Loading...
TKD Assoc/Civic Center Improvements 98ORIGINAL ROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT OR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and TKD ASSOCIATES, INC. ("Consultant"). The parties hereto agree as follows: 1.0 1.1 . In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to PROJECT 97-09, CIVIC CENTER CAMPUS IMPROVEMENTS, PHASE I as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent i the industry for such services. 1.2 Compliance Aith Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or locE I governmental agency of competent jurisdiction. 1.3 Licenses. Peimits. Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for t e performance of the services required by this Agreement. Consultant shall have the sole obligati n to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may lie imposed by law and arise from or are necessary for the performance of the services required OV this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the .conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attendin performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Wo . Consultant shall adopt reasonable methods during the life of the Agreement to furnish c ntinuous protection to the work performed by Consultant, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such loss s or damages as may be caused by City's own negligence. The performance of services bV Consultant shall not relieve Consultant from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when such inaccuracies are due to the negligence of Consultant. 1.6 Additional Se vices. In accordance with the terms and conditions of this Agreement, Consultant shall perforrr services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services ithout compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by th City Council. T ,Dpsa.wpd Page 1 of 8 1.7. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in Exhibit "D" (the "Special Requirements"). In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. k , 1 4 2.1 Contract For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed EIGHTY-FIVE THOUSAND AND NO/100 DOLLARS ($85,000) (the "Contract Sum"), except as providec in Section 1.6. The method of compensation set forth in the Schedule of Compensation may incl ide a lump sum payment upon completion, payment in accordance with the percentage of completion of the services, payment for time and materials based upon Consultant's rate schedu e, but not exceeding the Contract Sum, or such other methods as may be specified in the Sche ule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar cost4 and expenses when and if specified in the Schedule of Compensation. 2.2 Method of P3yment. Any month in which Consultant wishes to receive payment, Consultant shall submit t) City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice sha 1 (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 3.1 Time of Esse ce. Time is of the essence in the performance of this Agreement. 3.2 Schedule of '. All services rendered pursuant to this Agreement shall be performed diligently an within the time period established in Exhibit "C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing byte Contract Officer. 3.3 The time period specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforesee ble causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quaranti a restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, aid unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgement such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4 Term. Unl is, earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreeme t shall continue in full force and effect until completion of the services, except as otherwise pro ided in the Schedule of Performance. TKDpsa.wpd IPage 2 of 8 4.0 4.1 The following principals of Consultant are hereby designated as being the pri�pecified cipals and representatives of Consultant authorized to act in its behalf with respect to the work herein and make all decisions in connection therewith: a. Thomas K. b. Reuel Young, It is expressly under foregoing principals wer Therefore, the foregoing directing all activities of Cc hereunder. The foregoing prim assigned to perform the 4.2 Contract Offi such other person as m, responsibility to assure performance of the servic to the Contract Officer. l shall mean the approval 4.3 Prohibition Ac capability and reputation of for City to enter into this A contract with any other without the express writter herein may be assigned or i approval of City. Principal, TKD Associates, Inc. Interactive Design )od that the experience, knowledge, capability, and reputation of the a substantial inducement for City to enter into this Agreement. ,incipals shall be responsible during the term of this Agreement for ;ultant and devoting sufficient time to personally supervise the services may not be changed by Consultant and no other personnel may be ;e required hereunder without the express written approval of City. 1. The Contract Officer shall be John M. Freeland, Senior Engineer or be designated by the City Manager of City. It shall be Consultant's iat the Contract Officer is kept informed of the progress of the and Consultant shall refer any decisions which must be made by City ess otherwise specified herein, any approval of City required hereunder the Contract Officer. iinst Subcontracting or Assignment. The experience, knowledge, consultant, its principals and employees were a substantial inducement reement. Except as set forth in this Agreement, Consultant shall not ntity to perform in whole or in part the services required hereunder approval of City. In addition, neither this Agreement nor any interest ansferred, voluntarily or by operation of law, without the prior written 4.4 Independent ntractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, xcept as otherwise set forth. Consultant shall perform all services required herein as an inde endent contractor of City and shall remain at all times as to City a wholly independent contr ctor with only such obligations as are consistent with that role. Consultant shall not at a y time or in any manner represent that it or any of its agents or employees are agents or a ployees of City. 4.5 City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably avail ble to Consultant only from or through action by City. 5.1 Insurance. Con ultant shall procure and maintain, at its cost, and submit concurrently with its execution of this A reement, personal and public liability and property damage insurance against all claims for injurie against persons or damages to property resulting from Consultant's acts or omissions rising out f or related to Consultant's performance under this Agreement. The insurance policy shall contai a severability of interest clause providing that the coverage shall be primary for losses arising ut of Consultant's performance hereunder and neither City nor its TKDpsa.wpd I Page 3 of 8 insurers shall be required t contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insura accordance with the fol Contract Sum Less than $50,000 $50,000 - $300,0( Over $300,000 Consultant shall ca claims for injuries against by Consultant, its offic subcontractor or agent, indirectly out of or rela "automobile" includes, bul travel on public roads. clause providing that cove hereunder and neither City evidencing the foregoing a be delivered to and apprc Consultant shall carry Compensation laws. Consultant shall acceptable to City required hereunder shall be determined by the Contract Sum in ig table: Personal Iniury/Property Damage Coverage $100,000 per individual; $300,000 per occurrence $250,000 per individual; $500,000 per occurrence $500,000 per individual; $1,000,000 per occurrence ,y automobile liability insurance of $1,000,000 per accident against all arsons or damages to property arising out of the use of any automobile ;rs, any person directly or indirectly employed by Consultant, any r anyone for whose acts any of them may be liable, arising directly or ed to Consultant's performance under this Agreement. The term is not limited to, a land motor vehicle, trailer or semi -trailer designed for he automobile insurance policy shall contain a severability of interest age shall be primary for losses arising out of Consultant's performance nor its insurers shall be required to contribute to such loss. A certificate id naming City and its officers and employees as additional insured shall ted by City prior to commencement of the services hereunder. rkers' Compensation Insurance in accordance with State Worker's professional errors and omissions liability insurance in an amount All insurance required by t is Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring. of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Consultant shall defend, indemnify and hold harmless City, its officers, employees, r presentatives and agents, from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or deatt of person(s), for damage to property (including property owned by City) and for errors and omissi ns committed by Consultant, its officers, employees and agents, which arise out of Consultant's begligent performance under this Agreement, except to the extent of such loss as may be caused bV City's own negligence or that of its officers or employees. 5.3 Remedies. n addition to any other remedies City may have if Consultant fails to provide or maintain any in urance policies or policy endorsements to the extent and within the time herein required, City ma , at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such i surance from any sums due under this Agreement. TKDpsa.wpd I Page 4 of 8 b. Order qonsultant to stop work under this Agreement and/or withhold any paymen (s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of th above remedies, however, is an alternative to any other remedies City may have. The above rem dies are not the exclusive remedies for Consultant's failure to maintain or secure appropriate poll ies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or pro erty resulting from Consultant's or its subcontractors' performance of work under this Agreeme t. W 6.1 Reports. Con Itant shall periodically prepare and submit to the Contract Officer such reports concerning Consu tant's performance of the services required by this Agreement as the Contract Officer shall reqL ire. 6.2 Records. Co sultant shall keep such books and records as shall be necessary to perform the services requi ed by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership o ocuments. Originals of all drawings, specifications, reports, records, documents and other mat rials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier -request of th Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the docume is and materials hereunder. Consultant shall cause all subcontractors to assign to City any docu ents or materials prepared by them, and in the event Consultant fails to secure such assignmen , Consultant shall indemnify City for all damages suffered thereby. In the event City or a y person, firm or corporation authorized by City reuses said documents and materials without wri ten verification or adaptation by Consultant for the specific purpose intended and causes to ba made or makes any changes or alterations in said documents and materials, City hereby releases, discharges, and exonerates Consultant from liability resulting from said change. The provisior s of this clause shall survive the completion of this Contract and shall thereafter remain in full fo ce and effect. 6.4 Release of Doctiments. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant shall not disclose to any other entity or person any information regarding the activities of City, except a required by law or as authorized by City. 7.0 7.1 California Law. and to performance of the This Agreement shall be construed and interpreted both as to validity parties in accordance with the laws of the State of California. Legal TY,Dpsa.wpd I Page 5 of 8 actions concerning any dis ute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Supe for Court of the County of Riverside, State of California, or any other appropriate court in such c unty, and Consultant covenants and agrees to submit to the personal jurisdiction of such court n the event of such action. 7.2 Disputes. In t e event of any dispute arising under this Agreement, the injured party shall notify the injuring p rty in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such fault within ten (10) days of service of such notice and completes the cure of such default withi forty-five (45) days after service of the notice, or such longer period as may be permitted by t e Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance ith the provisions of this section shall be a condition precedent to termination of this Agreem nt for cause and to any legal action, and such compliance shall not be a waiver of any party's rig t to take legal action in the event that the dispute is not cured, provided that nothing herein shall li it City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention o . City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by Gity due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. No ay or omission in the exercise of any right or remedy of a non defaulting party on any default shall i pair such right or remedy or be construed as a waiver. City's consent or approval of any act by onsultant requiring City's consent or approval shall not be deemed to waive or render unnecess ry City's consent to or approval of any subsequent act of Consultant. Any waiver by either party f any default must be in writing and shall not be a waiver of any other default concerning the sale or any other provision of this Agreement. 7.5 Rights and I edqes are Cumulative. Except with respect to rights and remedies expressly declared to be xclusive in this Agreement, the rights and remedies of the parties are cumulative and the exerci a by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. n addition to any other rights or remedies, either party may take legal action, at law or at equit , to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consiste t with the purposes of this Agreement. 7.7 . This section shall govern any termination of this Agreement, except a specifically provided in the following Section 7.8 for termination for cause. City reserves the ight to terminate this Agreement at any time, with or without cause, upon thirty (30) days' wri ten notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediat ly cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt f the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract fficer, except as provided in Section 7.3. 7.8 Termination Forl Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of TKDpsa.wpd I Page 6 of 8 Section 7.2, take over wor and prosecute the same to completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate suchdamages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 . If either party commences an action against the other party arising out of or in connecti!Jith this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' feand costs of suit from the losing party. M 8.1 Non-fiabolit City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount tvhich may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statue or regulation. Consultant warrants that it has not paid or given and will not pay or give an third party any money or general consideration for obtaining this Agreement. 8.3 Covenant aaai executors, assigns, and discrimination against or sE creed, religion, sex, ma Agreement. Consultant sr employees are treated duri marital status, national or M 9.1 Notice. Any desires or is required to served personally or sent may change its address shall be deemed communi in this section. To City: CITY OF LA QUINT, Attention: Chris A. 78-495 Calle Tampi P.O. Box 1504 La Quinta, Californi< 9.2 Integra and all previous un by this Agreement. zt Discrimination. Consultant covenants that, by and for itself, its heirs, II persons claiming under or through them, that there shall be no regation of, any person or group of persons on account of race, color, :al status, national origin or ancestry in the performance of this I take affirmative action to insure that applicants are employed and that i employment without regard to their race, color, creed, religion, sex, in or ancestry. ice, demand, request, consent, approval, communication either party /e the other party or any other person shall be in writing and either prepaid, first-class mail to the address set forth below. Either party notifying the other party of the change of address in writing. Notice ed forty-eight (48) hours from the time of mailing if mailed as provided To Consultant: TKD Associates, Inc. ogt Attention: Thomas K. Doczi 0 2121 E. Tahquitz Canyon Way, Suite 1 Palm Springs, California 92262 92253 (760) 320-8899 Fax (760) 327-8575 Wit. This Agreement contains all of the agreements of the parties ing, negotiations and agreements are integrated into and superseded TKDPsa•WPd I Page 7 of 8 9.3 Amendment. his Agreement may be amended at any time by the mutual consent of the parties by an instrume t in writing signed by both parties. 9.4 Severability. I the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections co tained in this Agreement shall be declared invalid or unenforceable by a valid judgement or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are herebl declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHER OF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a Caljfornia municipal corporation �/IA A -�-`7 1 c� John J.I Cia, � ar ATTES : Saundra L. Juhola, City CI rk APPROVED AS TO FORM: e Dawn C. Honeywell, City Attorney CONSULTANT 5cz7A*5 lAt7- By: N Name: Title: Date: Date TKDpsa.wpd IPage 8 of 8 Exhibit A Scope of Services A detailed scope of ervices is identified as the City's Request for Proposal attached and as the consultant's proposal in its entirety, and is hereby incorporated as identifying the contract scope of services. DESIGN CITY OF LA QUINTA REQUEST FOR PROPOSALS CONSTRUCTION PHASE SERVICES FOR CENTER CAMPUS IMPROVEMENTS PROJECT 97-09 General - The City of La uinta requests proposals from architects, landscape architects, or engineering consultants for professional d technical services required to design and prepare preliminary concept plans and final contract documents plans, specifications, and engineer's estimates) ready for bidding purposes and construction of Phase 2 of toe City's Civic Center campus improvements. The La Quinta Cl is Center and the Senior Center are situated on a 16-acre site located in the southwest quadrant cf the Washington Street/Calle Tampico intersection. These two structures and ancillary improvem nts, which were constructed in 1993/94. occupy 7.7 acres of the site. The balance of the acreage, consisting of 8.3 acres, is rough graded, vacant. and otherwise unimproved. The north and west sides of the vacant area were graded to accommodate additional future civic buildings. There ar no active plans for specific buildings on those building pads at this time. The Citydesires to essentially consists the appearance of included in the first improvements that future civic buildini The consultant select documents for imp master plan concept initially planned. V needs of the City hay be to prepare a new City Council durin, menu of potential im along with the new aprove the vacant acreage in two or more additional phases. The first phase grading, irrigation, landscaping and minor surface improvements to enhance unimproved vacant area. Other significant campus improvements may be ase as funding permits. The second phase will consist of the costlier campus tnnot be funded in the first phase. Subsequent phases, if any, will consist of as the city grows and its needs are realized. d for this contract will concentrate on preparing concept plans and construction wements the City Council wants included in the first and second phases. A vas prepared several years ago when the Civic Center and Senior Center were ule several of the initially planned improvement concepts are still desired, the changed in the subsequent years. The consultant's first order of business will taster plan concept based on preliminary concepts and comments made by the a Study Session held in December of 1996. In addition to the master plan. a rovements with turnkey costs associated with each menu item will be presented raster plan. The consultant will prepare o sets of contract documents as needed to accommodate construction in two phases. The improvements W'll be designed in accordance with City of La Quinta standards and General Plan. Services and products to be rendered in performing all work associated with the planning, design, and construction management of the project will include, but are not limited to: • project man Bement and schedule maintenance • field surveys, and base map preparation • utility coordination to obtain clearances • prepare up to three (3) preliminary conceptual master plans (as needed) • prepare a m nu of improvements with turnkey costs for Council consideration FAPWDEFMR0JECM9709CvcCdWP.wpd I Page 1 of 6 • prepare a f trial master plan • prepare ph s for a minimum of two phased construction improvements • prepare sity drainage improvement plans (if necessary) • prepare ansubmit all required CEQA documents • prepare lar,dscape and irrigation plans, including approval by other agencies. • prepare co ract documents. bid documents, and project specifications including, special and technical provisions, technical appendices and engineers estimate • prepare staff reports to City Council through approval to advertise project for bids • coordinate with City departments and outside agencies as required • coordinate bid advertisement and performing bid phase support • assist Publ c Works staff with construction contract negotiations and contract agreements • provide co struction management and administration • provide coi struction surveys and grade sheet reviews, materials testing, submittal review • provide coi struction inspection (if required) The City intends to award contract for the needed services associated with this project to one firm. A single Project Manager will be designated by the consulting firm who has the experience to lead the project through the planning, design, and construction phase. This individual shall become the day-to-day liaison with Citv representatives in moving the project through the City's planning and design departments. Proposal packages (Work Pr by the City, clearly marked be submitted in the envelope marked "Cost Proposal." ( Proposal packages are to be be delivered to: All approved plans will be 1 Mylar and I X 17" for provided on 3-1/2" disks in will be provided in Micros Generally, the project 1. Staff Review als and Cost Proposals) are to be submitted in separate envelopes provided the consultant's name, address and phone number. Work Proposals are to .ed "Work Proposals" and cost proposals are to be submitted in the envelope one proposal per consultant will be considered. received by 5:00 p.m., Tuesday, February 17. 1998. Proposal packages are to John M. Freeland, Senior Engineer City of La Quinta Public Works Department 78495 Calle Tampico P.O. Box 1504 La Quinta, CA 92253 (760)777-7075 wided to the City on 3-1/2" disks in AutoCAD 12 format as well as on "D" size it. All other approved documents, including technical specifications. will be rordPerfect 7.0 and Quattro Pro 7 for Windows 95 format. Project scheduling Projects 4.0 for Windows 95. process will be as follows: A. Initial meeting between the consultant and staff to identify project design constraints and objectives, pd review previously approved concept plans. F:\PWDEPTPROJECT5\97MvcCtrk"P.wpd I Page 2 of 6 B. The Consultant prepares preliminary master plan concept drawing and presents to staff for review an comment. C. Based upo screen chef 2. Preliminary Design - i A. The prelirr B. The Consu revise final direction. input received from star consultant will revise preliminary concept plans for approval by staff. c Review & Comment concept plan is presented to community groups in four workshops. will catagorize, itemize and tabulate comments received from the public and ,ept plans for presentation to the City Council for consideration and further 3. City Council Review and Approval A. Screen the k approved prcliminan, concept plans %gill be submitted to the La Quinta Cite Council fod review and comment. B. Based upon comments received from the La Quinta City Council, consultant will prepare fir j concept plans and resubmit the master plan concept for Council consideration for approval. 4. Final Design Phase A. The consul t will prepare plans, specification and estimates (PS&E) for approval by the City Engineer. The consultant will coordinate necessary right of way acquisitions. and interagency -eview and approvals of PS&E, including the tiling of applications necessary for plan checks, permits and service connections. The consultant will be expected to keep the City fully i formed of the progress throughout the project, including the preparation and updating of a project schedule. 6. Bidding Phase A. The consul t will be expected to provide assistance in preparing the necessary documents and coordination to advertise the project for receiving bids. Technical support during the bidding and award process will also be required. 7. Construction Phase A. The consul will provide technical support for the day-to-day management of the project, provide co truction surveys, and engineering support during the construction period. B. The consu4nt will provide construction inspection (as necessary) as directed by the City during the construction period. FiPWDFMPROIECIM9709CvcCMRFP.wpd Page 3 of 6 Proposal Format Consultants are encouraged�o keep their proposals brief and relevant to the specific work required. Proposals shall include a minimum of the following items: 1. Work Proposal (enve ope 1) - Submit four (6) copies limited to a maximum of 20 pages A. Cover Let er I . Ifoprime name, address and phone number of the consultants contact person for the ainder of the selection process. it. qualifying statements or comments regarding the consultant's proposal, relevant he information provided in the RFP or the proposed contract. iii. tification of sub consultants and responsibilities B. StatemefQualifications i. sting of proposed project personnel, including personal experiences and resumes and sub consultants. ii. Consultant's and sub consultant experience with similar work. including names and current phone numbers of references for listed projects. C. Project Ur, derstanding and Approach i. A description of the project team's understanding of the project, and how the Consultant's firm will approach project development. D. Scope of ork Program I. A Oescniption of the tasks, sub tasks, and specific deliverables that will be provided E. Schedule i. Anticipated date for a Notice to Proceed is March 17, 1998. H The Planning Commission meets the 2nd and 4th Tuesday of every_ month. iii. Th City Council meets the 1st and 3rd Tuesday of every month. iv. The project is to be awarded and under construction by September 1. 1998. V. A comprehensive CPM schedule is to be submitted describing the nature and scheduling of proposed tasks reflecting the September 1. 1998 construction date. Th period required for each approval by the Commission and the City Council is est mated to require approximately 21 days and should be reflected in the proposed 2. Cost Proposal (envelope 2) A. The consul t is to submit a detailed cost proposal for all services and materials including the firms direct and indirect rate (with overhead) and percent of profit anticipated in completing the project as outlined in the RFP. Man hours and extended billing rates per classificatizin of personnel will be indicated for each task and/or sub task defined therein. The cconwsultint shall determine a not -to -exceed allowance for reimbursables included within the cost pr posal. F:\PWDEPTPP.OJECIS'9709CVCCtrURFP.wpd I Page 4 of 6 Selection Process Work Programs will be reviewed by a Consultant Selection Committee. The Committee will rank the consultants for contract negotiations based upon the materials submitted in the Work Proposal. The Committee may choose to interview two or more closely -rated firms, but may not expect or schedule time for elaborate presentations by those consultants. Only after the ranking process is complete, a cost proposal from the "top ranked" firm will bp opened. The City will open contract n gotiations with the top -ranked firm. The successful consultant will be expected to enter into the attached Pr fessional Services Agreement. F.TWDEFRPROJECTS\9709CvcCMRFP.wpd Page 5 of 6 Project Understandina and A roach 2f13/9s La Quinta Civic Center Project Understandin The La Quinta Civic Ce ter Campus provides unique opportunities and challenges to make it a successful pu lic space that the community will embrace and take pride. One of the project goal is to create a civic space that is flexible for a variety of uses. The design must accom odate major events such as the Arts Festival, Jazz Festival, Performing Arts, and F urth of July celebrations, while providing a place for civic events, passive recreati n and daily community use. The success of the prcj ct will require community input from the citizens of La Quinta, local businesses, and ci is leaders. Community input and public review need to be a integral part of the proje t programming and conceptual design process. It is important that the final design inc rporates the needs and vision of the community. TKD was involved in the the project was put on h based upon a project pr challenges was the exis Alternative design cone relevant at that time. Th goals and community of It is to important to dev( Hall and to takes into cc Phase I construction ca duplicating work or havi also needs to be integr, circulation, parking, gra programming and desi5 increases the important Project Approach: Present and previous desk • Review currer • Define project master planning of the Civic Center and Senior Center until ild. At that time we developed alternative design concepts gram that was relevant at that time. One of the initial ng retention basin and how to incorporate it into the design. pts were developed based upon a project program that was !se concepts can be modified and revised to reflect current :ds. )p a master plan that links the existing Senior Center and City sideration any future development so that the design and be phased and "built -upon", saving time and money by not g to modify previous construction. The Civic Center Campus ;d into the community and future village core. Existing site ng/drainage and soil conditions need to be considered in the process. Consideration of the surrounding development of the Civic Center Campus as a premier public space. ,iew with Staff all existing project information, plans and i criteria. project goals and City Council project "Vision". dements and develop alternative design concepts. • Prepare proje t Master Plan • Review projec funding and determine a feasible and practical Phase I construction s ope services. • Utilize as muc of the existing project base material as possible for Phase I construction d cuments. • Prepare Const uction Bid Package / Bid Coordination /Site Observation SCOPE OF SERVICE A. Background 2/13/98 La Quinta Civic Center Campus 1. Review all current base plan information including existing master plans, street improvement plans, Civic Center/Senior Center plans, grading plans and adjacent parcels. 2. Meet with staff and design consultants to discuss current design goals and objectives including: a. Site Circulation b. P-ro osed and existing uses: City Hall and Senior Center - Arts Foundation and Library Buildings Fountain and Sculpture Plaza Amphitheater Arts Festival Well Site 3. Explore u er profile and symbolic function of Civic Center Campus as a major attraction to the Village of La Quinta. 4. Working Design session with City representatives. 2. Conceptual Design A. Conceptual Design concept 1. Diagrammatic de ign alternatives illustrating the main organizational elements and concepts that will Ishape Civic Center Campus. 2. Illustrative plans Ond sketches for presentation. 3. Site Sections and1grading concept. B. Conceptual Design Review Meetings 1. Present alternative schemes for review and comment by City Staff. 2. Refine conceptuol design, based upon discussion. Scope of Service Page 2 A. Develop preliminary design. 1. Refine concepts based upon input and comments 2. Explore ci culation patterns and proposed structures 3. Site Secti ns and thematic sketches of main features. 4. Landscap / Hardscape concept illustrating tree patterns, site paving patterns. 5. Define pe estrian and vehicular site linkages. B. Preliminary Design Review Meetings 1. Present Preliminary concept to community groups in four workshops. 2. Review an respond to staff and public comments. 3. Revise fin I concept plans for City Council presentation. C. Prepare preliminary construction cost estimates. A. Refine and devolop preliminary Concept Plans i. Prepare preliminary design presentation package a. Pla is, elevations and perspective, rendered for presentation to Staff anc City Council. b. Ph tograph material for slide presentation. c. Prepare booklet for review including narrative, plans, renderings and cos estimate. d. Pr sent design to Staff and City Council. B. Based upon comments received from the La Quinta City Council, consultant will prepare final concept plans and resubmit the master plan concept for Council considering appr val. Scope of Service Page 3 A. Site Grading PIC, 1. Drainage 2. Finish Gr B. Site Utility Plan 1. Onsite " 2. Onsite El 3. Onsite Si ing Plan Plan ml Plan Plan (Grading, Irrigation, Landscaping and minor surface enhancements) C. Hardscape Lay ut Plan 1. Finish anq materials schedule. 2. Specialty Oetails and specifications D. Site Furnishing Layout Plan 1. Final sele tion of site furnishings 2. Details of pecialty furnishings E. Planting Plan 1. Site Planti g Plan 2. Detailed P anting Plan at Feature Areas F. Irrigation Plan G. Lighting and lectrical Plan H. Construction Details. I. Planting and Irrigation Details. A. Prepare bid packs es 1. Arrange fo r printing and assembling packages 2. Distribute Ad packages 3. Attend pre bid meeting B. Respond to bidder questions 1. Prepare a denda C. Assist City Staff with reviewing and analyzing bids Scope of Service Page 4 D. Assist City Staff A. Attend and record p B. Review and process C. Review site sample D. Coordinate and revi E. Respond to questio 1. Process ai 2. Prepare G F. Review pay requeE G. Review project star H. Prepare punch list I. Receive from Cont contract negotiations ogress meetings submittals including samples and shop drawings and mock-up !w independent laboratory inspections s from the Contractor i issue responses to request for information snge Orders and balancing review close-out record drawings and assemble in final form Exhibit B Schedule of Compensation Payment shall be in full at Ihe rates listed in the Schedule of Billing Rates attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed Eighty -Five Thousand and no/100 dollars ($85,000) except as specified in Section 1.6 - Additional Services of the Agreement. From: TOM DOCZI To: John Freeland City of Lai Writ Date: 4/2198 Time: 3:45:42 PM Page 2 of 2 Landscape Architect 3 Architect / Senior Engineer Designer 1 2 Draftsperson 1 Computer Time 2 Secretarial 7 TKD ASSOCIATES INC. La Quinta Civic Center Hourly Design Fee Schedule 4-2-98 52.80 5.28 7.92 $ 101.20 .80 31.20 3.12 4.68 $ 59.80 .60 20.40 2.04 3.06 $ 39.10 .60 32.40 3.24 4.86 $ 62.10 '.0 10.80 1.08 1.62 $ 20.70 Landscape Architecture Land Planning From: TOM DOCZI To: City of La Oun John Date: 4l7l98 Time: 7:36:04 AM Page 2 of 2 Al A2 A3 A4 Al A2 A3 B1 B2 Al A2 A3 A4 A5 B1 B2 B3 C1 Al A1A A1B Al C Al D B1 Sheetl La Quinta C vic Center Campus Proj t Fee Estimate Revised 4/6/98 Proarammida and Desian Obiectives TKD IDC SIB Total Hrs Total Estimate 16.00 6.00 8.00 30.00 2,023.80 16.00 11.00 5.00 32.00 2,158.72 7.00 4.00 11.00 742.06 5.00 1 5.00 2.00 1 12.00 1 809.52 44.001 26.901 15.001 85.001 5.734.10 Conceptual Design TKD IDC SIB Total Hrs Total Estimate 16.00 16.)0 32.00 2,158.72 24.00 8.)0 32.00 2,158.72 10.00 8. 0 10.00 28.00 1,888.88 4.00 4. 0 8.00 539.68 14.00 8. 0 1 1 22.00 1 1,484.12 68.001 44.001 10.001 122.001 8,230.12 Preliminary Plates ! Public Review Comment TKD IDC SIB Total Hrs Total Estimate 40.00 32. 0 16.00 88.00 5,936.48 18.00 16. 0 - 34.00 2,293.64 25.00 12. 0 - 37.00 2,496.02 44.00 12. 0 - 56.00 3,777.76 12.00 8. 0 - 20.00 1,349.20 24.00 24. 0 - 48.00 3,238.08 16.00 12. 0 - 28.00 1,888.88 38.00 16. 0 4.00 58.00 3,912.68 18.00 10. 0 12.00 40.00 2 698.40 235.00 142. 32.001 409.001 27,591.14 City Coun�il Review and Approval TKD IDC SB Total Hrs Total Estimate 22.00 5. 0 2.00 29.00 1,956.34 4.00 4. 0 8.00 539.68 12.00 8. 0 20.00 1,349,20 8.00 4. 0 12.00 809.52 4.00 1 4.00 1 1 8.00 1 539.68 12.00 1. 1 16.00 1 1,079.36 62.001 29.PO 1 2.001 93.001 6,273.78 Total Estimate 47,829.14 Page 1 Exhibit C Schedule of Performance Consultant shall complete Oil services within the time frame submitted by the attached consultant's bar chart schedule (180) Oays of the date of this Agreement. A C a `E° z v1- N C � H coo O V oQ 9d c � � Y CY ~ 19 Exhibit D Special Requirements The initial agreement E hall be for the development of the master plan only. Upon satisfactory completi n of the master plan the City shall negotiate a cost for preparation of bid anc construction documents. 0000, T 0QUA&0 M INCORPORAnD1982 OF T PROFESSIONAL SERVICES AGREEMENT: Sheet 1 of 4 PROJECT NO. 97-09 CIVIC CENTER CAMPUS IMPROVEMENTS PHASE I CONSULTANT: TKD Associates, Inc. 2121 E. Tahquitz Canyon Way, Suite 1 Palm Springs, California 92262 CONTRACT AMENDMENT NO. I Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the folio«'ll1g described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE Per the attached consultant's proposal sheets 2 & 3, the consultant shall provide professional services to coordinate work and elements prepared b the various artists the City of La Quinta has commissioned to create various elements of art into the improvements designed Y by TKD Associates, Inc. and known as the Civic Center Campus Improvements. The Consultant shall also provide review, coordi na t loll and oversight as outlined in his proposal for the bridges to be installed within the project. Previous Contract Amount Through Change Order 0 S Add This Change Order S 26,14. Revised Contract Total S 111.)145 B3 , reason of this contract change order the time of completion is adjusted as follows: -0- days added/deleted to contract time. Submitted B Approved By: Date: Z�/ 1-3 �D/ Date: �/ 3,/,V/ Jr 1 Ve the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal IS that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, an pel- approved, br in all services necessary to complete the above sDecffixd work, and hereby accept as full payment the amount shown above. Accepted By: Consultant: Title: %� %%✓�i. Date: TAMDEPT\PROJECTS\97 Prjcts\9709CvcCtr\DESIGN\TKDCC0l .wpd T.K.D. e���� =wa-� . LANDSCAPE ARCHITECTURAL SERVICES AUTHORIZATION FORM October 9, 2000 (Revised) Project Name: La Quinta Civic Center Campus Art In Public Places La Quinta. California Client: City, of La Quinta 78-495 Caile Tampico La Quinta, California 92253 2121 E. TAHQUITZ CANYON WAY, SUITE 1 PALM SPRINGS, CALIFORNIA 92262 TELEPHONE: 760 320-8899 FAX: 760 327-8575 : .:. ..::.tit. i i -OCT 1 3 2000 y...r•..r�....*...r r..rw.ir-•.•.t.s•�t sN u..t•.+.� »...v .� »w.iw...v.. •r...r Our firm has been requested to perform services in regard to artist's additions to your project. These services are: Scope of Services: p 1. Meet with artists to review design details 2. Integrate artist's design into Civic Center construction drawings 3. Present design revisions to City of La Quinta 4. Coordinate construction phasing with contractor 5. Project meetings 6. On site coordination of art installation FEE: (Hourly not to Exceed) Reimbursable Expenses Plotting, Copies, Deliverables Travel, Blueprints, Additional Meetings (hourly). Hourly Fee Schedule: Landscape Architect Designer Draftsperson Computer Time (CADD) Secretarial - Approved By: Date: $18994510 (Cost plus 10%) $11 0.00/hour 67.50/hour 42.50/hour 65.00/hour 22.50/hour T.K.D. Associates, Inc. 2121 E. TAHQUITZ CANYON WAY, SUITE 1 PALM SPRINGS, CAu.iFoRNu 92262 TELEPHONE: 760 320-8899 Fnx: 760 327-8575 LANDSCAPE ARCHITECTURAL SERVICES AUTHORIZATION FORM September 25, 2000 Project Name: La Quinta Civic Center Campus La Quinta. California Client: City of La Quinta 78-495 Calle Tampico La Quinta, California 92253 Our firm has been requested to perform services in regard to the bridge railing design. These services are: Scope of Services: • 'Review bridge construction details with manufacturer • Preliminary railing concept design • Presentation drawings to City Council • Construction details • Coordinate with bridge manufacturer on construction and layout • On site review of installation FEE: (Hourly not to Exceed) Reimbursable Expenses Plotting, Copies, Deliverables Travel, Blueprints, Additional Meetings (hourly). Hourly Fee Schedule: Landscape Architect Designer Draftsperson Computer Time (CADD) Secretarial Approved By: Authorized Signature $7200,00 (Cost plus 10%) $11 0.00/hour 67.50/hour 42.50/hour 65.00/hour 22.50/hour Date: L K. D. Associates, Inc. LA QUINTA CIVIC CENTER CAMPUS ART IN PUBLIC PLACES COORDINATION HOURLY DESIGN FEE SCHEDULE 1oiaroo Hourly Overhead Direct Profit 8.5% Hourly Hours $ Total Rate Cost $ Total Landscape Architect. $ 35.20 $ 52.80 .$ 5.28 Designer 1 $ 20.80 $ 31.20 $ 3.12 Draftsperson $ 13.60 $ 20.40 $ 2.04 Computer Time $ 21.60 $ 32.40 $ 3.24 Secretarial $ , 7.20 $ 10.80 $ 1.08 8% $ 101.20 125 $ 129650.00 5% $ 59.80 41 $ 29451.80 3% $ 39.10 30 $ 19173.00 5% $ 32.10 35 $ 29173.50 2% $ 20.70 24 $ 496.80 Grand Total . $ 189945.10 Ole O� p� • U - OF T,9 PROFESSIONAL SERVICES AGREEMENT: CIVIC CENTER CAMPUS IMPROVEMENTS PHASE I CONSULTANT: TKD Associates, Inc. 2121 E. Tahquitz Canyon Way, Suite 1 Palm Springs, California 92262 Sheet 1 of 3 PROJECT NO. 97-09 CONTRACT AMENDMENT NO. 2 Pursuant to the terns of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE Per the attached consultant's proposal sheets 2 & 3, the consultant shall cause the design of a new water meter and delivery from CVWD irrigation lateral. These services include: 1) Preparation of plan and profile drawings in CVWD format, for one new irrigation meter, and delivery pipeline to project including all required details, specifications and estimates. Obtain CVWD approval of drawing; 2) Preparation of CVWD Water Service Agreement Exhibit A, "Legal Description of proposed water service area"; and 3) Preparation of CVWD Water Service Agreement Exhibit B, "Exhibit delineating proposed water service area". Previous Contract Amount Through Change Order 1 $ 111,145 Add This Change Order $ 59600 Revised Contract Total $ 116,745 By reason of this contract change order the time of completion is adjusted as follows: -30- days added to contract time. __ Submitted Bv:oot���' Approved By: te: te: We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above,specifred work, and hereby accept as full payment the amount shown above. Accepted By: Y� X Consultant: Title: i al, Date: T:\PWDEPT\PROJECTS\97Prjcts\9709CvcCtr\DESIGN\TKDCCO2.wpd > IAN\, J ADPOCuLTURAL /NaINMM • CNL udO�• LAND 8 WE V iNo January 18, 2001 IL410 Ms. Meliaaa Richardson Y.K.D. Associates, Inc. 2121 E. Taquitz Canyon Way, Suite 1 Palm Springs, CA 92262 Subject: La Ouinta Civic Center - CVWD Irrigation Meter Dear Ms. Richardson: This proposal from OLSON ENGINEERING SYSTEMS (OES) is for consulting services related to the design of a new water meter and delivery from CVWD irrigation lateral 120.8-2.0. We have discussed this project with Mike Schaefer of CVWD, and John Freeland of the City of LaQuinta. The new meter wilt be located per your Instructions and to expedite agency approval - placed in existing CVWD Right-af Way. The fofbwing scope of services will be provided: 6 :i 1. Prepare plan and profile drawings in CVWD format for one new irriobtion meter, and delivery pipeline to project including all required details. Obtain CVVVD approval of drawings. 2. Prepare CVWD Water Service Agreement Exhibit "A' — Legal Description of proposed water service area. 3. Prepare CVWD Water Service Agreement Exhibit 8130 — Exhibit delineating proposed water service area. EXCLUSIONS Prior to initiating this design, the following items are required and can be provided with an addendum to this proposal: 1. Proposed meter tie-in, pipeline and delivery point locations in relation to the centerline of Calls Tampico with city bench mark datum elevations. 2. Location and size verification of existing CVIIVD Lateral 120.8-2.0 at proposed tie-in location and all other existing and proposed utilities along the proposed pipeline alignment in relation to the center line of Calls Tampico and city bench marts datum elevations, PAL Boot if • USK4 CWPOMM ISM • (M) WF-11-13 • PAX P" 7704M aces weNwst►1�7, �YIl+rt soot • r� aAtll�011IOA see+ et QAL.MOIrNA wastes • Ntvaor► • w■ws100;OON • VTIW Ms. Melissa Richardson January 18, 2001 Page 2 of 2 3. Research and preparation of documents related to project specifications, bids, property title, conditions for water servioe and new easements between CVWD and the City of La Quinta. 4. An Environment Impact Report or a negative declaration thereof, or related studies including soil testing. 5. Governmental agency processing fees including CVVVD and City of LaQuinte. 6. Staking and Construction Management services. Compensation for this proposal shall be $5,600. We can begin work immediately on this project upon receipt of the engineering design parameter. If you agree with this proposal,' - please sign one copy and return it to me. There are no understandings or agreements except as expressly stated herein. Estimated time to complete the scope of smk:Qs is fifteen worldng days. Thank you for the opportunity to be of service. Respectfully, OLSON ENGINEERING SYSTEMS Ms. Melissa Richardson Date . . M 04 tvnt .. +Y I, �r. v y ti5 G��1 OF T 9 PROFESSIONAL SERVICES AGREEMENT: CIVIC CENTER CAMPUS IMPROVEMENTS PHASE I CONSULTANT: TKD Associates, Inc. 2121 E. Tahquitz Canyon Way, Suite 1 Palm Springs, California 92262 CONTRACT AMENDMENT NO. 3 Sheet 1 of 1 PROJECT NO. 97-09 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE TKD Associates shall provide the following additional contract services: 1) preparation of Plans & Specifications for Ornamental Lake - $13,500.00; 2) Economic Analysis of Water Supply - $ 5,285.00; 3) Revisions to the Irrigation Plan - $ 1,840.00; 4) Revisions to the Grading Plan - $ 1,900.00; and 5) Construction Administration (24 hours at $101 per hour) - $ 2,424.00. Previous Contract Amount Through Change Order 2 $ 1169745 Add This Change Order $ 24,949 Revised Contract Total $ 141,694 By reason of this contract change order the ti of completion is adjusted as follows: -0- days added to contract time. Submitted By. ' t\' Approved B : App y te: L-k / A- te:l �16 We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the abov work, and hereby accept as full payment the amount shown above. i Accepted By: a Title: A --7 /L ic 11124 Consultant: Date:/ )-/t/) 71e T:\PW DEPT\PROJECTS\97Prjcts\9709CvcCtr\DESIGN\TKDCC03. wpd U - S 4 ti5 11c OFT>9 PROFESSIONAL SERVICES AGREEMENT: Sheet 1 of 2 PROJECT NO. 97-09 CIVIC CENTER CAMPUS IMPROVEMENTS PHASE I CONSULTANT: TKD Associates, Inc. 2121 E. Tahquitz Canyon Way, Suite 1 Palm Springs, California 92262 CONTRACT AMENDMENT NO. 4 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx DESCRIPTION OF CHANGE TKD Associates shall provide the following additional consultant and subconsultant services: 1) Review submittals and construction observation site meetings, review hardscape, irrigation, planting, preliminary walk thru-with punch list, and final walk thnz-with punch list - $9,800.00; 2) Reimbursable Expense consisting of outside blueprinting, UPS, FEDEX etc., in house plotting, in house blue lines - $1,500.00; 3) Interactive Design shall review shade structures and attend up to 4 project site visits - $2,650.00; 4) Alderman Engineering project site visits - $1,920.00; 5) MRC Associates will design and specify electrical and lighting system for each Art Pad, coordinate artist and subject requirements, design power for the stage area, design a lighting system for the lake water feature, update electrical drawings to reflect alternative items that were not selected during the bidding process, attend meetings to review construction questions and provide direction - $2,500.00; 6) Denise Wish shall review and comment on the bridge plan construction submittal - $1,000.00. TKD's request for additional compensation, dated April 30, 2002 is attached and made a part of this Contract Amendment. TOTAL COMPENSATION FOR THIS AMENDMENT SHALL NOT EXCEED $19,370 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Previous Contract Amount Through Change Order 3 $ 141,694 Add This Change Order $ 19,370 Revised Contract Total $ 161,064 By reason of this contract change order the ' e of completion is adjusted as follows: -0- days added to contract time. xxxxxxxxxxxxxxxxxxxxxx x xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Submitted By Date: �-- Approved By: Date: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide 11 e eilt, furnish all materials, perform all labor, except as maybe noted above, and perform all services necessary to comp th ove ecifred work, and hereby accept as full payment the amount shown above. Accepted By: Title: Cons Date: 6. /7, z ` T:\PWDEPT\PROJECTS\1887 Pricts\870SCvcCtr\DESIGN\TKDCC04.wpd April 30, 2002 Mr. Nick Nickerson City of La Quanta 78-495 Calle Tampico P.O. Box 1504 La Quirda, CA 92253 Re: Civic Center Campus Addendum to Contract Dear Nick: T.K.D. Associates, Inc. 2121 E. TAHQUITZ CANYON WAY, SUITE I PALM SPRINGS, CALIFORNIA 92262 TELEPHONE: 760 320-8899 FAX: 760 327-8575 MAY 0 2 2002 This is to request a Contract addendum to the La Quinta Civic Center Campus for the following: T.K.D. Associates, Inc.: Description of Services: Review Submittals, and Construction Observation Site Meetings, Review Hardscape, Irrigation, Planting, Preliminary walk thru-with punch list, and Final walk thru-with punch list. $ 9,800.00 Reimbursable Expenses $1,500.00 Description of Services: Outside blueprinting, UPS, FEDEX etc., in house plotting, in house blue lines. Interactive Design: Description of Services: To review Shade Structures and 4 job site visits. $ 2,650.00 Alderman Engineering: Description of Services: Job site visits $1,920.00-- MRC Associates (Rays Consulting Services): Description of Services: Design and specify electrical and lighting systems for each Art Pad, coordinate artist and subject requirements, design power for the stage area, design a lighting system for the lake water -feature, update electrical drawings to reflect which altemate items were not selected during the bidding process, attend meetings, to review construction questions and provide direction. $ 2,500.00 Dennis Wish: Description of Services: For review of 30' long golf cart bridge done by others. $ 1,000.00 Total Request for Addendum to Contract$ $19,370.00 To: From: Via: Subject: Date: Titit 4 4 Q" MEMORANDUM Tom Genovese, City Manager Nick Nickerson, Project Manager N. A/. Roy Stephenson, P.E., Interim Publi Works Director/City Engine John M. Freeland, Senior Enginww( Contract Amendment No. 4 - TKD'Design Contract Project No. 97-09, La Quinta Civic Center Improvements, May 16, 2002 Attached for your perusal, consideration and signature are two originals of Contract Amendment No. 4. As indicated by my initials, I have reviewed this contract amendment and find it to be accurate and in accordance with the project contract specifications. Contract Amendment No. 4, in the amount of $19,370.00, compensates the design team for review, comment and/or direction on the construction submittals associated with Phase II additions to the construction contract. • TKD Associates, Inc. (Landscaping) $11,300.00 • Interactive Design (Shade Structures) $ 2,650.00 • Alderman Engineering (Lake & Water Feature) $ 1,920.00 • MRC Associates (Raya Consulting Services, Electrical) $ 2,500.00 • Dennis Wish (Structural, Bridge Abutments) $ 1,000.00 The following represents a summary of the City's Contract with TKD & Associates: TKD Base Contract: $85,000.00 Contract Amendment No. 1: $26,145.00 Contract Amendment No. 2: $5,600.00 Contract Amendment No. 3: $24,949.00 Subtotal: $141,694.00 Proposed Contract Amendment No. 4: $19,370.00 Revised Contract Amount: $161,064.00 The following represents the project funding sources identified within the City's Fiscal Year 2001/2002 Budget for the construction of the Civic Center Campus Improvements: TAMDEPT\PROJECTSM97 Prjcts\9709CvcCtr\DESIGN\CC04Mmo.wpd Park Development Impact Fee $2,448,263.00 Arts in Public Places $348,600.00 Infrastructure Funds $122,526.34 Financing Authority $526,174.00 Urban Forestry Grant $11,000.00 Total Funds Budgeted: $3,456,563.34 The following represents the fiscal commitments: Construction $2,507,250.00 Design (including Amendments 1-4) $161,064.00 Testing/Survey $26,423.00 Construction Management $13 0, 5 80.00 Artwork Construction (various artists) $195,779.00 Administration $90,130.00 TOTAL: $3,111,226.00 PROJECT CONTINGENCY AVAILABLE: $345,337.34 As illustrated, adequate funding is available within the project budget to support the approval of Contract Amendment No. 4 to TKD's contract to provide additional construction support services. TAPWDEPT\PROJECTS\1997 Prjcts\9709CvcCtr\DESIGN\CC04Mmo.wpd