Loading...
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