Loading...
Ray Lopez/City Monuments 98ORIGINAL PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and RAY LOPEZ ASSOCIATES ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to PROJECT 98-05, CITY ENTRANCE MONUMENTS 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 in the industry for such services. 1.2 Compliance with 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 local governmental agency of competent jurisdiction. 1.3 I gcensec Permits. 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 the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by 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 attending 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 Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous 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 losses or damages as may be caused by City's own negligence. The performance of services by 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 Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform 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 without 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 the City Council. RLApm.wpd Page 1 of 8 1.7 Special Requirements. 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. 2.0 COMPENSATION 2.1 Contract Sum. 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 EIGHTEEN THOUSAND NINE HUNDRED EIGHTY AND NO/100 Dollars ($18,980) (the "Contract Sum"), except as provided in Section 1.6. The method of compensation set forth in the Schedule of Compensation may include 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 schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to 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 shall (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. ME 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed diligently and 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 by the Contract Officer. 3.3 Force Maieure. 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 unforeseeable 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, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten 0 0) 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. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. RLAps .wpd Page 2 of 8 4.0 COORDINATION OF WORK 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. Raymond C. Lopez, Landscape Architect B It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be John M. Freeland, Senior Engineer or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. 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, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. 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 available to Consultant only from or through action by City. 5.0 INSURANCE. INDEMNIFICATION AND BONDS. 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant'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 Consultant's performance hereunder and neither City nor its RLApaa.wpd Page 3 of 8 insurers shall be required to 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 insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Iniurv/Property Damage Coverage Less than $50,000 $100,000 per individual; $300,000 per occurrence $50,000 - $300,000 $250,000 per individual; $500,000 per occurrence Over $300,000 $500,000 per individual; $1,000,000 per occurrence Consultant 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 Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. 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 Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to 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. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount acceptable to City. All insurance required by this 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 Indemnification. Consultant shall defend, indemnify and hold harmless City, its officers, employees, representatives 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 death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. 5.3 Remedies. In addition to any other remedies City may have if Consultant 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. RLApm.wpd Page 4 of 8 b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. G. 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 Consultant'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 Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 6.0 RECORDS AND REPORTS. 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required 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 of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, 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 the 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 documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant for the specific purpose intended and causes to be 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 provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. 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 as required by law or as authorized by City. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal RLApmwpd Page 5 of 8 actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party 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 default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the 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 with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. 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 City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. No delay or omission in the exercise of any right or remedy of a non defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Consultant requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Riahts and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise 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. In addition to any other rights or remedies, either party may take legal action, at law or at equity, 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 consistent with the purposes of this Agreement. 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediately 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 of 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 Officer, except as provided in Section 7.3. 7.8 Termination For 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 xLApsa.wpd Page 6 of 8 Section 7.2, take over work 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 such damages), 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 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 1 • ; j, I pjj q 1l• • ►•►• 6141 *.11 1/ I 10L •► 8.1 Non -liability of 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 which 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 statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 9.1 Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To City: CITY OF LA QUINTA Attention: Chris A. Vogt 78-495 Calle Tampico P.O. Box 1504 La Quinta, California 92253 To Consultant: RAY LOPEZ ASSOCIATES Attention: Raymond C. Lopez P. 0. Box 12885 Palm Desert, California 92255 (760) 772-3123 Fax (760) 772-0243 9.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. RLApea.wpd Page 7 of 8 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 4 ve�lity. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained 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 hereby 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 WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a California municipal corporation John na, Ma r- Date V L. Juhola, City Clerk APPROVED AS TO FORM: daii ("./" 14 iu QQ Dawn C. Honeywell, City Attorney CONSULTANT: RAY LOPEZ ASSOCIATES By: h Date:_ RLApm.wpd Page 8 of 8 Exhibit A Scope of Services The City of La Quinta is seeking informal cost proposals for the necessary construction and bidding documents to complete development of two (2) conceptualized City entrance monument sites (see attached concept drawings). The first site is located at the eastern entrance to the City in the northwest comer of State Route 1 I 1 and Jefferson Street facing westbound traffic, the second site is located on the south side frontage of State Route I I 1 adjacent to the Lumpy's discount golf store at the western entrance to the City facing eastbound traffic. The goal is for each location to make an entrance statement unique to the City of La Quinta. The successful consultant will be expected to assemble a design team of professional engineers and architects to prepare a site specific set of construction plans, specifications and estimates (PS&E's). Estimates shall be prepared indicating construction costs, operating costs and maintenance costs, for bidding the overall project in the public contract theater. The consultant shall coordinate with all affected agencies (Caltrans) and utility companies and apply for any required permits under the City's name. Each site shall incorporate the following elements: I. Landscape and Irrigation II. Water feature III. Accent lighting IV. Precast or cast -in -place structural concrete Additional scope of services details are provided per the attached consultant's letter regarding "Monument Signage Construction Package for the City of La Quinta, Request for Proposal, dated March 15, 1998, and the City's attached request for informal proposals. THE CITY OF LA QUINTA REQUESTS INFORMAL COST PROPOSALS FOR PROFESSIONAL SERVICES TO PROVIDE CONSTRUCTION DOCUMENTS FOR THE COMPLETE DEVELOPMENT OF TWO (2) CITY ENTRANCE MONUMENT SITES PROJECT SCOPE The City of La Quinta is seeking informal cost proposals for the necessary construction and bidding documents to complete development of two (2) conceptualized City entrance monument sites (see attached concept drawings). The first site is located at the eastern entrance to the City in the northwest corner of State Route I I I and Jefferson Street facing westbound traffic, the second site is located on the south side frontage of State Route I I I adjacent to the Lumpy's discount golf store at the western entrance to the City facing eastbound traffic. The goal is for each location to make an entrance statement unique to the City of La Quinta. The successful consultant will be expected to assemble a design team of professional engineers and architects to prepare a site specific set of construction plans, specifications and estimates (PS&E's). Estimates shall be prepared indicating construction costs, operating costs and maintenance costs, for bidding the overall project in the public contract theater. The consultant shall coordinate with all affected agencies (Caltrans) and utility companies and apply for any required permits under the City's name. Each site shall incorporate the following elements: I. Landscape and Irrigation II. Water feature III. Accent lighting IV. Precast or cast -in -place structural concrete BACKGROUND The concept design was prepared by the firm of Ray Lopez Associates and was approved by the City Council during the meeting of September 16, 1997 (see attached meeting minutes and staff report). This project is identified in the City of La Quinta's fiscal year 1997/98 capital improvement plan and therefore is expected to be completed by July 1, 1998. Informal proposals shall be received until Friday, March 27, 1998, 5:00 P.M. Proposals shall be addressed to the attention of John M. Freeland, Senior Engineer City of La Quinta P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, CA 92253-1504 F:\PWDEPT\PROJECTS\Cty_nbncWFCP.wpd Page 1 of 2 RAY LOPEZ ASSOCIATES LANDSCAPE ARCHITECTURE/CONSTRUCTION MANAGEMENT Posy OFFICE BOX 1 2665 PALM DESERT, CAUFORNIA 92255 PHONe: 760 / 772-3 1 23 FAX: 760 / 772-0243 March 15, 1998 Mr. John Freeland, Senior Engineer CITY OF LA QUINTA 78-495 Calle Tampico La Quints, CA 92253 RE: Monument Signage Construction Package for the City of La Quinta Request for Proposal On behalf of Ray Lopez Associates, we are pleased to present this proposal for professional services required for the City of La Quinta Monument Signage'. In accordance with our conversations, I respectfully submit the following agreement for your consideration: Project Unders andWg and Issues The construction of 2 of La Quints's Monument Signage locate at: 1) Jefferson and Highway 111 2) Von's Entry and Highway I I I will greatly enhance the roadway aesthetics and create a community identity. Located at both the eastern and western most ends of Highway I I I the signage and subsequent landscape will let the traveler experience a transition into the City. The Jefferson Site will consist of: 1) Construction Documents of Monument Signage. 2) Landscape, Irrigation, Lighting Plans, Details and Specifications. 3) Relocation of existing utilities blocking the view to the sign. 4) City, Coachella Valley Water District and Caltrans approval. The Von's Site will consist of: 1) Construction of sign 2) Landscape, Irrigation, Lighting installation, along with transitiodretrofitting with existing landscape. 3) City and Caltrans approval. Project scone: Provide design development / construction documents that will finalize the configuration and other components of the City of La Quinta's previously approved concept. Prepare construction and landscape documents and specifications for local agency, caltrans approval and to the City of La Quinta's satisfaction. Provide coordination of structural, electrical and mechanical plans and specifications. Coordinate work and documents with appropriate City agencies. C:wFFICMWPwA VAIDMSWLQvstcx-wDS.CNT Exhibit B Schedule of Compensation Payment shall be in full at the 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 EIGHTEEN THOUSAND NINE HUNDRED EIGHTY AND NO/100 dollars ($18,980) except as specified in Section 1.6 - Additional Services of the Agreement. DELIVERABLES Drawings shall be prepared in AUTOCAD 12 format on 24" x 36" mylar and I V x 17" bond. Specifications and estimates shall be prepared in Corel Wordperfect 7, and Quattro Pro printed and submitted on 81/2 x I bond. Plans Hours 200 $ 14,000 Specifications Hours 32 $ 2,240 Estimates Hours 32 $ 2,240 Reimbursables Not -to -exceed $ 500 TOTAL $ 18,980 City of La Quinta INFORMAL COST PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE CONSTRUCTION DOCUMENTS FOR THE COMPLETE DEVELOPMENT OF TWO (2) CITY ENTRANCE MONUMENT SITES DELIVERABLES Drawings shall be prepared in AUTOCAD 12 format on 24" x 36" mylar and 11" x 17" bond. Specifications and estimates shall be prepared in Corel Wordperfect 7, and Quattro Pro printed and submitted on 81/2 x I I bond. Plans Hours 200 $ ,00c) Specifications Hours 32 $ 2 Z Estimates Hours, $ Reimbursables Not -to -exceed $ S� TOTAL $ PRIME ONSUL ANT '� G DAIFE SIGNED F:\PWDEPnPROJECTS\CW_ntmc\RFCP.Wpd Page 2 of 2 City of La Quints - Monument Signage Construction Documents Landscape Architectural Services - Page 2 The following drawings are required and may be combined or additional plans may be added in order to convey the required information to the City and to the contractors bidding on the project: Cover sheet and index General notes and specifications (Architectural) Site plan for each sign (2) Elevations and finishes (Architectural) Construction sections (Architectural) Mechanical layout plan Electrical plan and load schedules Plumbing plan layout for each sign (2) Structural plans and details (Architectural) Structural plans and details (Architectural) The following are not a on of the cervices vrlyo de by me: Soil engineering Construction observation or supervision Landscape Plans (2) Irrigation Plans (2) Lighting Plans (2) Details and Specifications (Landscape & Irrigation) Research and Data Gathering Revisions Civil Engineering Deliverables provided in Auto Cad 12R & Word Perfect 7.0 The follov.^nare reimbursable menses and will be bled sen rAa tely: Renderings and other artwork not prepared by RLA. Blueprints bill to City of La Quinta's account. Architecture & Processing $10,000.00 Landscape Plans (2), Details, Specifications 3,000.00 Irrigation Plans (2), Details, Specifications 2,500.00 Landscape Lighting Plans (2), Details, Specifications 1,000.00 Civil Engineering 2,000.00 Reproduction services (plots, copies, & postage 480.00 Start-up fee $ 00.00 Progress billing based on percentage completed 00.00 Upon completion and submittal S 18,M.00 Principal, Landscape Architect, Architect - - - - - - - - - - - - - - - - $100.00 Project Manager / Landscape Designer - - - - - - - - - - - - - - - - - - $75.00 CAD Technician --------------------------------- Sb0.00 Draftsperson----------------------------------- $50.00 Clerical and Word Processing------------------------ $30.00 C:\OFFICE\VIPWMWPDOCS\CLQXRGN-WDS.CNT City of La Quinta - Monument Signage Construction Documents Landscape Architectural Services - Page 3 The work will be accomplished in several sections, each to be contingent upon the previous section and your approval to proceed with any portion of the work prior to commencing with any section, either as contracted or additions to the contract. The sections are: Design Development - those studies, designs details and other elements necessary to convey the construction methodologies. Construction Documents - The creation of the necessary plans and details to construct the signs and install landscape amenities (e.g. planting, irrigation, lighting) Should this proposal meet with your approval, please sign and return one copy to me, keeping one copy for your records. Respectfully, i-d C, -�Z� 311-511-6 Raymond C. Lopez, Landscape Architect C.L.N. 3474 - Exp. 12/99 L= CITY OF LA QUINTA, Client / Representative Date C:\OFFICMWPVIUAWPDOCS\CLQ\MN-VMS.CNT Exhibit C Schedule of Performance Consultant shall complete all services within sixty (60) days of the date of this Agreement. Exhibit D Special Requirements Upon satisfactory completion of design and construction documents, the City, at it's discretion may exercise an option to negotiate with the consultant for additional services to increase this contract scope to include construction management and field observation services. STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INS Ft ANCE FUND,: CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 15, 1998 POLICYNUMBER; 1423052 — 98 CERTIFICATE EXPIRES: ` 2-1-99 CITY OF LA QUINTA ATTN JOHN FREELAND, ENGINEERING DEPARTMENT P.O. BOX 1504 LA QUINTA CA 92253 JOB: PROJECT #98-08 CITY ENTRANCE MONUMENT L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding_ any requirement, term, or condition of any contract or other document with respect to which this certificate of Insurance may beissuedor may pertain, the Insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. AUTHORIZED REPRESENTATIVE:: PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $19000,000 PER OCCURRENCE. EMPLOYER F- LOPEZ, RAYMOND RAY LOPEZ ASSOCIATES P 0 BOX 12885 PALM DESERT CA 92255 Zt AIVOR11. CERTIFICATE OF INSURANCE I 04/`15/98 PRODUCER Armstrong/Robitaille Ins. Svc. P.O. BOX 34009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Fullerton, CA 92834 COMPANY ACNA Insurance Companies INSURED RAY LOPEZ ASSOCIATES COMPANY B P.O. BOX 12885 Palm Desert, CA 92255 COMPANY C COMPANY D COY! RAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY DATE(MM/DD/YY) EFFECTIVE POLICY EXPIRATION DATE(MM/DDIYY) LIMITS AGENERALLIABILITY X OMMERCIAL GENERAL LIABILIT CLAIMSMADE ❑X OCCUR WNER'S& CONTRACTOR'S PRO 155578787 04/01/98 04/01/99 1 GENERAL AGGEGATE R $2 000 000 PRODUCTS-COMP/OP AGO I $2 000 000 PERSONAL& AOV INJURY $1 000 000 EACHOCCURRENCE $1 000000 FIRE DAMAGE (Anyone fire)$ 100 000 MEDEXP(Anyoneperson) $ 10 1 000 A AUTOMOBILE LIABILITY ' 155578787 04/01/98 04/01/99 COMBINEDSINOLELIMIT $1, 000, 000 ANYAUTO ALL OWNED AUTOS BODILY INJURY (Par person) q SCHE DULED AUTOS X HIRED AUTOS BODILY INJURY Par accitlent) q X NON-OWNEDAUTOS -, II��II' PROPERTY DAMAGE $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLAFORM OTHERTHAN UMBRELLAFORM EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION AND j STATUTORYLIMITS EMPLOYERS LIABILITY EACHACCIDENT $ DISEASE -POLICY LIMIT $ THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE -EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Ten Day Notice of Cancellation will be given for Non Payment of Premium Certificate Holder is listed as Additional Insured Project #98-05 City Entrance Monument CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of La Quinta Attn: John EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Freeland, Sr. Engineer 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 78-495 Calle Tampico BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY La Quinta, CA 92253 OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES. AUTHOf;IZED REPRESEN ATIVE ACORD 25. S(W93)l Of I` 4 5 0 5 5 M7 9':24 H 0 ACORO CORPORATION 1093 POLICY NUMBER: 155578787 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON or ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of La Quinta Attn: John Freeland, Sr. Engineer 78-495 Calle Tampico La Quinta, CA 92253 Ten Day Notice of Cancellation will be given for Non Payment of Premium Certificate Holder is listed as Additional Insured Project #98-05 City Entrance Monument {If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your operations or premises owned by or rented to you. CG 20 26 11 85