Loading...
Pink, Inc/Hwy 111 Medians 98SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and Pink, Inc., herein referred to as, "Contractor." WITINESS.E-TH: 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. 98-04, State Route 111 Median Island Landscape Modifications, in the City of La Quinta, California pursuant to the Invitation to Bid, dated May 7, 1998, the project Specifications, and Contractor's Bid, dated, June 3, 1998, 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 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 40 Consecutive Calendar Days 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 FORTY- EIGHT THOUSAND SEVEN HUNDRED AND 36/100 DOLLARS ($48,786.36), 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. 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 is not required to pay the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations as referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract. 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 Project 98-04 Agreement 1300-1 secret or trademark infringement) sustained by any person or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). 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 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. Project 98-04 Agreement 1300-2 20. The farther 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. rrw•rrr The remainder of this page is intentionally left blank. Project 98-04 Agreement 1300-3 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. Dated:-- f— �'(? L. Juhola, City Clerk APPROVED AS TO FORM: City Attorney Dated: CITY OF LA QUINTA, a Califo tWacipal co ration BY John PIPefta, M r "CITY" Dated: 2 4—l/ Dated: / 1/ '�� r CONTRACTOR: n ���iC La Name: 014 .7`I IT-TUrC" (If corporation, affix seal) Project 98-04 Agreement 1300-4 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 Name of Contractor �41 V 6e- JI °Y Title 6r -6 Date Workers' Compewation Insurance 1300-9 oz 4a�w cF��oOF CONTRACT: CONTRACTOR: State Route 111 Median Island Landscape Modification Improvements PINK, Inc. P.O. Box 1012 Palms Desert, CA 92261 CONTRACT CHANGE ORDER NO. 1 Sheet 1 of 10 PROJECT NO. 98-04 k*k*k*RkRR**Rk*R**RRRRk*RkR**RRRR*RkRR*R*RkRRRRkRR*R*RR*RkR**R*R**************R****k****** 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. *RkR*RR*R*RRk*RR*RR*RR*R**RR*R*RR*R*R*RR*R*R****R****R*******R**R***************k********* DESCRD'TION OF CHANGE On Highway 111: Remove an additional 1" of soil and placelinstall an additional 1" of palms springs gold (PSG) fines per Caltrans requirements (WDC #1, $5,325). Stake all Ocotillos with 2" diameter lodge poles (WDC #3, $1,040). On Washington St.: Retrofit of median island north of Hwy 111(WDC #2, $4,734). Replace plants south of Hwy 111($398). Cleanup existing median island (T&M, $108). Provide traffic control as required for the additional work (6 days for psg & 1 on 8/14: 7@ $185=$1,295). Contractor requested and was granted 7 days for PSG/mounds installation & Ocotillos staking, 2 days Caltrans permit delay on 7/27 &7/28 and 1 day rain delay 8/10. As Built Drawing shall be provided. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $ 12,900.00 «*««++«+++«+*«++«+«+«««+««+«+««««««*********+++++«**+*++++++««««*««rtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrtrt+rtrtrtrtrt+ Previous Contract Amt. Through Change Order No.=O- $ 48,786.00 Add this Change Order $ 12,900.00 Revised Contract Total $ 61,686.00 By reason of this contract change order the time of completion is adjusted as follows: -10- days added to contract time. The revised contract completion date shall be: 9-14-98 *Rkh***R*R*R*RRR**kR*******R*R**RRRkRk*k**k*RRkkkk*******R**RRR**********R*****R************* Submitted Approved Date: "/2, / / 9 8 We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipmet14Arnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and-4eivby accept as f ll payment the amount shown above, which includes direct and indirect overhead expenses for any delays. Accepted 4: Title: Contractor: PINK, Inc, Date: WORK DIRECTIVE CHANGE 7R495 CALLE TAMPICO- LA OUIN"rA. CAI.n'ORMA 92253 (760)777-7075 FAX (760)777-7155 OWNER CITY OF LA QUINTA 78.495 CALLE TAMPICO LA QUINTA, CA 92253 CONTRACTOR: CONTRACT FOR: PINK INC. P.O. Box 1012 Palm Desert. CA 92261 Project Name: Highwav I 1 I - Landscape Modifications DATE OF ISSUANCE: ARCHITECT. No. C/O # I Aueust 10. 1098 Rav Lopez Associates P.O. BOX 12885 PALM DESERT, CA 92255 Citv Project No.: 98-04 YOU ARE DIRECTED TO PROCEED PROMPTLY WITH THE FOLLOWING CHANGE(S): Description: (Attach additional sheets, if necessary) Install Palm Springs Gold Fines (PSG) at 3" thick in lieu of 2" thick. Adjust grade to accept the additional inch of PSG. Purpose of Work Directive Change: Caltrans require Palm Springs Gold Fines to be three inches thick. Plans call -out PSG to be 2" thick. Attachments: (List documents supporting change) ONE - PINK INK. COST COST ESTIMATE / PROPOSAL. If a claim is made that the above change(s) Ita've affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Price: Time and Materials EX Unit Prices _Cost plus fixed fee Estimated increase (decrease) in Contract Price: S 5325.30 If the change involves an increase, the estimated amount is not to be exceeded without furtheeauthorization. RECOMMENDED By RAl Title LANDSCAPE ARCHITECT Date AUGUST 10. 1998 -c: Mike Vela, CLQ cv0aa C.1,.WN111.WRKnRCm.FRNI Method of determining change in Contract Time: 2ULContractor's records _Engineer's records Estimated increase (decrease) in Contract Time: NONE days. If the change involves an increase, the estimated time is not to be exceeded without further authorization. Title SENIOR ENGINEER Date AUGUST 10. 1998 PINK, INC. Landscape • Maintenance • Golf Coume Construction License # 693492 Date: 6 August 98 To: John Freeland From: Mike Hernandez Re: Addition soil removal, Palm Springs Gold Sand on Highway I I I Medians l . To remove an additional 1" of soil, changing the spec to 4" below curb, where previously the plans called for removal of soil 3" below curb, my company's price is $1710.00 2. To add an additional 1" of Palm Springs Gold fines, bringing the depth of sand to 3" total, Pink Inc.'s price would be $3615.30(.18 x 20085 square feet) Total for both items: $5325.30(five thousand, three hundred twenty five dollars and thirty cents.) Dn Tt.. n--- nw ",i a � 1 a of TME� WORK DIRECTIVE CHANGE No. C/O # 3 78-495 CALLE TAMPICO - LA QUINTA, CALIFORNIA 92253 (760)777-7075 FAX (760) 777-7155 OWNER: CITY OF LA QUINTA 78-495 CALLE TAMPICO LA QUINTA. CA 92253 CONTRACTOR: CONTRACTFOR: PINK INC. P.O. Box 1012 Palm Desert. CA 92261 Project Name: Highway I 1 I - Landscape Modifications DATE OF ISSUANCE .ARCHITECT. August 14. 1999 Rap Lopez Associates P.O. Box 12885 Palm Desert, CA 92255 City Project No.: 98-04 YOU ARE DIRECTED TO PROCEED PROMPTLY WITH THE FOLLOWING CHANGE(S): Description: Stake all Ocotillos with minimum 2" diameter lodgepolc. Secure with 2 - 12 gauge galvanized wire. Each wire to be secured with galvanized nail. Secure a minimum 2'-6" belmv finished grade. Purpose of Work Directive Change: Ocotillos falling overdue to heavy winds and shallow root systems. Shallow root stems tvpical of new ocotillos. 65 ocotillos at $16 per. Attachments: (List documents supporting change) ONE - PINK INC. COST ESTIMATE / PROPOSAL. If a claim is nixie that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Price: Time and Materials Unit Prices _Cost plus fixed fee Other Estimated increase (decrease) in Contract Price: $ 1.040.00 If the change involves an increase, the estimated amount is not to be exceeded without ftnther authorization. RECOMMENDED: Title Landscape Architect, No. 3474 -- Vate August to- 1998 cc: Mike Vela, CLQ files C �Olddme,l:aer IglhI I I-WRKnRC1MMI Method of deternamiog change in Contract Time: _Contractor's records _Engineer's records Estimated increase (decrease) in Contract Time: NONE days. If the change involves an increase, the estimated time is not to be exceeded without further authorization. r Title Senior Engineer Date August I0. 1998 Aug-09-98 08:55P pink inc 800+984�64537 P_01 PZK INC. Landscape • Maintenance • Golf Course Construction Licetise. # 693492 M I I Name: (2Z Organization: _(, 7 Fax: 7r?Z— D24-S Phone: ?-? Z- 3i z From: f Alt=E NqEv-ic�-Z Date: IIE�Jq �aH Subject: �4u ttk L,c Pages: Comments: i A�r 4uz ITS JT 6>2G'Sj Oesea�Ovpsew tiCl wcA � L '� f� '"`� hr-N, ',i � .�Y% iJ'l� .. •!(.•mot, „ iLl..%�. ,, ---- — ----_ . __ PINK, INC. Landscape • Maintenance • Golf Course Construction License # 693492 Date: 10 August 98 To: John Freeland From: Mike Hernandez Re: Request for additional days for Highway I I I Landscape Modification, additional traffic control costs To complete the change orders to the above mentioned contract, Pink Inc. requests additional days for the following tasks: 4 days Retrofit of Median Island in front of the AM/PM market Work days on Washington Street are limited to 5 '/2 hours, 9 a.m.-2:30 p.m. I estimate the following times for the tasks listed: 1 '/2 days for soil removal and sub grade, '/2 day for removal of existing irrigation, %2 day for removal of existing plant material, %2 day for installation of 1' PVC line and pressure test, %2 day for installation of plant material, '/2 day for installation of laterals and emitters, flushing of lines, 1 Day to install Palm Springs Gold sand. 2 days removal of additional I inch of soil from all median islands Due to change in Caltrans specs. This constitutes 60 yards of soil to be moved, additional rental time for dump truck and backhoe 2 days installation of additional 1 inch of Palm Springs Gold sand as Per Caltrans specs. We are adding approximately 50 % more sand to the medians, for a total of 300 tons. The original time frame to install 200 tons was 5 days; I think the increased tonnage can be installed in 2 days. 1 day rain day on 8/10/98, heavy rain in morning, traffic control dismantled Ray Lopez and Mike Vela were notified.. In addition, at the Caltrans inspection that morning, Mr. Glenn Bruce, Cal Trans inspector, advised Pink Inc, Ray Lopez and Mike Vela that traffic control for lane closures should not be set up on rain days due to increased liability which would be incurred by the City of La Quinta. Traffic control costs for 9 additional days @ $185.00/day $1665.00 l0 P.O. Box 1012 • Palm Desert. CA 92261-1012 760-340-0989.24 HOURS 900-915-5996 • Fax (900) 994-MIKE 78-495 CALLE TAMPICO - LA OUINTA, CALIFORNIA 92253 (760)777-7075 FAX (760)777-1155 OWNER: CITY OF LA QUINTA 78-495 CALLE TAMPICO LA QUINTA, CA 92253 CONTRACTOR: CONTRACTFOR. PINK INC. P.O. Box 1012 Palm Desert, CA 92261 Project Name: Highway I I I - Landscape Modifications DATE OF ISSUANCE: ARCHITECT: YOU ARE DIRECTED TO PROCEED PROMPTLY WITH THE FOLLOWING CHANGE(S): Description: Retrofit Island on Washington Street, north of Highway I I 1 near AM/PM market WORK DIRECTIVE CIIANGF. No. C p 2 August 10. 1998 Rav Lopez Associates P.O. Box 12885 Palm Desert, CA 92255 Citv Project No.: 98-04 Purpose of Work Directive Change: Conform to newly adopted landscape guidelines. Existing grade is too high. Drainage problems, debris / litter / nuisance water spilling onto street, etc. Attachments: (List documents supporting change) ONE - PINK INC. COST ESTIMATE / PROPOSAL. if a claim is made that the above change(s)-have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Price: Time and Materials ]L _Unit Prices _Cost plus fixed fee Estimated increase (decrease) in Contract Price: S 4 733 56 If the change involves an increase, the estimated amount is not to be exceeded without further authorization. RECOMMENDED: By Title Landscape Architect, No, 3474 Date August 10, 1998 cc: Mike Vela, CLQ ales f:'OIOGncAcnrtrcoWW11LRRF:DRCHi1RM Method of determining change in Contract Time: 2U(_Contractor's records _Engineer's records Estimated increase (decrease) in Contract Time: NONE days. If the change involves an increase, the estimated time is not to be exceeded without further authorization. OWNGEERw: CITY F A N 6" By John. Freeland Title Senior Engineer Date Aueust 10. 1998 PINS INC. Landscape • Maintenance • Golf course construction License # 693492 Date: 6 August 98 To: John Freeland From: Mike Hernandez Re: retrofit of Island on Washington Street, north of Highway I I I near AM/PM market The following is a breakdown of costs to retrofit the above mentioned island 1. Soil removal and traffic control 1856.00 2. Tree replacement 225.00 each 3. 5 gallon plant replacement 12.50 each 4. Ocotillo replacement 45.00 each 5. 1 gallon shrub replacement 4.25 each 6. Palm Springs Gold replacement .36 per square foot 7. Emitters 6.85 each 8. Boulders 35.08 each 9. Irrigation laterals V 1.09/linear foot 10. Irrigation laterals''/2" .56/linear foot Total: Not to exceed $4733.56 P.O. Bnr 1012 • Pail... r)� -a 000ct_inin Aug-03-98 03:56P. pink inc 800+984ti64537 P.02 PZ K, INC. Landscape • Maintenance Golf Course Construction License # 693492 MnM HMAN M He. �o� �a�.4•ao �N� ewj,Nr�.. 0(T� 4 LAC �vu,zM �.ZovjcsT, wwa _ rz. < Af_q, ell pomz «x.,o� i lh- 2l ,,g+ -jvus 1o(t uk (I/7- 11. a%k 5a joeQ&,k l`fz c l'&•R4 Y¢aCX- 1, ->)K : lb,°° l0"44- �iQ P.O. Box 1012 • Palm Desert. CA 92261-1012 760-340-0985. 24 HOURS 500-915-5986 • Pax ($OO) 984-MIKE 08-03-98 15: 51 RECEIVED FROM:800+984+54537 P•02 �:pd �'i Sb9+b86+00a:HO`.Id g3A13D 3'd rs:sr s6-ae-aa i I W wall I I N Z Q I OJ� Z m W O wl n U U \ l d f: d N o olxlo m 0 2 o m a I V C n l J � I l 4 w ,n d o << 3 a i a aZ �3 at � M1 5 V l : � 2oIIII W EO'd L£Sb9+b86+008 �2 a= �o 0 CD 3= Ll < N N_ 0 V Out quid dSS=£O 86-co-6ny � T 51) V V � � a F �> °FM or MHO CONTRACT: CONTRACTOR: State Route 111 Median Island Landscape Modification Improvements PINK, Inc. P.O. Box 1012 Palms Desert, CA 92261 CONTRACT CHANGE ORDER NO.2 Sheet 1 of 2 PROJECT NO. 98-04 *hR#*k*Rk#*R*Rkk*R**RkR***k*Rk#R**k*R*R***Rk*k***RkRR******RR#*k*Rkk#***Rk#R***k*R#R***R** 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. *RRR*rt**RRRrt**RR#**rt*RRRkrtR**RRR******k***RRRR****RRR#****RR**R***RR*************h***RRRR* DESCRIPTION OF CHANGE Quantity Variations are the difference in final quantities less estimated quantities. The summation of the unit prices bids multiplied by the final quantities placed has resulted in an increase or decrease in the Contract amount. A summary of the quantity variations, increases and decreases has resulted in an total increase of $2,973.80, rounded to $2,974.00. See attached project close out reporL TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $ 2,974.00 Previous Contract Amt. Through Change Order No. -I- $ 61,686.00 Add this Change Order $ 2,974.00 Revised Contract Total $ 64,660.00 By reason of this contract change order the time of completion is adjusted as follows: -0- days added to contract time. The revised contract completion date shall be: 9-14-90 Submitted Approved We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment nnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified woria, d hereby accept as full payment the amount shoran above, which includes di d indirect overhead expenses for any delays. Accepted B Title- Contractor: PINK, Inc Date: F:\PWDEPT\PROJECTS\Wricb\9904 111 LrMacpMd\CCO2.WPD CITY OF LA QUINTA PROJECT NO. 95-04 HIGHWAY 111 MEDIAN ISLAND LANDSCAPE MODIFICATION PROJECT CLOSEOUT REPORT ITEM NO. ITEM DESCRIPTION UNIT 1 24" Box Tress EA 2 Ocotillos EA 3 Ocotillos EA 4 5 Gallon Shrubs EA 5 1 Gallon Shrubs EA 6 Root Barriers LF 7 Trse Stakino EA 8 Fine Grade SO FT 9 1 Pre Emergent SO FT 10 1 Year Maintenance Period LS 11 Demolition LS 12 Traffic Control LS 13 Mobilization LS 14 Boulders EA 15 Palm S rin s Gold Fines SQ FT 16 Tree/Shrub Emitters EA 17 1/2" Lateral Line Schad 40 LF 18 1" Lateral Line Schad 40 LF 19 Connect Existing Laterals EA 20 Ca in of Exlstin Emitters EA 21 Irri anon As-Builts EA 22 ISleaves LF PINK, INC. EST QTY UNIT PRICE ITEM TOTAL 6 $225.00 $1,350.00 28 $45.00 $1,260.00 37 $25.00 $925.00- 17 $12.50 $212.50 148 $4.25 $629.00 60 $4.17 $250.20 6 $35.00 $210.00 20M $0.03 $602.55 20085 $0.03 $602.55 1 $7,200.00 $7,200.00 1 $6,176.20 $6,176.20 1 $4,800.00 $4,800.00 1 $10,128.58 $10,128.58 57 $35.08 $1,999.56 20085 $0.37 $7,331.03 248 $6,85 $1698.80 1500 $0.56 $840.00 1650 $1.09 $1.798.50 4 $37.50 $150.00 150 $2.75 $412.50 1 $150.00 $150.00 60 $0.99 $59.40 TOTAL TO DATE FINAL QUANTITY QTY VARIATION AMOUNT DIFFERENCE 8 2 $450.00 42 14 $630.00 34 3 $75.00 17 0 $0.00 166 18 $76.50 0 60($250.2011 20 14 $490.00 20,055 0 $0.00 20,065 0 $0.00 1.00 0 $0.00 1.00 0 $0.00 1.00 0 $0.00 1.00 0 $0.00 57 0 $0.00 24,285 4.200 $1,533.00 248 0 $0.00 1,409 91 $50.96 1,944 294 $320.46 4 0 $0.00 150 0 $0.00 0 1 $150.00 60 0 $0.00 TOTAL: Hems 1-22 1 $48 786.37 S2 973.80 21 Sep-98 CFb OF THt'v CONTRACT: CONTRACTOR: State Route 111 Median Island Landscape Modification Improvements PINK, Inc. P.O. Box 1012 Palms Desert, CA 92261 Sheet 1 of 2 PROJECT NO. 98-04 CONTRACT CHANGE ORDER NO.3 ****k*************R********k****k***R*Rk****R*k***R**k******Rk*R******k***k*********k**R** 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. Rk***k*Rk*Rk*RkRR**RRRRk*Rk****k*RkRR**R**Rk**kk*Rk**R**R********k**k*R**R*k**RRk*****k*** DESCRZTION OF CHANGE Based upon the stipulated 40 consecutive day length of construction, all contract work was completed on September 4, 1998, 10 days ahead of schedule. Therefore, in accordance with Section 1400 - General Conditions, paragraph 6.5.a "Early Completion Incentive", the Contractor is entitle to $300.00 per day for 10 days, resulting in the award of an additional $3000.00 to the Contract amount. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $ 3000.00 Previous Contract Amt. Through Change Order No.-2- $ 64,660.00 Add this Change Order $ 03. 0.00 Revised Contract Total $ 67,660.00 By reason of this contract change order the time of completion is adjusted as follows: A- days added to contract time. The revised contract completion date shall be: 9-14-98 **R****k*kk*RkRkkk*kk*R**kkkkk**k**R**Rk*k**k***k******k**k****k*kk*kk**kk*kk*Rk*Rk*Rk**kR**k Submitted Approved ***********#**R**RR*k**kkR*********************h*****k**k******************k***************** We, the undersigned Commctor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipmish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work artdYi rebyacceptasfull payment the amount Shaun above, which includes dire 'ndirect overhead expenses far any delays. Accepted By. Title: Q�—� Contractor: PINK Inc - Date: ga F:\PWDEPT1Pa0JECTS\88Pgj 18804111Lr 8.pMd\CC03.WPD STATE ROUTE III MIDIAN ISLAND PROJECT LANDSCAPE TIODIFICATIONS JOBNO. PROJECT NO. 96-04 CLIENT CITY OF LA QUINTA CONTRACTOR PINK LANDSCAPL, INC. PROJECT MANAGER MIKE HERNANDEZ DAILY CONSTRUCTION REPORT -/ I DATE I M IT T / $ DAV L I ' � W V WEATHER 1.32 32SO 5eae roes a TEMP. Sul Meyr M.ee Rsnwr Re WIND 1s.v HUTe HUMIDITY AVERAGE FIELD FORCE Name of Contractor :j;prsen,.ng Manual Remarks �/f ✓ .4Sf�an c PINK LANDSCAPE, INC VISITORS Time Representing eRemarks DISTRIBUTION: I i rol. Mgr. 7 rrsvc r yr I ___— 2. Field Office 3. File By a Client MIKE VELA TITLE INSPECTOF.