPERATIONS belay EL. DISEASE -POLICY LIMIT S I,000,00 E Equipmerd Floater QT660772OM725TIL14 0410112014 04/01/2015 LeasedlRented 100,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 10t, MdI0T nal Remarea Schedule, may M aeachM Nmom space is reeuMn!) Job -Project No. 2011-15, Landscape Lighting Maintenance Services City of La Quinta is named as additional insured per attached CG2010 0704. Waiver of Subrogation applies per attached. City of Le Quints 78-495 Calls Tampico La Quints, CA 92253 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 01988.2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ;AGS0022902 COMMERCIAL GENERAL 1-144BILITY CG 2010 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, then this insurance will apply as y+(„:_(.j;, 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 locabon(s) designated above. 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 (otter 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. CG 2D 10 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NUMBER:AG S 0 0 2 2 9 0 2 COMMERCIAL GENERAL LIABILITY CG 24 04 OS 09 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 PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Blanket as required by written contract and effective during. the policy period as stated on the policy. declarations. Information required to complete the Schedule, if not shown above, will be shown in the Declarations. I The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against lathers To Us of Section IV — Conditions: 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 04 06 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 0 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 OB (Ed. Of�O WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CAUFORNIA — BLANKET We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our tight 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. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organbzation Job Description Any person Of organt mtlon for whom RE: All California Operations The named insured is required under Written contract to fumish this waiver This endorsement charges the policy to which it Is ararhed and la eRecave on the date Issued unless otherwise stated. (The Irdormetlon below is r*0r9d only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement EBecOve 10 / 1/ 13 Policy No. CI S T 5 0 0 4 2 3 0 Endorseme a No 1 incised Insurance Company: BENCHMARK INSURANCE COMPANY A-M La Salle Electric, Inc. Benchmark Insurance Company Countersigned by MEMORANDUM TO: Frank J. Spevacek, City Manager FROM: Ki thy R. Jonasson, Public Works Director/City Engineer DATE: June 26, 2015 RE: Amendment No. 3 to City's Contract with A.M. La Salle Electric for Citywide Landscape Lighting Maintenance Services Attached for your review and signature is Amendment No. 3 to the agreement referenced above. The amendment allows for continued Citywide landscape lighting maintenance services during Fiscal Year 2015/2016. Please return to the City Clerk who will continue with full execution and final distribution of the amendment. Requesting department shall check and attach the items below as appropriate: X Contract payments will be charged to account number 101-7004-60104 _ A Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) is attached with no reportable interests in LQ or reportable interests X A Conflict of Interest Form 700 Statement of Economic Interests is not required because this Consultant does not meet the definition in FPPC regulation 18701(2). Authority to execute this agreement is based upon: X Approved by the City Council on June 16, 2015 (date) City Manager's signature authority provided under Resolution No. 2005-095 Public Works projects for $30,000 or less. City Manager's signature authority provided under Resolution No. 2005-096 Service agreements for $30,000 or less. City Manager's signature authority provided under Contract Change Order Policy Contracts under $100,000= 10% max, contracts over $100,000= $25,000 max The following required documents are attached to the agreement: PI& 1-1/� X Insurance certificates as required by the agreement (initialed by Risk Manager on 6-3Q 1S ) N/A Performance bonds as required by the agreement (originals) X City of La Quinta Business License (copy or note number & expiration date here No: LIC-0003001 Exp.4/30/161 AMENDMENT NO. 3 TO AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011-15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89-1 THIS AMENDMENT NO. 3 TO THE AGREEMENT WITH A.M. LA SALLE ELECTRIC, INC. FOR PROJECT NO. LMC 2011-15, LANDSCAPE LIGHTING MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING DISTRICT 89- 1 ("Amendment No. 3") is made and entered into as of the 1 day of July , 2015 ("Effective Date"), by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and A.M. La Salle Electric, Inc. ("Contractor"). RECITALS A. On or about June 19, 2012 the City and Contractor entered into an Agreement for Project No. LMC 2011-15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1. The term of this original agreement expires June 30, 2013. B. Pursuant to Section 2000, 2.0 Terms of the original Agreement, the City and Contractor may extend the term of the agreement upon mutual agreement by both parties. C. On or about May 21, 2013, the City approved Amendment No. 1 to the original agreement, extending the terms for one (1) additional year (first extended term) July 1, 2013 through June 30, 2014. D. On or about June 3, 2014 the City approved Amendment No. 2 to the original agreement, extending the terms for one (1) additional year (second extended term) July 1, 2014 through June 30, 2015. E. Contractor and City now wish to amend the original Agreement to extend the term for one (1) additional year (third extended term) July 1, 2015.through June 30, 2016. AMENDMENT: In consideration of the foregoing Recitals and the covenants and promises hereinafter contained, and for good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties hereto agree as follows: As provided in Section 2000, 2.0 Contract Terms of the existing Agreement, the City and Contractor have agreed to extend the term of the agreement for one (1) additional year, commencing July 1, 2015 through June 30, 2016. In all other respects, the original agreement shall remain in effect. IN WITNESS WHEREOF, the City and Contractor have executed this Amendment No. 3 to the Agreement with A.M. La Salle Electric, Inc. for Project No. LMC 2011-15 Landscape Lighting Maintenance Services for Landscape & Lighting District 89-1 on the respective dates set forth below. CITY OF LA QUINTA a California'municipal corporation Digitally signed by Frank J. Spevacek DN: serialNumber=l n615nh01202cvmj, c=US, st=California,l=La'Quinta, o=Frank J. Spevacek, cn=Frank J. Spevacek Date: 2015.07.06 11:15:39-07'00' Frank J. Spevacek, City Manager Date ATTEST: Digitally signed by City of La Quinta DN: serial Nu mber=6fmhzhdhvfjz93cr, c=US, st=California, I=La Quinta, o=City 4 La Quinta, cn=City of La Quinta Date: 2015.07.07 08:48:23-07'00' Susan Maysels, City Clerk APPROVED AS TO FORM: William Irke, City Attorney CONTRACTOR: A. E ELECTRIC INC. By: Name: L! SAC Title: b t-iU i Date: J-4 n1 & t A.M. La Salle Electric, Inc. P.O. Box 2859 68-342 Kieley Road Cathedral City, CA 92234 AMLASAL-01 DNIELSEN ,a�oRo CERTIFICATE OF LIABILITY INSURANCE DATE(M 6/26/201YYY) 2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER License # OF09643 Desert Empire Ins Services, Inc. 77564 Country Club Drive Suite 401 Palm Desert, CA 92211 NAME: Diane Nielsen PHONE 760 360-4700 FAX A/c No Ext: ( ) A/c No : (760) 360-4799 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Ironshore Specialty Insurance Co 25445 INSURED INSURER B : HDI - Gerling America Insurance Company 41343 A M La Salle Electric Inc DBA: La Salle Lighting and Solar Electr P O Box 2859 INSURER C : National Union Fire Ins Co of Pittsburgh PA 19445 INSURER D : Redwood Fire and Casualty Insurance Company 11673 INSURER E : Travelers 25674 Cathedral City, CA 92235-2859 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD UBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYW LIMITS A X COMMERCIAL GENERAL LIABILITY - EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE FXI OCCUR AGS0022903 04/01/2015 04/01/2016 DAMAGE TO RENTEU50,000 PREMISES Ea occurrence $ MED FRCP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JE� LOC PRODUCTS -COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY OMBI EDtSINGLE LIMIT $ 1,000,000 B X ANY AUTO GA20X000362 04/01/2015 04/01/2016 BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE Per accident $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 9,000,000 C X EXCESS LIAB CLAIMS -MADE EBU048403308 04/01/2015 04/01/2016 AGGREGATE $ 9,000,000 DED I X I RETENTION$ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A 4400067715-141 10/01/2014 10/01/2015 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 E Equipment Floater QT660772OM725TIL15 04/01/2015 04/01/2016 Leased/Rented 100,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project No. 2011-15, Landscape Lighting Maintenance Services City of La Quinta are named as additional insured per attached CG2010 0704. Insurance is primary & non-contributory. Waiver of Subrogation applies to general liability & workers compensation per attached. I C MULULK City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATTII�VyE SJ ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AG S 00 2 2 903 COMMERCIAL GENERAL LIABILITY CG 2010 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) Or O anization s : Locations Of Covered Operations Additional Insureds shown in a written contract, or written Any location. agreement that includes primary and non-contributory wording. The inclusion of one or more Insured under the terms of this endorsement does not increase our limits of liability. other terms and conditions remain unchanged. I Information required to complete this Schedule, if not shown above will be shown in the Declarations. I 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 ads 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. B. Wth 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. CG 20 10 07 04 C ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NUMBER: AG S 0 0 2 2 9 0 3 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Whereas Required by Written Contract Information required to complete the Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: 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 04 06 09 C Insurance Services Office, Inc., 2008 Page 1 of 1 0 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410A (Ed 07-07) - WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS 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.) The additional premium for this endorsement shall be 2.00 % of the total policy premium otherwise due on such remuneration. The minimum premium for this endorsement is $ 350 00 _ Schedule Person or Organization Job Description ALL ORGANIZATIONS FOR WHOM THE WAIVER OF SUBROGATION IS ALL CALIFORNIA OPERATIONS ISSUED 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 10/01/2014 Policy No. 4400067715-141 Endorsement No. 1 Insured A M LA SALLE ELECTRIC, INC. Premium $ Insurance Company Countersigned by Redwood Fire and Casualty Insurance Company WC 99 04 10A (Ed 07-07)