Loading...
Tapuz/Eisenhower Median Landscape 98SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and TAPUZ ENTERPRISES, 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 Project No. 98-01, Eisenhower Drive Median Island Landscape Improvements, in the City of La Quinta, California pursuant to the Invitation to Bid, dated January 20, 1998, the project Specifications, and Construction documents prepared by the City of La Quinta, all of which 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 60 consecutive calendar days from the date of Notification to Proceed. The following Early Completion Incentive and Liquidated Damages shall apply: a. Liquidated Damages It is agreed by the parties to the Contract that time is of the essence; and that in the case all work is not completed before or upon the expiration of the time limit set forth, damage will be sustained by the City and it is, therefore, agreed that the Contractor will pay to the City an amount; for contracts in excess of $100,000 in value with a contract length of greater than 30 consecutive calendar days, shall be $500 per day, for contracts less than $100,000 in value with a contract length of less than 30 consecutive calendar days, shall be $300 per day, plus any amount of actual damages incurred by the City caused by the Contractor's failure to complete the work in the time agreed. It is further agreed that the City has the right to deduct from payments actual costs to the City for engineering, inspection, superintendence, and other overhead expenses, which are directly chargeable to the Contract, and which accrue during the period of such delay, except that the cost of final surveys and preparation of the final estimate shall not be included in such charges. The expenses and damages described above will be deducted from any money due the Contractor under this Contract; the Contractor and his sureties shall be liable for any such excess cost. The Contractor shall not be deemed in breach of its Contract and no forfeiture due to delay shall be made because of any delays in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, provided the Contractor requests an extension of time in accordance with the procedures set forth in Section 3 of the Standard Specifications. Unforeseeable causes of delay beyond the control of the Contractor shall include acts of God, acts of a public enemy, acts of the government, or acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, Agreement 13W] T freight embargoes, weather, or delays caused by failure of the City or the owner of a utility to provide for removal or relocation of existing utility facilities. Delays caused by actions or neglect of the Contractor, its agents, employees, officers, subcontractors, or suppliers shall not be excusable. Excusable delays (those beyond Contractor's control) shall not entitle the Contractor to any additional compensation. The sole remedy of the Contractor shall be to seek an extension of contract time. b. Eariv Comnletion Incentive Time shall be of the essence of the Contract. The Contractor shall prosecute the work so that the various portions of the project shall be complete and ready for use within the time specified in the notice to proceed. It is expressly understood and agreed by and between the Contractor and the City the contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality and nature of the work. The Contractor shall be entitled to incentive monetary compensation for Early Completion of the project. Determination of Early Completion shall be based upon the amount of working days the project is completed prior to the contract completion date specified in the Notice to Proceed. Completion shall be recognized as specified in these specifications under General Conditions sections 1400-9.5. 14009.6. For contracts in excess of $100,000 in value with a contract length of greater than 30 consecutive calendar days; Early Completion Incentive shall be $500 per day, with a maximum not to exceed $10,000. For contracts less than $ I00,000 in value with a contract length of less than 30 consecutive calendar days; Early Completion Incentive shall be $300 per day, with a maximum not to exceed $6,000. Any additional costs incurred by the City and caused as a direct result of the Contractor's acceleration of the schedule to achieve an Early Completion Incentive shall be deducted prior to issuance to the Contractor. 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 Three hundred fifteen thousand seven hundred thirty dollars ($315,730.00), 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 $315,730.00 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. 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. 7. 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. This 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 or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). Agreement 1300-2 8. 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. 9. Contractor shall forfeit as a penalty to the 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. 10. 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. it. 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. 12. This Contract shall not be assignable by Contractor without the written consent of the City. 13. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 14. 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. 15. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 16. 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. 17. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 18. 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. Agreement 1300-3 T 19. 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. The remainder of this page is intentionally left blank. Agreement 1300-4 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. ATTE aundra L. Juhola, City Clerk APPROVED AS TO FORM: City Attorney Dated: 0 4/ 1 6/ 9 8 Dated: 0 4/ 1 6/ 9 8 CITY OF LA QUINTA, a California municipal corporation r By: John J. e a, Ma r "CITY" Dated: Dated: 4 1 d 9 4 CONTRACTOR: /y✓ By: TOMER ROTHOLZ TOMER ROTHOLZ Title: PRESIDENT By: TOMER ROTHOLZ Name: TOMER ROTHOLZ Title: PRESIDENT _ "CONTRACTOR" (If corporation, affix seal) Agreement 1300-5 T LOU F OZ U ri cF'y OF TNtiO CONTRACT: CONTRACTOR: Eisenhower Drive Median Island Landscape Improvements Tapuz Enterprises Inc. 6068 Reseda Blvd, Reseda P.O. Box 18500 Encino, California 91416 CONTRACT CHANGE ORDER NO. 1 Sheet I of 4 PROJECT NO. 98-01 **X***R**R*RRRX*X**R**R*R*RR*X***R*R*RRR*RRR*X******R*R*R*RR*R*X**X**R**RRR**X*X**X*R*RRR* 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. *****R*R*RR*********R*RR**R***********RRR****************RRRRR***************R************ DESCRIPTION OF CHANGE Provide and install a ESP-24 Station Link Controller with radio/ modem kit in an Le Meur (Color: green) Enclosure. It shall be the Contractor's responsibility to provide and furnish all tools, equipment, labor and miscellaneous hardware / materials needed for complete field installation. As Built Drawing shall be provided. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $ 6,946.00 Previous Contract Amt. Through Change Order No.=O- $315,730.00 Add this Change Order $ 6,946.00 Revised Contract Total $322,676.00 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: 6-27-98 ********************************************************************************************* Submitted Approved We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we willprovide all equipment, furnish all materials, per all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and h�y accept as full payment the amount shown above, which includes direct and indirect overhead expenses for any delays. Accepted By: Title: z 4 Contractor: Tapuz Enterprises, Inc Date: O J RW WDEPT\PROJECTS\98Prlcts\9801 \CCOI.WPO T.. FROM : GALI LPMSCPPING PHONE NO. : Gie%65568 Jun. 0IX 1999 04:05jPWP3 General Engineering Contractors Tapuz Enterprises, Inc. June 1, 1998 Steven Prmkcn David Evans and Associates 800 North Haven Ave, Suite 300 Ontario, CA 91764-4915 RE: EISENHOWER DRIVE PROJECT 99801 CO#3 The price to add 24 station controller is as follows: Material $4,945.67 Labor 2,000.00 TOTAL ..........56,945.67 jud Tapuz Enterprises, Inc. r l- ? ..�$%�.�. x2#`h'Y.�Si._:,c��k.:'F�,."-,..r'_.?:"�'i::e-;5"'.t���zt��',.':iy`lr?i�`.�'e'�ik�.rM4 Location: 6068 Reseda Blvd. • Reseda, CA 91335 • (616) 345-6555 • Fax (818) 996-5568 Mail To: P.O. Box 13500, Encino, CA 91416-8500 Slate Contractor's License #696776 `m 05/11/1998 14:17 760347s240 HIGH TECH IRRIr'TION PACE 02 F' R I C E C U O T A T I 0 N HIGH TECH IRRIGATION, INC t0-975 INDIO BLVD BLDG A INOIO, CA 92"201 760-347-4116 WH I , EI Writer 1 Slsm t7uctw r it E to pucte No. p tion Gate 1 ' �+h 10 / ;%:3 DON Quoted Tnlc;TYLAQUI I CITY OF LA QUINTA F•O BOX 1504 1 LA GUINTA CA 92253 ; Ordwrl Ship TOICITYLAQUI __ ....__..• CITY OF LA QUINTA ' PO PDX 1504 1 LA QUINTA CA 72253 I Nlvt Unit: Ext: 0...1 .e +i+Mt Pricel o-il *�#+a x %%# r#a+t•##a#aaa r%% p•**w# I 24 STATION FIELD UNIT : #%%kR"f%••p p•x%%%%iF pa %a pa p•######## 1 ' 1: ESP-^44-SA7-LW t I f 1 : ESP 24 STA. L. INK CONTROLLER 1 zl`,2. QQQ 1 EA 1 952. ;+J 11 I RMK-SPEC I ' ' t ; SPECIAL FREQ. RADIO/HODEM KIT 1 955.5001EA; 955.501 I 1 ( ABOVE FREP. 450.1125 ) LI I H60330 I t+ TERMINAL BOARD ASSY. 1-24 1 45.000:EA: 45.G 1 11 I ANT-01 1 I 1 1 I ASP-772-RB DOMED HOOD MNT ANT 1 7.4.0001EA1 A4.0 1 1I 1 LE MEOR A (Cz2EE►�l) I 1 1 1 1 I LE MEUR SIZE A INCLbN84'E 545.7401EA1 548.7 I It 1500-011 t 1 O.I. W/A1016 AC ADFT.I 530.0001EA1 580.001 11 : A02401 : I I : 1 INTERMATIC AG2401 SURGE ARREST: 21.960 :EA: 21.961 LI I LABOR l I LABOR I 300.0001 EA 300.001 11 I MISCHARDWARE I I 1 : 1 MISC HARDWARE : ICO. 000:EA1 100.001 I SUBTOTAL LINE I : :3587.20 i 1 THIS IS THE TOTAL FOR COMPLETE 1 1 t ; CONTROLLER ASSEMBLY. I I I 1 1 1 ITEMS BELOW ARE NEEDED FOR : COMPLETE FIELD INSTALLATION :3 t : 53ROD I 15/0" COPPER GROUND ROD : 12.670:EA: ..."i1 a CONTINUED * T 05/11/1998 14:17 7G0347S240 HIG-i TECH IMIr^TION PAGE 03 P R I C E Q U O T A T I O N HIGH TECH IRRIGATION, INC E:0-'?75 INDIO BLVD BLDG A INDIO, CA 92201 7.�,0-347-4116 Printed ! ':= --------------'---- Date —• Writer` 1 S 1 3 rti WH 1 1 1 :Quote Date Quote Nu. Expiration Gate ! 1 I 1 ' 1 (� 1LE? I,,, 1�4014 1 OG (10/ 1S 1 DON Quoted To=CITYLAOIJI : CITY OF LA QUINTA 1 PO BOX 1-504 ' LA QUINTA CA. 922f,3 ' 1 Qt.t,tinn Note: 1_EI,5ENHOWER DR Ship, To1CITYLAQIII CITY OF LA QUINTA PO BOX 1504 LA QUINTA CA 922C3 1 Order! ! 1 Net Unit; Ertl ;�I,r4• Quant EDP rode / Lescri21lon _ Price :UMI Price! ?: ! :31 ; 58CLAMP I ! 1 1 */a" OP.OUND ROD CLAMP I 3.8001EA1 11.401 24; I 31 1 748-9-4 1 : i I I I C-B 6" ECONO V-BOX COMPLETE : 4.7701EA: 14.31; 2.!$ ; 1 501 ! I OUFUL.BARE I ; ! ! ! 1 1 #10 BARE COPPER WIRE I 0.0'-p9:FTI 4.951 261 : 11 1 IR22OP-2 I ! I 1 I 1 D.I. IR22OP-2" FLOW SENSOR PVL"1 311.4'OIEA1 311.45: 271 ; 10001 1 P71IP5D 1 ! : 1 1 3PR #20 AWG D/B RAINBIRD 1 0.5141FTt 514.001 1 2,91 ! 1 I ITEM #27 (WIRE) IS AN ESTIMATE ! ; 291 1 1 WE NEEL, TO KNOW DISTANCE FROM ! :301 i I I FLOW METER To CONTROLLER. 1 1 i 31: 1 11 1 200GE 1 1 I I I RAIN91RD 200-09 BRASS VALVE i 120.210:EA: 1:30.711 1 '321 1 1 I : I 1 3:31 1 I : IF THERE ARE ANY QUESTIONS 1 341 1 1 1 PLEASE CONTACT DON JOHNSON I I I 1 1 1 I 1 1 I I 1 I 1 I 1 Subtotml 4,4,11.53 Tax 334.14 LL ,r,f a+inn Tnta1 64 9495-f.7 r" T � T TI �W VIN W � S F`y OF TNY'v CONTRACT: CONTRACTOR: Eisenhower Drive Median Island Landscape Improvements Tapuz Enterprises Inc. 6068 Reseda Blvd, Reseda P.O. Box 18500 Encino, California 91416 CONTRACT CHANGE ORDER NO. 2 Sheet 1 of 4 PROJECT NO. 98-01 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 Approval of 10 additional consecutive calendar days. The project completion date has been extended from June 29, 1998 to July 9, 1998. No work shall be permitted during the period July 3, 1998 thin July 5, 1998. Liquidated damages apply beginning July 10, 1998 for any incomplete work activity. No early completion incentives shall be authorized after June 29, 1998. City of La Quinta Letter of Authorization, dated June 24, 1998 is attached and made a part of this change order. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $0.00 Previous Contract Amt. Through Change Order No.-1- $322,676.00 Add this Change Order $ 0.00 Revised Contract Total $322,676.00 By reason of this contract change order the time of completion is adjusted as follows: -10- consecutive calendar days added to contract time. 'the revised contract completion date shall be: July 9, 1998 Submitted Approved We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby aecel as fill payment the amount shown above, which includes dire and indirect overhead expenses for any delays. Accepted By: Title.I Contractor: Tapuz Enterprises, Inc Date: H.\PW OEPT\PROJECTS\98Prjas\9801 \cco2.wpd JUN 3 0 1998 PLIS iC !/flCiRKS I - 78-495 CALLE TAMPICO - LA OUINTA, CALIFORNIA 92253 - (760) 777-7000 FAX (760) 777-7101 TDD (760) 777-1227 June 24, 1998 Mr. Tomer Rotholz Tapuz Enterprises, Inc. 6068 Reseda Blvd. Reseda, CA 91335 Subject: Project No.98-01 -Eisenhower Median Island Landscape Improvements Dear Mr. Rotholz: The City of La Quinta has approved your request for 10 additional consecutive calendar days to complete the Eisenhower Drive Median Island Landscape Improvements. Therefore, your completion date has been extended from June 29,1998 to July 9. 1998. Tapuz Enterprises, Inc. is also advised that no work activity shall be permitted from July 3, 1998 through July 5, 1998. Subsequently, you essentially have 7 authorized working days, from June 29, 1998, to complete your work. The City's approval is based on the following: Additional Working Work Activity Days Authorized 1.5 Electrical changes associated with the palm tree conduit and pull boxes. 1 Replace 2 Crape Myrtle Trees and relocate 8 Ocotillos. 2 Installation of additional mainline from POC to N. Desert and new 24 station controller. 2-5 Add 576 LF of Turf Edging (32 LF at 18 Palm Trees). 7 Additional Working Days Authorized As a reminder, the contract provides for an assessment of $500.00 per day, plus City expenses and damages, as liquidated damages for each consecutive calendar day following the July 9, 1998 contract extension date that the work remains incomplete. There will no longer be an opportunity for Tapuz Enterprises, Inc. to obtain early completion incentives after June 29, 1998. MAILING ADDRESS - P.O. BOX 1504 - LA QUINTA, CALIFORNIA 92253 H\PWDEPT\PROJECT5198P,lcts\9801\1,meextltr wpd Your concurrence and understanding shall be acknowledged by signing and returning the enclosed Contract Change Order No. 2. Please contact myself or Nick Nickerson at (760) 777-7088 if you have any questions. Sincerely, • JOHN M. FREELAND Senior Engineer Enclosure - Contract Change Order No. 2 c: James Lindsey, Assistant Engineer Kim Rhodes, David Evans & AssociatEz Project File 98-01 H.\PWOEPT\PROJECTS\98Prie,s198011timeextiv. wPd T General Engineering Contractors Tapuz Enterprises, Inc. June 23, 1998 John Freeland, Senior Engineer City of La Quinta 78495 Calle Tempice La Quinta, CA 92253 RE: EISENHOWER DRIVE MEDIAN ISLAND LANDSCAPE #98-01 Dear 7ohn, Due to the following additions to the above named project we ask that you approve 10 additional calendar days to complete the project: Electrical changes required to complete scope of work at pullboxes located at the bottom and top of palm trees due to revisions made by Steve Frenken, David Evans & Associates and Joseph Nolan, Dream Engineering. Replace (2) 36" box Crape Myrtle trees that were damaged due to high winds. Work Directive #1-Add 503LF 4" SCH PVC Sleeves for protection of water main ii*atiou under stamped concrete at entrance northward. Work Directive #2-Add 868LF 1112" Mainline from POC to N. Desert. . Work Directive #3-Add (1) 12' Mexican Fan Palm and (1) 8' Mexican Palm. Work Directive #4-Add 4" Sleeve for 11/2" main line. Work Directive CO#1-Add 24 Station Controller. Work Directive #5-Add (2) additional well lights. Work Directive #6-Add 32LF turf edging at each palm tree (18). The lead time for the custom light fixtures is 10-12 weeks the estimated delivery date is .July 7th. John, the additional days will allow us to complete this project to the standards of the City of La Quinta as well as the La Quetta Resort. Please advise us of your decision so that we can set the project schedule accordingly. Location. 6058 Reseda Blvd. • Reseda, CA, 91335 • (818) 345-6655 • Fax (818) 996.5568 Mail To: P.O. Box 18500, Encino, CA 91416-6600 State Contractor's Liconse 06987776 General Engineering Contractors Tapuz Enterprises, Inc. Should you have any comments regarding this correspondence please do not hesitate to Tapuz Enterprises, Inc. cc/ Nick Nickerson James Lindsey Joseph Nolan, Dream Engineering Kim Rhodes, David Evans & Associates Steven Frenken, David Evans & Associates Tomer Rotholz, President Tapuz Enterprises, Inc. Redan Anary, Superintendent Tapuz Enterprises, Inc. Location: 6.358 Reseda Blvd. • Reseda, CA 91335 • (818) 345-6555 • Fex (613) 996-5568 Mail To: P.C. Box 1850C, Encino, CA 91416.8500 State Contractor's License #696776 T / T F Z u S cFMOF THt� CONTRACT: CONTRACTOR: Eisenhower Drive Median Island Landscape Improvements Tapuz Enterprises Inc. 6068 Reseda Blvd, Reseda P.O. Box 18500 Encino, California 91416 CONTRACT CHANGE ORDER NO. 4 .. 24 yy3 a i }� ^-inF FF f". tryry'' trnyyvy,n lY Sheet 1 of 3 PROJECT NO. 98-01 RR***k*****k*R*********R***k*******kR**kkRk*k**kR**RhR*****k*********kk*****hR****kR**k*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. **R*R***k*****kk********k*************R***k*****RhR***k*R***k*******R***RkR*****R***k****k 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 $7,403.00 TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED $7,403.00 Previous Contract Amt. Through Change Order No.-3- $324,026.00 Add this Change Order $ 7,503.00 Revised Contract Total $331,529.00 By reason of this contract ch+mge order the time of completion is adjusted as follows: - 0 - consecutive calendar days added to contract time. The revised contract completion date shall be: July 9, 1998 (Time authorized was included within CCO2) *******RR***RRk**************kk*R***RR***************R***k***R************************h****rtR Submitted Approved We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept asfidl payment the amount shown above, which includes di '(aannd indirect overhead expenses for any delays. Accepted By: _ Title: 1\ �5 Contractor: Tpuz Enterprises, Inc, Date: 10 1'22' 19g r City of La Quinta Eisenhower Drive Landscape Improvements Project # 98-01 Billing Breakdown Contract Amount Change Order #1 Change Order #2 Change Order # 3 Total Change Order Work Directive Change #1 #2 #3 #4 #5 #6 1/1�s 2EFzxrFrs Total WDC $ 6,946.00 $ 1,350.00 $ 8,296.00 CITY OF LA QUINTA J u L 2 1 1998 PUBLIC WORKS $ 315,730.00 $ 324,026.00 $ 2,012.00 $ 1,376.00 $ 560.00 $ 892.00 $ 1,000.00 $ 974.00 $ (240.00) �77Yo, $ $ 330,590.00 Invoice# Date Amount Retention AB 5/29/98 $ 78,395.60 $ 8,710.60 CD 6/5/98 $ 30,142.62 $ 3,349.18 EF 6/11/98 $ 57,573.90 $ 6,397.10 GH 6/30/98 $ 18,658.50 $ 2,073.17 lJ 6/30/98 $ 21,068.06 $ 2,340.90 KL 719/98 $ 76,272.79 $ 8,474.58 Total Invoiced $282,111.47 Total Retention $ 31,345.53 - Maintenance Not Billed $17,098.00 1 7- 1 , Remainder Bid Item #81 Not Installed $ 48,478.53 $ 17,133.00 $ 35.00 $ 35.00 Retura-to` 0 CITY CLERK City of La Quinta P.O. Box 1504 La Quinta. Ca. 92253 RECEIVED FOR RECORD AT 8:00AM O'CLOCK OCT 26 1998 NOTICE OF COMPLETION Recorded in Official Records of Rrvefside County. California Recorder es NOTICE IS HEREBY GIVEN THAT: Fe5 1. The City of La Quinta, California, is a municipal corporation, organized and incorpo ted pursuant to the laws of the State of California. \ C ` 2. The City Clerk of the City of La Quinta is authorized and directed to execute , on be \f 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 - Eisenhower Drive Median Landscaping - Project No. 98-01 on the hereinafter referred to real property within the City was COMPLETED on the 201h day of October, 1998. 5. The name of the contractor for such work of improvement was Tapuz Enterprises, Inc. 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: Eisenhower Drive. 7. The street address of said property is: Eisenhower Drive. DATED: October 21, 1998 CITY LA QUINTA, CALIFORNIA BY TITLE CITY CLERK STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) 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 October 21, 1998. UNDRA L. JUHOLA, City Clerk City of La Quinta, California r