Loading...
Seto Const/Cove Oasis Trail 00SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and Seto Construction, Inc., herein referred to as, "Contractor." �VIT1�E-METH: 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. 98-18, Cove Oasis/Lake Cahuilla Trailhead Improvement Project, in the City of La Quinta, California pursuant to the Invitation to Bid, dated June 23, 2000, and the Contractor's bid, dated July 20, 2000, and 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 90 Consecutive Calendar 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 ONE HUNDRED FORTY-SIX THOUSAND ONE HUNDRED FIFTY-SEVEN DOLLARS and NO/CENTS ($1469157.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 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, Agreement 1300-1 professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. The 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). 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, Agreement 1300-2 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. The remainder of this page is intentionally left blank. Agreement 1300-3 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. Dated: ATTEST: J ne reek, City Clerk APPROVED AS TO FORM: ACityyo ey Dated: 8/23/00 Dated 8/23/00 CITY A QUINTA, a Ca forni icip or tion By: . Pena, r "CITY" Dated: ,57 6b C-D Dated: ' CONTRACTOR: By:�--- Name: Robin D. Seto Title: President BY: Name: Matthew K. Seto Title Vice President "CONTRACTOR" (If corporation, affix seal) Agreement 1300-4 BOND NO. 172 19 23 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 August 1, 2000 awarded to Seto Construction, Inc., hereinafter designated as the Principal, a Contract for Project No. 98-111, Cove Oasis/Lake Cahuilla Trailhead Improvement Project, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and INSURANCE COMPANY OF THE WEST , as Surety, are held and firmly bound unto the City in the just and full amount of ONE HUNDRED FORTY SIX THOUSAND ONE HUNDRED FIFTY SEVEN DOLLARS (S146,157.00) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors. jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH. that if said Principal, 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 perfonned. at the time and in the inanner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City. its olTiccrs 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-yrar guarantee period. during which time this bond remains in full force and effort. And the said Surety, for value receivcd. hcrcby stipulates and agrees tllat 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 2919 and 2845 of the Civil Code of the State of California. 13W-5 Faithfirt Performance Bond IN WITNESS WHERE0F, the Principal and Suren, have executed this instrumcnt under their seals this _16th day of AUGUST , 2000. the name and corporate seal of each corporate parts being hereto affixed and these resents duly y signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) SETO CONSTRUCTION, INC. Principal �- BY: Signal a for Principal Title of Signatory INSURANCE COMPANY OF THE WEST Surety BY: •-T,a-G� I Y�? - 1% �. Signature for Surd~, VALERIE M. PEARCE* ATTORNEY -IN —FACT ATTORNEY —IN —FACT Title of SignatOrV INSURANCE COMPANY OF THE WEST 11455 EL CANINO REAL SAN DIEGO, CA 92130-2045 Address of Surcty (858) 350-2901 Phone # of Surety SUZANNE ANDERSON Contact Person For Surety FaitbfW Pmformame Boy d 13(X" CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. Ssm State of California County Of San Diego On 8-16-00 DATE before me, America San Martin, Notary Public , NAME. TITLE OF OFFICER - Ea. -.LANE DOE, NOTARY PUBLIC - personally appeared Valerie M. Pearce NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(i) whose name(Z) is/ - subscribed to the within instrument and ac- knowledged to me thatiftWshet executed the same in his/her/their authorized capacity(km), and that by her signature(x) on the instrument the person(s), or the entity upon behalf of which the person(z) acted, executed the instrument. ---------------- OFFICIAL SEAL r, r•'•AMERICA SAN MARTIN WITNESS my hand and official se NOTARY PUBLIC - CALIFORNIA — • COMMISSION # 1200313 C SAN DIEGO COUNTY My Commission Exp. October 31, 2002 SIGNATURE OF NOTARY OPTIONAL 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTTTY(IES) SIGNER(6) OTHER THAN NAMED ABOVE m1993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park. CA 91309-7184 Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a California Corporation, does hereby appoint: VALERIE M. PEARCE its true and lawful Attorney(s)-in-Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings, and other contracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors on the 23rd day of February, 1998, which said Resolution has not been amended or rescinded and of which the following is a true copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, fidelity and surety bonds, undertakings, or other contracts of suretyship of a similar nature; and to attach thereto the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized officers this 13th day of January 1999 . l�4��pMPANY��ry� INSURANCE COMPANY OF THE WEST y `�pORPORATFp T Z N N M4ACH t, �911 C4[IFORN�A STATE OF CALIFORNIA John AL.Hannum, Executive Vice President SS. COUNTY OF SAN DIEGO IN WITNESS WHEREOF, the undersigned certify that they are adults, and have witnessed the signing of this instrument by the principal or have witnessed the principal's acknowledgment of the signature on the power of attorney, pursuant to California Probate Code §4121 and 4122. Jerry Fafaul CERTIFICATE: Af Janis eodore I, John H. Craig, Assistant Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the above quoted resolution. IN WITNESS WHEREOF, I have subscribed my name as Assistant Secretary, on this 16th day of AUGUST — 2000. ,01APANyO ♦y `��pRPOp4TF� T 40ACH 1,10f' 041IF000 ICW 37 BOND NO. 172 19 23 SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City. has, on August 1, 2000 awarded to Scto Construction, Inc., hereinafter designatod as the Principal, a Contract for Project No. 98-I8, Cove 0"wLakc Cahuilla Trailhead Improvement Project, and WHEREAS, said Principal is required to f odsh 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 am• land, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE. we, the Principal, and INSURANCE COMPANY OF THE WEST as Surety, are held and firmly bound unto the City in the just and full amount of ONE HUNDRED FORTY SIX TIfOUSAND ONE HUNDRED FIFTY SEVEN DOLLARS (S146,157.00) la%%Ad money of the United States, for the payment of which stun well and truly to be made, we bind ourselves, our heirs, executors, administrators. and successors, jointly and severally. firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH. that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions. or other supplies used in, upon, for, or about the performance of the work contracted to be done. or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections i 99W 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 hcr6nabove 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 %vay. affect its obligations of this bond, and it does hereby waive notice of any change, extension of tittle, alteration. or addition to the terms of the contract or to the lvork or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 28.15 of the Civil Code of the State of California. Payment Road 13W7 i CALIFORNIA ALL-PURPOSE ACKNOWLE,DGMIENT No. 5907 State of California County of San. Diego On 8-16-00 DATE before me, America San Martin, Notary Public NAME. TITLE OF OFFICER - E.G..'JANE DOE, NOTARY PUBLIC' personally appeared Valerie M. Pearce NAME(S) OF SIGNER(S) ' ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isle subscribed to the within instrument and ac- knowledged to me that2xWsheAWq executed the same in his/her/their authorized capacity(im), and that by /her signature(x) on the instrument the person(s), or the entity upon behalf of which the person(x) acted, executed the instrument. OFFICIAL SEAL *, r~ AMERICA SAN MARTIN �, WITN my hand and, icial seal. O . = NOTARY PUBLIC - CALIFORNIA — COMMISSION # 1200313 C SAN DIEGO COUNTY A ' • ,f "' My Commission Exp. October 31, 2002 '! SIGNATURE OF NOTARY L e, OPTIONAL 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(g) OTHER THAN NAMED ABOVE m1993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 16th &y of AUGUST , 2000. the name and corporate seal of each corporate pam being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SETO CONSTRUCTION, INC. Principal (Seal) BY: Sigttat= for Princi 1 Title of Signatory INSURANCE COMPANY OF THE WEST Surety (Seal) BY:&Ail 6a,/� Signature for Surety VALERIE 1 . PEARCE 9 ATTORNEY —IN —FACT ATl FJW—IN—FACT Title of Signatory INSURANCE CO�MPAANY OF THE WEST 1SAN IEEGGO, CA 92 Q;1045 _ Address of Surery (858) 350-2901 Phone # of Surety SUZANNE ANDERSON Contact Person For Surety Pavawat Bo d 130" Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a California Corporation, does hereby appoint: VALERIE M. PEARCE its true and lawful Attorney(s)-in-Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings, and other contracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors on the 23rd day of February, 1998, which said Resolution has not been amended or rescinded and of which the following is a true copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, fidelity and surety bonds, undertakings, or other contracts of suretyship of a similar nature; and to attach thereto the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized officers this 13th day of January 1999 . ?4�pOMPAHYOAry INSURANCE COMPANY OF THE WEST yam! \ar�ORPORAT(r0 T -1 MARCH 1,19�1 CA(IFO100` STATE OF CALIFORNIA oJohn Hannum, Executive Vice President SS. COUNTY OF SAN DIEGO IN WITNESS WHEREOF, the undersigned certify that they are adults, and have witnessed the signing of this instrument by the principal or have witnessed the principal's acknowledgment of the signature on the power of attorney, pursuant to California Probate Code §4121 and 4122. Jerry Fafaul CERTIFICATE: Janis'Tfieoaore I, John H. Craig, Assistant Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the above quoted resolution. IN WITNESS WHEREOF, I have subscribed my name as Assistant Secretary, on this 16TR day of AUGUST 2000 ?4�OpMPANYo ♦y ye '01MRArt m Z y H MARCH t, Alk" 0A(IFOPN\" ICW 37 Sheet 1 of 2 CONTRACT: Cove Oasis / Lake Cahuilla PROJECT NO.98-18 Trailhead Improvements CONTRACTOR: Seto Construction, Inc. PMB 105 41800 Washington Street #105 Bermuda Dunes, Ca. 92201 CONTRACT CHANGE ORDER NO. 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 Installation of (1) approximately 15001f. additional 4" Electrical Conduit while contractor is trenching and installing conduit that is a part of the initial contract . Installation of this conduit allows for potential future usage without the need of future trenching or conduit installation. This work can be done while contractor is currently onsite. This work will be completed on a Time and Material Basis not to exceed $ 12,000. Previous Contract Amount Through Change Order No. 0 $ 146,157.00 Add This Change Order $ 12P000.00 Revised Contract Total $ 1589157.00 By reason of this contract change order the time of completion is adjusted as follows: -2- days added to contract time. The revised contract completion date shall be: 1 /01 /01 Submitted By; Approved By: 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 as full payment the amount shown above, which includes all direct and indirect overhead expenses for any delays. Accepted B Contractor Title: 6 w( Date: e T:\PWDEFnPROJECTS\48Pdcts\4818COVEOASIS\CCO l.wpd BFPO CONSTRUCTION, INC. General Con tractors 83-544 Avenue 45, Suite 6, Indio, California 92201 760-775-7058 Fag 760-775-7059 License #693880 11 Change Order 11 To: Mr. John Freeland City of La Quints P.O. Box 1504 La Quints. CA 92253 Date: 10/20/00 Job Name: Cove Oasis Trail Mead Subject.: IIThe following is a cost breakdown for our Change Order Proposal dated 10/20/00. 11 Item #1 Item #2 Item #3 Material $5,070.00 $0.00 $1,050.00 Labor $2,070.00 $550.00 $150.00 Backhoe $3,504.00 $300.00 $0.00 sub -total $10,644.00 $850.00 $1,200.00 p/0 $1,064.00 $8U $120.00 Sub -total $11,708.00 $935.00 $1,320.00 Bond 92.00 $23.00 $31K Total $12,000.00 $958.00 $1,353.00 tem # 1. Installation of approximately 1500' of future 4" schedule 40 conduit. tem #2. Remove and dispose of (2) date tree stumps, and (2) date trees. tem #3. Supply and install upgraded electrical housing box large enough for power supply and irrigation tuner controls. NOTE: Pending approval of change orders, extension of contract may, be in order. I lApproved By Date: Sheet 1 of 2 CONTRACT: Cove Oasis / Labe Cahuilla PROJECT NO.98-18 Trailhead Improvements CONTRACTOR: Seto Construction, Inc. PMB 105 41800 Washington Street #105 Bermuda Dunes, Ca. 92201 CONTRACT CHANGE ORDER NO.2 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE Removal of (2) existing Date Palm Trees and (2) Palm Tree Stumps interfering with installation of new landscaping items. Lump sum price not to exceed $ 958.00 Supply and install upgrade Electrical Housing Unit for Power Supply and Irrigation Controllers. Lump sum price not to exceed $ 1353.00. Previous Contract Amount Through Change Order No. _1 $ 15830157.00 Add This Change Order $ 20311.00 Revised Contract Total $ 1609468.00 By reason of this contract change order the time of completion is adjusted as follows: -2- days added to contract time. The revised contract completion date shall be: 1 /03 /01 Submitted By Approved By: 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 as full payment the amount shown above, which includes all direct and indirect overhead expenses for any delays. Accepted By Contractor: c Title:_ Date: O T:\PWDEPTxPROJECTS\98Prjds\9818COVEOASIS\CCO 2.wpd 9ETO CONSTRUCTION, INC General Con tractors 83-544 Avenue 45, Suite 6, Indio, California 92201 760-775-7058 Fag 760-775-7059 License #693880 I Change Order I To: Mr. John Freeland City of La. Quinta P.O. Box 1504 La Quinta, CA 92253 Date: 10/20/00 Job Name: Cove Oasis Trail Bead Subject.: The following is a cost breakdown for our Change Order Proposal dated 10/20/00. Item #1 Item #2 Item #3 Material $5,070.00 $0.00 $1,050.00 Labor $2,070.00 $550.00 $150.00 Backhoe $3,504.00 $300.00 $0.00 sub -total $10,644.00 $850.00 $1,200.00 P/0 $1,064.00 8 0 $120.00 Sub -total $11,708.00 $935.00 $1,320.00 Bond $292,00-1 $23.00 $33—M Total $12,000.00 $958.00 $1,353.00 Item # 1. Installation of approximately 1500' of future 4" schedule 40 conduit. tem #2. Remove and dispose of (2) date tree stumps, and (2) date trees. :tem #3. Supply and install upgraded electrical housing box large enough for power supply and irrigation timer controls. NOTE: Pending approval of change orders, extension of contract may be in order. [Approved By-.. Date: Sheet 1 of 3 CONTRACT: Cove Oasis / Lake Cahuilla PROJECT NO.98-18 Trailhead Improvements CONTRACTOR: Seto Construction, Inc. PMB 105 41800 Washington Street #105 Bermuda Dunes, Ca. 92201 CONTRACT CHANGE ORDER NO.3 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included m 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 Deletion of Flo -Boy Pump System due to elimination of bathroom and water features from this portion of the project. This will result in a Credit of $ 7,000.00. Previous Contract Amount Through Change Order No. 2 $ 16010468.00 Add This Change Order $ (7.000.00) Revised Contract Total $ 153,468.00 By reason of this contract change order the time of completion is adjusted as follows: -0- days added to contract time. The contract completion date shall be: 1 /03 /01 Submitted By Approved By: 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 as full payment the amount shown above, which includes all direct and indirect overhead expenses for any delays. _ '4 .1 Accepted By:Title: UwA1L`L- Contractor: 7 EGG ! Date: T:\PWDEPI\PROJECTS\98Prid \9818COVEOASIS\CCO 3.wpd OCT-23-2000 13:11 SCI P. 01 ,9ET COM9TRUCHOAT, BVC. Generml Copb'actorr 83-544 Avenue 45. Saito 8. fpcho. CE"Or--RIA DR901 760-775-7058 f z 760 •775.7059 Iaaemw #003880 G'hanffe Order Ta Mr. Jahn Pr&eln d Date: 10/23/00 CkEs of La. Qu;mt, Job Name: Covs Omm Trasl Hand F.O. Box 1504 8objeot i•m Qundm CA 92253 Deletion of the 'Ploboy" pump anal encl4sur6 par paans and manuf1a eturers speci&atlms. The electrical servica to the pump ramains in the job. Credit amount 4 7,000.00 Approved By: Date: TOTAL P.01