Loading...
Ray Lopez/Hwy 111 Design 97PROFESSIONAL SERVICES AGREEMENT ORIGINAL 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 AND 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 landscape architectural services for the Highway 111 Design Theme 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 Licenses, 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. 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 Base-cou.rev Page 1 of 8 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. 1611�.191•1 a �y_� u•�.1 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 Nine Thousand Dollars 09,000) (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. 3.0 PERFORMANCE SCHEDULE 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 Mameure. 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 (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. 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. Basecon.rev Page 2 of 8 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. Ray Lopez 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 Christine di lorio and/or John Freeland 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 insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and Base con.rev Page 3 of 9 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 Damaae Coveraae 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. 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. Base-con.rev Page 4 of 8 C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for 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 R P RT 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 Ownershio 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. 7.0 ENFORCEMENT OF AGREEMENT. 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 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. Base-con.rev Page 5 of 8 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 nondefaulting 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 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. Base-con.rev Page 6 of 8 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. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION. 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. 9.0 MISCELLANEOUS PROVISIONS 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 78-495 Calle Tampico P.O. Box 1504 La Quinta, California 92253 Attention: Christine di lorio To Consultant: RAY LOPEZ AND ASSOCIATES P. O. BOX 12885 Palm Desert, CA 92255 Attention: Mr. Ray Lopez 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. 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. Base-con.rev Page 7 of 8 9.4 Severability. 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 GLENDA HOLT, Mayor Date A E T: 6� J UNDRA L. JUH LA, City Clerk APPROVED AS TO FORM: ,CJ 6 .� DAWN C. HONEYWELL, City Attorney CONSULTANT RAY LOPEZ AND ASSOCIATES By: Name: Title: Date: Base con.rev Page 8 of 8 Exhibit A Scope of Services See attached 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 Nine Thousand Dollars ($9,000) except as specified in Section 1.6 - Additional Services of the Agreement. Exhibit C Schedule of Performance Consultant shall complete all services within ninety (90) calendar days from the date of this Agreement. � T u S 4 TyF f �r CFM OF 7'Nt'v PROFESSIONAL SERVICES AGREEMENT: Highway 111 Landscape Design Theme CONSULTANT: RAY LOPEZ ASSOCIATES P. O. BOX 12885 PALM DESERT, CALIFORNIA 92255 Sheet 1 of 4 PROJECT NO. N/A CONTRACT CHANGE ORDER NO. 1 ****************************************************************************************** Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. ****************************************************************************************** DESCRIPTION OF CHANGE Per the consultant's attached proposal; L Scope of Services, A. , B. 1-6 Said services shall not exceed $4,450 without prior written consent from the City. ****************************************************************************************** Previous Contract Amt. Through Change Order No. -0- $ 9,000 Add this Change Order 4,450 Revised Contract Total $13,450 By reason of this contract change order, the time of completion shall be adjusted as follows: 60 days added/deleted to contract time. The revised contract completion date shall be: 8 /20197 ****************************************************************************************** Submitted Approved ****************************************************************************************** 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 specified work, and hereby accept as full payment the amount shown above. Accepted Title: PRINCIPAL / OWNER I Consultant: RAY LOPEZ ASSOCIATES Date: �. C:\MyFiles\FLACCOI . WPD RAY LOPEZ ASSOCIATES LANDSCAPE ARCHMECTURE / PLANNING / CONSTRUCTION MANAGEMENT POST OFFICE BOX 1 2885 PALM DESERT, CALIFORNIA 92255 PHONE: 760 / 772-3 1 23 FAX: 760 / 772-0243 May 26, 1997 Mr. John Freeland, Senior Engineer CITY OF LA QUINTA 78-495 Calle Tampico La Quints, California 92253 RE: Highway 111 Landscape Retrofit 200' West of Washington Street to Adams Street Landscape Architectural Proposal Dear Mr. Freeland: On behalf of Ray Lopez Associates (RLA), we are pleased to present this proposal for professional landscape architectural services required for the project mentioned above. I. SCOPE OF SERVICES A. Design Development - Preliminary We will provide you with a conceptual drawing from existing base information to review and approve prior to developing final documents. Approval, either verbal or in writing, constitutes authorization to proceed to the next stage. The Client shall be responsible for all costs and additional fees arising out of Client specified changes after said work has been approved. B. Working Drawings We will prepare finalized landscape working drawings in sufficient detail to facilitate construction and the receipt of competitive bids. 1. Landscape As -Built - RLA will field locate existing plant material for retrofit plan. This plan will designate which plants will remain or be replaced ($ 1,600.00). 2. Planting Plan - This plan will locate, size, and identify all trees, shrubs, vines and ground covers. In addition, RLA will re -design the existing mounding concept when required and as directed by the City of La Quinta ($ 1,200.00). 3. Irrigation Plan -This plan will call -out all piping, valves, control equipment, emitters, sprinkler heads for irrigation of planted material ($ 1,000.00). 4. Details and Notes - All necessary details and notes will be provided in order to have the above items installed (included above). Highway I I I- Median Island Landscape Retrofit Landscape Architectural Services - Page 2 5. Cost Estimate - RLA will provide the City with 1 `probable cost estimate' for review, comment and comparison for a lump sum fee not to exceed $500.00 (five hundred ). 6. Cadd Plots - RLA will provide the City with a maximum of 10 ( ten ) cadd plots for a cost not to exceed $150.00 ( one hundred fifty). A. Our fees are based on providing the above services at a lump sum fee not to exceed $ 4,450.00 (forty-four hundred fifty). B. Field observation, revisions, additional services upon request of the will be billed at the hourly rate schedule as follows: Principal / Landscape Architect ...................... $ 90.00 per hour. Project Manager / Landscape Designer ................. $ 75.00 per hour. CAD Technician ................................ $ 60.00 per hour. Draftsperson .....................................$ 50.00 per hour. Clerical and Word Processing ........................$ 35.00 per hour. III. REIMBURSABLE ITEMS Outside services, such as reproduction will be billed at cost plus 15%. Additional CADD plots at $15.00 per plot. Client may elect to set up an account at a local blue printing service and have the tgproduction costs billed directiv to the Owner. IV. TERMS AND CONDMONS OF PAYMENT A start-up fee of $0.00 is requested upon the signing of this proposal prior to the commencement of work. Billing will occur on a monthly basis as work progresses. All billing statements are due upon receipt. V. ADDITIONAL SERVICES If additional services are requested in writing beyond the stipulated scope of services, we will submit a proposal for that work, and our fee will be based on the hourly rates presented in Item `II - B'. VL LIM TS OF LUBILITY The Client agrees to limit Ray Lopez Associates (RLA) liability to the Client and to all contractors and subcontractors on this project due to RLA'S acts, errors, or omissions such that the total aggregate liability shall not exceed the amount of the total fees paid to RLA under Item 'II'. Client may elect to purchase additional insurance if desired. RAY LOPEZ ASSOCIATES / P.O. Box 12885 / Palm Desert, CA 92255 / Phone (760) 772-3123 Highway 11 i - Median Island Retrofit Landscape Architectural Services - Page 3 VIL TIME OF COMPLETION The estimated time of completion shall not exceed 60 days from the signing date and or the verbal commitment date proposed by the Client, not including revisions. If this proposal meets with your approval, please sign both copies and return one copy to my office. Should any questions arise concerning this proposal, please do not hesitate to call. Thank -you. Accepted by: City of La Quinta Date Client / Representative W1 Submitted by: IMr. Riy Lopez r" / Date Landscape Architect # 3474 LANDSCAPE ARCHITECTS ARE REGULATED BY THE CALIFORNIA BOARD OF LANDSCAPE ARCHITECTS. ANY QUESTIONS CONCERNING A LANDSCAPE ARCHITECT MAY BE REFERRED TO THE BOARD AT: Board of Landscape Architects 400 R Street, Suite 4020 Sacramento, CA 95814 916/445-4954 THIS PROPOSAL IS VALID THROUGH 30 JULY 1997 RAY LOPEZ ASSOCIATES / P.O. Box 12885 / Palm Desert, CA 92255 / Phone (760) 772-3123 (0j, C� � OZ u S F o� OF 1'Nt'O PROFESSIONAL SERVICES AGREEMENT: Highway 111 Landscape Design Theme CONSULTANT: RAY LOPEZ ASSOCIATES P. O. BOX 12885 PALM DESERT, CALIFORNIA 92255 Sheet 1 of 5 PROJECT NO. 98-04 CONTRACT CHANGE ORDER NO. 2 *k*k*****kk*k**k**k******kkk*kk**k**k**k*k**k**k********************k********k**k****k**** 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 Provide Construction/Project Management services per the attached consultant's proposal. Compensation to be per actual manhours expended. Total compensation not to exceed $7,980 Previous Contract Amount Through Change Order No. 1 $ 13,450 ADD THIS CHANGE ORDER S 7.980 REVISED CONTRACT TOTAL $ 21,430 By reason of this contract change order, the time of completion shall be adjusted as follows: 60 days added/deleted to contract time. The revised contract completion date shall be: 10/01/98 Submitted Approved 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 specified work, and hereby accept as full payment the amount shown above. Accepted r V Consultant: RAY LOPEZ ASSOCIATES Date: F:\PWDEPT\P80JECTS\98Prjcts\9804 I I I LndscpMd\Const\ALACCO2.WPD June 30, 1998 RAY LOPEZ ASSOCIATES L NMCWE ARCNnECaaa=/R NM/COHSTIHJ IOH MANAGMENr POST OFFICE BOX 12885 PALM DESERT, CALIFORNIA 92255 PHONE: 760 / 772-31 23 FAX: 760 / 772-0243 November 21, 1997 Mr. John Freeland, Senior Engineer CITY OF LA QUINTA 78-495 Calle Tampico / Box 1504 La Quinta, CA 92253 RE: City of La Quinta - Highway 111 Site Observation 200' West of Washington Street to Adams Street Request for Proposal Dear John: Thank -you for allowing Ray Lopez Associates (RLA) the opportunity to submit our proposal for professional coordination services for the project mentioned above. We look forward to meeting with you and discussing our proposal in detail. SCOPE OF SERVICES The specific tasks and their sequences are based on tasks identified per your Request for Proposal. The following scope is presented to clarify our understanding of the work to be completed. It is our intention to meet your desires inter s of design quality, budget control, deadline constraints, and completion schedules. Refer to the Manpower Section for a breakdown of man-hours per phase. The work plan will include, but is not limited to the following: ITEM I - PROJECT KICK-OFF Task 1. Meet with City Staff to review and refine the project scope and approach, establish key communications personnel, and review time schedules. Review all reports, recommendations, plans, requirements, submittal formats, and review periods. Task 2. Obtain all documentation available from the City and any special records pertaining to this project. Task 3. Perform site analysis and develop a conceptual installational time line for review and critique. Timeline will include all recommendations from the City. City of La Quinta - Highway 111 Site Observation Landscape Architectural Services - Page 2 Task 4. Meet and confer with The City as needed for project progress review,. Task 5. Evaluate probable cost estimates. ITEM II - CONSTRUCTION COORDINATION Task 1. Take approved landscape plans and budgets and administrate approval with Cal Trans ( revisions to plans not included in bid). Task 2. Provide `Bid SuppoW to the City during the bidding process. Assist in addressing comments related to the receipt of competitive construction bids. Task 3. Coordinate the location and delivery of trees and shrubs to the site's predetermined temporary nursery and insure that said plant material is maintained in a healthy state prior to planting. Task 4. Coordinate irrigation and landscape installation. See Phase III below. Task 5. Provide coordination for connection to existing laterals. Task 6. Assist the City, if required, in obtaining C.V.W.D and AG Commissioner approvals. ITEM III - CONSTRUCTION OBSERVATION SERVICES Task 1. Attend pre -construction conference. Task 2. Review and approve all shop drawings and submittals. Task 3 Provide site visitations / observation verifying project progress and quality with recommendations for correction of any deficiencies. Task 4. Participate in the review of change order requests and amounts. Task 5. Participate in construction observations and development of "punch -list" on completed project. Task 6. Approve "As -Built" drawings from record information provided by the Contractor or City Inspector. Task 7. After approval & completion of "As-Builts" by Landscape Contractor RLA will provide Cad generated 'irrigation as-builts' to the City. RAY LOPEZ ASSOCIATES / P.O. Box 128851 Palm Desert, CA 92255 / Phone (760)772-3123 City of La Quinta - Highway 111 Site Observation Landscape Architectural Services - Page 3 FEE SCHEDULE * HOURLY RATES * MAN HOURS Our estimated fee is presented as requested and includes man-hours. The fee includes our time, materials, and expenses. If additional services are requested in writing beyond the stipulated scope of services, we will submit a proposal for that work, and our fee will be based on the hourly rates presented below. Phase 1 Project Kick-off .............................................$ 900.00 Man Hours Principal / Owner 10hours Phase lI Construction Coordination .................................... $1,080.00 Man Hours Principal / Owner 12 hours Phase III Construction Observation Services ............................... $3,600.00 Man Hours Site Manager 60 hours Cad Irrigation As-Built........................................$2,000.00 Man Hours Draftsperson 40 hours TOTAL FEES ................... $7,580.00 REIMBURSABLES Reproduction, if required, plots, copies, etc. shall not exceed $400.00 (four hundred). Client may elect to set up an account at a local blueprinting service and have the reproduction costs billed directly to the Owner. Items to be supplied to Ray Lopez Associates include: * Approved Landscape Package. * Boiler plate bidding information. * Permits and fees and submittal of drawings and specifications to other public agencies RAY LOPEZ ASSOCIATES! P.O. Box 12885 / Pahn Desert, CA 92255 / Phone (760) 772-3123 City of La Quints - Highway I I I Site Observation Landscape Architectural Services - Page 4 FEE SCHEDULE * HOURLY RATES * MAN HOURS The following are our hourly rates: Principal ...................................... $90.00 / hour Project Manager ... ............................ S60,00 / hour Draftsperson ................................... S50.00/hour Clerical and Word Processing Staff ................. S35.00 / hour SIGNATURE BLOCK If this proposal meets with your approval, please sign both copies and return one copy to my office. Should any questions arise concerning this proposal, please do not hesitate to call. Thank -you. _Accepted by: City of La Quints. Date Representative / Client Submitted by: Mr. Ray Lopez Date Landscape Architect # 3474 LANDSCAPE ARCHITECTS ARE REGULATED BY THE CALIFORNIA BOARD OF LANDSCAPE ARCHITECTS. ANY QUESTIONS CONCERNING A LANDSCAPE ARCHITECT MAY BE REFERRED TO THE BOARD AT: Board of Landscape Architects 400 R Street, Suite 4020 Sacramento, CA 95814 916/445-4954 THIS PROPOSAL IS VALID THROUGH 31 DECEMBER 1997