Loading...
Terra-Cal Const/Civic Center 01SECTION 1300 THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and TERRA -CAL CONSTRUCTION, INC., herein referred to as, "Contractor." -W TNESSLTH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall Punish all necessary labor, material, equipment, transportation and services for Project No. 97-09 La Quinta Civic Center Campus Improvements in the City of La Quinta, California pursuant to the Invitation to Bid, dated September 17, 2001, the project Specifications, and Contractor's Bid, dated, October 24, 2001 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 180 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 MILLION SIX HUNDRED FORTY NINE THOUSAND FIVE HUNDRED FIFTY EIGHT DOLLARS ($1,649,558.00). 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 Agreement 1300-1 injury caused by, any product purchased herein; or any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. The is agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and damage to property (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person 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 df 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. Agreement 1300-2 19. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 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. Dated: / a • a.0 - © I ATTEST: - FOFN I:V-f APPROVED AS TO FORM: City Attorney Dated: / "/ Z _0 / Dated: 1 0.. " a / C: LIU /1CTTY" Dated: /j - s.a <51 Dated: 1e)'Or- lg 1"/ 11M. By: Name: Steve Pe zyna Title: CFO "CONTRACTOR" (If corporation, affix seal) Agreement 1300-3 SECTION 1330 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." 7v`xAA - CAI. 60A, J�r2t c� � Name of Contractor C 5 o d Fr-1 c.e ,Q Title Date //- .?0. Zoo Workers' Compensation Insurance 1300-8 Escrow No.: 00021066 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This escrow Agreement is made and entered into by and between the City of La Quinta, whose address is 78-495 Calle Tampico, La Quinta, CA 92253, hereinafter referred to as "Owner", Terra -Cal Construction Inc. whose address is 14530 3oanbridge Street , .Baldwin Park, CA 91.706 hereinafter referred to as "Contractor", and Union Bank of California, whose address is 1980.Saturn St., V03-012, Mail Code V03-012, Monterey Park, CA 91755 hereinafter referred to as "Escrow Agent" For the consideration hereinafter set forth, the Owner, Contractor and Escrow Agent agree as follows: Pursuant to section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Owner pursuant to the Construction Contract entered into between Owner and Contractor for Project: La Quinta Civic Center Improvements in the amount of $1,659,032.00, dated February 2, 2002 (hereinafter, referred to as the ("Contract"). Alternatively, on written request of the Contractor, the Owner shall make payments of the retention earnings directly to the Escrow Agent. When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within ten days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities shall be held in the name of City of La Quinta as Agent, and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the Contractor for those funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent hold securities in the form and amount specified above. 3. When the Owner makes payment of retention's earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until the time that the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the Owner pays the Escrow Agent directly. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the Owner. These expenses and payment terms shall be determined by the Owner, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to Owner 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from the Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor 7. The Owner shall have a right to draw upon the securities in the event of default by Contractor. Upon seven days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner 8. Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has compiled with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of al moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections (5) to (8), inclusive, of this Agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the Owner and on behalf of the Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: On behalf of Owner: Quinta rt ��/l Signature Address: 78-495 Calle Tampico, La Quinta, CA 92253 Telephone: 760-777-7150 On behalf of Escrow Agent: I.?nion Bank of California Assistant Vice President Title r � 1 N Signature Address: 1980 Saturn .. V03-012, , Mail Code V03-012 Monterey Park, CA 91755 Telephone: (800) 669-8661 On behalf of Contractor: Terra -Cal ConstructioA Name A(resi al_ Title Signature Address: 14530 Joanbridge Street, Baldwin Park, CA 91706 Telephone: 626-960-3 694 At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. CONTRACTO By: a-00 By: By: U Tit,, 4 e(P " CFI OF t 9 CONTRACT: Civic Center Campus Improvements Phase I CONTRACTOR: Terra -Cal Construction, Inc. 14530 Joanbridge Street Baldwin Park, CA 91706 Sheet 1 of 2 PROJECT NO. 97-09 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 The contract change order initiates Phase II of the Civic Center Campus Improvements. The following bid items are included: Add Alternate 3, bid item 1, Add Alternate 4, bid item 1,2 & 4, Add Alternate 5, bid items 1-11, Add Alternate 6, bid items 1-10, and Miscellaneous bid items 1-4. The estimated quantities and unit prices are attached and made a part of this contract change order. Previous Contract Amount Through Change Order No. 0 $ 1,649,558.00 Add This Change Order No. 1 $ 857.692.00 Revised Contract Total $ 2,507,250.00 By reason of this contract change order the time of completion is adjusted as follows: 0 days added/deleted to contract time. The original contract completion date is: June 30, 2002. The revised contract completion date shall be- June 30, 2002 Submitted By: VV % w ' ,0 Date: 3'�Z���.7— Approved By: / '2- Date: � D -z_ 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: Title: -2--n f,. Contractor: TERRA -CAL CONSTRUCTION. INC. Date: T:\PWDEPT\PROJ ECTS\97Prjcts\9709CvcCtr\CONST\CCO 1 TERACAL. wpd CITY OF LA QUINTA PROJECT NO. 97-09 CIVIC CENTER CAMPUS IMPROVEMENTS CONTRACT CHANGE ORDER NO. 1 TERRA -CAL CONSTRUCTION EST. ITEM NO. ITEM DESCRIPTION QTY. UNIT UNIT PRICE JITEMTOTAL ADD ALTERNATIVE 03 HISTORIC PLAZA FOUNTAIN SYSTEM 1 COMPLETE 1 LS TOTAL ALTERNATIVE #3 ADD ALTERNATIVE 94 1 TREE ACCENT LIGHTS TYPE 2 W/WIRING 36 EA 2 TREE ACCENT LIGHTS TYPE 4 W/WIRING 6 EA 4 LIGHT FIXTURES AT SHADE STRUCTURES 34 EA TOTAL ALTERNATIVE #4 &nn AI TERNATIVE $5 1 ITREES 24" BOX 73 EA 2 1 TREES 36" BOX 154 EA 3 TREES 48" BOX 9 EA 4 WASHINGTON FILIFERA 631 TF 5 SHRUBS 5-GAL 711 EA 6 SHRUBS 15-GAL GROUNDCOVERS 1-GAL 58 PHOENIX DACTYLIFERA VEA7 9 INSTALL CONCRETE MOW -STRIP 210 LANDSCAPING BOULDERS 111 FOQUIERIA SPLENDENS TOTAL ALTERNATIVE #5 ADD ALTERNATIVE#6 1 IBENCHES 29 EA 2 OUTDOOR STAGE 1 LS 3 COLOR PAVING w/SAND FINISH 1890 SF 4 GAZEBO 1 EA 5 PERGOLA SHADE STRUCTURE 1 EA 6 TRYST SHADE STRUCTURE 1 EA 7 GATEWAY SHADE STRUCTURE 1 EA 8 PAVILION SHADE STRUCTURE 1 EA 9 EXERCISE STATIONS 5 EA 10 ITRASH RECEPTACLES 1 8 EA TOTAL ALTERNATIVE #6 Micrallanenus Items 1 TOTAL ALTERNATIVE #6 Micrallanenus Items 1 REMOVE EXISTING STORM DRAIN 1 LS 2 CONNECT STORM DRAIN LATERALS TO STORM DRAIN 1 LS 3 RAISE MANHOLES TO GRADE 1 LS 4 IRRIGATION SYSTEM FOR VACANT LOT 1 LS TOTAL MISCELLANEOUS ITEMS $95 500.00 $95,500.00 SUB -TOTAL $95,500.00 064.00 $890.00 $30,260.00 SUB -TOTAL $73.364.00 $182.00 $13,286.00 $430.00 $66 220.00 $1,112.00 $10 008.00 $98.00 $61,838.00 $14.70 $10 451.70 $62.00 $2 728.00 $6.00 $3,336.00 $2 530.00 $86 020.00 $7.20 $1,980.00 $325.00 $48 750.00 $200.00 $600.00 SUB -TOTAL $305 217.70 $1600.00 $46,400.00 $7 500.00 $7 500.00 $4.30 $8,127.00 $17 300.00 $17,300.00 $81,500.00 $81,500.00 $38,000.00 38,000.00 $49,350.00 $49,350.00 $103 000.00 $103 000.00 $1 250.00 $6 250.00 $1 200.00 $9,600.00 SUB -TOTAL $367,027.00 $7,740.00 $7,740.00 $3,363.00 $3 363.00 $1200.00 $1200.00 $4 280.00 $4 280.00 SUB -TOTAL) $16,583.001 TOTAL OF ALL ALTERNATIVES 1 $857 691.70 -W _ IN(Oaalanm) 4� Sw ti OF T� CONTRACT: Civic Center Campus Improvements CONTRACTOR: Terra -Cal Construction, Inc. 14530 Joanbridge Street Baldwin Park, CA 91706 Sheet 1 of 2 PROJECT NO. 97-09 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 The contract change order allows for the construction of a Drywell System necessary for the removal of the existing on site system removed to accommodate the new Lake Feature. Total Price $10,666.65 Previous Contract Amount Through Change Order No. 1 $ 2,507,250.00 Add This Change Order No. 2 $ 10s 666.65 Revised Contract Total $ 295179916.65 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: July 2, 2002 Submitted By: Date: l I I 0 1.. v Approved By: — �� Date: S� -r3- .�z 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. A Accepted By: /. 9. ZA J4 & Title: Contractor: TERRA -CAL CONSTRUCTION. INC. Date: 7 3o—oZ TERRA -CAL CONSTRUCTION, INC. 14530 .•oanbFidge Stmet • Baldwin Park. Ca 91706 * [626) 96CI.3694 • (626) 960-7714 SITE DEVELQPMIs T • LANDSCAPE April 23, 2002 David Evans & Associates 68-955 Adelina Ave. Cathedral City, CA 92234 Attn: Mr. Rudy Acosta, Mr. Ruben Ramirez' Re: La Quinta Civic Center Improvements Change Order Proposal #09 Dear Mr. Acosta/ Mr. Ramirez, We have contracted with Dat+eland Construction Company, Inc. to install a d well as designed by David Evans & Associates and tar 1 nitted to Tam -Cal ConsttuWon on January 28, 2002. This; quote does riot include the dry cxetaic bed. h is imperative that a formal change order be examted prior to schedu ft this work. Deland Constrtw ion Company U,800.00 `CCC Supervision 6 hours @$45_007hr $270.00 - Overhead & Profit "Z.550 .SubtottW S 10��yy,45'7. 50 llond rg 2% AA9.1 Total $1 0,666.65 This work mandates that 2 additional days be added to the project compte don schedule. We reetom the right to claim additional time and monies with this or any combination of change orders. If you have any que:stioms or comments, please contact me at (626) 960-3694, Sincerely, `.MRRA- CAL CONSTRUCTION, INC. Stephen B. Walton Branch Manager 4;MM% 001, U _ 444 G 4� �`� OF T9 CONTRACT: Civic Center Campus Improvements CONTRACTOR: Terra -Cal Construction, Inc. 14530 Joanbridge Street Baldwin Park, CA 91706 Sheet 1 of 2 PROJECT NO. 97-09 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 The contract change order allows for the addition of Soil Amendments and preparation necessary for the soil prior to the installation of turf for the La Quinta Civic Center Campus Project. The Soil Amendments and preparation cost was not allowed for on the project plans or bid schedule. The estimated quantities and unit prices are attached and made a part of this contract change order. Previous Contract Amount Through Change Order No. 2 $ 2,517,916.65 Add This Change Order No. 3 $ 39,739.02 Revised Contract Total $ 29557,655.67 By reason of this contract change order the time of completion is adjusted as follows: iL days added/deleted to contract time. The revised contract completion date shall be: Submitted 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 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. Title: �'= � - c"_'Z d i -1� 3� �Z Contractor: TES -CAL CONSTRUCTION..INC• Date: pppppp TERRA -CAL CONSTRUCTION, INC. 14530 Joanbridge Street - Baldwin Park, Ca 91706 - (626) 960-3694 - (626) 960-7714 SITE DEVELOPMENT - LANDSCAPE July 2, 2002 David rva,is & Associated 77-682 County Club Drive, Ste. F-2 Palm Desert, CA 92211 Attn Mr. Ruben Ramirez/ Mr. Rudy Acosta Re: La Quinta Civic Center Improvements Change Order Proposal # 16 Dear Gentlemen, At our two previous job meetings we discussed the fact that no soil amendments were included in our bid and there is no bid item to pay for such. We offer our proposal to supply, deliver and install adequate organic material per our attached memorandum to treat 3855431 square feet of turf area. Material only Labor & Equipment to install @ .03/SF Subtotal TCC markup @ 20% Total $21,552.92 $11,562.93 $331115.85 $6,623.17 $391739.02 This work requires that four additional days be added to the project completion schedule. Time is of the essence. If this is acceptable, please issue the appropriate change order. We reserve our right to request additional compensation and time in accordance with this change order and/or and combination of change orders. If you have any questions or comments, please contact me at (626) 960-3694. Sincerely, AJ PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: JUNE S. GREEK, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: June Greek P. O. Box 1504 78-495 Calle Tampico La Quinta, CA 92253 HOC a ZOOA--OZSS 2 2 T 04/19/2004 08:00A Fee:NC Page i of 2 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder 1111111111111111111111111111111111111111111111111111111 M =�==M== MEEMMMMMMMM mom WOMMMrAbIFE; MMMIMM NOTICE OF COMPLETION Civic Center Campus Improvements Project No. 97-09 Title of Document THIS AREA FOR RECORDER'S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) C:\MYDATA\WPDOCS\FORMS\Recorder.wpd I PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: JUNE S. GREEK, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: June Greek P. O. Box 1504 La Quinta, CA 92253 SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN: 1. That the interest or estate stated in paragraph 3 herein in the real property herein described is owned by: The City of La Quinta, California, a Municipal Corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of La Quinta is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. That the nature of the life of the stated owner, or if more, than one owner, then of the stated owner and co -owners is: In Fee. 4. That on the 6th day of April, 2004, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: Civic Center Campus Improvements, Project No. 97-09. 6. The name of the contractor for said work of improvement was: Terra -Cal Construction, Inc. _ 7. 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: La Quinta Civic Center Campus south side of Avenida Tampico, west of Washington Street, between Avenida Tampico and Avenida La Fonda. DATED: April 6, 2004 CITY OF 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 April 7, 2004. i U PE'S. GREEK, CMC, ity Clerk City of La Quinta, California