Loading...
Quality Fence/Fritz Burns Rehab 01SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Quality Fence Company, Inc., herein referred to as, "Contractor." WITNEaaETH: 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. 98-16, Fritz Burns Park Fence Rehabilitation Improvement, in the City of La Quinta, California pursuant to the Invitation to Bid, dated June 2000, the project Specifications, and Contractor's Bid, dated July - 10, 2000, 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 30 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 Ninety Three Thousand, Three Hundred and Sixteen dollars and Forty Cents ( $ 93,316.40 ). 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 Agreement 1300-1 performance of this Contract. This agreement to indemnify includes, butis 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, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred Agreement 1300-2 in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 20. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY o.t.. ISs 2& ATTEST: Ju G ek, City Clerk APPROVED AS TO FORM: ty Attorney CITY OF LA QUINTA, a California municipal corporation "CONTRACTOR" Dated: 8/9/2000 Dated: Dated: a "fig Dated:' By: C� Name: Wrn. ( Tyr) Cavanaugh Title: President By: Name: Agreement 1300-3 Title: "CONTRACTOR" (If corporation, affix seal) Agreement 1300-4 BOND PRELIM BASED ON FINAL CONTRACT PRICE "EXECUTED IN DUPLICATE" SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: BOND #: 3SM 984 413 00 PREMIUM: $1,400.00 THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on August 1, 2000, awarded to Quality Fence Company, Inc., hereinafter designated as the Principal, a Contract for Project No. 98-16, Fritz Burns Park Fence Rehabilitation Improvement, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: AMERICAN MOTORISTS NOW, THEREFORE, we, the Principal, and INSURANCE COMPANY , as Surety, are held and firmly bound unto the City in the just and full amount of Ninety Three Thousand, Three Hundred and Sixteen Dollars and Forty Cents ( $93,316.40 ) 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. Faithful Performance Bond 1300-5 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 9 TH day of AUGUST , 2000, 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. QUALITY FENCE COMPANY, INC. Principal (Seal) Signature for Principal (Seal) Title of Signatory AMERICAN MOTORISTS INSURANCE COMPANY Surety Signature for Surety 4 / MICHAEL E. CUNDIFF ATTORNEY -IN -FACT Title of Signatory P.O. BOX 41375, LOS ANGELES, CA. 90041 Address of Surety (877) 584-2663 Phone # of Surety MICHAEL E. CUNDIFF Contact Person For Surety Faithful Performance Bond 1300-6 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On AUG 0 9 2000 before me, Susan E. Morales/1Yotary Public NAME. TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER ® Personally known tome - or - ❑ Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in �?L0 ^ SUSAN E. MORALES his/her/their authorized capacity(ies), and that by his/her/their o aim COMM. #1166606 signature(s) on the instrument the erson(s), or the entity upon g W _ NOTARY PUBLIC • CALIFORNIA P Y P o OCOUNTY loll RMy Comm.mExp. Dec. 25, 2001 it behalf of which the person(s) acted, executed the instrument. 4lFON�P Ex WITNESS my hand and official seal. llf.ju'nam '� - /-0" - 1�' (SIGNATURE OF NOTAR 1) 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/OWNER ❑ CORPORATE OFFICER TITLES j (] PARTNER(S) ❑ LIMITED (] GENERAL ® ATTORNEY —IN —FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company Bond(s) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT BOND #: 3SM 984 413 00 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 Quality Fence Company, Inc., hereinafter designated, as the Principal, a Contract for Project No. 98-16, Fritz Burns Park Fence Rehabilitation Improvement, 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: AMERICAN MOTORISTS NOW, THEREFORE, we, the Principal, and INSURANCE COMPANY , as Surety, are held and firmly bound unto the City in the just and full amount of Ninety Three Thousand, Three Hundred and Sixteen Dollars and Forty Cents ( $93,316.40 ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 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 1300-7 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 9 TH day of AUGUST , 2000, 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. QUALITY FENCE COMPANY, INC. Principal (Seal) Signature for Principal Title of Signatory AMERICAN MOTORISTS INSURANCE COMPANY Surety (Seal) Signature for Surety MICHAEL E. CUNDIFF ATTORNEY -IN -FACT Title of Signatory P.O. BOX 41375, LOS ANGELES, CA. 90041 Address of Surety (877) 584-2663 Phone # of Surety MICHAEL E. CUNDIFF Contact Person For Surety Payment Bond 1300-8 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On AUG 0 9 2000 before me, Susan E. Morales/Notary Public NANIE, TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER ® 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 acknowledged to me that helshelthey executed the same in �-0, ' ` ` ` his/her/their authorized cap acity lies►, and that by his/her/their �I P. SUSAN E. MORALES N w� , R� C 0 M M. # 1166606 signature(s) on the instrument the person(s), or the entity upon NOTARY PUBLIC - CALIFORNIA o ORANGE COUNTY N behalf of which the person(s) acted, executed the instrument. �I ��N`P My Comm. Exp. Dec. 25, 2001 WITNESS my hand and official seal. _,jj (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/OWNER ❑ CORPORATE OFFICER TITLES j ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company Bonds) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT IremPER. Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois, (hereinafter collectively referred to as the "Company") do hereby appoint Michael E. Cundiff of Orange, California********************* their true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO MILLION DOLLARS EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001 This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this August 30, 1999. Attested and Certified: I Robert P. Harries, Secretary �oRO, ryf4 `s qut /� o��tsts OF 2 w ANAUIN018 0 � r :�ie �'„' Y CONDO MON 3 �a$ 31A1 P ly ����` EO�s Gto'� by Lumbermens Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company �L S v.p J. S. Kemper, III, Exec.Vice President 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 President Title 8/9/2000 Date Workers' Compensation Insurance 1300-9 CONTRACT: CONTRACTOR: C% 4 44" Sheet 1 of 3 Fritz Burns Park Fence PROJECT NO. 98-16 Rehabilitation Improvements Quality Fence Co., Inc. 10933 Garfield Place South Gate, CA 90280 CONTRACT CHANGE ORDER NO. 1 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: Furnish labor, materials and equipment to install approximately 232LF of 1 5/8" Bottom rail, Price $ 1,260.00 Furnish labor, materials , and equipment to install (1) 5'x8' slide gate, and (1) 6'x8' slide gate, Price $ 1,540.00 Furnish labor, materials, and equipment to install (1) 6'x3' slide gate, Price $ 500.00 Remove (6) 2 7/8" line post, install +/- 180Lf new 12' high 9GA chain link fabric & 3 rails Price $ 1,825.00 Remove approximately 25'of 8' fence & barbed wire, install new 12' high chain link fence Price $ 975.00 TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED: $69100.00 ************************************************************************************* Previous Contract Amt. Through Change Order No. - 0-: $93,316.40 Add this Change Order: $6,100.00 Revised Contract Total: $99,416.40 By reason of this contract change order the time of completion is adjusted as follows: 3 consecutive calendar days added to contract time. The revised contract completion date for Contract Change Order No. 1 shall be 10/20/2000. (� Submitted By: Date: �- 2oc Approved By: ' Date: ?� 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 necessar t complete the above specified work, and hereby accept as full payment the amount shown above, which includ dire an nd/mpt over expenses for any delays. Accepted By: � Y � � N1 Title: S U?6'A iA-17&A-wJ "J Contractor: QUALITY FENCE CO.. INC. Date: T:\PWDEPT\PROJ ECTS\98Prjct9\9818fbpbcr9\nua1ityCC0l .wpd "A. & ....I Page No. I of 2 Pages QUALITY FENCE COMPANY, INC. 10933 GARFIELD PLACE • SOUTH GATE, CA 90280 St. Lic. No. 382736 (213) 585-8585 (714) 526-1466 FAX (213) 869-7804 Fax:760 777-7155 fM10t•O>jAL SUBMITTED TO PHONE DATE City of La 21inta, Attn: Leonard Fauver 760/777-7048 9 20 2000 JOB NAME P.O. Box 1504 CITY, STATE AND ZIP COOS JOB LOCATION La Wintair We hereby submit specifications and estimates for: Hoc Bey Courts I. Labor & material to install approximately 232 LF of 1 5/8" bottom rail. Price $1,260.00 II. Labor & material to remove (6) 2 7/8" line post, install approximately 180 LF of top, middle & bottom rail, & install new 12 high 1 3/4" mesh 9GA chain link fabric. Price $1,825.00 Additional Gates I. Labor & material to install (1) 5' X 8' slide gate & (1) 6' X 8' slide gate. Price $1,540.00 AGREEMENT AS PER TERMS AND CONDITIONS SET FORTH WE,QUALITY FENCE COMPANY, PROPOSE TO FURNISH AND INSTALL FENCE AS PER, DIAGRAM PLAN AND MATERIALS AS LISTED HEREON. ALL WORK TO BE COMPLETED IN A WORKMANLIKE MANNER FOR THE SUM OF $ CASH. $ DEPOSIT. $ A -hove BALANCE DUE UPON COMPLETION. This is a contract between two parties and will be effective when accepted.Buyer agrees to clear and establish grade and fence lines before construction. Buyer to assume full responsibility for any and all under ground wire pipes and or utilities of any type in the event the fence is not paid for within 60 days seller has the title right to remove said fence and return to company. In the event of can- cellation buyer agrees to forfeit ten per cent of contract price to cover preparations made by Quality Fence Company. The merchandise listed hereon shall remain the property of the seller until paid for by cash. At which time title will pass to purchaser. If the account is assigned to an attorney or collection agency for collection. Then and in that event the buyer agrees to pay reasonable attorney fees, court costs and other collection costs. In the event buyer authorizes extra work other than stated herein, he shalt pay on basis of labor and material upon Dresentation of itemized statement. NOTICE Purchasers and users of the products known as Ultra Barrier and Razor Ribbon, shall indemnify and hold Quality Fence Co.. Inc. harmless from Authorized an losses and costs of defense arising from or after use of these Signature products ry Cavanaugh Note: This Oroposal may be withdrawn by us If not accepted within 30 days. Artrptwp at 11rapasal- The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified. Payment will be made as outlined above. Date of Acceptance: Signature Oeatraoters We required by law to be licensed and regulated by the Contractors' State License Board. Any questions concereing the responsibilities of a contractor may be referred to the ReSlstrar of the Board whose address is: Contractors' State License Board, 1020 N St., Sacramento, CA 95814 24Y A M.* 911' M I Page No. 2 of 2 Pages JP 4 U,raII11 0c44 QUALITY FENCE COMPANY, INC. 10933 GARFIELD PLACE - SOUTH GATE, CA 90280 St. Lic. No. 382736 (213) 585-8585 (714) 526-1466 FAX (213) 869-7804 Fax:760 777-7155 PIIOPO"L SUBMITTED TO PHONE DATE City of La Quinta Attn: Leonard Fauver 760 777-7048 9/20/2000 JOB NAME P.O. Box 1504 CITY, STATE AND ZIP CODE JOB LOCATION La Quinta, CA 92253 We hereby submit specifications and estimates for: (continued) II. Labor & material to install (1) 6' X 3' slide gate. Price $500.00 City Yard Fencing @ N.W. Corner I. Labor & material to remove approximately 25 LF of 8' high chain link fence & barbed wire, & install new 12' high chain link fence to match tennis court fencing. Price $975.00 AGREEMENT AS PER TERMS AND CONDITIONS SET FORTH WE,QUALITY FENCE COMPANY, PROPOSE TO FURNISH AND INSTALL FENCE AS PER, DIAGRAM PLAN AND MATERIALS AS LISTED HEREON. ALL WORK TO BE COMPLETED IN A WORKMANLIKE MANNER FOR THE SUM OF $ CASH. $ DEPOSIT. $ Above BALANCE DUE UPON COMPLETION. This is a contract between two parties and will be effective when accepted.Buyer agrees to cleat and establish grade and fence lines before construction. Buyer to assume full responsibility for any and all under ground wire pipes and or utilities of any type in the event the fence is not paid for within 60 days seller has the title right to remove said fence and return to company. In the event of can. cellation buyer agrees to forfeit ten per cent of contract price to cover preparations made by Quality Fence Company. The merchandise listed hereon shall remain the property of the seller until paid for by cash. At which time title will pass to purchaser. If the account is assigned to an attorney or collection agency for collection. Then and in that event the buyer agrees to pay reasonable attorney fees, Court Costs and other collection costs. In the event buyer authorizes extra work other than stated herein, he shall pay on basis of labor and material upon presentation of itemized statement. NOTICE Purchasers and users of the products known as Ultra Barrier and Razor Ribbon shall indemnify and hold Quality Fence Co.. Inc. harmless from Authorized all losses and costs of defense arising from or after use of these Signature =:C=Nmmwv� "4 products Ty Cavanaugh Note: This p opooul may be 30 withdrawn by us If not accepted within s. Ajrp p id f1rapajoal— The above prices, specifications •rid conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified. Payment will be made as outlined above. Date of Acceptance: Signature 0e0feeters are required by law to be licensed and regulated by the Contractors' State License Board. Any questions concerning the responsibilities of a contractor may be referred to the Registrar of the Board whose address Is: Contractors' State License Board, 1020 N St., Sacramento, CA 95814 CONTRACT: CONTRACTOR: • ht 4 Sheet 1 of 2 Fritz Burns Park Fence PROJECT NO. 98-16 Rehabilitation Improvements Quality Fence Co., Inc. 10933 Garfield Place South Gate, CA 90280 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: Furnish and install Mark I Gate Opener System per attached quote. Price $ 4,885.00. This Contract Change Order does affect the Substantial Completion Date, and no early completion incentive or liquidated damages shall be applicable. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED: $ 4,885.00 ****************************************************************************** Previous Contract Amt. Through Change Order No. -1-: $99,416.40 Add this Change Order: $4,885.00 Revised Contract Total: $104,301.40 By reason of this contract change order the time of completion is adjusted as follows: 0 consecutive calendar days added to contract time. The contract completion date for Contract Change Order No. 2 shall be 10/20/2000. r , Submitted By: Date: /o 117100 Approved B : Date: //��/ rr Y ' 2=tTZrr.� 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 sho _ ove, which includes direct and indirect overhead expenses for any delays. Accepted By: Title: 'Sy0FR/K17EAAAA47' Contractor: QUALITY FENCE CO.. INC. Date: *J12_g140 T:\PWDEPT\PROJECTS\98Prjcts\9816fbpbcrs\QualityCCO2.wpd Page No. 1 of 1 Pages 1ra aJ,r V V is t QUALITY FENCE COMPANY, INC. 10933 GARFIELD PLACE • SOUTH GATE, CA 90280 y,3 St. Lic. No. 382736 6-42 585-8585 (714) 526-1466 FAX 4" 869-7804 MO�OSAL SUBMITTED TO PHONE DATE Cit of La Quints Attn: Danny Johnson 760/777-7052 9/19/2000 JOB NAME 78-495 Calle Tampico CITY, STATE AND ZIP CODE JOB LOCATION La Quinta, CA 92253-1504 We hereby submit specifications and estimates for: Labor & material to install Larko Mark I gate operator system including modifications of existing slide gate. Bolt down ground track with cem- ented in J-bolt hold downs, (2) safety loops, (1) free exit loop, (1) touch key pad entry, (1) Larko operator, & bumper post. Price $4,885.00 Note: Customer to run power to within 3' of operator. AGREEMENT AS PER TERMS AND CONDITIONS SET FORTH WE,QUALITY FENCE COMPANY, PROPOSE TO FURNISH AND INSTALL FENCE AS PER, DIAGRAM PLAN AND MATERIALS AS LISTED HEREON. ALL WORK TO BE COMPLETED IN A WORKMANLIKE MANNER FOR THE SUM OF $ CASH. $ DEPOSIT. $ —4.,-88S _ 00 BALANCE DUE UPON COMPLETION. This is a contract between two parties and will be effective when accepted.Buyer agrees to clear and establish grade and fence lines before construction. Buye► to assume full responsibility for any and all under ground wire pipes and or utilities of any type in the event the fence is not paid for within 60 days seller has the title right to remove said fence and return to company. In the event of can. cellation buyer agrees to forfeit ten per cent of contract price to cover preparations made by Quality Fence Company. The merchandise listed hereon shall remain the property of the seller until paid for by cash. At which time title will pass to purchaser. If the account is assigned to an attorney or collection agency for collection. Then and in that event the buyer agrees to pay reasonable attorney fees, court costs and other collection costs. In the event buyer authorizes extra work other than stated herein, he shall pay on basis of labor and material upon presentation of itemized statement. NOTICE Purchasers and users of the products known as Ultra Barrier and Razor Ribbon. shall indemnify and hold Quality Fence Co.. Inc. harmless from Authorized all losses and costs of defense arising from or after use of these Signature products Tv � y Note. This pr sa y ugh withdrawn by us If not accepted within days. Arrp: sit froposal— The above prices, specifications •nd conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified. Payment will be made as outlined above. Date of Acceptance: Signature 0on?tracters are required by law to be licensed and regulated by the Contractors' State License Board. Any questions @oncoming the responsibilities of a contractor may be referred to the Registrar of the Board whose address is: Contractors' State License Board, 1020 N St., Sacramento, CA 86114 CONTRACT: Fritz Burns Park Fence Rehabilitation Improvements CONTRACTOR: Quality Fence Co., Inc. 10933 Garfield Place South Gate, CA 90280 Sheet 1 of 2 PROJECT NO. 98-16 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 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: Additional labor,equipment and materials to remove unknown grade beams under existing courts. Price $ 5,130.00. TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED: $5,130.00 ****************************************************************************** Previous Contract Amt. Through Change Order No. - 2-: $104,301.40 Add this Change Order: $5,130.00 Revised Contract Total: $ 109,431.40 By reason of this contract change order the time of completion is adjusted as follows: 3 consecutive calendar days added to contract time. The contract completion date for Contract Change Order No. 3 shall be 10/23/2000. Submitted By: Approved Date: 1'O1ZO`OU Date: 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, fumish all materials, perform all labor, except as may be noted above, and perform afl services necessary to complete the above specified work, and hereby accept as full payment the amount shown above, which includes direct and indirect overhead expenses for any delays. Accepted By: — Title: Sv PM12-1 NTAWOA Nr'' Contractor: QUALITY FENCE CO., INC. Date: 1.01/,0,Oy T:\PWDEPT\PROJECTS\98Pricts\98I 6fbpbcrs\Qua1ityCC03. wpd (QUALITY FENCE CO., INC. 10933 Garfield Place South Gate, CA 90280 323/585-8585 November 4.2000 City of La Quints P.O. Box 1504 La Quinta, CA 92253 Attn: Leonard Sauver Re: Fritz Burns Park Quality Fence Co., Inc. is requesting an add on due to unforeseen grade beams under slab. Extra labor and materials involved to dig out footing will be priced as follows: (38) posts @ a cost of $13 5.00 each, for a total of $5,130.00. This has delayed progress (5) working days, therefore we are requesting an extension until October 27, 2000. Thank you for your consideration. Sinccrcly, Wm. (Ty) Cavanaugh President WC/deb CONTRACT: CONTRACTOR: • tvooe 4 4Q" Sheet 1 of 1 Fritz Burns Park Fence PROJECT NO. 98-16 Rehabilitation Improvements Quality Fence Co., Inc. 10933 Garfield Place South Gate, CA 90280 CONTRACT CHANGE ORDER NO.4 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: Project Bid Schedule called for 1500 LF of Windscreen to be installed. Actual quantity of Windscreen installed was 1,350 LF, resulting in a credit for 150 LF of Windscreen at $13.50 / LF Price Credit $ 2025.00 TOTAL COMPENSATION FOR THIS CONTRACT CHANGE ORDER SHALL NOT EXCEED: $ (2025.00) Previous Contract Amt. Through Change Order No. - 3-: $109,431.40 Add this Change Order: 2 025.00 Revised Contract Total: $1079406.40 By reason of this contract change order the time of completion is adjusted as follows: 0 consecutive calendar days added to contract time. Submitted By;1 ! Date: z Z Z- PP O/ A roved By: Date: 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 nd perform all servic necessary to complete the above specified work, and hereby accept as full payment the mo t shown ab�ye, which includes direct and indirect overhead expenses for any delays. Accepted By: Contractor: QUALITY FENCE CO., INC. Date: 2/14/2001 T:\PWDEPT\PROJECTS\98Prjcts\9816fbpbcrs\Const\QualityCCO4.wpd