Loading...
RJ Bullard/Bridge Railing 02SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City, and R. J. Bullard Construction, Inc., herein referred to as, "Contractor." WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for Project No. 99-05A, Bridge Barrier and Railing Enhancements at the Jefferson Street Bridge over the All - American Canal, in the City of La Quinta, California pursuant to the Invitation to Bid, dated December 19, 2001, the project Specifications, and Contractor's Bid, dated, January 25, 2002, 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. 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 75 Consecutive Calendar Days from the date specified in the 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 TWENTY THOUSAND FORTY DOLLARS and NO/CENTS ($120,040.00), plus such additional amounts for adjustments to the estimated quantities contained in the Bidder's Schedule and for extra work covered by approved Change Orders, if any, as are provided for in the Specifications, without prior approval of the City Council and written amendment to this Contract. All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. ' 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 Agreement 1300-1 in part are claimed to result from or to arise out of the usage or operation, including the malfunctioning of, or, any injury caused by, any product purchased herein; or any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. The is agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and damage to property (including, but without limitation, contract or tort or patent, copyright, trade 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. 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. 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: -(:n -. ATTEST: June Greek, City Clerk APPROVED AS TO FORM: ACi*Attome�y Dated: j /V/"p z Dated: Z A Dated: `5 G2 co —0 Dated: Q d o4_ CONTRACTOR: By: Name: ee94,T Title: 1)0,em Zc� Name:uS�r/ Title: "CONTRACTOR" (If corporation, affix seal) Agreement 1300-4 SF1665 SECTION 1320 IZ3140 I DI: KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on FEBRUARY 19, 2002, awarded to R. J. BULLARD CONSTRUCTION, INC., hereinafter designated as the Principal, a Contract for PROJECT NO 99-05A, BRIDGE BARRIER AND RAILING ENHANCEMENTS AT THE JEFFERSON STREET BRIDGE OVER THE ALL-AMERICAN CANAL, 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 performa»oe 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: United States Fidelity and NOW, THEREFORE, we, the Principal, and Guaranty Company , as Surety, arc held and firmly bound unto the City in the just and full amount of ONE HUNDRED TWENTY THOUSAND FORTY DOLLARS AND NOXENTS ($120,040.00) 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, 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 suchwork 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 tothe 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 previsions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1300-7 IN WITNESS WHEREOF, the Principal and Surely Dave executed this instrument under their seals this 5th day of March , i,v 200 rn 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. R.J. Bullard Construction, Inc. Principal (Seal) Signature for Principal dJE-L�'T�..y le'e Title of Signatory United States Fidelity and Guaranty Company Surety (Seal) • a. Signature for Surety Nanette Mariella—Myers Attot:;ney--in—Fact Title of Signatory United States Fidelity and Guaranty Company 333 City Boulevard West, Suite 1100 Orange, CA 92868 Address of Surety (714) 620-1200 Phone # of Surety Jeff Derosier Contact. Person For Surety Payment Bond 1300-5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Orange S /o;, before me, Leigh McDonough Notary Public On 3/, DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Nanette Mariella-Myers , 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) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon LEIGM MCDONOUGH behalf of which the person(s) acted, executed the instrument. Commission # 1328674 Z • Notary Public - Cstifomis - Orange County WITNESS my hand and official seal. My Comm. Expirse Now 6, 204 SIGNATURE OF NO RY 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 ❑ 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) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-4067/GEEF 2/98 U 1993 NA I IUNAL NU I AKY AJJUGIA I IUN • uz313 Kemmet Ave., r.v. tsox t i a4 • %-anoga rant, %,m a , vva-i , oy 7he.9Fhul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 22665 Certificate No. J 0 7 0 22 7 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint James A. Schaller, Rhonda C. Abel, Jane Kepner, Nanette Mariella-Myers, Mike Parizino, Linda Enright, Jeri Apodaca and Patricia H. Brebner Costa Mesa California of the City of , State , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument`toe signed and sealed'thig. , 31St Jay 2UU1 day of Seaboard Surety Company Vnited States Fidelity and Guaranty Company St. Paul Fire and Marine Insuralnce "Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. S St. Paul Mercury Insurance Company �y� M iNs, P�•iNs�q�k, 1' � SUfiEI O T� .....:Gq o°: 1• : y}, �y�Q3'y,-�ty, �y.�,,,� * Y^ I,tOFPOR.1>F /v ;•'OORPORA if i p , � •`CMMTW < aZ� 19n 1951 7.92i `°s BAL:'a° 1898 fW AEALioI s•., a o,�(Q m� sa' S•-.. ... ��OFNEW� 19 ISN AN� State of Maryland City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary On this 31St day of July 2001 , before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. QF N EAS�y� V In Witness Whereof, I hereunto set my hand and official seal. NOTARY 0 9 pVe�IC My Commission expires the 13th day of July, 2002. `�pq f cal as REBECCA EASLEY-ONOKALA, Notary Public 86203 Rev. 7-2000 Printed in U.S.A. Bond No. SF1665 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 February 19, 2002, awarded to R. J. BULLARD CONSTRUCTION, INC., hereinafter designated as the Principal, a Contract for PROJECT NO 99-05A, BRIDGE BARRIER AND RAJLiNG ENHANCEMENTS AT THE JEFFERSON STREET BRIDGE OVER THEALL-AMERICAN CANAL, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: United States Fidelity and NOW, THEREFORE, we, the Principal, and Guaranty Company , as Surety, are held and firmly bound unto the City in the just and full amount of ONE HUNDRED TWENTY THOUSAND FORTY DOLLARS AND NO/CENTS ($120,040.00) lawful money of the United States, for the payment of which sum well and truly to be made, wie 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. I+aithM Performance Bond p 1300-5 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this 5th day of March , 4 2002 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. R.J. Bullard Construction, Inc. Principal (Seal) Signature for Principal , f �2fe--'--//-��5�v Title of Signatory If United States Fidelity and Guaranty Company Surety (Seal) Signature for Surety Nanette Mariella—Myers Attorney —in —Fact Title of Signatory United States Fidelity and Guaranty Company 333 City Boulevard West, Suite 1100 Orange, CA 92868 Address of Surety (714) 620-1200 Phone # of Surety Jeff Derosier Contact Person For Suretv FaitLfut Performance Bond 1300-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Orange On before me, Leigh McDonough Notary Public , ATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Nanette Mariella-Myers N personally known to me - OR- ❑ NAME(S) OF SIGNER(S) 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 he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon �Ei �00NWGH behalf of which the person(s) acted, executed the instrument. Commission # Notsty public - Cal fomia omn" county My C,Wm, EWW0 NW 6, Z0% WITNESS my hand and official seal. SIGNATURE OF NOT 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 ❑ 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) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-4067/GEEF 2/98 U 1993 NA I IUNAL NU I AKY A55UGIA I IUN • tslsb Kemmet Ave., v.U. tsox t i ts4 - uanoga varK, UA W16U`J-/ 1134 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature Name of Contractor Title Date So l G Y... .:.i l° :I ••. t. 'i Y �. l r. Workers' Compensadon Insurance 1300-9 v = 5 c% 4 w� CF�1 OF Ttit 9 Sheet 1 of 2 CONTRACT: BRIDGE BARRIER AND RAILING AT THE JEFFERSON STREET BRIDGE OVER THE ALL AMERICAN CANAL PROJECT NO. 99-05-A CONTRACTOR: R. J. Bullard Construction, Inc. P.O. Box 1577 Bonsall, Ca. 92003-1577 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 This Contract Change Order allows for the construction of the Metal Beam Guard Rail originally planned for installation with the Jefferson Street Improvements. Total Price : $ 6,044.80 Previous Contract Amount Through Change Order No. 1 $ 120,040.00 Add This Change Order $ 6,044.80 Revised Contract Total $ 126,084.80 By reason of this contract change order the time of com 'on i lusted as follows: -7- days added/deleted to contract time. The revised contract completion date shall be: / Submitted By: Date: 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: Contractor: Title: Date: J. Bullard Construction, Inc; 760 731 7501; Jun-13-02 12:19PM; Page 213 7] 77 X :+ C C lu V z z m.s D C' 1� 0 3 tQA -yi a � m � m O r iy z r v " y = 0 a p X R 0 0 a r —J TIT92., � y �� 1C m z Z a �o` sC � C J] r c Lt a i Z a A z J Ci o ,a. n i 2 >C tim �r Q 0. I 0 ` �r V u o.. cz za o� t . 0 r^^ a o X X n f .. Z • > r x P � D n r � O .x .{ 1 O > o 0 r o 70ovo �.gop�iap 0 r r v r a�o >C . , a �r 0 si < D )' r >h r ={ zp 0 m u n zt 0 z 0 0 a N :� n 0 0 o 0 x = w 1 7 (1 A r -4 X = T � d 0 ar m C d C7 0 N3 O • - P. L H 1 4 4 . A -2 TM . NAME: H ti5 OF T1ati� Sheet 1 of I CONTRACT: BRIDGE BARRIER AND RAILING AT THE JEFFERSON STREET BRIDGE OVER THE ALL AMERICAN CANAL PROJECT NO. 99-05-A CONTRACTOR: R. J. Bullard Construction, Inc. P.O. Box 1577 Bonsall, Ca. 92003-1577 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 This Contract Change Order allows for a time extension from July 1, 2002 to July 9, 2002 , for a total of 8 consecutive calendar days with no cost or assessed Liquidated Damages due to modifications to the rail system during fabrication. Total Price : $0.00 Previous Contract Amount Through Change Order No. 2 $ 126,084.80 Add This Change Order $ 0.00 Revised Contract Total $ 126,084.80 By reason of this contract change order the time of completion is adjusted as follows: -8- days added to contract time. The revised contract completion date shall be: 7/09/02 Submitted By Approved By: gzz3L2 - 2 -7 -- vZ 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:D4� % D Title: Sub ec /Al Tewd e,,?" Contractor: S. B( t fir& Date: %-"aS— 0 RE PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED q+{js! L7 CITY '0 CITY C' AND WHEN RECORDED MAI4 TO: ere'rCew DOC a 2002-337696 10/04/2002 08:00A Fee:NC Page 1 of 2 E IVE D Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 8 Recorder 1 OIF F I C II IIIIIII (IIII III IIIII IIII IIII IIIIII IIIIII IIIIII III III M S U PAGE SIZE DA PCOR NOCOR SMF MISC. A R L COPY LONG REFUND NCHG I EXAM I� Title of Document T"n1o"AREA FOrm- rn­"'E`%0RDErn"\""' USE ONL THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 238-02 (REV 03/02) Return to: CITY CLERK City of La Quinta P.O. Box 1504 La Quinta, Ca. 92253 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN THAT: 1. The City of La Quinta, California, is 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. The address of the City of La Quinta is City Hall, 78-495 Calle Tampico, La Quinta, California (P.O. Box 1504, La Quinta, Calif. 92253. 4. The public work improvement - JEFFERSON STREET BRIDGE BARRIER & RAILING OVER THE ALL AMERICAN CANAL - PROJECT NO. 99-05-A on the hereinafter referred to real property within the City was COMPLETED on the 6th day of August, 2002. 5. The name of the contractor for such work of improvement was R. J. BULLARD CONSTRUCTION, INC. 6. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: CHANGES IN FABRICATION OF DECORATIVE RAILING ON CONCRETE BARRIER AT THE JEFFERSON STREET BRIDGE BARRIER & RAILING OVER THE ALL AMERICAN CANAL 7. The street address of said property is: JEFFERSON STREET SOUTH OF AVENUE 52 DATED: August 7, 2002 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 August 7, 2002. JUN GREEK, City Clerk City of La Quinta, California 111111111mi .20m.;;=�