Loading...
Paul Gardner/Adams & Signals 95SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and Paul Gardner Corporation, herein referred to as, "Contractor". WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for PROJECT NO.95-04, ADAMS STREET EXTENSION/4-SIGNALS, in the City of La Quinta, California pursuant to the Invitation to Bid, dated December 1,1995, the project Specifications, and Contractor's Bid, dated December 15,1995, 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 Us Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frames for construction work shall be in accordance with those specified in the Contractor's 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 seventy five (75) consecutive days from the date of Notification to Proceed. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration of Four hundred seventy nine thousand, six hundred ninety three dollars ($479,693) plus such additional amounts for adjustments to the estimated quantities contained in the Bidder's Schedule and for extra work covered by approved Change Orders, if any, as are provided for in the Specifications, so that the total expenditures on said Contract shall not exceed $479,693 without prior approval of the City Council and written amendment to this Contract. 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. 8. Contractor agrees to indemnify, hold harmless, release and defend (even if the allegations are false, fraudulent or groundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability, loss, suits, claims, damages, costs, judgements and expenses (including attorney's fees and costs of litigation) which in whole or in part are claimed to result from or to arise out of the usage or operation, including the malfunctioning of, or, any injury caused by, any product purchased herein, or any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. The is agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and damage to property (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person 9. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self- insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 11, In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.) Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $500.00 liquidated damages for each such breach committed under this contract. 12. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 13. This Contract shall not be assignable by Contractor without the written consent of City. 14. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 15. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 16. Contractor certifies that it is the holder of any necessary California State Contractors 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 Quints. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 20. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. Agreement 1300-2 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. Dated: ` —l0—'� `Y ATT S : dra Juhola, City Cle APPROVED AS TO FORM: LOW O1—U3—,,4 Dated: 61— 03 -94 CITY OF LA QUINTA, a California municipal corporation By: p! )LZL Glenda Bangerter, May "CITY" Dated: Dated: CO ig 0e; corn"—n()k) By: Name: CAUL iZ 5a,7 t-vZ- -2— Title: 076 t`5 t�J7 By: Name: 2 M n105L - Title: 56z¢c' M?Y "CONTRACTOR" (If corporation, affix seal) Agreement 1300-3 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: 'I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature 40L 1Z -�NZF-7?-)l rAUL- g—AlzD)oL�4Z C621)1167(t7.) Name of Contractor Title 01-0Z>-94 Date Workers' Compensation Insurance 130" BOND NUMBER B1828563 PREMIUM: $5,756.00 EXECUTED IN TRIPLICATE SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on December 19, 1995, awarded to Paul Gardner Corporation, hereinafter designated as the Principal, a Contract for PROJECT NO.95-04, ADAMS STREET EXTENSIONA-SIGNALS, and WHEREAS, said Principal is required under the terms of said Contract to famish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and RELIANCE INSURANCE COMPANY as Surety, are held and firmly bound unto the City in the just and full amount of Four Hundred Seventy Nine Thousand Six Hundred Ninety Three dollars ($479,693) 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. 1300-4 Faithrul Ped'onnance Bond STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On DECEMBER 28, 1995 before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/ her/their 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(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL ROSEMARY STANDLEY commiss*N #967459 = Notvy Pudic • Calilomia M y� , RIVERSIDE COUNTY pgg iwvv vvvvo�v�vvvvv This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TM-E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rev.6/94 ALL-PURPOSE ACKNOWLEDGEMENT IN WITNESS WI-IEREOF, the Principal and Surety have executed this instrument under their seals this 28th day of DECEMBER , 19 95 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) �c�i!>7r'�lil le of Signatory RELIANCE INSURANCE COMPANY Surety ATTORNEY —IN —FACT Title of Signatory Faithful Performance Bond 1300-5 BOND NUMBER B1828563 PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN TRIPLICATE SECTION 1320 PAYMENTBOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quints, a municipal corporation, hereinafter designated the City, has, on December 19, 1995, awarded to Paul Gardner Corporation, hereinafter designated as the Principal, a"Contract for PROJECT NO.95-04, ADAMS STREET EXTENSIONA-SIGNALS , and WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and RELIANCE INSURANCE COMPANY , as Surety, are held and firmly bound unto the City in the just and full amount of Four Hundred Seventy Nine Thousand Six Hundred Ninety Three dollars ($479,693) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our hens, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1300-6 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On DECEMBER 28, 1995 ,before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/ her/their 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(s) acted, executed the instrument. WITNESS my hand and official seal. Signature �R" OPTIONAL ROSEMARY STANDLEY c co�aeisslor+lI9137459 � , m rrowy wcrl� • elueallr _ • RR�ER�� E C � auNE r. tea This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnfY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE raosi Rev.6/94 ALL-PURPOSE ACKNOWLEDGEMENT IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 28th day of DECEMBER , 19 95 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) �l\U�e71y0�1�1:z�IiS77H7�,+ � � s— ,' ME-51Q---AY—( Title of Signatory RELIANCE INSURANCE COMPANY Surety ATTORNEY —IN —FACT Title of Signatory Payment Bond 1300-7 HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Michael D. Stong, Individually, of Riverside, California, its true and lawful Attorneyls)-in-Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorney(s)-in-Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorneys) -in -Fact at any time and revoke the power and authority given to them. 2. Attorneyls)-in-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 30 day of September, 1993 RELIANCE INSURANCE COMPANY 09UK vct 4 >4 STATE OF Washington Vice Vic COUNTY OF King �M On this 30 day of September, 1993 personally appeared Lawrence W. Cadstrom to me known to be the Vice President of the RELIANCE INSURAN PANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporatE�C that Article VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, are still in f fi r_( �. fi `'t F=IiLI�EC` �a Notary Public in and for State of Washington \ ,C. �� //'�• ' Residing at Sumner 1, Robyn Layng, Assistant Secretary of the RELIANCE IN IIC(Jj lA do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said RELIA fbSUR COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 28TH day of DECEMBER 1995 7-) Assistant Secretary BOR-1431 Ed. 3t93 4 CONTRACT: Adams Street Extension/ 4 - Signals CONTRACTOR: Paul Gardner Corporation 901 South Sultana Avenue P.O. Box 3730 Ontario, CA 91761 CONTRACT Sheet 1 of 13 PROJECT NO. 95-04 CHANGE ORDER NO. 01 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 The contractor shall furnish all labor, equipment and material to preform the Time and Materials Work as follows: On the south west comer of Fernando and Eisenhower, re -dig traffic signal pole base foundation; Remove and replace concrete sidewalk. On the north east comer of Washington Street, at the La Quinta Shopping Center entrance, remove abandoned 8" waterline, pickup city signal pole and prepare pole for standing. On the south west comer of Washington street, at the La Quinta Shopping Center entrance, Trench for 5" conduit to electrical vault, install 5" service conduit, trench for 3" conduit to service meter, place concrete foundation and install stub outs for service meter, backfill service trenches and relocate irrigation lines in conflict with service conduits. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $2,805.79 Previous Contract Amt. Through Change Order No. 0 $ 479,693.00 Add this Change Order $ 2,805.79 Revised Contract Total $ 482,498.79 By reason of this contract change order the time of completion is adjusted as follows: -0- days added/deleted to contract time. The revised contract completion date shall be: 6 /17 /96 Submitted Approved By- / 4e6AT►*at.0 Date: 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, andperform all services necessary to complete the above specified worm and hereby agypt ag f ll payment the amount shown above. Accepted By: �/ ` ` y Title: V'F)o I Contractor: %CAUL 6A1201&W _ «02 �1,00 Date: 11-11- 99 F:\PWDEPT\PROJECTS\9504\CCOI. W PD OCT-30-96 WED 2: 39 PPi PAT17L GAPDIIER N" FA: BIO, 909 984 i "8 P, 1 PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFHCE BOX 3730 9091984-1714 ONTAMO, CAUFORNIA 91761 FAX 909/984-1120 Panafax phone Number FAX TRANSMITTAL LEAD SHEET 909/984-1128 To verify,, call 909/984-1714 DATE & - - __" Gr, - Number of pages transmitted, 'ncluding this lead shoot�� i' if you have any questions or problems regarding this transmittal, Please contact the sander at the verifying number listed above. Thank you. OC.T-29-96 IUE 12; OG P11 PAUL :AKENEP COFF FA,X NO. H9 984 1128 PAUL GARDNER CORPORATION 901 SOJTH SJLIANA AVENUE FAST OFFICE BOX 3730 909/984-1714 ONTARIO, CALIFORNIA V1761 P. 2 FAX 909J984.1126 DAIL[ EXTRA WORK REPORT CITY OF LA 4UIRTA CONTRACTOR REPORT 1 PROJECT - ADAMS ST EXTENSION/4-5I0NALS, PROJECT 95-04 DATE PERFORMED 08/09/96 DATE OF REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK F IG WE, S/W CORNER FERNANDO A EISENHOWER IEQUIP NO i EQUIPMENT INCURS IRATE 1AMOUNT I LABOR 126 ITRUCK, DUMP, 2 AXLE 1 1.5 1 $17.54 1 $26.31 ILABORER TRAINEE It 1 24 LAIR COMPRESSOR, 100 CFM 1 1.5 1 $5.47 1 $8.21 1 G GARCIA I [AIR TOOL, 90 LE 1 1.5 I 51.93 1 $1.70 I I I I I I I AND/OR WORK DONE BY SPECIALISTS DESCRIPTION I NO TAX B 7•75X1 COST OF EQUIPMENT, MATERIALS, & WORK PAUL GARDNER CORPORATION POST OFFICE BOX 3730 ONTARIO CALIFORNIA, 91761 (909)984.1714 COST $0.00 HOURS OT REG OT REG OT REG REG REFERENCE CCO CONTRACTOR JOB 95326 IRATE I AMOUNT I 1 3 1 $19.62 1 $58.86 i.... i.....2...... YIBDBIDIA{. JJY.W .. saw=== ...... eae1ADDED PERCENTAGE 27.34 $16.09 v m==—====.a.=====ISUBSISTENCE ........ __—==v...ITRAYEL EXPENSE --=.r=====---==.o=10THER saw ... 0...: -I ....:-===== .... ====1TOTAL COST OF LABOR A $74.95 ag_=...... -I 8 $36.21 +NARK^UP ON LABOR COST 15%(A) $11.24 *MARK-UP ON EQUIP, MAIL 8 WORK 158(B) $5.43 SUBTOTAL 1 $127.84 BOND 2K1 $2.56 TOTAL THIS REPORT i $130.39 O T-%9-96 TUF 17'06 FM PA7L GARDllFR LORF FAY H, 909 984 1128 PAUL GARDNER CORPORATION 90'; SOUTH SULTANA AVENUE POST OFFICE BOX 3730 909/984-7714 ONTARIC, CAL,FORNIA 91761 DAILY EXTRA WORK REPORT CITY OF LA OUINTA PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95-04 DATE PERFORMED 08/14/96 DATE OF REPORT 10/29/96 FAX 909/984-1128 CONTRACTOR REPORT 2 REFERENCE CCO WORK PERFORMED BY PAUL GARDNER CORPORATION n........ n. n. vcw RFNOVF ARAMMMFn R-1 1. INE- HIE CORNER WASHINGTON a SHOPPING CTR CONTRACTOR JOS 95326 1EQUIP NO 1 126 1 24 i I EQUIPMENT IHOURS� ITRUCK, DUMP, 2 AXLE I (AIR COMPRESSOR, 100 CFM 1 (AIR TOOL, 90 LB 1 1 1 i IRATE (AMOUNT I 1 $IT.54 I $17.54 ILABORER 1 $5.47 1 $5.47 I 1 $1.13 1 21.13 1 � LABOR TRAIKEE 1 10T F MAREZ IREG 10T 1HOURS I 2 1 RE6 IRATE I I 914.28 1 I I AMOUNT 1 I $28.56 1 I I I I I I I JOT REG 1 OT I ( I I I `REG RE I 1 I IGT I I I I I I IREG i i i IOT 'REG OT REG JOT I i i I I I I IMATERIAL AND/OR WORK DONE Sy SPECIALISTS ____i NO. + COBT i i I DESCRIPTION REG iOT I I I f I I I IREG i 1 1 1 I I I ( I I 1••uNoo.===_..... 18UBTOTAL S28.56 1 I I I I""ssac=======----JADDED PERCENTAGE 27.34 $7.81 1 1 I I I i........ ''`"=====(TRAVEL EXPENSE 1 1 I I 1••••— '=.... ITOTAL CDST OF LABOR A $36.37 I ISALES TAX B 7.75%1 ITOTAL COST OF EQUIPMENT, MATERIALS, 1 & WORK 1 $0.00 1===—-=°-"-°="===1 I B 924.14 1 +MARK-UP ON LABOR COST 15%(A) $5.46 1 +MARK-UP ON EQUIP, MATL R WORK 15%(B) 63.62 I PAUL GARDNER CORPORATIONSUBTOTAL I 1 I $69.58 1 POST OFFICE BOX 3730 BOND 2%1 $1.39 1 1 ONTARIO CALIFORNIA, 91761 1 I S70.98 1 (909)984 1714 TOTAL THIS REPORT 96 TUE 12; Pig: I GP.Rr'IFR CORE FAX 1a1,. 909 984 1128 PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVFNUF POST OFFICE BOX 3730 909/984-1714 ONTARIO, CALiF02NIA 91761 FAX 909/984.1128 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 3 PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95-04 DATE PERFORMED 09/05/96 DATE OF REPORT 10/20/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK TRENCH FOR 5" CONDUIT TO VAULT, S/W CORNER WASHINGTON Q LA QUINTA WIT REFERENCE CCO CONTRACTOR JOB 95326 (EQUIP NO I EQUIPMENT INCURS IRAT! JAMQUNT I LABOR INCURS IRATE I AMOUNT I 126 ITRUCK, DUMP, 2 AXLE ! 5.5 I $17.54 1 $96.47 [ELECTRICIAN IOT I I 24 (AIR COMPRESSOR, 100 CFM J 5.5 I $5.47 I $30,09 I R ROSA$ IREG 5.5 I $30.98 I 1170.39 I 124 ITRUCK, 15,500 GVW I 5.5 I $12.61 I 369.36 (LABORER TRAINEE I IOT I I I 1 1 1 F MAREZ IREG 5.5 I 314.28 I 578.54 E I I I I I AL AND/OR WORK DONE BY SPECIALISTS DESCRIPTION I NO. BALES TAX N 7.75XI TOTAL COST OF EQUIPMENT, MATERIALS, & WORK PAUL GARDNER CORPORATION POST OFFICE BOX 3730 ONTARIO CALIFORNIA, 91761 (909)984.1714 COST $0.00 JOT I I IREG I I JOT IREG I I IOT I I IREG I J IDT IREG I JOT I I IREG I I JOT [ I IREG J I JOT I I IREG I I i I I-- ............. ... J SUBTOTAL ==z................JADDED PERCENTAGE 27.34 ............7 ..... ISUBSISTENCE EXPENSE w�..ov�o..o.:r_z (OTHER I... ....... ITOTAL COST OF LABOR A $243.93 $68.06 B $195.91 +MARK-UP ON LABOR COST 15%(A) 547,55 +MARK-UP ON EQUIP, MATL & WORK 15%0) $29.39 J� I 8U5TOTA1. I SS69.83 BOND 2XI S11.80 (- TOTAL THIS REPORT J $601.63 KT-?9-9; TUF 112:57 PIM PAU GARDNER NRP FAX NO, K9 H4 1128 PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFFICE BOX 3730 Q09/984-1714 ONTARIO, CALIFORNIA 91761 P, 5 FAX 909/954. 1128 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 4 PROJECT - ADAMS ST EXTENSION/4•SIONALS, PROJECT 95-04 DATE PERFORMED 09/0&/96 DATE OF REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK INSTALL 5" SERVICE CONDUIT, S/W CORNER WASHINGTON 8 LA GUINTA CIA [EQUIP NO I EQUIPMENT INCURS IRATE (AMOUNT I LABOR IHOUR$ I 126 ITRUCK, DUMP, 2 AXLE J 4 I $17.54 I 570.16 (ELECTRICIAN JOT I 24 JAIR COMPRESSOR, 100 CFM I 4 I S5.47 I $21.88 I R ROW IREG 124 ITRUCK, 15.500 GVW I 4 I S12.61 J $50.44 ILABORER TRAINEE i JOT JAIR TOOL, 35 LB I 4 I 60.53 I $2.12 I F MARE7. IREG AL AND/OR WORK DONE BY SPECIALISTS DESCRIPTION I N0. T, SK $0, PVC, 5.00" J 20 SK $0, PVC, 3" X 48" I i MIX, BAG I 1 I I J SALES TAX E 7.75X1 TOTAL COST OF EQUIPMENT, MATERIALS, & WORK PAUL GARDNER CORPORATION POST OFFICE BOX 3730 ONTARIO CALIFORNIA, 91761 (909)984-1714 COST $2.9293 $24.5000 52.7000 $58.59 $24.50 $2.70 ....uuu. $6,65 I .......... mamma__' JOT IREG JOT IREG JOT IREG JOT IREG JOT IREG IDT IREG IOT IREG REFERENCE CCO CONTRACTOR JOB 95326 4 j $30.98 4 I $14.28 AMOUNT $123.92 $57.12 I I I SUBTOTAL 8181,04 I ADDED PERCENTAGE 27,34 $49,50 I OU96ISTENCE I TRAVEL EXPENSE I TOTAL CURT UP LAW" g 9237.03 ♦MARK-UP ON LABOR COST 15%(A) $34.58 +MARK-UP ON EQUIP, NATL & WORK 1S%(B) $35.56 I I SUBTOTAL I $537.71 BOND 2%1 $10.75 TOTAL THIS REPORT I $543.46 C' T-30—'G WED 2;33 E��s 7PA'K GJAPDNER CIRE EriX \0, 909 98- 1'`8 P. PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFFICE BOX 3730 40V/95d"1714 ONTARIO, CALIFORNIA 91761 FAX 909/964-1125 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 5 PROJECT • ADAMS ST EXTENSION/4-SIOHALS, PROJECT 95.04 DATE PERFORMED 09/11/96 DATE Of REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK REMOVE & REPLACE SIDEWALK, S/W CORNER EISENHOWER & FERNANDO (EQUIP ND I EQUIPMENT INOURS IRATE JAMOUNT I LABOR I 126 ITRUCK, DUMP, 2 AXLE I 1 I $lr.54 I $17.54 JELECTRICIAN I I I R ROSA$ 1 I I I ILABCRER TRAINEE II t I 1 I I J KENNEDY I I 1 (MATERIAL AND/OR WORK DONE BY SPECIALISTS 1 DESCRIPTION f NO, COST ICONCRETE, YD 0.5 S49,1100 SALES TAX & 7.75%1 TOTAL COST OF EQUIPMENT, MATERIALS, & WORK PAUL GARDNER CORPORATION POST OFFICE BDX 3730 ONTARIO C,SLIFORM1A, 91761 (909)984.1714 S24.56 S1.90 1 2 REG OT REG OT REG OT REG REFERENCE CCU CONTRACTOR JOB 953Z6 `RATE I AMOUNT I I 530.98 ( $30.98 I I $19.62 1 $39.24 ADDED PERCENTAGE 27.34 S19,20 1 SUBSISTENCE TRAVEL EXPENSE OTHER i TOTAL COST OF LABOR A $89.42 B $44.00 *MARK-UP ON LABOR COST 15%(A) $13.41 MARK-UP ON EQUIP, MATL & WORK 15%(B) $6.60 1 I I I SUBTOTAL i $153.43 I BOND 2XI 93.01 1-1 TOTAL T141S REPORT 1 5156.80 �=====x=m__z_-I CC'T-30-96 6IED 0:40 FN F:,'' DiiEF 'aOF,F FA}: 11' 909 984 1 i?E PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE P05T OFFICE BOX 3730 009/984-1714 ON TARIO, CALIFORNIA 91701 FAX 9D91'984-1128 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 6 PROJECT - ADAMS ST EXTENSION/4-SIONALS, PROJECT 95.04 DATE PERFORMED 09/12/96 DATE OF REPORT 10/29/96 REFERENCE CCO WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK TRENCH FOR SERVICE CONDUIT, S/W CORNER WASHINGTON 8 LA QUINTA CTR CONTRACTOR JOB 95326 1EOUIP NO I EQUIPMENT IHOURS IRATE (AMOUNT I LABOR lHOURS IRATE I AMOUNT I I I I I IELECTRICIAN JOT 1 124 (TRUCK, 15,500 GVW I 3 1 $12.61 1 $37.83 I R ROSAS IREG 3 1 $30.98 1 192.94 1 24 JAIR COMPRESSOR, 100 CFM I 3 ( $5.47 1 $16.41 1LABORER TRAINEE 1 JOT I I I (AIR TOOL, 35 LB, 2 EA I 6 ( $0.53 1 $3.18 1 F MAREZ _ JREG 3 1 $14.28 1 $42.84 I I I I I 1 IQT I I IREG I I I I I JOT I I I I I I I I IREG I I I I I I I JOT I I I I I I I IREG I I 1 07 IREG IMATERIAL AND/OR WORK DONE BY SPECIALISTS J I NO, I COST I i JOT IREG I I I DESCRIPTION ICONDUIT, SK 40, PVC, 2.00" 1 30 1 10.4493 1 S13.48 1 JOT I 1 ISWEEP, SK 80, PVC, 2" X 36" 1 1 1 $10.2200 1 $10.22 1 IREG I 1 JELL, 90, SK 80, 2.00" 1 1 1 $4.8150 1 f4.82 1 JOT 1 I I I I I IREG I I I i I f JI I I I I I 1..oao.......... ISUBTOTAL $135.78 I I I I J-'-'�'"--.:__===IADDED PERCENTAGE 27.34 $37.12 ITRAVE$TEXPENSE ................... 1 I I j 1.�eccccc.c..��ae_�10THER I J J J I.m --- ==_____=====TOTAL COST OF LABOR A $172.90 ISALES TAX 0 7.75%1 I 1 $2.21 1...................I B $88.14 ITOTAL COST OF EQUIPMENT, MATERIALS, 6 WORK 1 I *MARK-UP ON LABOR COST 15%(A) $25.94 I +MARK-UP ON EQUIP, MATL 8 WORK 15%(B) J $13.22 PAUL GARDNER CORPORATION POST OFFICE BOX 3730 SUBTOTAL I BOND 2%1 4300.20 S6.00 ONTARIO CALIFORNIA, 91761 J I1av I (909)984-1714 TOTAL THIS REPORT I $306.21 cr_c:,nca 00T-29-96 TIUE 12; 09 PIuI PAUL GARIP"LER CORP FtiR 110. 909 98 1128 PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFFICE BOX 3730 909/954-1'/ 14 ONTARIO, CALIFORNIA 91761 P. 8 FAX 909/984-1128 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 7 PROJECT - ADAMS ST EXTENSION/4-SIQNALS, PROJECT 95-04 DATE PERFORMED 09/13/96 DATE OF REPORT 10/29/96 LARK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK POUR FOUNDATION & STUBOUT, WASHINGTON & LA QUINTA CTR JEOUIP NO I EQUIPMENT INCURS IRATE (AMOUNT I LABOR 1 124 (TRUCK, 15,500 GW I 2 I 512.61 I $25.22 IELECTRICIAN R ROSAS I I I I I I I I 1 MATERIAL AND/OA WORK DONE BY SPECIALISTS NO. (ALES TAX B 7.75%I J TOTAL COST OF EQUIPMENT, MATERIALS, & WORK _ PAUL GARDNER CORPORATION POST OFFICE BOX 3730 ONTARIO CALIFORNIA, 91761 (909)984.1714 COST I HOURS 107 IREG JOT IREG JOT IREG JOT IREG IOT IREG JOY IREG JOT IREG JOT IREG JOT IREG REFERENCE CCO CONTRACTOR JOB 95326 IRATE I AMOUNT 1 1 2 1 $30.98 J 961.96 I=_=_=_====.zz==== SU670TAL SO1.V6 PERCENTAGE 27.34 $16.94 J I..... .... . 0... elev ISUBSISTENCE I.zz_zz==_=...e=_..ITRAVEL EXPENSE I 1==ez=c=a.=======zezJOTHER I=====ee=exvevv=====I .....ITOTAL COST OF LABOR A $78.90 J $0.00 J................===I J B S25.22 J J *MARK-UP ON LABOR COST +MARK-UP ON EQUIP, MATL & WORK SUBTOTAL BOND TOTAL THIS REPORT 15%(A) 611.83 ISMS) $3.78 1 $119,74 J 2%I $2.39 I 1 $122.13 OGi-80-96 'NEE 2 : 4 0 P1,I PAU' GAR"NEP CHP r'AX NO. 909 984 1128 p 4 a, PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFFICE BOX 3730 909/9840714 ONTAWO, CAUIFORMA 91761 DAILY EXTRA WORK REPORT CITY OF LA QUINTA PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95.04 DATE PERFORMED U9123/96 DATE OF REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK BACKFILL SERVICE TRENCH, S/W CORNER WASHINGTON 8 LA QUINTA CTR NO J EQUIPMENT 126 ITRUCK, DUMP, 2 AXLE 24 JAIK COMPRESSOA, 100 CFM IAIR TOOL, 35 LS 2 i 1 MATERIAL AND/OR WORK DONE BY SPECIALISTS DESCRIPTION CONDUIT, SK 40, PVC, 3.001, J 19 SWEEP, SK 80, PVC, 3" X 18" J 1 TAX B 7.75X1 COST OF EQUIPMENT, MATERIALS, $ WORK $17.54 $5.47 $0.53 COS" $0.9094 $19.0000 INT J LABOR IHOU $35.08 JLABORER TRAINEE II JOT $5.47 J F ZUNIGA DREG $0.53 JLABORER TRAINEE I JOT I F MAREZ IREG J JOT IREG i JOT IREG J JOT J IREG J JOT IREG J JOT I JREG 517.2E J JOT $19.00 i JREG J JOT IREG i--ev=avoece=a=c=_e FAX 9C9/984.1128 CONTRACTOR REPORT 8 REFERENCE COO CONTRACTOR JOB 95326 2 I 519.62 I 2 � 514.2E AMOUNT $39.24 $28.56 TAL 567.80 PERCENTAGE 27.34 $18.54 STENCE L EXPENSE TOTAL COST OF LABOR A $86.34 $80.17 i •MARK-UP ON LABOR COST 15%(A) $12.95 J I +MARK-UP ON EQUIP, MAIL $ WORK 15%(B) $12.03 J I PAUL GARDNER CORPORATION SUBTOTAL i J J $191.48 J POST OFFICE BOX 373D BOND 2%J 63,83 J ONTARIO CALIFORNIA, 91761 (909)984-1714 TOTAL THIS REPORT J $195.31 u E 1 r 1r"T-2n-9r WED 2:41 nM RAU"R71,H 'OR 9H, 9$4 112 PAUL GARDNER CORPORATION 9C1 SOUTH SULTANA AV'NUE POST OFFICE BOX 3730 90919$4.1714 ONTARIO, CALIFORNIA 91741 DAILY EXTRA WORK REPORT CITY OF LA QUINTA PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95-04 DATE PERFORMED 10/01/96 DATE OF REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK PICKUP CITY POLE, PREP FOR STANDING, POLE 6, WASHINGTON B LA QUINTA CTR EQUIP NO I EQUIPMENT INCURS 124 ITRUCK, 15,500 DVW I 2 79 INYD CRANE, TRUCK MNTO I PITMAN, NL-858 I 2 I I I I I I I I I I ( I I I ERIAL AND/011 WORK DONE BY SPECIALISTS DESCRIPTION I N0. LL SIT, I-' I 1 TAX 2 7.75K1 COST OF EQUIPMENT, MATERIALS, S WORK .E JAMOUNT I LABOR 112.61 j $25.22 (ELECTRICIAN I I R ROSAS $17.66 I $35.32 JLASORER TRAINEE II I I J VARGAS I I I J KENNEDY 1 I 1 I I ( I I COST $45.0000 $45.00 IOT IREG IGT IREG JOT IREG JOT IREG IGT IREG IGT IREG JOT IREG I 2 2 2 FAX 9091984-1128 CONTRACTOR REPORT 9 REFERENCE cco CONTRACTOR JOB 95326 RATE S30.98 $19.62 119.62 S61.96 $39.24 $39.24 ................... IWCIVIAL *IOU." I PERCENTAGE 27.34 $38.4D I l=====*v==vqm=w===vwlTRAVEL EXPENSE i I===========---=====ITOTAL COST OF LABOR A $178,84 J $3.49 s f109.03 I I +MARK-UP ON LABOR COST *MARK-UP ON EQUIP, MATL 8 WORK PAUL GARDNER CORPORATION SUBTOTAL POST OFFICE BOX 3730 BOND ONTARIO CALIFORNIA, 01161 (909)9B4-1714 TOTAL THIS REPORT I 15X(A) $26.83 I 15X(8) $16.35 I I I $331.04 I 2Xj S6.62 _1 I $337.66 I m1• , r rn{? Qf - { OOT-29-96 ICE 12:11 PNI PAUL GAP,:NER CORP FAL NO. .;��7 98� 11 PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE POST OFFICE BOX 3730 VL'V/984 U 14 ONTARIO. CALIFORNIA 9174' DAILY EXTRA WORK REPORT CITY OF LA QUINTA PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95.04 DATE PERFORMED 10/02/96 DATE OF REPORT 10/29/96 WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK INSTALL CITY FURNISHED POLE, POLE 6, WASHINGTON & LA QUINTA CTR NO I EQUIPMENT 124 ITRUCK, 15,500 GVW 79 IHYD CRANE, TRUCK MNTD I PITMAN, ML-858 HOURS IRATE 2 I $12.61 I 2 I $17.66 (MATERIAL AND/01 WORK DONE BY SPELIALIsM DESCRIPTION I NO• I I I � I I I I I � I I I i I ISALES TAX 8 7.75%I 1 ITDT4L COST OF EQUIPMENT, MATERIALS, & WORK PAUL GARDNER CORPORATION POST OFFICE BOX 3730 ONTARIO CALIFORNIA, 91761 (909)984-1714 COST INT I LABOR $25.22 ELECTRICIAN I R ROBAS $35.32 ILABORER TRAINEE II I J KENNEDY (LABORER TRAINEE I I F MAREZ 2 2 2 REG OT REG OT REG OT REG FAX 9091964.1128 CONTRACTOR REPORT 10 REFERENCE CCO CONTRACTOR JOB 93326 RATE $30.99 $19.62 $14.28 AMOUNT I 561.96 I I $39.24 I $28.56 I SUBTOTAL $129.76 ADDED PERCENTAGE 27.34 $35.48 SUBSISTENCE TRAVEL EXPENSE I..........rcvoa =-1 I•= =1TOTAL COST OF LABOR A 6165.24 $0.00 I .......... ........= I B 860.54 +MARK-UP ON LABOR COST +MARK-UP ON EQUIP, MAIL & WORK SUBTOTAL BOND TOTAL THIS REPORT ,PAoeT c 15%(A) $24.79 IWO) $9.08 I i259.64 2%1 $9.19 CC3-E°-96 7E 17. 1 PH FA"L GARENER i,CRP FAX NC. 9u9 934 1128 F. 1 PAUL GARDNER CORPORATION 9C1 SOUTH SULTANA AVENUE POST O:FICE BOX 3730 909/984-1714 ONTAR10, CAOFORNIA 91761 FAX 909/984.1 i28 DAILY EXTRA WORK REPORT CITY OF LA QUINTA CONTRACTOR REPORT 11 PROJECT - ADAMS ST EXTENSION/4-SIGNALS, PROJECT 95-04 DATE PERFORMED 10/08/96 DATE OF REPORT 10/29/96 REFERENCE CCO WORK PERFORMED BY PAUL GARDNER CORPORATION DESCRIPTION OF WORK RELOCATE SPRINKLER LINES, S/W CORNER WASHINGTON & LA QUINTA CTR CONTRACTOR doh 95326 EQUIP NO I EQUIPMENT 126 ITRUCK, DUMP, 2 AXLE 24 1AIR COMPRESSOR, 100 CFM HOURS IRATE (AMOUNT 5 I $17.54 I 887.70 I 5 $5.47 $27.35 III MATERIAL AND/Olt WORK DONE BY SPECIALISTS I COST DESCRIPTION I N0. CONDUIT, SK 40, PVC, 1.00" i 10 I $0.2170 CONDUIT, SK 40, Pvc, 1.22511 10 $0.2937 CONDUIT, SK 40, PVC, .75" I 10 $0,1460 ELL, 90, SK 40, PVC, 1.00" i 8 I 81.2200 ELL, 90, SK 40, PVC, 4 $1.7000 ELL, 90, SK 411, PVC, .75" 4 0.7800 COUPLING, PVC, 1.00" I 6 $0.2040 COUPLING, PVC, 1.25" I 6 $0.2720 COUPLING, PVC, .75" i 6 I $0,1320 .PVC SOLVENT CEMENT, PT I 1 I $3.9000 13/8" CRUSHED ROCK, TON 1 S93500 I (SALES TAX 8 7.75%I ITOTAL COST OF EQUIPMENT, MATERIALS, 8 WORK LABOR 1NOURS LABORER TRAINEE 11 IOT J KENNEDY DREG 5 REG OT REG OT REG RATE AMWNI Si9.ti2 � 598.10 $2,17 10T I S2.94 I (REG I $1.46 IOT I $9.76 1REG $6.90 I S3.12 $1.22 •••ISUSTOTAL $1.63 I===•••••••••••....a IADDED PERCENTAGE 27.34 S0.79 53.90 ... ITRAVEL EXPENSE I--c.ea=s:ce===•mITOTAL COST OF LABOR A $26.82 $124.92 $1 1 *MARK-UP ON LABOR COST I5%(A) %18.74 I +MARKUP ON EQUIP, MATL & WORK 15%(B) S24.30 I I I SUBTOTAL 2%I PAUL GARDNER CORPORATION SUBT I U.60 I I POST OFFICE BOX 3734 OND ONTARIO CALIFORNIA. 91761 TOTAL THIS REPORT I 8336.82 (909)984-1714 PROFESSIONAL SERVICES AGREEMENT: Sheet I of 2 PROJECT NO. 95-04 Civil Engineering Design Services Adams Street between Westward Ho and Miles Avenue CONSULTANT: Mainiero, Smith and Associates, Inc. 777 East Tahquitz Canyon Way, Suite 301 Palm Springs, CA 92262 CONTRACT CHANGE ORDER NO.01 Xkk*kk**kRRXk*k*kk*RRRRRRRk*kk***k*kRRRRRRRRRRkk**kk***RRRRRkk*kRRRRRRRRkk*k**kkk***RRRRRR 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. *k**RRXkkkk*k*k*RRRRR**kk*k***RRRXRRRRkk*k*kk****RRRRXRRk*k***RRkk**k*****RRRRXRRXk******* DESCRIPTION OF CHANGE Provide construction control and field survey staking as outlined per the attached scope of services. Conpensation to be on a time and materials basis, not to exceed a maximum of $2,500.00. This Contract Change Order Shall Not Exceed $2,500.00. *k*k*RRRRXXXRk**RkRRRRkXk**kRRRRXRRRXRR*k***kk*RRRRRRkRX*k*RRRRRkk**RRRRXRRkk***RRRRRRRRRk Previous Contract Amt. Through Change Order No. -0- S6,500. Add this Change Order S2.500. Revised Contract Total S9,000. By reason of this contra rder the time of completion is adjusted as follows: -0- days added/deleted to contract time. The original contract mpletion to within seventy-five (75) days from the date specified in the Notice to Proceed to Paul Gardner Corp. for c truction f j No. RRRRRRRRRRRRR RRRRR R R RRR RRR k*k*kkkRRRRRRkRkkk***RRR**kkkRRRkk*kk*kRRRRRRRR*kkk* Submitted kkk**XXkkkkkkkRRk**k*kRRRRRRXXkkk*kkk**k*RRRRRRkkkk**kk**RR*kk*kRRkkk*kkkkRXk**kk*kk*k*RRR We, the undersigned Consultant have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment furnish all materials, perform aU labor, except as may be noted above, and perform all services necessary to complete the above specified work -and hereby accept as full payment the amount shown above. Accepted By: ��/�f' /%;�2�� __Title: !/ %Ce Consultant: !��%/ 2A� G✓M /7f>< { Sir / t/G ' Date: -3 Z�/%!v F:\pwdept\projects\9504\pswco.wpd XAM Mainiero, Smith and Associates, Inc. Planning / Civil Engineering / Land Surveying 777 East Tahquitz Canyon Way, Suite 301 / Palm Springs, California 92262.6784 Telephone (619) 320-9811 / FAX (619) 323-7893 October 31, 1995 Mr. John Freeland Department of Public Works CITY OF LA QUINTA 78495 Calle Tampico La Quinta, California 92253 Re: Proposal for Construction Staking Services Adams Street between Westward Ho and Miles Avenue Dear John: We wish to provide you with the following proposal for construction staking services related to street improvements for Adams Street. Our proposed scope and fee are based upon our discussions and the standard staking requirements for a project of this nature. Scope of Services We propose to complete the following tasks: Set clearing limits at 100 ft. stations, mark sawcut of Inco temporary road. 2. Stake edge of pavement at 25 ft. stations, offset on both sides of street with grades to top of pavement. Compensation We propose to complete the above described work for a fixed fee of $3,600. This includes all labor, material and incidental expenses. Payment will be due upon completion of the staking services. If this proposal is acceptable, please return a copy of your signed authorization or a signed purchase order. Our Standard Contract Provisions dated January 1, 1995, shall be made a part of this agreement. We appreciate the opportunity to offer our services to the City and look forward to completing the work to your satisfaction. Very truly yours, �v Y Robert S. Smith, P.E. PRE CONSTRUCTION MEETING ADAMS STREET EXTENSION/ 4-SIGNALS PROJECT NO. 95-04 4/01 /96 1.00 p.m. Name Firm Phone/Fax y la` �� �� r772F-- //9 - 3&- oS24 � ids L/�✓�s� L'/ TY 777- 70 �48 9504snup.dm Return to: CITY CLERK City of La Quinta P.O. Box 1504 La Quinta, Ca. 92253 NOTICE IS HEREBY GIVEN THAT: of Document on MAR 2 7 = as N,,).1-t-t-� f 37R h,_, not h Co'r a r x v ''sY o;i^ina County Recorder RIVERSIDE COUNTY CALIFORNIA 1. The City of La Quinta, California, is 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. The address of the City of La Quinta is City Hall, 78-495 Calle Tampico, La Quinta, California (P.O. Box 1504, La Quinta, Calif. 92253. 4. The public work improvement - PROJECT NO. 95-04 - on the hereinafter referred to real property within the City was COMPLETED on the 18`h day of March, 1997. 5. The name of the contractor for such work of improvement was PAUL GARDNER CORPORATION. 6. 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: Adams Street Extension/4 Signals 7. The street address of said property is: Adams Street Extension; Signal installation at Miles/Adams; Fred Waring/Adams; Eisenhower/Fernando; and Washington/La Quinta village Shopping Center. DATED: March 19 1997 Y OF LA QUINTA, CALIFORNIA BY TITLE CITY CLERK STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE 1 I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La Quinta, the political subdivision which executed the foregoing notice and on whose behalf I make this verification; that I have read said notice, know its contents, and that the same is true. I certify under penalty of perjury that the foregoing is true and correct. Executed at La Quinta, California on March 19, 1997. AUNDRA L. JU OLA, City Clerk City of La Quinta, California