2025-26 RG General Eng. Inc - Fritz Burns Park Improv Project 2021-02MEMORANDUM
DATE: August 19, 2025
TO: Jon McMillen, City Manger
FROM: Mirta Lerma, Administrative Assistant
,Ca Qa�&a
CALIFORNIA
RE: RG General Engineering, Inc. - project no. 2021-02, Fritz Burns Park Improvements
Please list the Contracting Party / Vendor Name, any change orders or amendments, and the type of services to be provided. Make
sure to list any related Project No. and Project Name.
Authority to execute this agreement is based upon:
❑✓ Approved by City Council on August 5, 2025 Consent 6
❑ City Manager's signing authority provided under the City's Purchasing & Contracting Policy
[Resolution No. 2023-008] for budget expenditures of $50,000 or less.
R
❑✓
NOTE.
City Manager's signing authority provided under the City's Personnel Policy Section 3.2 for
temporary employment positions.
Department Director's or Manager's signing authority provided under the City's Purchasing Policy
[Resolution No. 2023-008] for budget expenditures of $15,000 and $5,000, respectively, or less.
Procurement Method (one must apply):
Bid ❑ RFP ❑ RFQ ❑ 3 written informal bids
Sole Source ❑ Select Source ❑ Cooperative Procurement
Requesting department shall check and attach the items below as appropriate.
Agreement payment will be charged to Account No.: 401-000-60188-202403-CT
Agreement term: Start Date 8/28/2025
Amount of Agreement, Amendment, Change Order, etc
End Date 02/14/2026
$ 6,879,699.00
z. Signing authorities listed above are applicable on the acrprepate Agreement amount, not individual
Amendments or Change Orders!
Insurance certificates as required by the Agreement for Risk Manager approval
Approved by: Oscar Mojica Date: 8/28/2025
Bonds (originals) as required by the Agreement (Performance, Payment, etc.)
Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s)
Review the "Form 700 Disclosure for Consultants" guidance to determine if a Form 700 is required pursuant
FPPC regulation 18701(2)
Business License No. LIC-0773461 Expires: 8/13/2026
Requisition for a Purchase Order has been prepared (Agreements over $5,000) — — — — — — --
SECTION 1300
CONTRACT
THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal
corporation, herein referred to as "City," and RG General Engineering, 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. 2021-02, Fritz Burns Park Improvements in the City of La
Quinta, California pursuant to the Invitation to Bid, dated June 2025, the project
Specifications, and Contractor's Bid, 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 frame for
construction work shall be in accordance with that specified in the Invitation to 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 170 working days total from the date of
Notification to Proceed and as specified below. The following phases shall be constrained
by the following and will incur liquidated damages if work is performed outside these
dates: Phase 1 must be completed within 120 working days; Phase 2 can't start until
November 3, 2025 and not until Phase 1 parking lot improvements are complete. Phase
2 must be completed within 45 working days; and Phase 3 can't start until November 3,
2025.
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 Six Million, Eight Hundred Seventy -Nine Thousand, Six
Hundred Ninety -Nine Dollars ($6,879,699.00). 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
Contract 1300-1
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).
Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder
shall pay not less than the prevailing rate of per diem wages as determined by the Director
of the California Department of Industrial Relations. These wage rates are available from
the California Department of Industrial Relations' Internet website at
httr)://www.dir.ca.qov.
Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor
may be awarded a contract for public work on a public works project unless registered
with the Department of Industrial Relations at the time the contract is awarded.
Contractors and subcontractors may find additional information for registering at the
Department of Industrial Relations website at http://www.dir.ca.gov/Public-
Works/PublicWorks.html.
Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on
a bid proposal for a public works project submitted on or after March 1, 2015 unless
registered with the Department of Industrial Relations. Furthermore, all bidders and
contractors are hereby notified that no contractor or subcontractor may be awarded, on
or after April 1, 2015, a contract for public work on a public works project unless registered
with the Department of Industrial Relations.
Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is
subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
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. Except for the gross negligence or willful misconduct of an Indemnified Party (as
hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at
Indemnified Parties' option), indemnify, protect and hold harmless City and its Project
Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from
and against any and all claims, charges, damages, demands, actions, proceedings,
losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and
penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered
by or secured against the Indemnified Parties arising out of or encountered in connection
with this Contract or the performance of the Work including, but not limited to, death of or
bodily or personal injury to persons or damage to property, including property owned by
or under the care and custody of City, and for civil fines and penalties, that may arise from
or be caused, in whole or in part, by any negligent or other act or omission of Contractor,
its officers, agents, employees or Subcontractors including, but not limited to, liability
arising from:
1. Any dangerous, hazardous, unsafe or defective condition of, in or on the
premises, of any nature whatsoever, which may exist by reason of any act,
Contract 1300-2
omission, neglect, or any use or occupation of the premises by Contractor, its
officers, agents, employees, or subcontractors;
2. Any operation conducted upon or any use or occupation of the premises by
Contractor, its officers, agents, employees, or subcontractors under or
pursuant to the provisions of this contract or otherwise;
3. Any act, omission or negligence of Contractor, its officers, agents, employees,
or Subcontractors;
4. Any failure of Contractor, its officers, agents or employees to comply with any
of the terms or conditions of this Contract or any applicable federal, state,
regional, or municipal law, ordinance, rule or regulation; and
5. The conditions, operations, uses, occupations, acts, omissions or negligence
referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon
or arising from the use or occupation by Contractor on any other premises in
the care, custody and control of City.
The Contractor also agrees to indemnify City and pay for all damages or loss suffered by
City including but not limited to damage to or loss of City property, to the extent not insured
by City and loss of City revenue from any source, caused by or arising out of the
conditions, operations, uses, occupations, acts, omissions or negligence referred to in
Sub -subsections (1), (2), (3), (4) and (5).
Contractor's obligations under this Section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnified
Party. However, without affecting the rights of City under any provision of this contract,
Contractor shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City's active negligence accounts for only a percentage of the liability involved, the
obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
Contractor agrees to obtain executed indemnity agreements with provisions identical to
those set forth here in this section from each and every subcontractor or any other person
or entity involved by, for, with or on behalf of Contractor in the performance of this
contract. In the event Contractor fails to obtain such indemnity obligations from others as
required here, Contractor agrees to be fully responsible according to the terms of this
section.
Failure of City to monitor compliance with these requirements imposes no additional
obligations on City and will in no way act as a waiver of any rights hereunder. This
obligation to indemnify and defend City as set forth here is binding on the successors,
assigns or heirs of Contractor and shall survive the termination of this contract or this
section.
Contract 1300-3
This indemnity shall survive termination of the Contract or Final Payment hereunder. This
Indemnity is in addition to any other rights or remedies that the Indemnified Parties may
have under the law or under any other Contract Documents or Agreements. In the event
of any claim or demand made against any party which is entitled to be indemnified
hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the
Contractor under this Contract for the purpose of resolving such claims; provided,
however, City may release such funds if the Contractor provides City with reasonable
assurance of protection of the Indemnified Parties' interests. City shall, in its sole
discretion, determine whether such assurances are reasonable.
Approval of any insurance contracts by the City does not relieve the Contractor or
subcontractors from liability under Section 1340-1.0, Indemnification of the Specifications.
The City will not be liable for any accident, loss, or damage to the work prior to its
completion and acceptance.
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, Section 1340-2.0, Insurance Requirements.
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 written notice to the City and shall name the City as an
additional insured on the Commercial General Liability policy only. 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. Except as otherwise required, Contractor shall furnish the City a Milestone Schedule
within 10 days of the Notice of Award or with the return of this contract signed by the
Contractor, whichever is earlier, with a beginning date of 15 days after the Notice of Award
as provided in said Specifications, Section 4.2, Construction Schedule. Contractor shall
pay to City $500.00 liquidated damages per calendar day that the Milestone Schedule is
not provided.
11. 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.
Contract 1300-4
12. 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 $1,607.00 liquidated
damages for each such breach committed under this contract.
13. Contractor also agrees that for contracts in excess of $30,000.00 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.
14. This Contract shall not be assignable by Contractor without the written consent of
City.
15. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is
deemed completed.
16. 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.
17. Contractor certifies that it is the holder of any necessary California State Contractor's
License and authorized to undertake the above work.
18. 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.
19. The Contractor shall maintain and preserve all such records for a period of at least
three years after termination of the contract.
20. 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.
21. 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.
Contract 1300-5
IN WITNESS WHEREOF, the parties have executed this Contract as of the dates
stated below.
"CITY"
CITY OF LA QUINTA
a California municipal corporation
Dated: August 22, 2025
ATTEST:
l/ �
Monika Radeva, City Clerk
APPROVED AS TO FORM:
WILLIAM H. IHRKE, City Attorney
B
-Jon—McMillen, City Manager
August 22, 2025
Dated:
Dated: August 22, 2025
City of La Quinta, California "CONTRACTOR"
(If corporation, affix seal)
Dated: 091- 15- 25 Bv:
Signature
Name:_ t kd C onutl-s Title:
Print Name
Address:_95g4 QIuK �jVC0 GA V-Vj(po
Street Address City State Zip Code
Dated:
Name:
Print Name
By:
Signature
Title:
Address:
Street Address City State Zip Code
Contract 1300-6
Bond No. 54268254
Premium Amt: $60,408.00
SECTION 1310
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT the City of La Quinta, a municipal corporation, hereinafter designated the
City, has on August 5, 2025, awarded to RG Engineering, Inc., hereinafter designated as
the Principal, a Contract for Project No. 2021-02, Fritz Burns Park Improvements and:
WHEREAS, said Principal is required under the terms of said Contract to furnish a
bond for the faithful performance of said Contract:
NOW, THEREFORE, we, the Principal, and _United Fire & Casualty Company_, as
Surety, are held and firmly bound unto the City in the just and full amount of Six Million,
Eight Hundred Seventy -Nine Thousand, Six Hundred Ninety -Nine Dollars
($6,879,699.00), lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its
heirs, executors, administrators, successors, or assigns, shall in all things stand to and
abide by, and well and truly keep and faithfully perform the covenants, conditions, and
agreements in the said contract and any alterations made as therein provided, on his or
their part to be kept and 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 1310-1
IN WITNESS WHEREOF, the Principal and Surety have executed this instrument
under their United Fire & Casualty Company seals this 13 th
day of August , 2025, 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.
RG General Engineering Inc.
Principal
(Seal)
Signature for Principal
Qs CV-tk,d 62nzak Poe sldeA
Title of Signatory
United Fire & Casualty Company
Surety
r—v�� ( (Seal)
nature for urety
Jodie Lee Doner, Attorney -in -Fact
Title of Signatory
118 Second Avenue SE, Cedar Rapids, Iowa 52407
Address of Surety
800-655-7942
Phone # of Surety
Gabriella Grady
Contact Person for Surety
Faithful Performance Bond 1310-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of LOS ANGELES
On AUGUST 15, 2025
before me, GLORIA MACIAS, NOTARY PUBLIC
(insert name and title of the officer)
personally appeared RICHARD GONZALES
who 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 behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
,....:..�F GLORIA MACIAS
s Notary Public • California 111
WITNESS my hand and official seal. v m Los Angeles County
Commission N 2449942
My Comm. Expires Jun 13, 2027 r
Signature _ �.� (Seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
`A Notary Public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of
that document. "
State of:
County of
California
Ventura
On _8 —13 — 2 S before me, Emmanuel Brizuela, Notary Public,
personally appeared Jodie Lee Doner
who 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 behalf of which the person(s) acted, executed the
instrument.
I Certify under PENALTY OF PERJURY under the laws of The State of California that the
foregoing paragraph is true and correct.
�• t- EMMANUEL 3RIZUELA r
Notary Public - California
Ventura County
Commission a 2496599
My Comm. Expires Aug 5. 2023
WITNESS my hand and official seal.
L
_f
Signature of Notary Public
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
TITLES(S)
❑PARTNERS ❑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
9 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
Uf9
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401
INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing, under the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar- Rapids, State of Iowa, does make, constitute and appoint
KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY
their true and lawful Attonmey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50 , 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted shall expire the 1st day of April, 2026 unless sooner revoked by United Fire & Casualty
Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article Vi — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, fiom time to time, appoint by written
certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, Luidertaldngs and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attomey or certification of
either authorized hereby; suds signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies thereto. the President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attomey-in-fact.
iN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
`".-UN,, ,.010N-ECM ;11".,,, °ciNsuq" vice resident and its corporate seal to be hereto affixed this
>y, .,���F..........qy p ] 1st day of April, 2024
s Qr;uOtvPOq,�. UNITED FIRE & CASUALTY COMPANY
CORPORATE a �,W CORPORATE 3 _ = g; 2 �t)LY 2 S_ p:
n: :, _'j'= z ;= UNITED FIRE & INDEMNITY COMPANY
SEAL %� SEAL 3Z`..o 1986 Yl2
'%y'•7(/pOpd�: F. FINANCIAL PACIFIC INSURANCE COMPANY
BY:
State of Iowa, County of Linn, ss: Vice President
On 1st day of April, 2024, before me personally came Kyanna M. Saylor
to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United
Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
��t a Patti Waddell
�� Iowa Notarial Seal
• Commission number 713274 Waaw-"otary Public
air. My Commission Expires 10/26/2025
My commission expires: ] 0/26/2025
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 13th day of August 12025
CORPORATE
g SEAL
RPSA nnas 17)017
INS
\``\p\•l�IOEMH� �,'' \�, GAF\G...... �!qq
CORPORATE;� _ Q'?`LQLY 2? ��•':O'
SEAL e n ``.• 1966
````
Assistant Secretary,
OF&C & OF&I & FPIC
Bond No. 54268254
Premium Amt Incld in Perf Bond
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 5, 2025, awarded to RG Engineering, Inc., hereinafter designated as
the Principal, a Contract for Project No. 2021-02, Fritz Burns Park Improvements.
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:
NOW, THEREFORE, we, the Principal, and _United Fire & Casualty Company_, as
Surety, are held and firmly bound unto the City in the just and full amount of Six Million,
Eight Hundred Seventy -Nine Thousand, Six Hundred Ninety -Nine Dollars
($6,879,699.00), 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 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
anyway, 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 1320-1
IN WITNESS WHEREOF, the Principal and Surety have executed this instrument
under their United Fire & Casualty Company seals this _13th
day of August , 2025, 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.
RG General Engineering Inc.
Principal
(Seal)
Signature for Principal
C,Lukand 6orx"Its - P«s%let,+-
Title of Signatory
United Fire & Casualty Comi)any
Surety
(Seal)
Si ature for y
Jodie Lee Doner. Attorney -in -Fact
Title of Signatory
118 Second Avenue SE, Cedar Rapids, Iowa 52407
Address of Surety
800-655-7942
Phone # of Surety
Gabriella Grady
Contact Person for Surety
Payment Bond 1320-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of LOS ANGELES
On AUGUST 15, 2025 before me, GLORIA MACIAS, NOTARY PUBLIC
(insert name and title of the officer)
personally appeared RICHARD GONZALES
who 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 behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
y�1 OI
. ,-::•::.'.+ GLORIA MACIAS
t' Notary Public • California
WITNESS my hand and official seal. r 4 Los Angeles County
Commission N 2449942
My COMM. Expires Jun 13, —,
Signature _ (Seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
A Notary Public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of
that document."
State of:
County of
California
Ventura
On —S — \ 3 — 25 before me, Emmanuel Brizuela, Notary Public,
personally appeared Jodie Lee Doner
who 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 behalf of which the person(s) acted, executed the
instrument.
I Certify under PENALTY OF PERJURY under the laws of The State of California that the
foregoing paragraph is true and correct.
h EMMANUEL 3RIZUELA
Notary Public - Caufc- [�
I Ventura Countv
Commission a 2496599 -
My Comm, Expires ♦,.g 9, 2C:$
WITNESS my hand and official seal.
Signature of Notary Public
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
TITLES(S)
❑PARTNERS ❑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
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401
Uf9 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organiized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY
their true and lawful Attontey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00
and to bind the Companies thereby as fully and to die same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted shall expire the 1 st day of Apr i 1 , 2026 unl ess sooner revoked by United Fire & Casualty
Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, iwdertaldngs and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attomey or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitation set of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instalments and to attach the seal
the Companies thereto_ The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attomey-in-fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
yi1NoeM ��i�G �o\o1auuINStnp,,,.
GF\c.....,ug4"��y vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024
c��Qr,,••�PP09q'f.,c�; UNITED FIRE & CASUALTY COMPANY
CORPORATE ; W CORPORATE ; = r4\ULY 2 �� O c
=_ __ '_ ;= UNITED FIRE & INDEMNITY COMPANY
SEAL �` %� SEAL * _ ` cy 1986 jy�
•!UpOpe\�p`r=, FINANCIAL PACIFIC INSURANCE COMPANY
RIIIIID\`\\\` y
BY: x ak—/C.
State of Iowa, County of Linn, ss:
Vice President
On 1st day of April, 2024, before me personally came Kyanna M. Saylor
to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United
Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Patti Waddell 1 1 )
i Iowa Notarial Seal
• Commission number 713274paiia:Notary Public
owe My Commission Expires 10/26/2025
My commission expires: 10/26/2025
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 1.3tlt day of August 2025
111I11Ihl lglllllb,q,
G INSUR,' ,,.
n,� °QP. GOPP Og4l.,C,
`�S CORPORATE W CORPORATE ;, = ` c' 2 ULy FO ., o
SEAL SEAL a•''•, , 1986 •'y
�4a odeJ :• ti-6 y `cam ' a•`c'CIFOaN\p••rr:�
Illflatl4 �� /I111111111�
BPOA0045 122017
By: A
Assistant Secretary,
OF&C & OF&I & FPIC
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
_R► c,l�t,trd G-�on-zules — �'-es►`de.Q.�-
Title
Date
Workers Compensation Insurance Certificate 1330-1
SECTION 1340
LIABILITY AND INSURANCE REQUIREMENTS
1.0 INDEMNIFICATION
Except for the gross negligence or willful misconduct of an Indemnified Party (as
hereinafter defined), the Contractor hereby assumes liability for and agrees to
defend (at Indemnified Parties' option), indemnify, protect and hold harmless City
and its Project Consultants, and Engineers, officers, agents, and employees
("Indemnified Parties") from and against any and all claims, charges, damages,
demands, actions, proceedings, losses, stop notices, costs, expenses (including
counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature
whatsoever, which may be sustained or suffered by or secured against the
Indemnified Parties arising out of or encountered in connection with this Contract
or the performance of the Work including, but not limited to, death of or bodily or
personal injury to persons or damage to property, including property owned by or
under the care and custody of City, and for civil fines and penalties, that may arise
from or be caused, in whole or in part, by any negligent or other act or omission of
Contractor, its officers, agents, employees or Subcontractors including, but not
limited to, liability arising from:
1. Any dangerous, hazardous, unsafe or defective condition of, in or on the
premises, of any nature whatsoever, which may exist by reason of any act,
omission, neglect, or any use or occupation of the premises by Contractor,
its officers, agents, employees, or subcontractors;
2. Any operation conducted upon or any use or occupation of the premises by
Contractor, its officers, agents, employees, or subcontractors under or
pursuant to the provisions of this contract or otherwise;
3. Any act, omission or negligence of Contractor, its officers, agents,
employees, or Subcontractors;
4. Any failure of Contractor, its officers, agents or employees to comply with
any of the terms or conditions of this Contract or any applicable federal,
state, regional, or municipal law, ordinance, rule or regulation; and
5. The conditions, operations, uses, occupations, acts, omissions or
negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or
conducted upon or arising from the use or occupation by Contractor on any
other premises in the care, custody and control of City.
The Contractor also agrees to indemnify City and pay for all damages or loss
suffered by City including but not limited to damage to or loss of City property, to
the extent not insured by City and loss of City revenue from any source, caused
by or arising out of the conditions, operations, uses, occupations, acts, omissions
or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5).
Liability and Insurance Requirements 1340-1
Contractor's obligations under this Section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost
expense, judgment, civil fine or penalty, or liability was caused in part or
contributed to by an Indemnified Party.
However, without affecting the rights of City under any provision of this Contract,
Contractor shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by Contract between the parties or by the findings of a court of
competent jurisdiction. In instances where City is shown to have been actively
negligent and where City's active negligence accounts for only a percentage of the
liability involved, the obligation of Contractor will be for that entire portion or
percentage of liability not attributable to the active negligence of City.
Contractor agrees to obtain executed indemnity agreements with provisions
identical to those set forth here in this section from each and every subcontractor
or any other person or entity involved by, for, with or on behalf of Contractor in the
performance of this Contract. In the event Contractor fails to obtain such indemnity
obligations from others as required here, Contractor agrees to be fully responsible
according to the terms of this section.
Failure of City to monitor compliance with these requirements imposes no
additional obligations on City and will in no way act as a waiver of any rights
hereunder. This obligation to indemnify and defend City as set forth here is binding
on the successors, assigns or heirs of Contractor and shall survive the termination
of this Contract or this section.
This indemnity shall survive termination of the Contract or Final Payment
hereunder. This Indemnity is in addition to any other rights or remedies that the
Indemnified Parties may have under the law or under any other Contract
Documents or Agreements. In the event of any claim or demand made against any
party which is entitled to be indemnified hereunder, City may, in its sole discretion,
reserve, retain or apply any monies to the Contractor under this Contract for the
purpose of resolving such claims; provided, however, City may release such funds
if the Contractor provides City with reasonable assurance of protection of the
Indemnified Parties' interests. City shall, in its sole discretion, determine whether
such assurances are reasonable.
Approval of any insurance contracts by the City does not relieve the Contractor or
subcontractors from liability under Section 1340-1.0, Indemnification. The City will
not be liable for any accident, loss, or damage to the work prior to its completion
and acceptance.
Liability and Insurance Requirements 1340-2
2.0 INSURANCE REQUIREMENTS
2.1 General
Prior to the beginning of and throughout the duration of the Work, Contractor will
maintain insurance in conformance with the requirements set forth below.
Contractor will use existing coverage to comply with these requirements. If that
existing coverage does not meet the requirements set forth here, it will be
amended to do so. Contractor acknowledges that the insurance coverage and
policy limits set forth in this section constitute the minimum amount of coverage
required. Any insurance proceeds available to City in excess of the limits and
coverage required in this Contract and which is applicable to a given loss, will be
available to City.
Contractor shall submit coverage verification for review and approval by the City
upon execution of the Contract.
The Notice to Proceed with the Work under this Contract will not be issued, and
the Contractor shall not commence work, until such insurance has been approved
by the City. The Contractor shall not allow any subcontractors to commence work
on its subcontract until all similar insurance required of the subcontractor has been
obtained and verified by Contractor. Such insurance shall remain in full force and
effect at all times during the prosecution of the Work and until the final completion
and acceptance thereof.
The Notice to Proceed does not relieve the Contractor of the duty to obtain such
insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS.
Contractor shall provide the following types and amounts of insurance:
2.2 Insurance
Prior to the beginning of and throughout the duration of this Agreement, the
following policies shall be maintained and kept in full force and effect providing
insurance with minimum limits as indicated below and issued by insurers with A.M.
Best ratings of no less than A -VI:
Commercial General Liability (at least as broad as ISO CG 0001)
$5,000,000 (per occurrence)
$5,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Noncontributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$1,000,000 (per accident)
Personal Auto Declaration Page if applicable
Workers' Compensation
(per statutory requirements)
Must include the following endorsements:
Workers Compensation Waiver of Subrogation
Workers Compensation Declaration of Sole Proprietor if applicable
Liability and Insurance Requirements 1340-3
Contracting Party shall procure and maintain, at its cost, and submit concurrently
with its execution of this Agreement, Commercial General Liability insurance
against all claims for injuries against persons or damages to property resulting from
Contracting Party's acts or omissions rising out of or related to Contracting Party's
performance under this Agreement. The insurance policy shall contain a
severability of interest clause providing that the coverage shall be primary for
losses arising out of Contracting Party's performance hereunder and neither City
nor its insurers shall be required to contribute to any such loss. An endorsement
evidencing the foregoing and naming the City and its officers and employees as
additional insured (on the Commercial General Liability policy only) must be
submitted concurrently with the execution of this Agreement and approved by City
prior to commencement of the services hereunder.
Contracting Party shall carry automobile liability insurance of $1,000,000 per
accident against all claims for injuries against persons or damages to property
arising out of the use of any automobile by Contracting Party, its officers, any
person directly or indirectly employed by Contracting Party, any subcontractor or
agent, or anyone for whose acts any of them may be liable, arising directly or
indirectly out of or related to Contracting Party's performance under this
Agreement. If Contracting Party or Contracting Party's employees will use personal
autos in any way on this project, Contracting Party shall provide evidence of
personal auto liability coverage for each such person. The term "automobile"
includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed
for travel on public roads. The automobile insurance policy shall contain a
severability of interest clause providing that coverage shall be primary for losses
arising out of Contracting Party's performance hereunder and neither City nor its
insurers shall be required to contribute to such loss.
Professional Liability or Errors and Omissions Insurance as appropriate shall be
written on a policy form coverage specifically designed to protect against acts,
errors or omissions of the Contracting Party and "Covered Professional Services"
as designated in the policy must specifically include work performed under this
agreement. The policy limit shall be no less than $1,000,000 per claim and in the
aggregate. The policy must "pay on behalf of the insured and must include a
provision establishing the insurer's duty to defend. The policy retroactive date shall
be on or before the effective date of this agreement.
Contracting Party shall carry Workers' Compensation Insurance in accordance
with State Worker's Compensation laws with employer's liability limits no less than
$1,000,000 per accident or disease.
If coverage is maintained on a claims -made basis, Contracting Party shall maintain
such coverage for an additional period of three (3) years following termination of
the contract.
Liability and Insurance Requirements 1340-4
Contracting Party shall provide written notice to City within ten (10) working days
if: (1) any of the required insurance policies is terminated; (2) the limits of any of
the required polices are reduced; or (3) the deductible or self -insured retention is
increased. In the event any of said policies of insurance are cancelled, Contracting
Party shall, prior to the cancellation date, submit new evidence of insurance in
conformance with this Exhibit to the Contract Officer.
The procuring of such insurance or the delivery of policies or certificates
evidencing the same shall not be construed as a limitation of Contracting Party's
obligation to indemnify City, its officers, employees, contractors, subcontractors,
or agents.
2.3 Remedies
In addition to any other remedies City may have if Contracting Party fails to provide
or maintain any insurance policies or policy endorsements to the extent and within
the time herein required, City may, at its sole option:
a. Obtain such insurance and deduct and retain the amount of the premiums
for such insurance from any sums due under this Agreement.
b. Order Contracting Party to stop work under this Agreement and/or withhold
any payment(s) which become due to Contracting Party hereunder until
Contracting Party demonstrates compliance with the requirements hereof.
c. Terminate this Agreement.
Exercise of any of the above remedies, however, is an alternative to any other
remedies City may have. The above remedies are not the exclusive remedies for
Contracting Party's failure to maintain or secure appropriate policies or
endorsements. Nothing herein contained shall be construed as limiting in any way
the extent to which Contracting Party may be held responsible for payments of
damages to persons or property resulting from Contracting Party's or its
subcontractors' performance of work under this Agreement.
2.4 General Conditions Pertaining to Provisions of Insurance Coverage by
Contracting Party. Contracting Party and City agree to the following with
respect to insurance provided by Contracting Party:
1. Contracting Party agrees to have its insurer endorse the third -party general liability
coverage required herein to include as additional insureds City, its officials,
employees, and agents, using standard ISO endorsement No. CG 2010 with an
edition prior to 1992. Contracting Party also agrees to require all contractors, and
subcontractors to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Contracting Party, or Contracting Party's employees, or agents, from
waiving the right of subrogation prior to a loss. Contracting Party agrees to waive
subrogation rights against City regardless of the applicability of any insurance
proceeds, and to require all contractors and subcontractors to do likewise.
Liability and Insurance Requirements 1340-5
3. All insurance coverage and limits provided by Contracting Party and available or
applicable to this Agreement are intended to apply to the full extent of the policies.
Nothing contained in this Agreement or any other agreement relating to City or its
operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been
first submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve to
eliminate so-called "third party action over" claims, including any exclusion for
bodily injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification and
additional requirements by the City, as the need arises.
7. Contracting Party shall not make any reductions in scope of coverage (e.g.
elimination of contractual liability or reduction of discovery period) that may affect
City's protection without City's prior written consent.
8. Proof of compliance with these insurance requirements, consisting of certificates
of insurance evidencing all of the coverages required and an additional insured
endorsement to Contracting Party's general liability policy, shall be delivered to
City at or prior to the execution of this Agreement. In the event such proof of any
insurance is not delivered as required, or in the event such insurance is canceled
at any time and no replacement coverage is provided, City has the right, but not
the duty, to obtain any insurance it deems necessary to protect its interests under
this or any other agreement and to pay the premium. Any premium so paid by City
shall be charged to and promptly paid by Contracting Party or deducted from sums
due Contracting Party, at City option.
9. It is acknowledged by the parties of this agreement that all insurance coverage
required to be provided by Contracting Party or any subcontractor, is intended to
apply first and on a primary, non-contributing basis in relation to any other
insurance or self-insurance available to City.
10. Contracting Party agrees to ensure that subcontractors, and any other party
involved with the project that is brought onto or involved in the project by
Contracting Party, provide the same minimum insurance coverage required of
Contracting Party. Contracting Party agrees to monitor and review all such
coverage and assumes all responsibility for ensuring that such coverage is
provided in conformity with the requirements of this section. Contracting Party
agrees that upon request, all agreements with subcontractors and others engaged
in the project will be submitted to City for review.
Liability and Insurance Requirements 1340-6
11. Contracting Party agrees not to self -insure or to use any self -insured retentions or
deductibles on any portion of the insurance required herein (with the exception of
professional liability coverage, if required) and further agrees that it will not allow
any contractor, subcontractor, Architect, Engineer or other entity or person in any
way involved in the performance of work on the project contemplated by this
agreement to self -insure its obligations to City. If Contracting Party's existing
coverage includes a deductible or self -insured retention, the deductible or self -
insured retention must be declared to the City. At that time the City shall review
options with the Contracting Party, which may include reduction or elimination of
the deductible or self -insured retention, substitution of other coverage, or other
solutions.
12. The City reserves the right at any time during the term of this Agreement to change
the amounts and types of insurance required by giving the Contracting Party ninety
(90) days advance written notice of such change. If such change results in
substantial additional cost to the Contracting Party, the City will negotiate
additional compensation proportional to the increased benefit to City.
13. For purposes of applying insurance coverage only, this Agreement will be deemed
to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
14. Contracting Party acknowledges and agrees that any actual or alleged failure on
the part of City to inform Contracting Party of non-compliance with any insurance
requirement in no way imposes any additional obligations on City nor does it waive
any rights hereunder in this or any other regard.
15. Contracting Party will renew the required coverage annually as long as City, or its
employees or agents face an exposure from operations of any type pursuant to
this agreement. This obligation applies whether or not the agreement is canceled
or terminated for any reason. Termination of this obligation is not effective until
City executes a written statement to that effect.
16. Contracting Party shall provide proof that policies of insurance required herein
expiring during the term of this Agreement have been renewed or replaced with
other policies providing at least the same coverage. Proof that such coverage has
been ordered shall be submitted prior to expiration. A coverage binder or letter
from Contracting Party's insurance agent to this effect is acceptable. A certificate
of insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided to City
within five (5) days of the expiration of coverages.
17. The provisions of any workers' compensation or similar act will not limit the
obligations of Contracting Party under this agreement. Contracting Party expressly
agrees not to use any statutory immunity defenses under such laws with respect
to City, its employees, officials, and agents.
Liability and Insurance Requirements 1340-7
18. Requirements of specific coverage features, or limits contained in this section are
not intended as limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference
to a given coverage feature is for purposes of clarification only as it pertains to a
given issue, and is not intended by any party or insured to be limiting or all-
inclusive.
19. These insurance requirements are intended to be separate and distinct from any
other provision in this Agreement and are intended by the parties here to be
interpreted as such.
20. The requirements in this Exhibit supersede all other sections and provisions of this
Agreement to the extent that any other section or provision conflicts with or impairs
the provisions of this Exhibit.
21. Contracting Party agrees to be responsible for ensuring that no contract used by
any party involved in any way with the project reserves the right to charge City or
Contracting Party for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not
the intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums
or other amounts with respect thereto.
22. Contracting Party agrees to provide immediate notice to City of any claim or loss
against Contracting Party arising out of the work performed under this agreement.
City assumes no obligation or liability by such notice, but has the right (but not the
duty) to monitor the handling of any such claim or claims if they are likely to involve
City.
2.5 Change in Terms
The Contractor shall provide immediate written notice to the City of any change in
terms and conditions and/or reduction in the coverage of any nature to the
insurance policies. The notice shall be sent to:
Jon McMillen, City Manager
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
Liability and Insurance Requirements 1340-8
CONSENT CALENDAR ITEM NO. 6
City of La Quint
CITY COUNCIL MEETING August 5, 2025
STAFF REPORT
AGENDA TITLE APPROPRIATE ADDITIONAL FUNDING IN THE AMOUNT OF
$1,702,000; AND AWARD CONTRACT TO RG GENERAL ENGINEERING INC. FOR THE
FRITZ BURNS PARK IMPROVEMENTS PROJECT NO. 2021-02
RECOMMENDATION
Appropriate additional funding in the amount of $1,702,000; award contract to RG
Engineering Inc. for construction of the Fritz Burns Park Improvements Project No. 2021-02,
which includes improving the existing facilities of Fritz Burns Park and Pool located on the
southeast corner of Avenue 52 and Avenida Bermudas; and authorize the City Manager to
execute the contract and approve future change orders within the project budget.
EXECUTIVE SUMMARY
• The improvements are broken down into three (3) phases.
Phase 1:
o Plaza with public art play element, seating, and shade
o Expanded playground with new equipment, shade, lighting, and drinking
fountains
o Restroom building
o Tree lined promenade with seating and picnic tables
o Bicycle racks and tune-up station
o Relocated dog park in retention basin
Phase 2:
o Modified/expanded existing parking lot with tree islands
o Electric Vehicle charging stations
Phase 3:
o New water playground with wading pool
o Expanded pool deck with shade and seating
o Expanded pool equipment area
o Reconstructed pool stairs
• RG Engineering Inc. of Norco, California, submitted the lowest responsible and
responsive bid at $7,011,407. Staff recommends awarding the base bid only for a
total of $6,879,699.
FISCAL IMPACT
The Capital Improvement Program (CIP) currently includes funding for the Fritz Burns Park
Improvement Project in the amount of $8,350,000. This total includes $1,000,000 in General
Funding, $6,850,000 in Measure G Funding, and $500,000 from the Parks & Recreation
29
Fund. Staff recommends appropriating an additional $1,702,000 from General Fund
Unassigned Reserves to cover the budget deficit. The following is the recommended overall
project budget:
Recommended Budget
Master Plan / Design:
$
461,340
Project Management:
$
80,000
Construction:
$
6,879,699
Direct Equipment Purchase:
$
1,881,322
Inspection/Testing/Survey:
$
150,000
Contingency:
$
599,639
TOTAL
$
10,052,000
BACKGROUND/ANALYSIS
Fritz Burns Park is a six -acre regional park located at Avenue 52 and Avenida Bermudas,
adjacent to the City's Corporate Yard and Fire Station No. 32 (Attachment 1). Donated
to the City for noncommercial community use, the park includes a pool, playground,
restrooms, tennis and pickleball courts, skate park, dog park, art feature, and parking.
In response to community input from a 2021 Community Workshop, the City prioritized park
enhancements and allocated funding through the CIP across FY 2021/22 (master planning),
FY 2022/23 (design), and FY 2023/24 (construction). To reduce costs, the City pre -
purchased buildings, equipment, and shade structures directly from manufacturers.
The project will be delivered in phases to maintain public access. A potential budget shortfall
was identified due to scope expansion, including necessary pool repairs, optional dog park
upgrades, and rising construction costs (Attachment 2). To control project costs, staff does
not recommend awarding the additive alternate to transplant the palm trees being removed
from the parking lot. Additionally, staff does not recommend awarding the deductive
alternates that would allow the manufacturer to install the playground and shade sails,
as the manufacturer's proposed costs are higher than the contractor's bid. Staff also
does not recommend awarding the deductive alternate to remove the dog park
replacement in the amount of $267,763. The community has expressed a strong desire
to retain the dog park, and replacing it at a later date would likely be more costly than
proceeding with the work now.
Contingent upon approval to award the Project on August 5, 2025, the following is the
proposed project schedule:
Council Considers Project Award
Execute Contract and Mobilize
Construction (170 Working Days)
Accept Improvements
August 5, 2025
August 2025 to September 2025
September 2025 to May 2026
June 2026
ALTERNATIVE, — Staff does not recommend an alternative.
Prepared by: Ubaldo Ayon, Jr., Assistant Construction Manager
Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer
Attachments: 1. Vicinity Map
2. Bid Comparison
30
ATTACHMENT 1
C A L L E, ArNI I Grp
PARCEL •�.;� ,+
ACRES , • }
,.• AVENUE 52 ' = ;. ,•-;,.
William
No Or - •.
of1-
_-` FRITZ BURNPARI<
- N
-,ryy1 1
1 4 I
31
Bid Opening Date: 07/29/2025 FRITZ BURNS PARK IMPROVEMENTS ATTACHMENT 2
City Project No. 2021-02
Engineer's Estimate - Base Bid
Item
Item Description
Unit
Quantity
Unit Price
Total Cost
1
Mobilization
LS
1
$ 50,000.00
$ 50,000.00
2
Site/Traffic Control
LS
1
$ 90,000.00
$ 90,000.00
3
Dust Control
LS
1
$ 12,000.00
$ 12,000.00
4
Storm Water Pollution Prevention Plan
LS
1
$ 25,000.00
$ 25,000.00
(SWPPP)
5
Demolition and Disposal - P1
LS
1
$ 158,913.25
$ 158,913.25
6
Demolition and Disposal - P2
LS
1
$ 79,655.00
$ 79,655.00
7
Demolition and Disposal - P3
LS
1
$ 38,991.00
$ 38,991.00
8
Preparation and Precise Grading -
LS
1
$ 143,450.00
$ 143,450.00
P1bgrade
9
Subgrade Preparation and Precise Grading,
LS
1
$ 58,450.00
$ 58,450.00
Including Retention Basin - P2
10
SP3bgrade Preparation and Precise Grading -
LS
1
$ 19,000.00
$ 19,000.00
11
4" Pedestrian Concrete Pavement Per Plan
SF
8,234
$ 8.00
$ 65,872.00
12
4" Pedestrian Colored Top Cast Concrete
SF
2,547
$ 12.00
$ 30,564.00
Pavement Per Plan
13
6" Pedestrian Concrete Pavement per Plan
SF
5,622
$ 10.00
$ 56,220.00
14
6" Pedestrian Colored Top Cast Concrete
SF
6,225
$ 14.00
$ 87,150.00
Pavement per Plan
15
Furnish and Install 3/8" Minus w 20% Fines
SF
2,315
$ 5.00
$ 11,575.00
"Desert Gold" Stabilized Decomposed Granite
16
Furnish and Install 3/8" Minus "Apache
SF
17,739
$ 4.00
$ 70,956.00
Brown" Non -stabilized Decomposed Granite
17
Furnish and Install 3/4" "Desert Gold"
SF
7,034
$ 2.76
$ 19,413.84
Crushed Rock
18
Furnish and Install 8" Minus "Baja Cresta"
SF
8,716
$ 4.00
$ 34,864.00
Rubble
19
Install Salvaged Ex. Rubble per Plan
SF
3,461
$ 2.00
$ 6,922.00
20
Furnish and Install Artificial Turf over Infill and
SF
1,617
$ 15.00
$ 24,255.00
Aggregate Base per Plan and Specifications
21
Furnish and Install PermaLoc Header -
LF
2,673
$ 15.00
$ 40,095.00
Asphalt Edge
22
Construct 6" Curb and Gutter per City of La
LF
170
$ 22.00
$ 3,740.00
Quinta Std. No. 201
23
Construct 6" Curb per City of La Quinta Std.
LF
1,400
$ 15.00
$ 21,000.00
No. 210
24
Construct Ribbon Gutter per Plan Details
LF
830
$ 13.00
$ 10,790.00
25
Construct Cross -Gutter per City of La Quinta
SF
380
$ 19.00
$ 7,220.00
Std. No. 230 Mod. And 231 Mod.
26
Construct Parkway Drain per Plan Details -
EA
1
$ 5,000.00
$ 5,000.00
Curb Cut Detail (P2 Sheet 18)
27
Construct Curb Ramp per City of La Quinta
EA
6
$ 500.00
$ 3,000.00
Stad. No. 250. Mod; Case per Plan
28
Construct Driveway per City of La Quinta Std.
EA
1
$ 4,000.00
$ 4,000.00
No. 221 Mod.
Construct 3" A.C. over 4" Class II Aggregate
29
Base over 12" Scarified and Compacted
SF
32,510
$ 4.00
$ 130,040.00
Native
30
and Striping, Including All Incidentals
LS
1
$ 6,400.00
$ 6,400.00
Pigning
31
Signing and Striping, Including All Incidentals
LS
1
$ 10,000.00
$ 10,000.00
P2
32
Furnish and Install 6" Dia. HDPE Storm Drain
LF
850
$ 200.00
$ 170,000.00
at 1.0% Min.
33
Furnish and Install 6" Dia. Perforated Storm
LF
265
$ 120.00
$ 31,800.00
Drain at 1.0% Min.
Furnish and Install ZxT NDS Ribbon Gutter
34
Inlet with H-25 Highway Grate (Pedestrian
EA
3
$ 1,500.00
$ 4,500.00
Rated) (P1 and P2)
35
Furnish and Install 12"x12" Nyloplast Inline
EA
12
$ 200.00
$ 2,400.00
Drain (P1 and P2)
RG GENERAL ENGINEERING, INC.
Unit Price
Total Cost
$
204,510.00
$
204,510.00
$
32,555.00
$
32,555.00
$
30,340.00
$
30,340.00
$
13,270.00
$
13,270.00
$
203,091.00
$
203,091.00
$
135,708.00
$
135,708.00
$
38,498.00
$
38,498.00
$
41,847.00
$
41,847.00
$
10,656.00
$
10,656.00
$
2,713.00
$
2,713.00
$
13.00
$
107,042.00
$
17.00
$
43,299.00
$
16.00
$
89,952.00
$
18.00
$
112,050.00
$
4.00
$
9,260.00
$
3.00
$
53,217.00
$
3.00
$
21,102.00
$
8.00
$
69,728.00
$
2.00
$
6,922.00
$
12.00
$
19,404.00
$
13.00
$
34,749.00
$
78.00
$
13,260.00
$
60.00
$
84,000.00
$
74.00
$
61,420.00
$
27.00
$
10,260.00
$
5,223.00
$
5,223.00
$
4,499.00
$
26,994.00
$
11,100.00
$
11,100.00
$
6.00
$
195,060.00
$
7,483.00
$
7,483.00
$
7,483.00
$
7,483.00
$
24.00
$
20,400.00
$
25.00
$
6,625.00
$
1,597.00
$
4,791.00
$
1,827.00
$
21,924.00
URBAN HABITAT
Unit Price
Total Cost
$
77,910.00
$
77,910.00
$
33,900.00
$
33,900.00
$
13,540.00
$
13,540.00
$
30,550.00
$
30,550.00
$
287,600.00
$
287,600.00
$
116,200.00
$
116,200.00
$
66,640.00
$
66,640.00
$
100,100.00
$
100,100.00
$
52,240.00
$
52,240.00
$
16,830.00
$
16,830.00
$
8.30
$
68,342.20
$
10.50
$
26,743.50
$
11.50
$
64,653.00
$
15.50
$
96,487.50
$
4.25
$
9,838.75
$
3.80
$
67,408.20
$
1.60
$
11,254.40
$
2.35
$
20,482.60
$
0.58
$
2,007.38
$
24.00
$
38,808.00
$
13.50
$
36,085.50
$
75.00
$
12,750.00
$
30.50
$
42,700.00
$
64.00
$
53,120.00
$
18.00
$
6,840.00
$
3,755.00
$
3,755.00
$
6,425.00
$
38,550.00
$
13,100.00
$
13,100.00
$
5.45
$
177,179.50
$
27,210.00
$
27,210.00
$
16,950.00
$
16,950.00
$
51.50
$
43,775.00
$
55.00
$
14,575.00
$
1,160.00
$
3,480.00
$
1,160.00
$
13,920.00
LOS ANGELES ENGINEERING, INC.
Unit Price
Total Cost
$
700,000.00
$
700,000.00
$
30,000.00
$
30,000.00
$
50,000.00
$
50,000.00
$
30,000.00
$
30,000.00
$
300,000.00
$
300,000.00
$
90,000.00
$
90,000.00
$
90,000.00
$
90,000.00
$
350,170.75
$
350,170.75
$
30,000.00
$
30,000.00
$
20,000.00
$
20,000.00
$
12.00
$
98,808.00
$
16.00
$
40,752.00
$
18.00
$
101,196.00
$
20.00
$
124,500.00
$
5.25
$
12,153.75
$
5.00
$
88,695.00
$
4.50
$
31,653.00
$
6.25
$
54,475.00
$
2.50
$
8,652.50
$
25.00
$
40,425.00
$
15.00
$
40,095.00
$
55.00
$
9,350.00
$
35.00
$
49,000.00
$
46.00
$
38,180.00
$
18.00
$
6,840.00
$
1,900.00
$
1,900.00
$
3,000.00
$
18,000.00
$
7,300.00
$
7,300.00
$
4.25
$
138,167.50
$
22,000.00
$
22,000.00
$
14,000.00
$
14,000.00
$
40.00
$
34,000.00
$
55.00
$
14,575.00
$
1,300.00
$
3,900.00
$
1,300.00
$
15,600.00
THREE PEAKS CORPORATION
Unit Price
Total Cost
$
490,000.00
$
490,000.00
$
59,500.00
$
59,500.00
$
25,000.00
$
25,000.00
$
66,000.00
$
66,000.00
$
350,800.00
$
350,800.00
$
223,380.00
$
223,380.00
$
99,900.00
$
99,900.00
$
122,000.00
$
122,000.00
$
36,000.00
$
36,000.00
$
19,600.00
$
19,600.00
$
14.00
$
115,276.00
$
20.00
$
50,940.00
$
19.00
$
106,818.00
$
25.00
$
155,625.00
$
3.95
$
9,144.25
$
2.90
$
51,443.10
$
3.00
$
21,102.00
$
6.75
$
58,833.00
$
3.00
$
10,383.00
$
19.00
$
30,723.00
$
8.00
$
21,384.00
$
70.00
$
11,900.00
$
60.00
$
84,000.00
$
78.00
$
64,740.00
$
32.00
$
12,160.00
$
4,900.00
$
4,900.00
$
4,900.00
$
29,400.00
$
6,000.00
$
6,000.00
$
5.65
$
183,681.50
$
25,000.00
$
25,000.00
$
16,000.00
$
16,000.00
$
58.00
$
49,300.00
$
44.50
$
11,792.50
$
4,800.00
$
14,400.00
$
2,220.00
$
26,640.00
32
Bid Opening Date: 07/29/2025
FRITZ BURNS PARK IMPROVEMENTS
City Project No. 2021-02
Attachment 2 - Bid Comparison
Engineer's Estimate - Base Bid
36
Furnish and Install Bubbler Box Outlet (P1
EA
2
$ 200.00
$ 400.00
and P2)
37
Furnish and Install 4" Duraslot (P3)
LF
82
$ 120.00
$ 9,840.00
Furnish and Install 1" Dia. Schedule 40 Class-
38
350 Private Domestic Water Line complete in
LF
180
$ 30.00
$ 5,400.00
place. All Appurtenances are considered
incidental.
Reconnect Private Water Lines to CVWD
39
Relocated Water Meters (3 Meters).
LS
1
$ 6,000.00
$ 6,000.00
Coordinate with CVWD on timing to
reconnect same day.
Relocate Salvaged Private Fire Hydrant and
40
furnish and install new valve to grade and
LS
1
$ 2,000.00
$ 2,000.00
extend water line per CVWD Std. W-33A All
appurtenances considered incidental.
Furnish and Install 6" Dia. VCP Sewer
41
Lateral, per CVWD Std. Dwg. No. S-9A
LF
175
$ 100.00
$ 17,500.00
complete in place. All appurtenances
considered incidental.
Furnish and Install Engineered Wood Fiber
42
Safety Surface over Filter Fabric and Gravel
SF
5,253
$ 8.50
$ 44,650.50
Base per Plan and Specifications (C-11)
Furnish and Install Rubber Safety Surfacing,
43
Poured -In -Place, over Rubber Shock Course
SF
2,786
$ 25.00
$ 69,650.00
and Class II Base per Plan and Specifications
(Det C-11)
44
Construct Play Area Curb with Rebar per Plan
LF
167
$ 80.00
$ 13,360.00
(Det C-07)
45
Construct Play area Ramp with Rebar per
SF
331
$ 20.00
$ 6,620.00
Plan (Det C-08)
Construct Retaining Seat -wall with Precast
46
Cap, Rebar, Waterproofing, Stucco, and
LF
310
$ 245.70
$ 76,167.00
Footing per Plan (C-10)
Furnish and Install 5' HT Steel Fence with
47
Footings per City of La Quinta Std. No. 784.1-
LF
574
$ 90.00
$ 51,660.00
784.2 and Plan
48
Furnish and Install 5' HT Steel Single Gate
EA
3
$ 800.00
$ 2,400.00
with Footings per Plan (C-31)
49
Furnish and Install 5' HT Steel Double Gate
EA
5
$ 1,700.00
$ 8,500.00
with Footings per Plan (Det C-30)
50
Furnish and Install Boulder Edging with
LF
315
$ 350.00
$ 110,250.00
Footing per Plan (Det C-09 and C-40)
51
Install City Furnished Play Area Equipment
LS
1
$ 149,356.50
$ 149,356.50
and Construct Footings per Plan
Furnish and Install Drinking Fountain,
Construct Footing, Furnish and Install Valve,
52
and Construt Drain per Plan. All
EA
3
$ 8,000.00
$ 24,000.00
appurtenances are considered included. (De
C-16)
Furnish and Install Trash/Recycling
53
Receptable and Construct Footing per Plan
EA
8
$ 3,350.00
$ 26,800.00
(Det C-16)
54
Furnish and Install Hot Coal Receptacle and
EA
2
$ 2,200.00
$ 4,400.00
Construct Footing per Plan (Det C-14)
55
Install City Furnished Bike Racks (11 Racks)
LS
1
$ 20,790.00
$ 20,790.00
and Construct Footing per Plan (Det C-17)
56
Install City Furnished Bench with Back and
EA
18
$ 4,197.44
$ 75,553.92
Construct Footing per Plan (Det C-21)
57
Install City Furnished Bench without Back and
EA
38
$ 2,875.00
$ 109,250.00
Construct Footing per Plan (Det C-22)
Install City Furnished Curved Bench with
58
Back Mounted on Seat -wall per Plan (Det C-
EA
4
$ 17,125.00
$ 68,500.00
20)
RG GENERAL ENGINEERING, INC.
$
293.00
$
586.00
$
84.00
$
6,888.00
$
16.00
$
2,880.00
$
2,783.00
$
2,783.00
$
16,172.00
$
16,172.00
$
389.00
$
68,075.00
$
6.00
$
31,518.00
$
38.00
$
105,868.00
$
75.00
$
12,525.00
$
21.00
$
6,951.00
$
219.00
$
67,890.00
$
273.00
$
156,702.00
$
5,803.00
$
17,409.00
$
8,124.00
$
40,620.00
$
694.00
$
218,610.00
$
111,590.00
$
111,590.00
$
10,664.00
$
31,992.00
$
4,523.00
$
36,184.00
$
1,060.00
$
2,120.00
$
2,193.00
$
2,193.00
$
204.00
$
3,672.00
$
220.00
$
8,360.00
$
465.00
$
1,860.00
URBAN HABITAT
$
2,525.00
$
5,050.00
$
479.00
$
39,278.00
$
19.00
$
3,420.00
$
3,570.00
$
3,570.00
$
6,300.00
$
6,300.00
$
75.00
$
13,125.00
$
3.90
$
20,486.70
$
52.00
$
144,872.00
$
34.50
$
5,761.50
$
14.00
$
4,634.00
$
265.00
$
82,150.00
$
201.00
$
115,374.00
$
1,885.00
$
5,655.00
$
3,765.00
$
18,825.00
$
771.00
$
242,865.00
$
250,500.00
$
250,500.00
$
11,980.00
$
35,940.00
$
5,060.00
$
40,480.00
$
1,115.00
$
2,230.00
$
1,755.00
$
1,755.00
$
1,385.00
$
24,930.00
$
369.00
$
14,022.00
$
708.00
$
2,832.00
LOS ANGELES ENGINEERING, INC.
$
750.00
$
1,500.00
$
240.00
$
19,680.00
$
60.00
$
10,800.00
$
3,500.00
$
3,500.00
$
15,000.00
$
15,000.00
$
275.00
$
48,125.00
$
11.00
$
57,783.00
$
45.00
$
125,370.00
$
105.00
$
17,535.00
$
55.00
$
18,205.00
$
380.00
$
117,800.00
$
170.00
$
97,580.00
$
3,500.00
$
10,500.00
$
5,600.00
$
28,000.00
$
700.00
$
220,500.00
$
115,000.00
$
115,000.00
$
11,000.00
$
33,000.00
$
4,800.00
$
38,400.00
$
2,100.00
$
4,200.00
$
3,500.00
$
3,500.00
$
820.00
$
14,760.00
$
800.00
$
30,400.00
$
810.00
$
3,240.00
THREE PEAKS CORPORATION
$
1,500.00
$
3,000.00
$
550.00
$
45,100.00
$
40.00
$
7,200.00
$
8,000.00
$
8,000.00
$
9,500.00
$
9,500.00
$
377.00
$
65,975.00
$
8.80
$
46,226.40
$
37.00
$
103,082.00
$
140.00
$
23,380.00
$
26.00
$
8,606.00
$
455.00
$
141,050.00
$
206.00
$
118,244.00
$
3,900.00
$
11,700.00
$
5,100.00
$
25,500.00
$
1,150.00
$
362,250.00
$
201,000.00
$
201,000.00
$
15,350.00
$
46,050.00
$
5,150.00
$
41,200.00
$
3,000.00
$
6,000.00
$
8,500.00
$
8,500.00
$
1,600.00
$
28,800.00
$
1,500.00
$
57,000.00
$
1,400.00
$
5,600.00
33
Bid Opening Date: 07/29/2025
FRITZ BURNS PARK IMPROVEMENTS
City Project No. 2021-02
Attachment 2 - Bid Comparison
Engineer's Estimate - Base Bid
59
Install City Furnished Picnic Table and
EA
23
$ 6,635.91
$ 152,625.93
Construct Footing per Plan (C-23)
60
Furnish and Install Bike Tune -Up Station and
EA
1
$ 5,000.00
$ 5,000.00
Construct Footing per Plan (Det C-18)
61
Furnish and Install BBQ Grill and Construct
EA
4
$ 800.00
$ 3,200.00
Footing per Plan (C-15)
62
Furnish and Install Pet Waste Receptacle and
EA
3
$ 500.00
$ 1,500.00
Construct Footing per Plan (Det C-27)
Install City Furnished Hypar Shade Sail with
63
Posts and Construct Footing per Plan (Det C-
LS
1
$ 121,295.44
$ 121,295.44
24)
Install City Furnished Playground Shade Sails
64
with Posts and Construct Footing per Plan
LS
1
$ 121,295.44
$ 121,295.44
(Det C-25)
Install City Furnished Monoslope Shade
65
Structure and Construct Footing per Plan
EA
3
$ 30,210.70
$ 90,632.10
(Sheet L 2-13)
Install City Furnished Curved Shade Trellis
66
Structure and Construct Footing per Plan
EA
4
$ 31,359.75
$ 125,439.00
(Sheet L 2-12)
67
Install Salvaged Bronze Plaque on Stand with
LS
1
$ 500.00
$ 500.00
new anchors and Construct Footing per Plan
68
Install Salvaged Memorial Tree Plaque with
LS
1
$ 500.00
$ 500.00
new anchors per Plan
Construct City Furnished Restroom Building
and Install City Furnished Fixtures. Furnish
69
and Install Appurtenances as needed. Utility
LS
1
$ 300,000.00
$ 300,000.00
Construction and Construction Coordination
with other trades included in item cost.
Furnish and Place "Kool Deck" Surfacing over
70
Existing Concrete Deck, Including all
SF
2,760
$ 10.00
$ 27,600.00
Preparation, Void Filling, and Depth Markers.
71
Furnish and Construct Concrete with "Kool
SF
3,916
$ 17.00
$ 66,572.00
Deck" Surfacing
Reconstruct Pool Stairs, including all
72
incidentals to complete the work. Demolition
LS
1
$ 150,000.00
$ 150,000.00
paid under Demo Bid Item.
Furnish and Install 5' HT Pool Fence with
73
Footings and 12" Concrete Bank per City of
LF
383
$ 80.00
$ 30,640.00
La Quinta Std. 784.1-784.2 per Plan (P3 Det
C-17)
74
Construct 6' Tall Splitface CMU Block Wall
LF
9.5
$ 1,000.00
$ 9,500.00
and Footing per Plan (P3 Det C-17)
75
Furnish and Install Pool Lounge Chair per
EA
30
$ 1,200.00
$ 36,000.00
Plan (P3 Det C-10)
Install City Furnished Rectangular Shade
76
Trellis Structure and Construct Footings per
EA
1
$ 49,630.00
$ 49,630.00
Plan
77
Construct Existing Pool Renovations,
LS
1
$ 25,000.00
$ 25,000.00
Including Painting Building per Plan
Construct Activity Pool Complete In -Place,
78
Install City Furnished Vortex Activity Pool
LS
1
$ 1,018,250.00
$ 1,018,250.00
Features, and Furnish and Install Equipment
and Signs per Plan
Construct Existing Pool Equipment Room
79
Renovations per Plan, Including Removing
LS
1
$ 50,000.00
$ 50,000.00
and Replacing Concrete and Constructing
Housekeeping Pad
80
Furnish and Install Pool Equipment, Piping,
LS
1
$ 15,000.00
$ 15,000.00
and Recirculation per Plan
81
Install City Furnished Pool Equipment
LS
1
$ 250,000.00
$ 250,000.00
Building Utility and Construction Coordination
RG GENERAL ENGINEERING, INC.
$
265.00
$
6,095.00
$
233.00
$
233.00
$
717.00
$
2,868.00
$
799.00
$
2,397.00
$
21,626.00
$
21,626.00
$
88,708.00
$
88,708.00
$
16,334.00
$
49,002.00
$
8,259.00
$
33,036.00
$
465.00
$
465.00
$
233.00
$
233.00
$
155,139.00
$
155,139.00
$
3.00
$
8,280.00
$
22.00
$
86,152.00
$
149,018.00
$
149,018.00
$
256.00
$
98,048.00
$
342.00
$
3,249.00
$
868.00
$
26,040.00
$
13,791.00
$
13,791.00
$
177,789.00
$
177,789.00
$
471,010.00
$
471,010.00
$
40,837.00
$
40,837.00
$
416,542.00
$
416,542.00
$
62,112.00
$
62,112.00
URBAN HABITAT
$
464.00
$
10,672.00
$
4,310.00
$
4,310.00
$
1,785.00
$
7,140.00
$
1,485.00
$
4,455.00
$
49,220.00
$
49,220.00
$
135,350.00
$
135,350.00
$
40,180.00
$
120,540.00
$
4,395.00
$
17,580.00
$
1,525.00
$
1,525.00
$
1,525.00
$
1,525.00
$
313,950.00
$
313,950.00
$
10.00
$
27,600.00
$
18.50
$
72,446.00
$
178,700.00
$
178,700.00
$
156.00
$
59,748.00
$
418.00
$
3,971.00
$
1,095.00
$
32,850.00
$
32,020.00
$
32,020.00
$
290,700.00
$
290,700.00
$
745,250.00
$
745,250.00
$
150,700.00
$
150,700.00
$
411,900.00
$
411,900.00
$
15,360.00
$
15,360.00
LOS ANGELES ENGINEERING, INC.
$
1,000.00
$
23,000.00
$
6,000.00
$
6,000.00
$
1,200.00
$
4,800.00
$
900.00
$
2,700.00
$
4,000.00
$
4,000.00
$
115,000.00
$
115,000.00
$
34,000.00
$
102,000.00
$
15,000.00
$
60,000.00
$
250.00
$
250.00
$
250.00
$
250.00
$
430,000.00
$
430,000.00
$
7.00
$
19,320.00
$
28.00
$
109,648.00
$
102,000.00
$
102,000.00
$
250.00
$
95,750.00
$
800.00
$
7,600.00
$
820.00
$
24,600.00
$
28,000.00
$
28,000.00
$
160,000.00
$
160,000.00
$
450,000.00
$
450,000.00
$
35,000.00
$
35,000.00
$
400,000.00
$
400,000.00
$
270,000.00
$
270,000.00
THREE PEAKS CORPORATION
$
2,300.00
$
52,900.00
$
6,500.00
$
6,500.00
$
1,950.00
$
7,800.00
$
1,800.00
$
5,400.00
$
44,000.00
$
44,000.00
$
69,000.00
$
69,000.00
$
49,400.00
$
148,200.00
$
21,750.00
$
87,000.00
$
1,500.00
$
1,500.00
$
1,500.00
$
1,500.00
$
698,000.00
$
698,000.00
$
18.00
$
49,680.00
$
38.00
$
148,808.00
$
45,000.00
$
45,000.00
$
186.00
$
71,238.00
$
600.00
$
5,700.00
$
1,100.00
$
33,000.00
$
49,400.00
$
49,400.00
$
302,000.00
$
302,000.00
$
680,000.00
$
680,000.00
$
20,000.00
$
20,000.00
$
170,000.00
$
170,000.00
$
163,000.00
$
163,000.00
34
Bid Opening Date: 07/29/2025
FRITZ BURNS PARK IMPROVEMENTS
City Project No. 2021-02
Attachment 2 - Bid Comparison
Engineer's Estimate - Base Bid
Furnish and Install Electrical Meter Pedestal
82
(Including Quickpad Base and Stainless Steel
LS
1
$ 10,000.00
$ 10,000.00
Cabinet) per Plan
83
Electrical Conduit, Wire, and Trenching per
LS
1
$ 140,000.00
$ 140,000.00
Plan - P1
84
Electrical Conduit, Wire, and Trenching per
LS
1
$ 17,500.00
$ 17,500.00
Plan - P2
85
Electrical Conduit, Wire, Trenching per Plan -
LS
1
$ 14,000.00
$ 14,000.00
86
Furnish and Install Emergency Shut -Off
LS
1
$ 1,000.00
$ 1,000.00
Switch and Timer
87
Furnish and Install Pull Box per Plan
EA
19
$ 600.00
$ 11,400.00
88
Furnish and Install Junction Box per Plan
EA
73
$ 313.00
$ 22,849.00
89
Furnish and Install Pedestrian Pole Light with
EA
28
$ 4,418.80
$ 123,726.40
Footing per Plan
90
Furnish and Install Parking Lot Single Head
EA
3
$ 4,000.00
$ 12,000.00
Light with Footing per Plan
91
Furnish and Install Pearking Lot Double Head
EA
3
$ 4,884.00
$ 14,652.00
Light with Footing per Plan
92
Furnish and Install Bollard Light with Footing
EA
39
$ 1,882.40
$ 73,413.60
per Plan
93
Furnish and Install Surface -Mounted Ceiling
EA
4
$ 686.40
$ 2,745.60
Down Light
94
Furnish and Install In -Grade Palm Tree Up
EA
52
$ 2,282.80
$ 118,705.60
Light
95
Furnish and Install In -Grade Tree Up Light
EA
55
$ 2,282.80
$ 125,554.00
96
Furnish and Install In -Grade Colored Shade
EA
8
$ 1,694.00
$ 13,552.00
Sail Up Light
97
Furnish and Install a Palm Tree Mounted Up
EA
16
$ 1,256.00
$ 20,096.00
Light
98
Furnish and Install Mounted Quad Head
EA
4
$ 1,935.20
$ 7,740.80
Shade Sail Up/Down Light
99
Furnish and Install Mounted Double Head
EA
10
$ 699.00
$ 6,990.00
Down Light
100
Furnish and Install Mounted Single Head
EA
4
$ 717.20
$ 2,868.80
Down Light
101
Furnish and Install Palm Tree Mounted Gobo
EA
16
$ 3,268.00
$ 52,288.00
Projector Down Light
102
Furnish and Install Palm Tree Mounted Down
EA
8
$ 717.20
$ 5,737.60
Light - Cyan Color Wash
103
Furnish and Install Trellis Column Mounted
EA
16
$ 754.80
$ 12,076.80
Up/Down Light - Magenta Up/Cyan Down
104
Furnish and Install Trellis Ceiling Mounted
EA
4
$ 1,374.40
$ 5,497.60
Linear Down Light - Cyan
105
Soil Prep and Fine Grading - P1
LS
1
$ 22,238.50
$ 22,238.50
106
Soil Prep and Fine Grading - P2
LS
1
$ 3,789.50
$ 3,789.50
107
Soil Prep and Fine Grading - P3
LS
1
$ 1,337.50
$ 1,337.50
108
Furnish and Install Landscape per Plan and
LS
1
$ 371,725.00
$ 371,725.00
Specifications - P1
109
Furnish and Install Landscape per Plan and
LS
1
$ 70,662.80
$ 70,662.80
Specifications - P2
110
Furnish and Install Landscape per Plan and
LS
1
$ 280.00
$ 280.00
Specificatoins - P3
111
Furnish and Install Irrigation per Plan and
LS
1
$ 86,646.50
$ 86,646.50
Specifications - P1
112
Furnish and Install Irrigation per Plan and
LS
1
$ 11,368.50
$ 11,368.50
Specifications - P2
113
Furnish and Install Irrigation per Plan - P3
LS
1
$ 5,350.00
$ 5,350.00
114
Furnish and Install Boulders per Plan -
EA
69
$ 150.00
$ 10,350.00
"Copper Canyon", 18" - 24"
115
Furnish and Install Boulders per Plan -
EA
66
$ 400.00
$ 26,400.00
"Copper Canyon", 30"-36"
116
Furnish and Install Boulder per Plan - "Copper
EA
45
$ 250.00
$ 11,250.00
Canyon", 24"-30"
117
Install Salvaged Boulders per Plan
EA
21
$ 50.00
$ 1,050.00
RG GENERAL ENGINEERING, INC.
$
52,796.00
$
52,796.00
$
116,252.00
$
116,252.00
$
20,952.00
$
20,952.00
$
18,306.00
$
18,306.00
$
5,801.00
$
5,801.00
$
832.00
$
15,808.00
$
781.00
$
57,013.00
$
29,642.00
$
829,976.00
$
4,090.00
$
12,270.00
$
4,091.00
$
12,273.00
$
2,031.00
$
79,209.00
$
876.00
$
3,504.00
$
1,434.00
$
74,568.00
$
1,366.00
$
75,130.00
$
1,271.00
$
10,168.00
$
688.00
$
11,008.00
$
1,836.00
$
7,344.00
$
1,467.00
$
14,670.00
$
1,919.00
$
7,676.00
$
1,569.00
$
25,104.00
$
8,187.00
$
65,496.00
$
4,423.00
$
70,768.00
$
6,497.00
$
25,988.00
$
19,563.00
$
19,563.00
$
2,437.00
$
2,437.00
$
1,382.00
$
1,382.00
$
251,638.00
$
251,638.00
$
58,369.00
$
58,369.00
$
2,218.00
$
2,218.00
$
223,484.00
$
223,484.00
$
25,679.00
$
25,679.00
$
6,027.00
$
6,027.00
$
92.00
$
6,348.00
$
99.00
$
6,534.00
$
113.00
$
5,085.00
$
67.00
$
1,407.00
URBAN HABITAT
$
57,150.00
$
57,150.00
$
128,850.00
$
128,850.00
$
22,680.00
$
22,680.00
$
19,810.00
$
19,810.00
$
6,280.00
$
6,280.00
$
900.00
$
17,100.00
$
845.00
$
61,685.00
$
25,552.00
$
715,456.00
$
4,425.00
$
13,275.00
$
4,430.00
$
13,290.00
$
2,200.00
$
85,800.00
$
948.00
$
3,792.00
$
1,550.00
$
80,600.00
$
1,480.00
$
81,400.00
$
1,375.00
$
11,000.00
$
745.00
$
11,920.00
$
1,985.00
$
7,940.00
$
1,585.00
$
15,850.00
$
2,075.00
$
8,300.00
$
1,700.00
$
27,200.00
$
1,100.00
$
8,800.00
$
1,195.00
$
19,120.00
$
1,760.00
$
7,040.00
$
5,905.00
$
5,905.00
$
1,015.00
$
1,015.00
$
738.00
$
738.00
$
72,367.18
$
72,367.18
$
20,000.00
$
20,000.00
$
556.00
$
556.00
$
154,527.83
$
154,527.83
$
23,139.49
$
23,139.49
$
10,000.00
$
10,000.00
$
225.00
$
15,525.00
$
298.00
$
19,668.00
$
314.00
$
14,130.00
$
455.28
$
9,560.88
LOS ANGELES ENGINEERING, INC.
$
14,000.00
$
14,000.00
$
880,000.00
$
880,000.00
$
150,000.00
$
150,000.00
$
150,000.00
$
150,000.00
$
1,000.00
$
1,000.00
$
650.00
$
12,350.00
$
340.00
$
24,820.00
$
3,800.00
$
106,400.00
$
4,500.00
$
13,500.00
$
5,000.00
$
15,000.00
$
2,200.00
$
85,800.00
$
850.00
$
3,400.00
$
1,600.00
$
83,200.00
$
1,500.00
$
82,500.00
$
2,000.00
$
16,000.00
$
1,100.00
$
17,600.00
$
740.00
$
2,960.00
$
550.00
$
5,500.00
$
450.00
$
1,800.00
$
800.00
$
12,800.00
$
650.00
$
5,200.00
$
2,200.00
$
35,200.00
$
900.00
$
3,600.00
$
35,000.00
$
35,000.00
$
15,000.00
$
15,000.00
$
8,000.00
$
8,000.00
$
260,000.00
$
260,000.00
$
84,000.00
$
84,000.00
$
2,000.00
$
2,000.00
$
200,000.00
$
200,000.00
$
65,000.00
$
65,000.00
$
35,000.00
$
35,000.00
$
310.00
$
21,390.00
$
340.00
$
22,440.00
$
480.00
$
21,600.00
$
350.00
$
7,350.00
THREE PEAKS CORPORATION
$
22,000.00
$
22,000.00
$
190,000.00
$
190,000.00
$
25,000.00
$
25,000.00
$
47,500.00
$
47,500.00
$
5,000.00
$
5,000.00
$
280.00
$
5,320.00
$
250.00
$
18,250.00
$
5,000.00
$
140,000.00
$
10,000.00
$
30,000.00
$
10,000.00
$
30,000.00
$
3,000.00
$
117,000.00
$
1,000.00
$
4,000.00
$
1,500.00
$
78,000.00
$
1,500.00
$
82,500.00
$
3,000.00
$
24,000.00
$
3,000.00
$
48,000.00
$
3,000.00
$
12,000.00
$
3,000.00
$
30,000.00
$
3,000.00
$
12,000.00
$
3,000.00
$
48,000.00
$
3,000.00
$
24,000.00
$
3,000.00
$
48,000.00
$
3,000.00
$
12,000.00
$
30,100.00
$
30,100.00
$
10,900.00
$
10,900.00
$
4,500.00
$
4,500.00
$
365,850.00
$
365,850.00
$
93,300.00
$
93,300.00
$
920.00
$
920.00
$
216,000.00
$
216,000.00
$
25,500.00
$
25,500.00
$
19,150.00
$
19,150.00
$
300.00
$
20,700.00
$
320.00
$
21,120.00
$
355.00
$
15,975.00
$
225.00
$
4,725.00
35
Bid Opening Date: 07/29/2025
FRITZ BURNS PARK IMPROVEMENTS
City Project No. 2021-02
Attachment 2 - Bid Comparison
Engineer's Estimate - Base Bid
118
Lawn - SOD seeded to season including over-
seeding
SF
21,937
$ 1.00
$ 21,937.00
119
90-Day Maintenance Period
LS
1
$ 10,945.40
$ 10,945.40
Sub -Total Base Bid:
$ 6,556,188.42
ADDITIVE ALTERNATE NO. 1
Item
Item Description
Unit
Quantity
Unit Price
Total Cost
Al-1
Transplant Ex. Palm Tree to Location
EA
19
$ 4,000.00
$ 76,000.00
Determined in Field
Sub -Total Additive Alternative No-1 Bid:
I $ 76,000.00
DEDUCTIVE ALTERNATE NO. 1 - HYPAR SAILS
Item
Item Description
Unit
Quantity
Unit Price
Total Cost
Remove Bid Item: Install City Furnished
D1-1
Hypar Shade Sails with Posts per Plan (Det C
LS
1
$ 121,295.44
$ (121,295.44)
24)
Remove Bid Item: Install City Furnished
D1-2
Playgound Shade Sails with Posts per Plan
LS
1
$ 121,295.44
$ (121,295.44)
(Det C-25)
Coordinate and Phase to Allow Great
D1-3
Western to install shade sails with posts per
LS
1
$ 6,000.00
$ (6,000.00)
Plan (Det C-24 and C-25)
Sub -Total
Deductive Alternative No.1 Bid:
$ (248,590.88)
DEDUCTIVE ALTERNATE NO. 2 - DOG PARK
Item
Item Description
Unit
Quantity
Unit Price
Total Cost
D2-1
Remove Portion of Bid Item: P1 Demolition
LS
1
$ 7,685.00
$ (7,685.00)
and Removal shown on sheet 4
D2 2
Remove Portion of Bid Item: 4" Pedestrian
SF
1,475
$ 8.00
$ (11,800.00)
Concrete Pavement Per Plan
Remove Portion of Bid Item: Furnish and
D2-3
Install Boulder Edging with Footing per Plan
LF
40
$ 350.00
$ (14,000.00)
(Det C-40)
Remove Portion of Bid Item: Furnish and
D24
Install 5' HT Steel Fence with Footings per
LF
580
$ 90.00
$ (52,200.00)
per City of La Quinta Std. No. 784.1-784.2
and Plan
Remove Bid Item: Furnish and Install 5' HT
D2-5
Steel Single Gate with Footings per Plan (C-
EA
2
$ 800.00
$ (1,600.00)
31)
Remove Portion of Bid Item: Furnish and
D2-6
Install 5' HT Steel Double Gate with Footings
EA
3
$ 1,700.00
$ (5,100.00)
per Plan (Det C-30)
Remove Portion of Bid Item: Furnish and
D2-7
Install Pet Waste Receptacle and Construct
EA
1
$ 500.00
$ (500.00)
Footing per Plan (D-27)
D2 8
Remove Portion of Bid Item: Lawn - SOD
SF
5,500
$ 1.00
$ (5,500.00)
seeded to season including over -seeding
D2 9
Remove Portion of Bid Item: Landscaping -
LS
1
$ 14,020.00
$ (14,020.00)
Dog Park (P1 Sheet 21)
D2-10
Remove Portion of Bid Item: Irrigation - Dog
LS
1
$ 29,000.00
$ (29,000.00)
Park (P1 Sheet 26)
D2-11
Remove Portion of Bid Item: 90-Day
LS
1
$ 2,900.00
$ (2,900.00)
Maintenance Period - Dog Park
Sub -Total
Deductive Alternative No.2 Bid:
$ (144,305.00)
DEDUCTIVE ALTERNATE NO. 3 - PLAY AREA EQUIPMENT
Item
Item Description
Unit
Quantity
Unit Price
Total Cost
Remove Bid Item: Install City Furnished Play
D3-1
Area Equipment and Construct Footings per
LS
1
$ 149,356.50
$ (149,356.50)
Plan
Coordination and Phase to Allow Great
D3-2
Western to install Play Area Equipment and
LS
1
$ 6,000.00
$ 6,000.00
Construct Footings per Plan
Sub -Total
Deductive Alternative No.3 Bid:
$ (143,356.50)
Base Bid Only $ 6,556,188.42
RG GENERAL ENGINEERING, INC.
$ 1.00 $ 21,937.00
$ 13,457.00 $ 13,457.00
$ 6,879,699.00
Unit Price
Total Cost
$ 6,932.00
$ 131,708.00
$ 131,708.00
Unit Price
Total Cost
$ (21,626.00)
$
(21,626.00)
$ (83,519.00)
$
(83,519.00)
$ 5,190.00
$
5,190.00
$
(99,955.00)
Unit Price
Total Cost
$
(4,000.00)
$
(4,000.00)
$
(13.00)
$
(19,175.00)
$
(694.00)
$
(27,760.00)
$
(270.00)
$
(156,600.00)
$
(5,803.00)
$
(11,606.00)
$
(8,124.00)
$
(24,372.00)
$
(799.00)
$
(799.00)
$
(1.00)
$
(5,500.00)
$
(9,463.00)
$
(9,463.00)
$
(5,382.00)
$
(5,382.00)
$
(3,106.00)
$
(3,106.00)
$
(267,763.00)
Unit Price
Total Cost
$ (106,000.00)
$ (106,000.00)
$ 5,590.00
$ 5,590.00
$ (100,410.00)
$ 6,879,699.00
URBAN HABITAT
$ 1.70 $ 37,292.90
$ 10,220.00 $ 10,220.00
$ 7,296,076.01
Unit Price Total Cost
$ 1,861.65 $ 35,371.35
$ 35,371.35
Unit Price
Total Cost
$ (49,220.00)
$
(49,220.00)
$ (250,500.00)
$
(250,500.00)
$ 7,545.00
$
7,545.00
Unit Price
Total Cost
$
(9,280.00)
$
(9,280.00)
$
(0.72)
$
(1,062.00)
$
(637.00)
$
(25,480.00)
$
(199.00)
$
(115,420.00)
$
(1,855.00)
$
(3,710.00)
$
(3,710.00)
$
(11,130.00)
$
(1,270.00)
$
(1,270.00)
$
(1.20)
$
(6,600.00)
$
(22,280.00)
$
(22,280.00)
$
(10,300.00)
$
(10,300.00)
$
(2,765.00)
$
(2,765.00)
$
(209,297.00)
Unit Price
Total Cost
$ (250,500.00)
$ (250,500.00)
$ 7,545.00
$ 7,545.00
$ (242,955.00)
$ 7,296,076.01
LOS ANGELES ENGINEERING, INC.
$ 1.50 $ 32,905.50 $
$ 8,000.00 $ 8,000.00 $
$ 8,729,000.00
Unit Price
Total Cost
$ 5,000.00
$ 95,000.00
$ 95,000.00
Unit Price
Total Cost
$ (40,000.00)
$ (40,000.00)
$ (110,000.00)
$ (110,000.00)
$ 1.00
$ 1.00
$ (149,999.00)
Unit Price
Total Cost
$
(3,400.00)
$
(3,400.00)
$
(6.00)
$
(8,850.00)
$
(330.00)
$
(13,200.00)
$
(155.00)
$
(89,900.00)
$
(3,300.00)
$
(6,600.00)
$
(5,300.00)
$
(15,900.00)
$
(610.00)
$
(610.00)
$
(1.00)
$
(5,500.00)
$
(8,000.00)
$
(8,000.00)
$
(10,000.00)
$
(10,000.00)
$
(500.00)
$
(500.00)
$
(162,460.00)
Unit Price
Total Cost
$ (110,000.00)
$ (110,000.00)
$ 1.00
$ 1.00
$ (109,999.00)
$ 8,729,000.00
THREE PEAKS CORPORATION
1.70 $ 37,292.90
26,500.35 $ 26,500.35
$ 8,841,458.00
Unit Price
Total Cost
$ 3,000.00
$ 57,000.00
$ 57,000.00
Unit Price
Total Cost
$ (44,000.00)
$
(44,000.00)
$ (69,000.00)
$
(69,000.00)
$ 30,000.00
$
30,000.00
$
(83,000.00)
Unit Price
Total Cost
$
(6,000.00)
$
(6,000.00)
$
(14.00)
$
(20,650.00)
$
(1,150.00)
$
(46,000.00)
$
(206.00)
$
(119,480.00)
$
(3,900.00)
$
(7,800.00)
$
(5,100.00)
$
(15,300.00)
$
(1,800.00)
$
(1,800.00)
$
(1.70)
$
(9,350.00)
$
(11,000.00)
$
(11,000.00)
$
(18,000.00)
$
(18,000.00)
$
(2,200.00)
$
(2,200.00)
$
(257,580.00)
Unit Price
Total Cost
$ (201,000.00)
$ (201,000.00)
$ 40,000.00
$ 40,000.00
$ (161,000.00)
$ 8,841,458.00
36
Bid Opening Date: 07/29/2025
FRITZ BURNS PARK IMPROVEMENTS
City Project No. 2021-02
Attachment 2 - Bid Comparison
Engineer's Estimate - Base Bid
RG GENERAL ENGINEERING, INC. URBAN HABITAT LOS ANGELES ENGINEERING, INC. THREE PEAKS CORPORATION
Total Base Bid with Additive Alternate No. 1:
$ 6,632,188.42
$
7,011,407.00
$
7,331,447.36
$
8,824,000.00
$
8,898,458.00
Base Bid with Deductive Alternate 1, 2, & 3:
$ 6,019,936.04
$
6,411,571.00
$
6,551,649.01
$
8,306,542.00
$
8,339,878.00
Total Base Bid with Additive Alternate No. 1 and Deductive Alternate 1, 2, & 3
$ 6,095,936.04
$
6,543,279.00
$
6,587,020.36
$
8,401,542.00
$
8,396,878.00
Miscalculations and rounding errors
37