Loading...
1995 01 03 CC� S F OF city (founcil _4anl CITY COUNCIL CHAMBER 78495 Calle Tampico La Quinta, California 92253 Regular Meeting January 3, 1995 - 3:00 P.M. CALL TO ORDER a. Pledge of Allegiance b. Roll Call CONFIRMATION OF AGENDA APPROVAL OF MINUTES a. Approval of Minutes of December 6 & December 20, 1994 PRESENTATIONS PUBLIC COMMENT Beginning Res. No. 95-01 Ord. No. 264 This is the time set aside for public comment on any matter not scheduled for a public hearing. Please complete a "request to speak" form and limit your comments to three minutes. Please watch the timing device on the podium. 000001 RECONSIDERATION OF COUNCIL ACTION DECEMBER 20, 1994 REGARDING THE AWARD OF CONTRACT FOR THE FRITZ BURNS COMMUNITY PARK PHASE I. A) MINUTE ORDER ACTION. 2. CONSIDERATION OF RECOMMENDATION FROM THE ART IN PUBLIC PLACES COMMITTEE TO USE THE CIVIC CENTER ART PURCHASE MONIES FOR BUYING ART FOR THE SENIOR CENTER. A) MINUTE ORDER ACTION. 3. CONSIDERATION OF SPECIAL ADVERTISING DEVICE 94-060 FOR THE APPROVAL OF A TEMPORARY PROMOTIONAL LIGHTING (SEARCHLIGHT) FOR THE NEWLY -REMODELED CARL'SJR./GREEN BURRITO RESTAURANT AT78-672HIGHWAY Ill. APPLICANT: ROBERT J. MESSERSMITH. A) MINUTE ORDER ACTION. 4. CONSIDERATION OF SPECIAL ADVERTISING DEVICE 94-059 FOR THE APPROVAL OF EIGHT (8) TEMPORARY SUBDIVISION FLAGPOLES FOR THE LA QUINTA FAIRWAYS PROJECT SOUTH OF 50TH AVENUE AND WEST OF PARK AVENUE. APPLICANT: DOUG AYRES (AYRES HOMES). A) MINUTE ORDER ACTION. 5. CONSIDERATION OF THE COLLEGE OF THE DESERT REGIONAL BUSINESS ASSISTANCE CENTER REQUEST FOR FUNDING. A) MINUTE ORDER ACTION. 6. CONSIDERATION OF APPROVAL OF SPECIFICATIONS FOR ONE 21/2-TON DUMPTRUCK AND AUTHORIZE STAFF TO RECEIVE BIDS. A) MINUTE ORDER ACTION. Page 2 O001010' 7. CONSIDERATION OF A PARK -NAMING POLICY. A) MINUTE ORDER ACTION. 8. CONSIDERATION OF ADOPTION OF A RESOLUTION APPROVING MEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF LA QUINTA AND THE LA QUINTA CITY EMPLOYEES' ASSOCIATION. A) RESOLUTION ACTION. 9. TRANSMITTAL OF TREASURER'S REPORT FOR THE CITY AND THE FINANCING AUTHORITY DATED NOVEMBER 30, 1994. A) MINUTE ORDER ACTION. 10. SECOND READING OF ORDINANCES: ORDINANCE NO. 263 RE: SPECIAL ADVERTISING DEVICES CONSENT CALENDAR Note: Consent Calendar Items an considered to be routine in nature and will be approved by one notion. 1. APPROVAL OF DEMAND REGISTER DATED JANUARY 3, 1995, 2. ADOPTION OF RESOLUTION SETTING A JOINT CITY COUNCIL/REDEVELOPMENT AGENCY PUBLIC HEARING DATE OF FEBRUARY 21, 1995 TO CONSIDER REDEVELOPMENT AGENCY PLAN AMENDMENT #1. 3. APPROVAL OF PARCEL MAP 27131 - DUTCH PARENT N.V., A NETHERLANDS ANTILLES CORPORATION. 4. APPROVAL AND AUTHORIZATION TO SIGN A CITY OF LA QUINTA - CVAG REIMBURSEMENT AGREEMENT REGARDING SMALL PROJECT FUNDS FOR IMPROVEMENTS TO THE INTERSECTION OF FRED WARING DRIVE AND WASHINGTON STREET. STUDY SESSION - None Page 3 000003 REPORTS AND INFORMATIONAL ITEMS A. CVAG COMMITTEE REPORTS B. SUNLINE REPORTS C. C.V. MOUNTAINS CONSERVANCY D. COACHELLA VALLEY MOSQUITO ABATEMENT DISTRICT E. RIVERSIDE COUNTY FREE LIBRARY ADVISORY COMMITTEE F. ALL OTHER BOARDS/COMMISSIONS/JPA'S DEPARTMENT REPORTS A. CITY MANAGER B. CITY ATTORNEY - NONE C. ADMINISTRATIVE SERVICES DIRECTOR - NONE D. BUILDING AND SAFETY DIRECTOR - NONE E. COMMUNITY DEVELOPMENT DIRECTOR - NONE F. FINANCE DIRECTOR 1. Transmittal of Revenue and Expenditures for the City and the Financing Authority dated November 30, 1994. G. PARRS & RECREATION DIRECTOR - NONE H. PUBLIC WORKS DIRECTOR - NONE I. SHERIFF'S STATION COMMANDER - NONE MAYOR AND COUNCEL MEMBERS' ITEMS DISCUSSION OF ELIMINATION OR REDUCTION OF PROPERTY TAX (PERKINS). RECESS TO REDEVELOPMENT AGENCY MEETING RECESS UNTIL 7:00 P.M. (Recess until 7:00 p.m. only if necessary to continue consideration of any of the above agenda items - there are no public hearings scheduled) �fl.�ll��Xy f•I.i 1. CONFERENCE WITH REAL PROPERTY NEGOTIATOR PURSUANT TO GOVERNMENT CODE SECTION 54956.8 REGARDING NEGOTIATIONS FOR PROPOSED COMMERCIAL DEVELOPMENT INCLUDING PRICE, TERM OF PAYMENT FOR PROPERTY LOCATED AT THE SOUTHWEST CORNER OF HIGHWAY Ill AND JEFFERSON STREET - TIM EALEY, NEGOTIATOR FOR MIDLAND PROPERTIES. 2. CONFERENCE WITH LEGAL COUNSEL CONCERNING POTENTIAL INITIATION OF LITIGATION PURSUANT TO GOVERNMENT CODE SUBSECTION C OF SECTION 54956.9 - ONE CASE. /•i7il�lb.I�IS1 �I�YYI Page 4 00tt+004 DECLARATION OF POSTING I, Saundra L. Juhola, City Clerk of the City of La Quinta, California, do hereby declare that the foregoing agenda for the City Council meeting of January 3, 1995 was posted on the outside entry to the Council Chamber, 78-495 Calle Tampico and on the bulletin board at the La Quinta Chamber of Commerce on Friday, December 30, 1994. DAT : December 301, 1994 AUNDRA L. J HO ity Clerk City of La Quinta, California PUBLIC NOTICE The La Quetta City Council Champ is handicapped accessible. If special equipment is needed for the hearing impaired, please cell the City Clerk's Office at 777-7025, 244m ms in advance of the meeting and accommodations will be made. Page 5 ©16a0 050 c&ty/ 4 4 Qu&m AGENDA CATEGORY: BUSINESS SESSION: COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: _ Reconsideration of City Council Action Taken PUBLIC HEARING: December 20, 1994 Regarding the Award of Contract for the Fritz Burns Park Project - Phase 1. I -'i DCK#)" t�� t .� �I `in W— Action deemed appropriate by the City Council. FISCAL IMPLICATION Unknown at this time. BACKGROUND AND OVERVIEW Councilmember Stanley Sniff has requested that the City Council reconsider its December 20, 1994 action regarding the Award of Contract for the Fritz Burns Park Project - Phase 1 to D.M. Erickson. The request was made because of questions regarding the validity of the vote taken by the City Council regarding this item. Staff has also received correspondence from James T. Dunphy Co. (Attachment 1) indicating their dissatisfaction with the staff's recommendation to reject their bid for failure to comply with bid requirements regarding subcontracted percentages. Staff has provided clarification to James T. Dunphy Co. (Attachment 2) regarding staffs recommendations and actions taken by the City Council at it relates to this issue. It is staffs contention that the recommendations made by staff regarding the bid submitted by James T. Dunphy Co. in the December 20, 1994 report to the City Council (Attachment 3) are still appropriate. 1. To reconsider the December 20, 1994 City Council action regarding the Award of Contract for the Fritz Burns Park Project - Phase 1, the City Council must first take action on a motion to reconsider the actions. Should the City Council approve of the motion to reconsider, the following alternatives are available for consideration: Award the contract to D.M. Erickson. Reject all bids and direct staff to re -advertise the project as is. C. Reject all bids and direct staff to re -advertise the project upon further direction from the "�"`"" 00000G City Council. d. Reject all bids and provide no additional direction to staff. 2. The City Council can choose to not reconsider the December 20, 1994 City Council action regarding the Award of Contract for the Fritz Burns Park Project - Phase 1. 000007 VLv Lc u� ins veal J. I. VVivrni UE Jrtuvr riin fvu, oizdCU44CJ r.UI ATTACHMENT 1 --0fl4\ J December 22, 199a Mr. Dave Cosper City of Le Quints Re: Fritz -Bums Swim Center Dear Mr. Casper. This letter is in response to your decision to reject James T- Dunphy's bid, and to award the construction contract for Fritz -Bums Swim Center to D. M. Erickson. First of all, you have excluded our low bid for a reason which should have been waved as a minor irregularity. Section 1110.22.0 REJECTION OF BIDS clearly states 'The City reserves the right to waive irregularities'. The so called math error ailed by your attorney has absolutely no impact on the price, schedule or quality of the construction of this project and should be waived as a minor irregularity in the bid farms. James T. Dunphy, Co. was requested by Mr - John Freeland on 11.14-94 to provide an explanation for arose subcontractor percentages which were miscalculated. We did so on the same day. A copy of that reply is attached. On 11.18-94, Mr. Freeland requested our actual subcontractors quotes to backup the corrected percentages that we supplied him on the 14th. We provided same to him that day. A copy of that backup is attached. On 11.21-94 we received a BID SUMMARY REPORT from the city which declares James T. Dunphy, Co. as being RESPONSIVE, and clearly indicates those bids which were responsive Ixd had a math error. A copy of that report is afladred. Based on these fads, there is no doubt James T. Dunphy Company's bid has been wrongfully rejected and the City of La Quints may W putting itself in a position to be brought to court to settle this issue. It has also been brought to our attention that the council may have made this decision in private session, which is a violation of the Brown Act. We have contacted our attorneys for an opinion. The second issue which should be brought to your attention is one of a civic nature. h seems almost incredible that the City of La Quints would actually look for a reason to reject a LOCAL contractors LOW bid and award the contract to a company from out of the area, which almost guarantees that a huge percentage of the contract dollars will leave your community. The unemployment rate for local construction trades is still very high, and by awarifing this contract to a Contractor who lists almost all out of area subcontractors, you are contributing to that unemployment problem. In light of the right of the City to waive minor irregularities in a bid. where Is the reasonirg in this? In fact, you are actually spending over $60.000.00 MORE to do this. UNBELIEVABLEIIII Sincerely, an Bames - General Manager James T. Dunphy, Co. cc Joel Milliband, Esq. Desert Contractors Association 9C1 E Tahquin Cannon Way, Suite C•204 • Faim SrxiM, Califomia 92262 • 619J323.1948 • FAX 6191320-442.3 000008 ATTAC>)MLNT 2 78.495 CALLE TAMPICO — LA QUINTA, CALIFORNIA 92253 - (619) 777-7000 -- FAX (619) 777-7101 December 23, 1994 Stan Barnes, General Manager Facsimile James T. Dunphy Co. (619) 320-4423 901 E. Tahquitz Canyon Way, Suite C-204 Palm Springs, Ca. 92262 Re: Fritz Burns Park Project No. 94-04 Dear Stan: After our discussion yesterday morning regarding the contents of your December 22, 1994 letter, I felt it necessary to clarify some of the issues raised in both your letter and our discussion. As you are aware, bid documents submitted by your firm on November 10, 1994, indicated that the percentage of listed Subcontractors exceeded the 50% requirement allowed by the Contract Specifications. As a result of the City's subsequent review of the bid documents and additional documents submitted by your firm, the City declared your firm's bid nonresponsive and awarded the contract for the project to the next lowest responsive bidder. YourDecember 22, 1994 letter suggests that the error made by your firm on the Proposed Subcontractors List (Section 1240) was a minor bid irregularity. As such, Section 1110.22 REIECTION OF BIDS of the Contract Specification clearly states "The City reserves the right to waive irregularities." However, as I indicated to you on December 22, 1994, it was never established by your firm that the error was a minor irregularity. In fact. Paragraph 11.0 MODIFICATION OF BID of the Contract Specifications is quite specific regarding this issue, as follows: Modifications of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 0IJOOu9 MAILING ADDRESS - P.O. BOX 1504 - LA QUINTA, CALIFORNIA 92253 CAUPOrgirvjft¢ 1941223a A Stan Barncs, General Manager James T. Dunphy Co. December 22, 1994 Page two Therefore, it would appear that bidders are not allowed to change their bid documents, such as the Subcontractors List, after the bid is submitted. They may only seek relief for errors pursuant to Public Contract Code section 5100 et seq. That relief is limited to withdrawal of the bid. The City was not notified of your error regarding the Proposed Subcontractors List until well after the Bid Opening date. The City, in trying to explore all avenues available regarding the award of this contract to a local contractor, requested your supporting documents to try to establish that this was a clerical error. Your firm complied, indicating that the actual percentage for Subcontractors was below the specified requirement. Again, however, your firm did not establish that this error was of a clerical nature made prior to the Bid Opening date. Even if this had been established, your firm did not note the error and advise the City within 48 hours of the bid opening, as required by Public Contract Code 4107 ei .reel. This section of the code also established that clerical errors related to Subcontractors List are limited to name changes only, not percentages. Therefore, the City could not have declared your firm's error as a clerical error. I believe you indicated in our December 22, 1994 conversation that you were unclear as to where the Contract Specifications established the 50% maximum for Subcontractors. If you would please refer to Paragraph I STANDARD SPECIFICATIONS of the Contract Specifications, which reads as follows: The "Standard Specifications" of the City of La Quinta are contained in the 1991 edition of the Standard Specifications for Public Works Construction, including all supplements, popularly known as the Green Book, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Paragraph 2-3.1 Subcontract, General of the Green Book provides that: The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. 000010 Stan Barnes, General Manager James T. Dunphy Co. December 22, 1994 Page three The City did remove the "Specialty Items" noted in the Contract Specifications from your Subcontractors List and the Subcontractor percentage (56%) still exceeded the 50% maximum allowed by a substantial amount. I hope the City Clerk has been able to provide a copy of the Council minutes that establishes that the award was not made in private session, as was brought to your attention. If not, please contact me and I will see that a copy of the minutes are provided to you. It is unfortunate that an error of this nature was made in the preparation of your bid documents. However, I must admit that I am a bit surprised at your position regarding the City's support for local contractors, considering the amount of Public Works Contracts that have been awarded to James T. Dunphy Co. of late. I would be more than willing to work with you and members of your industry to affect new legislation that reduces the amount of bureaucratic nonsense required to award a Public Works Contract, and provides Cities the ability to give preferential treatment to local contractors in the award of contracts. If 1 can be of any further assistance regarding this matter, please do not hesitate to contact me. David M. osper Public Works Director/City Engineer CC: Cin' Manager Cin, Arrornev Joel, Milliband. DCA Project File 000011 e.•Iwpbrojenslfn'¢144113a s ATTACIRIM 3 c&ty/ 4 4 Qu&M COUNCIL(RDA MEETING DATE: December 20, 1994 ITEM TITLE: Consideration of the Award of Contract for Construction of the Fritz Burns Community Park - Phase t, Project No. 94-04 RECOMMENDATION: AGENDA CATEGORY: BUSINESS SESSION: CONSENT CALENDAR: STUDY SESSION: PUBLIC IIEARING: * Grant relief of bid requirements, without prejudice, to apparent low bidder Granada Construction Co., due to verified clerical error in bid documents. * Declare second lowest bidder, James T. Dunphy Co., "nonresponsive", due to noncompliance with bidding instructions. * Award contract for construction of the Fritz Burns Community Park - Phase 1, Project No. 94- 04 to the lowest responsible bidder, D. M. Erickson Construction Co., of Escondido, Ca., in the amount of $2,189,245. * Authorize staff to execute a contract change order to T.1. Maloney to increase the scope of work to include construction support for the Fritz Burns Community Park - Phase t. * Authorize staff to execute a contract change order to Tri-Lakes Consultants to increase the scope of work to include construction inspection for the Fritz Burns Community Park - Phase 1. * Approve the revised Project Budget of $2,882,522 for the construction of the Fritz Burns Community Park - Phase 1. * Authorize staff to negotiate for Council approval Change Order No. 1, eliminating the waterslide from this project. FISCAL IMPLICATIONS: The Project Budget for the Fritz Burns Community Park - Phase 1 Project totals $2,882,552, as outlined below: Project Budget Project Costs: Engineering $329,277 Construction $2,303,245 Other $250.000 Total Project Costs $2,882,552 To date, this Project has approved funding of $1,540,072 from three (3) sources; Community Service Project Fund ($613,572), Quimby Fund ($525,000) and Redevelopment Agency - Project Area #1 (RDA-PA1) ($401,500). An additional $1,342,480 in funding is required to complete this project. Therefore, it is recommended that $525,000 in Community Service Project Funds and $1,218,980 of �:h��n1MIfA V V 0 0 1 N 7 Infrastructure Funds be appropriated to this project. The appropriation of Infrastructure Funds represents $817,480 of new appropriations and $401,500 of appropriations to replace $401,500 of RDA- PA1 Funds previously appropriated for this project. Below outlines the proposed funding for this Project: Project Funding Community Services Fund $1,138,572 Quimby Funds $525,000 Infrastructure Funds$1,218-98 Total Project Funding $2,882,552 All Funds have sufficient reserves to fund the requested amounts. BACKGROUND AND OVERVIEW: Pool Survey Results The deadline for completing and returning the survey was Friday, November 25. Surveys were received through Wednesday, November 30 to accommodate late mailings, and then were forwarded to BSI for tabulation. The Parks and Recreation Department received 69 surveys after the mail date to BSI; they were not tabulated. The following information summarizes the tabulation information provided by BSI: Programming. There were 2,456 program selections made. Of the thirteen options available, the None category was selected by 16% or 379 of the respondents. Of the programs selected, the following choices in order of popularity were selected: Family Swim 364 15% Open Swim 305 13% Swim Lessons 287 12% Aqua Aerobics 232 9% Movies at Pool 199 8% Youth Swim Team 181 7% Teen Pool Parties 105 4% Masters Program 103 4 % Disability Exercise 86 3% Water Polo 78 3% Injury Recovery 77 3% Water Basketball 60 2% TOTAL 2,077 2. Fees and Charges. The survey suggested several programs and their anticipated fee levels. The first level suggested in the survey was the planned fee to recover all or a portion of program costs. The second and third fees suggested in each category were . ti�wm cGoc�� placed in the survey to determine the market's willingness to pay a higher fee (to either recover a greater portion of the cost, or to subsidize classes and activities not covering their costs). Suggested activities and classes for adults showed the greatest amount of "softness"; programs oriented toward children showed the least likeliness for a higher fee. 3. Days and Hours of Use. Forty percent of the respondents indicated that they would not use the pool. Sixty percent of the respondents indicated that they would use the pool 1-4 days per week. As for hours of use, the afternoon appears to be the most popular time of use, closely followed by the 6-10 p.m. time period. The 9 a.m. to 12 p.m. time slot was third, followed by 6-9 a.m. 4. Other. In response to a question inquiring as to how many persons in the respondents households would use the pool, a total of 896 persons responded. Forty percent indicated that no one in their household would use the pool; 52% indicated that between 1-4 would use the pool. When asked during which season respondents would use the pool, 38% indicated never; 25% indicated summer; 34% indicated year round. Of the respondents, 54% had no children; 32% had 1-2 children; and 12% had 3-4 children. As mentioned elsewhere in the report, the majority of respondents indicated they were either undecided if the City should provide a water slide (16%), or indicated they were not in favor of having a water slide (43%). Forty one percent (41%) indicated they supported a slide. Attachment 1 provides the survey results, as tabulated by BSI, Inc. Bid Results On Thursday, November 10, 1994, bids for the Fritz Burns Community Park - Phase 1 Project were opened. There were 14 bids received. Attachment 1 summarizes the bid results. The apparent low bidder at the time of the bid opening was Granada Construction Co., of Palm Springs, Ca., with a total bid of $1,861,456. However, due to clerical errors in Granada's bid, Granada Construction formally requested to withdraw their bid from further consideration. Staff has reviewed this request and verified the clerical errors made in their bid calculations. Therefore, pursuant to Public Contract Code, Section 5100, staff recommends that Granada Construction Co. be granted relief, without prejudice, from the requirements of the their bid. Upon staff's review of the bid documents submitted by the second low bidder, James T. Dunphy Co., a discrepancy in the total percentage of subcontracted work was found. This discrepancy indicated a subcontracted percentage of 56% on the subcontractor's list (Attachment 2), exceeding the specified maximum of 50%. James T. Dunphy submitted a revised subcontractor's list (Attachment 3) indicating that the percentage was actually 46%. James T. Dunphy alleges they had inadvertently added profit and overhead to each of the subcontractor's respective bid amounts, thus the higher percentage. Upon a review of the submittals by the City Attorney, it was determined that any changes to the original bid documents would render the bid as "nonresponsive". Therefore, based upon the City Attorney's opinion, staff recommends that the bid submitted by James T. Dunphy Co. be declared "nonresponsive". The third lowest bidder was D.M. Erickson Construction Co., of Escondido, Ca., with a base bid of $1,890,185 and a total bid of $2,188,245. Staff has reviewed the bid and finds the bid to be complete and in compliance with the bidding instructions and requirements. Project Costs and Funding The Engineer's Estimate to construct this project is $2,188,900, as shown in Attachment 1. The Engineer's Estimate includes six (6) additive alternatives, as outlined in Attachment 4. Because the lowest responsible bid is below the Engineer's Estimate, staff is recommending that all additive alternatives be included in the project. Additional costs associated with the construction of this project, including contract change orders to current Professional Services Agreements with T.I. Maloney and Tri-Lakes Consultants for Construction Engineering Services and Inspection Services respectively, are included in the Project Cost total of $2,188,900, as outlined in Attachment 5. The total cost to complete this project is $2,882,552. This figure does not account for any contingency. Staff feel confident that the plans and specification, based upon the bid results, are sound enough to not warrant a contingency at this time. However, should project costs exceed the recommended funding level, staff will submit a request for additional funding for Council consideration prior to exceeding the fund limits. To date, approximately $1,540,000 in project funding has been approved by the City Council. To complete this project, funding levels must be increased to $2,882,552. Staff is recommending that the funding for this project be approved as outlined in Attachment 6. Project Schedule Based upon a bid award date of December 20, 1994, a Notice to Proceed would be issued to the contractor by January 15, 1995. Construction would begin by January 21, 1995, and based upon 85 working days, would be completed by May 20, 1995. Other Recently, the Coachella Valley Joint Powers Insurance Authority (CVJPIA) notified the City that they will not provide liability insurance for the first $1,000,000 in injury or damage costs incurred while using the waterslide. Beyond the first $1,000,000, CVJPIA will provide the City liability coverage for the waterslide. The CVJPIA has indicated that it will reconsider their position on liability coverage for the waterslide in January, 1995. Should the CVJPIA continue their position, the City can have this coverage provided commercially for an annual cost of $35,000. Assuming this, the estimated costs for pool operations, as presented to the City Council September 20, 1994 (Attachment 7) would increase from $260,586 to $295,586. Because the waterslide plays a productive role in attracting users to the pool for general swim, as indicated by other public pool/waterslide operators contacted since November 15, 1994, and as suggested in the recent Fritz Burns Pool survey, pool revenues are enhanced as a result of the waterslide. Revenues from general swim represent approximately 26% of the total estimated pool revenue of $86,890, or .: i.yiee..enaruo. 10 CjtIUU $23,220. Therefore, a conservative estimate of pool revenues lost during general swim as a result of eliminating the waterslide may be as high as $11,610 (50%). On the other hand, operational costs would be reduced by $53,837 by eliminating the need for two (2) guards (1,150 hours at $8.19/hr.=$18,837) required to operate the slide and the elimination of additional insurance coverage ($35,000). The funding for operations would be revised as shown in Attachment 8. Elimination of the waterslide from this project would have the following impacts: * Reduce construction costs by approximately $100,000. * Reduce pool revenues by $11,610 * Reduce operational costs by $53,837 Based upon a reduction of approximately $100,000 in construction costs and a reduction of $42,227 ($53,887-$11,610) in overall operational costs, staff requests authorization to negotiate a Change Order to eliminate construction of the waterslide. FINDINGS AND ALTERNATIVES: The City Council has three (3) areas of decisions to consider. The first area involves the award of the contract. The second area involves approving the funding necessary to complete this project. The third areas involves negotiating a Change Order to remove the waterslide for this project. Decision Area 1 - Award of Contract The City Council has four (4) choices related to this decision area. Those choices are as follows: 1. Award the contract to Granada Construction - Granada Construction Co. has indicated that they cannot proceed with this project as indicated in their bid. Should the City award the contract to Granada Construction Co. and they decide not to proceed, the City must declare Granada Construction Co. unresponsive. The City may be entitled to the 10% bid bond ($140,000) for damages incurred as a result of having to award the contract to the next lowest responsible bidder. However, this would delay start of construction for several months. Should Granada Construction Co. proceed with construction of the project, it is staff's feeling that the City would have an adverse relationship with the contractor. Under these circumstances, the number and costs for change orders will probably increase. 2. Award the contract to James T. Dunphy. Dunphy's bid would save the City approximately $60,000 in construction costs over D.M. Erickson's bid. However. this would draw an immediate protest from D.M. Erickson Construction Company and may delay start of construction until the protest can be resolved. Staff is uncertain as to the time it would take or the costs to litigate the protest to resolution. 3. Award the contract to D.M. Erickson. D.M. Erickson's bid is responsive and complete. Award of contract to this firm would allow this project to move forward with the start of construction in a timely manner. 4. Reject all bids and direct staff to readvertise this project. It is reasonable for the City Council to reject all bids and readvertise this project in light of the question of who has the Cl0 01G 11 "lowest responsible bid" for this project. Readvertising the project would delay start of construction by an additional 60 days. Staffs recommendations related to Decision Area 1 are as follows: Recommendation 1 - Grant relief of bid requirements, without prejudice, to apparent low bidder Granada Construction Co., due to verified clerical error in bid documents. Recommendation 2 - Declare second lowest bidder, James T. Dunphy Co., "nonresponsive", due to noncompliance with bidding instructions. Recommendation 3 - Award contract for construction of the Fritz Burns Community Park - Phase 1, Project No. 94-04 to the lowest responsible bidder, D. M. Erickson Construction Co., of Escondido, Ca., in the amount of $2,188,245. Decision Area 2 Should the City Council decide to reject all bids and readvertise the project, this area does not need to be addressed at this time by the City Council. Otherwise, there are three (3) issues that need to be decided upon by the City Council related to this area, as discussed below: 1. Execute a contract change order to T.I. Maloney to increase the scope of work to include construction support. Because special expertise is required to provide oversight during the construction of the pool, staff is requesting that the pool designer be involved. This oversight is not within the area of expertise of staff engineers and will assure that the safety, mechanical, plumbing, electrical and physical features of the pool meet the contract specifications. The alternative to this would be to us in-house engineers. Currently, staff does not have the expertise available in-house to perform these services. 2. Execute a contract change order to Tri-Lakes Consultants to increase the scope of work to include construction inspection for the Fritz Burns Community Park - Phase 1 Project. Staff currently does not have the in-house capabilities to perform these services. Authorizing a change order to Tri-Lakes will allow the project to begin on schedule. Tri- Lakes has provided inspection services for the City on previous projects of this magnitude. 3. Approve a revised Project Budget of $29882,245 for the construction of the Fritz Burns Community Park - Phase 1 Project. In order to complete the work recommended above, $2,882,245 in funding, as outlined in Attachment 6, must be made available. Without the $2,882,245 in funding for this project, the project cannot move forward. Staffs recommendations related to Decision Area 2 are as follows: Recommendation 1 - Authorize staff to execute a contract change order to T.I. Maloney to increase the scope of work to include construction support for the Fritz Burns Community Park - Phase 1. Recommendation 2 - Authorize staff to execute a contract change order to Tri-Lakes Consultants to e:1.q�ae�.Mw11]d increase the scope of work to include construction inspection for the Fritz Burns Community Park - Phase 1. Recommendation 3 - Approve the revised Project Budget of $2,882,245 for the construction of the Fritz Burns Community Park - Phase 1. Decision Area 3 The final decision area involves the decision to construct the waterslide or to direct staff to negotiate for City Council approval a Change Order to eliminate the waterslide. As with Decision Area 2, if the City Council chooses to readvertise the project, the decision area can be dealt with at a later date. However, in light of the additional liability costs related to the waterslide, the Council may want to direct the staff to eliminate the waterslide from the bid specifications and plans prior to readvertising. The decisions related to this area are discussed below: 1. Authorization to negotiate for Council approval Change Order No. 1, eliminating the waterslide from this project. This recommendation would eliminate approximately $100,000 in construction costs and $42,000/year in overall operational costs. Staffs recommendations related to Decision Area 3 are as follows: Recommendation 1 - Authorize staff to negotiate for Council approval Change Order No. 1, eliminating the waterslide from this project. Summary of Recommendations Below is a summary of recommendation for this project: 1. Grant relief of bid requirements, without prejudice, to apparent low bidder Granada Construction Co., due to verified clerical error in bid documents. 2. Declare second lowest bidder, James T. Dunphy Co., "nonresponsive", due to noncompliance with bidding instructions. 3. Award contract for construction of the Fritz Burns Community Park - Phase 1, Project No. 94-04 to the lowest responsible bidder, D. M. Erickson Construction Co., of Escondido, Ca., in the amount of $2,188, 245. 4. Authorize staff to execute a contract change order to T.I. Maloney to increase the scope of work to include construction support for the Fritz Burns Community Park - Phase 1. 5. Authorize staff to execute a contract change order to Tri-Lakes Consultants to increase the scope of work to include construction inspection for the Fritz Burns Community Park - Phase 1. 6. Approve the revised Project Budget of $2, 882, 245 for the construction of the Fritz Burns Community Park - Phase 1. 7. Authorize staff to negotiate for Council approval Change Order No. 1, eliminating the waterslide from this project. David M. Cosper, Director of Public Works/City Engineer 0001010 14 T4'1t 4 lwQ" AGENDA CATEGORY: BUSINESS SESSION: vL COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: Consideration of a recommendation from the Art in Public Places PUBLIC HEARING: Committee to use the Civic Center Art Purchase monies for buying art for the Senior Center RECOMMENDATION: Approve the recommendation of the Art in Public Places Committee to use the Civic Center Art Purchase monies to purchase art for the Senior Center and appoint a senior to the Art Selection Committee. FISCAL IMPLICATIONS: The sum of $3,000 has been identified in the Fiscal Year 1994-95 Budget under Account #1-4110-132-000 for the Civic Center Art Purchase. BACKGROUND AND OVERVIEW: Each year the City Council has set aside funds for the purchase of art work for the Civic Center. The amount set aside for this year is $3,000. The Art in Public Places Committee (APP) at its meeting of December 5, 1994, discussed using these monies for the purchase of art for the Senior Center. If approved by the Council, APP members would tour the facility and make a determination where art work could be placed. The La Quinta Arts Festival will be held March 16-18, 1995. Prior to that time Council will select two Council representatives to serve on the Art Selection Committee. The APP Committee is also recommending that Council appoint a representative from the Senior Center to serve on the Art Selection Committee. The Committee would then consist of two Council Members, three Art in Public Places Committee Members, and one Senior Center representative. Staff will bring the selection of Council representation back in February. FINDINGS AND ALTERNATIVES: The options available to the City Council are as follows: 1. Approve the recommendation as presented; 2. Deny the request. kjTy Henn n ommunity Development Director 0000,60 C011.002 Tiht 4 4 " AGENDA CATEGORY: BUSINESS SESSION: 3 COUNCILIRDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: Consideration of Special Advertising Device 94-060 for the approval of temporary promotional lighting (searchlight) for the PUBLIC HEARING: Carl's Jr./Green Burrito business at 78-672 Highway 111. Applicant: Robert J. Messersmith (Messersmith Industries) RECOMMENDATION: Approve Special Advertising Device 94-060, permitting temporary promotional lighting for the Carl's Jr./Green Burrito restaurant, subject to the attached Findings and Conditions of Approval. FISCAL IMPLICATIONS: None. BACKGROUND AND OVERVIEW: The existing Carl's Jr. restaurant was developed in 1993 (CUP 92-004). The applicant is requesting permission to erect a temporary searchlight (Kleig light) in the existing public parking lot north of the existing restaurant (Attachments 1 & 2). The applicant has requested that the City Council approve the temporary lighting for a 21-day period to celebrate the recent merger of the two businesses (Attachment 3). This dual -concept restaurant is the first one to be developed in the Coachella Valley. The remodeled facility was reopened to the public a few weeks ago. Municipal Code Chapter 5.64 (Special Advertising Devices ) provides for a permit to be issued by the City Council for advertising devices other than the usual and customary permanent business identification signs. This includes searchlights as requested in this application. Section 5.64.020 provides, in part, that permits are to be issued for special purposes, "...and not on a continuing basis for permanent advertising or identification purposes", and further, "each permit shall be issued for a specific period of time subject to renewal for good cause shown". Section 5.64.060 (Searchlights - operating regulations) states: "In addition to any other conditions comprising a part of any permit, the following regulations shall apply to searchlight operations: A. Searchlights shall not be operated so as to constitute a traffic hazard or a nuisance to adjacent or surrounding properties; B. Searchlights shall be so operated so as to avoid directing the beam at any building; C. Searchlights shall be so operated that the beam is not displayed at an angle greater than forty-five (45) degrees from the vertical; 000 (021 CCGT.107 D. Equipment shall be kept on private property and shall not be allowed within the public right-of-way." The Council's consideration for granting of this permit must find that the Special Advertising Device applied for would not: 1. Constitute a traffic hazard or nuisance to adjacent or surrounding properties or to the public at large; or, 2. Be detrimental to the public convenience or welfare; or, 3. Be inconsistent with the various elements and objectives of the General Plan and all other officially adopted policies and regulations of the City. The searchlight has been placed in close proximity to the existing restaurant in compliance with the provisions of Chapter 5.64.060. Staff supports the proposal based on the attached Conditions of Approval. FINDINGS AND ALTERNATIVES: The options available to the Council are as follows: 1. Approve the request subject to the Findings and Conditions as recommended by staff; 2. Deny the request. ATTACHMENTS: 1. Location map 2. Searchlight Exhibit 3. Letter from applicant MIT.107 Ql 'A r) . wv4.. CONDITIONS OF APPROVAL - RECOMMENDED SPECIAL ADVERTISING DEVICE 94-060 (ROBERT J. MESSERSMITH) JANUARY 3, 1995 FINDINGS: 1. The proposed temporary on -site searchlight has been determined to be exempt, Class 4, Section 15304(e), from the provisions of CEQA. 2. The conditions stated below are deemed necessary to protect the health, safety, and welfare of the community pursuant to Chapter 5.64 of the La Quinta Municipal Code. CONDITIONS: 1. The temporary searchlight shall be allowed for a 21-day ry period which shall expire on January 25, 1995. 2. The searchlight shall not be operated so as to constitute a traffic hazard or a nuisance to adjacent or surrounding properties. 3. The searchlight shall be so operated so as to avoid directing the beam at any building. 4. The searchlight shall be so operated that the beam is not displayed at an angle greater than forty-five degrees from the vertical. 5. All equipment shall be kept on private property. 6. All provisions of Chapter 5.64 of the La Quinta Municipal Code shall be met. 7. The searchlight shall not be operated after 11:00 p.m. CONAPRVL.115 G.0UU�'J ATTACHMENT 1 One Eleven La Quinta Shopping Center Common Area Parking 2-way traffic am ;Lur1EM al Existing ' Restaurant 1� 3785 SO fl. \ n 92 SEAIS \ n Drive-thru lane property line--V. Parkway Landscaping S T A T E H I G H W A Y 1 1 1 Simon Motors CASE MAP CASE N0. Special Advertising Device 94-060 Robert J. Messersmith Carl's Jr./Green Burrito 78-672 Highway 111 0 m v Y R7 ? N N L •r O) CL — 4j rn N Vf C O +J Y C LA U .r •r 0 E X r O 61 Co M �u T—' Simon Drive SCALE : nts Ci:)002. A C) _ r p O L v O Q L .= n ^` W �rin ♦J f L � U O .Y. •L O .� O >O, u Q� cc ca J LE A y L cn �+ -• O ° > X �: O Fron: 0 a02 ATTACHMENT 3 City of La Quinta City Council Sir; Memerbmith Indu8trie& Inc. December 12, 1994 Thank you for the opportunity to explain to your council the subtle_ promotional lighting we recommend for the Grand Opening of your new Carl's Jr./Green Burrito store. Our company shares with you the sensitivity you have to ensure that the serene environment of your community is maintained while still encouraging business growth. You may recall, many years ago the old fashion carvnival type searchlight were prevalent. These have been replaced by us with a softer, more aesthetic system with 4 beams, moving in a systematic pattern that is much more environmentally acceptable in that the beams do not sweep the horizon. This new state of the art system blends into many upscale communities such as yours with a pleasing effect, rather -than the brash "carnival" lights of yesteryear. The importance of your acceptance for us to operate this equipment in your community is such that we would like to have our Marketing Director present at your next meeting to answer any questions that you may need addressed. T have included a rough sketch for placement of this equipment at our clients new store. Also enclosed is a company brochure. Thank you for your help and we hope approval to immediately provide your new neighbor, Carl's Jr/Green Burrito, a 4-beam promotional light for 21 days. Thank you for your support. Y r ruly, Rdbert l.n.r..i_h, Preside t q DEC 1994 1 ti 1 9 UU4. G JU 29301 Spotted Bulk Way, San .luau Caoi6lreno, Ca. 92675 . (714) 364.3055 AGENDA CATEGORY: BUSINESS SESSION: COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: Consideration of Special Advertising Device 94-059 for approval of eight (8) temporary subdivision flagpoles for the La Quinta PUBLIC HEARING: Fairways project south of Avenue 50 and west of Park Avenue. Applicant: Doug Ayres (Ayres Homes) RECOMMENDATION: Approve Special Advertising Device 94-059, permitting eight (8) temporary flagpoles for the La Quinta Fairways project, subject to the attached Findings and Conditions of Approval. FISCAL IMPLICATIONS: None. BACKGROUND AND OVERVIEW: The La Quinta Fairways subdivision was approved by the City in 1990 (Tract Map 25389). To date approximately ±60 homes exist within this gated facility with ±20 homes in various stages of construction by Ayres Homes. The applicant is requesting permission to erect a total of eight temporary flagpoles along his public street frontage and at the two-way entry drive into the project from Park Avenue to draw attention to their under construction homes located on Spyglass Hill Drive (Attachment 1). The red nylon flags will be 3- feet high by 6-feet wide and 20-feet high (Attachment 2). Municipal Code Chapter 5.64 (Special Advertising Devices) provides for a permit to be issued by the City Council for advertising devices other than the usual and customary permanent business identification signs. This includes flags as requested in this application. Section 5.64.020 provides, in part, that permits are to be issued for special purposes, "...and not on a continuing basis for permanent advertising or identification purposes", and further, "each permit shall be issued for a specific period of time subject to renewal for good cause shown". The Council's consideration for granting of this permit must find that the Special Advertising Device applied for would not: 1. Constitute a traffic hazard or nuisance to adjacent or surrounding properties or to the public at large; or, 2. Be detrimental to the public convenience or welfare; or, OOOI� ="+ CCGT.106 3. Be inconsistent with the various elements and objectives of the General Plan and all other officially adopted policies and regulations of the City. On October 18, 1994, a policy was approved by the City Council regarding the number of advertising flags in residential subdivisions. The policy states that a maximum eight flags may be approved (Minute Motion 94-229). The applicant's request, as conditioned, meets the policy requirements of the City Council because: (1) the flags will not exceed 18 square feet (perimeter flags), (2) the flagpoles are 20-feet in overall height, and (3) one flag is proposed for each of the eight flagpoles. FINDINGS AND ALTERNATIVES: The options available to the Council are as follows: 1. Approve the request subject to the Findings and Conditions as recommended by staff, 2. Deny the request. rry Development Director ATTACHMENTS: 1. Location map 2. Flag exhibit GJu623 CWT.106 CONDITIONS OF APPROVAL - RECOMMENDED SPECIAL ADVERTISING DEVICE 94-059 (LA QUINTA FAIRWAYS) JANUARY 3, 1995 FINDINGS: 1. The proposed temporary on -site flags have been determined to be exempt, Class 11, Section 15311(a), from the provisions of CEQA. 2. The conditions stated below are deemed necessary to protect the health, safety, and welfare of the community pursuant to the Council's recommendation and guidelines of October 18, 1994 for temporary flags. 3. The temporary advertising is consistent with the standards of the Municipal Code of the City of La Quinta. CONDITIONS: 1. The eight (8) temporary flagpoles shall be allowed for a six month period which shall expire on July 3, 1995. The applicant can apply for an extension to this permit provided a written request is made to the Community Development Department 30- days prior to the expiration of the permit. The Community Development Department can extend the permit for an additional 180-day period if the applicant's sales program is still active and the Conditions of Approval are being met. 2. The temporary flags shall be maintained in good condition while they are displayed. Should the flags become torn or ripped they shall be removed from the flagpoles and replaced with new matching flags. 3. The flags shall be installed pursuant to the exhibits on file with the Community Development Department. 4. The final flags color shall be approved by the Community Development Director prior to on -site installation. 5. All flags shall be located on private property. 6. The maximum height of each flagpole shall be 20-feet. 7. One flag per pole will be permitted. Each flag shall not exceed 18 square feet. 8. The flag pole diameter size shall be determined by the lateral load and size of the flag. CONAPRVL. t l4 61000if.,9 4.� CASTLE 'p� Fx � sTih� GOLF COURSE ULTIMO V ATTACHMENT 1 AVENUE 50 OGCODCGCC�1Cppeoeo'�a ,= It, Jr .rPod o �s o 0 �I 0 0 Q� o� �C oIn Loma a -M kill WA CASE No. Special Advertising Device 94-059 Ayres Homes (Doug Ayres) La Quinta Fairways FO Flagpole location x Homes Under Construction NORTH SCALE: nts T4ht 4 Qamro AGENDA CATEGORY: BUSINESS SESSION: S COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: PUBLIC HEARING: Consideration of the College of the Desert Regional Business Assistance Center request for funding RECOMMENDATION: Approve the expenditure of the appropriation of $15,000 contained in the 1994-95 Fiscal Year Budget for services provided by the Regional Business Assistance Center. FISCAL IMPLICATIONS: The sum of $15,000 has been identified in the Fiscal Year 1994-95 Budget under account #1-4210-110-000 for the College of the Desert Regional Business Assistance Center. BACKGROUND AND OVERVIEW: On February 16, 1993, the City Council approved $15,000 to fund the College of the Desert's Regional Business Assistance Center (RBAC). At this Council meeting, it was stated that a minimum three year commitment was necessary from the City before the Center could become self-supporting (Attachment 1). The College has since established the RBAC on their campus to help the needs of small and mid -size businesses. During budget discussion in the summer of 1994, Mr. Terry Green, Dean of the Resource Development Department, presented a request to the Council for continued funding. Following the presentation, the Council approved the funding subject to the RBAC justifying how the previous years funds had been used. During the summer of 1994, the RBAC provided Council with executive briefings on the program's activities over the last year to answer the Council's request (Attachment 2). As of this date, Riverside County and the City of Palm Desert have jointly contributed $57,000 to the Program. The College of the Desert has contributed $75,000 and the Cities of Indio and Rancho Mirage are contributing $15,000 each. FINDINGS AND ALTERNATIVES: 1. Authorize staff to release the funds in the amount of $15,000; 2. Deny the request based on the information provided; 3. Ask Uoraional information. 4J rry e ry � n Co unity Development Director �� 3 ' n�VmVTU M1 City Council Minutes ATTACHMENT 1 11 February 16, 1993 Mayor Pena referred to the time capsule stating that we need to put a committee together to decide on its contents. No formal action was taken. 11. CONSIDERATION OF FUNDING REQUEST FOR REGIONAL BUSINESS ASSISTANCE CENTER AT COLLEGE OF THE DESERT. Mrs. LiCalsi, Administrative Analyst, advised that the College of the Desert is establishing a Regional Business Assistance Center on campus to help meet key needs of small and mid -size businesses. They are looking at this as a joint venture between public and private entities. They are soliciting funds from private businesses and each of the nine Valley Cities and Riverside County asking for participation. The basic idea behind the proposal is to provide a "one -stop shop" for someone who's considering expanding or creating a business in the Coachella Valley, where they can walk into one place and obtain the municipal requirements of each city, as well as the environmental controls. The first year's operating budget is $185,000. COD is asking for $15,000 from each City and the County. It's felt that a three-year commitment is necessary before t_bey_�n rrParP.�aPI f-supportlnq c_ antler_. T e Cities of Rancho Mirage, Palm Desert and Indio and the County have all approved the project - most of them with the stipulation that all or a majority of the cities in the Valley agree to participate. Council Member McCartney asked if when the program is up and running would the cities be able to access the information by modem. Terry Green, representing College of the Desert, advised that they have designated a site on the campus for the modulars that will be connected with fiber optics. They are looking for the ability for interactive video conferencing live and for that to happen, the other end has to have fiber optics. Council Member Perkins felt that it's an interesting concept. Mayor Pena expressed concern about how whether or not the person giving out information on City regulations, zoning requirements, etc. will be qualified to give out that kind of information. Mr. Green advised that they will only give out information the entity wants given out. Primarily, their best service in that arena is to be able to direct people to the right person in each City and keep the information distributed at a generic level that each City is comfortable with. GJUU313 City Council Minutes 12 February 16, 1993 Council Member Sniff expressed concern about the lack of uniformity with some cities providing more information than others. It also circles the Chamber of Commerce and is somewhat redundant with what they do. It appears to be an extra layer and felt that it may be confusing because they will have to have a constant infusion of information to stay up -dated. He felt that it's an interesting idea, but he couldn't support it. Mr. Green felt that perhaps, too much attention is being placed on the information aspect of the program. One of the major components of the program is the provision of one-to-one counseling for people who want to start a business and the training programs for businesses that need training for their employees along with workshops and seminars. They have met with each of the Chambers of Commerce and indicated that in no way do they wish to compete with them. Council Member Bangerter could see a need for education, but was concerned if we would want to do it on this level. She asked if there is another system like this and asked how it differs from the Small Business Administration. Mr. Green advised that they have been trying to acquire funding from the SBA. They will be using this center as a satellite operation. Council Member Perkins felt that it basically hits at the small businessman and we have to look at whatever we can do to assist the small businesses, especially in looking at the downtown area where we would like to see small businesses participate. He felt there is a need for this type of program and hopefully the City would get something back out of it. He felt that the City should be involved in supporting businesses and particularly the small businessman. Council Member McCartney felt that it's an excellent idea - that it makes sense to take a regional look at a situation. He was impressed that they are: emphasizing on -site training, which is important to small businesses. He agreed that it's important to help small businesses. If we are going to go anywhere in this Valley, it going to be because we promote job training, which will result in more job opportunities being available. Council Member Sniff commented that the City is short of funds and we need to support the Chamber of Commerce and we're talkinq he bout a $45,000 commitment. We may have to look at reducing the amount o money that goes to the Chamber if we continue to do these extra things. He suggested that this request be considered as part of the budget process. GGu%34 City Council Minutes 13 February 16, 1993 Mayor Pena felt that the idea is admirable, but too general. The type of assistance that small businesses need is not with the cities, but with the State in the form of reduced requirements and regulations. He didn't think that a "one - stop shop" is the solution* to the problem. He suggested continuing this matter and take it to CVAG. Mr. Green re-emphasized that this is also a training program. They have attempted to get on the CVAG agenda, but have not been successful. Their time -frame is to be on-line in late March. Council Member Bangerter felt that we need to rely on the reputation of COD. She believed that this is an investment in the future of the community. She, too, would like more information, but at this point, was willing to make such an investment with an institute as reputable as College of the Desert. MOTION - It was moved by Council Members McCartney/Perkins to approve the $15,000 request of the College of the Desert to fund a Regional Business Assistance Center and attached to that funding will be a standard City services contract that will include performance criteria subject to COD's approval. Motion carried with Council Member Sniff and Mayor Pena voting NO. MINUTE ORDER NO. 93-55. 12. DISCUSSION AND CONSIDERATION OF CIVIC CENTER ISSUES: a. Space Allocations in Administration Area. b. Re -Design of Cubicle Partitions. C. Design Fee Related to Desired Changes. Council Member Perkins asked for clarification regarding the letter received from Gruen Associates that they want $4,500 to tell how much it's going to cost to make the changes? Mr. Genovese advised that the cost includes working drawings in relation to the proposed modifications. Council Member Perkins was appalled when he read the letter. They have received a considerable amount of money from the City and felt that the less money we can spend with them the better off we will be. He would not support this proposal. Council Member Bangerter believed -that with regard to the space allocations, the Council can deal with that themselves. Regarding the partitions, she believed that they should be left as is - they can be changed later at a lesser cost if that is still the Council's desire. She could not support expenditure of any additional funds. C00v35 ATTACHMENT 2 College of the Desert 43-500 Monterey Avenue Palm Desert, CA 92260-2499 June 29, 1994 Mr. Jerry Herman, Economic Development City of La Quinta 78 495 Calle Tampico La Quinta, Ca. 92253 Dear Mr. Herman, Last year, your City provided sponsorship funding that enabled College of the Desert to establish a Regional Business Assistance Center on our campus. The purpose of the Center was to develop and provide a variety of programs and services to businesses, employees, and individuals in the Coachella Valley who wish to start a new business. With the assistance of a grant from your city, and support from other cities and Riverside County, RBAC was able to acquire and equip a modular facility, develop and deliver a wide range of programs and services and initiate linkages to other service providers such as Chambers of Commerce, Score, the Enterprise Zone, and many others. The notebook provided for your information includes summary activity reports, sample materials available in the RBAC facility, and projected goals for the upcoming year. While the first year was organizational and developmental in nature, I think you will find that we accomplished a great deal, and, hopefully, are well on our way to providing an important support system for the Economic Development efforts of your city and the Coachella Valley. Your city was represented on the advisory committee that guided RBAC programming for the year and your representative can provide additional input to your council regarding future direction for the Center. We are committed to making the Center responsive to the business and economic development needs of the region and need your advice on how best to accomplish the job. Thanks again for your support, and please feel free to call me with any questions regarding the Regional Business Assistance Center, and plans for the future. TLG/trs Sincerely, Terry r ee can Reso rce Development Desert Community College District • 6191346-8041 00003G Introduction College of the Desert established the Regional Business Assistance Center in the summer of 1993, with the assistance and sponsorship provided by the cities of Rancho Mirage, Palm Desert, Indio, La Quinta, and Riverside County Economic Development Agency. College of the Desert has provided over $145,000 in staff, equipment, materials, and facilities related expenses to support the Center. The purpose of RBAC is to provide support for the economic growth and stability of the Coachella Valley by offering a variety of support services to area businesses and public agencies. These services include individual counseling for new business start ups; workshops, seminars and classes on business related topics; data reference services; sponsored research; and on -site customized contract training for existing businesses. This combination of programs and services comprise the major response to targeted economic development assistance for our service area. In addition, the college provides through it's on going and vocational programs, over 65 degrees and certificates with over 5000 students enrolled during the 93/94 academic year. For these reasons, College of the Desert provides the backbone for the education and training of the Coachella Valley workforce. INDIVIDUAL COUNSELING/DATA REFERENCE REQUESTS The Center provides, through a partnership with the Riverside based IEEC Small Business Development Center and Score, one to one counseling for those individuals who wish to start a small business, or for those in business who need advice on such topics as expansion, marketing, new regulation compliance, etc. The attached summary activity report breaks down the number of individuals who received this service by city of residence. In addition, the Center provides on line access to a number of SBA related data bases as well as access to the NASA Technology Transfer program based at the University of Southern California. The NASA affiliation provides access to all Federal Research Labs in the United States. The enclosed Resource Directory provides a complete profile of the data bases and publications available in the Center. WORKSHOPS/SEMINARS/ON SITE TRAINING The program activity summary which follows this narrative includes a listing of the education/training activity sponsored or co -sponsored by RBAC. In developing the complete range of RBAC services, the college has combined the capabilities of community based, not for credit programming in one facility. The combined offerings of these programs housed in the RBAC modular complex, which include the office of Contract Education, and the newly acquired Workplace Learning Resource Center comprise the total package of RBAC programs and services. The activity summary lists, by topic, the content of the workshop or training activity, summarizes the enrollment statistics by city of residence of attendee, and includes where appropriate, the company or organization for whom training was delivered. Sample copies of some of the available handbooks and materials used in training workshops is included in your notebook. Customized training for employees of area businesses is available upon request by contacting the RBAC offices or the office of Contract Education. SPONSORED RESEARCH RBAC has enlisted the assistance of full time and adjunct faculty who periodically engage in sponsored research activity. Members of the faculty in Economics, Business, Computer Science, Mathematics, and Accounting have conducted modest research projects through contractual arrangements with local municipalities or other public agencies. The research activity is hosted by RBAC and supported by the infrastructure created for RBAC related programs. This service is available on request and the fees for service are individually negotiated. ONO 8 nm� 7 N u ti CD N C o O o U O C3 N N m C p) O O C � U B H O m N ,0 C O a oo a E a` m ca 3 CD C U CO N m m L N y 0 O O a V O N Oa m 0 :a m U co N N a N 0 7 N O m r •> N -0 C N O N c$ Y U m m ca J d 'O ai C N m U =3 C O m 3 r m C U m � U o r (N N m 0) N CS V C U W c c CD C O Z C l4 N ° a m @ E O m m E 3 0 O Q O � L �` U) C m O m Vj .L N C cc m E c c_ n CO E m w CO m o rn c rn c rn c 0 O O O O) C F v 0 � a a c � -o � V EO C N m Y 3 O_ 4 N ` .o @ o� 0 J m c m m mac •O p -Cm tll o a m e O cIM �- a occo cm c CD Z—CL N c O C x= oV 0 0 c m o _0 3 Q c c N 0 E o V m w `o c= r C c E 3 r m m 0 C I..a a o J« m~ 0 0 a m Q 0 ai 0 E c c r C4 uw Ci 0)C� GG�7��39 u , m m O U m W U V W O O Z. C C m N O) O m C W p Cl- 7 E p U N m E U C m 3 O U m a = O N s ui CD m ° ._ io N C O j W 3 C N , Cl Y m W C E 7 lL C O U m C~ Cl) O p Cl Cl) N CA m C N — m CO L ' c O m E U co L ca N.`�'o m p O m p CD E v ° C N m a Q cii W m Q E E o N m 3 R o U u g Y m E v m N o m co y O O E .t-. m y i N L m m m L m -Z m 'D -p m ? m W R t N m E p . co U 3 C 'C CMcm c .Co H U W D v° upi F fn v rn v L LO C c c c v m rn c cm c 0 rn 0 rn 6 rn o cm io a 0 m o ; n c, cm Ep O O O O O co O U U m w c c W �_ ° N N O C_ Q W W W m E=> E LL W o cm r- U a y U ca m H m c r Q H L N -c o L C co Q CC y LD 3 W N UZ W O C L Y> U m O O p M W C m �' W U p tm tV! 10 .o 7 0 4D cis r o U H o o m w CO aCD C � V E CD CD G O W � M U V c�,i a L a m to 0 o a a ° o o 3 c O, W> o y v; m LL a> a a o r a c ° c a `0 2 0 �" a ° G m 0 t 3 o 9 o y U me ¢ W ( D o �Y NU C">> m v0Sa o �- N oUU G00040 LE - a N E c N m U U o rn o > a m 0 > *0 < o, c 0 m 0 m � c a cLi C0 - 0 0� CD 0 5 V _a L C N d) O O O O o O vi O c o m a N CL t o ` Y I M O 0 O V E a v O o O a 3 r o c c c° 3 0� 75 m y r- vi 0 ui It uuu041 u r :4 (D c O z 0 t m O U N (D m U c � m E m o N O/ N E O v m c U ca c rn c 'o Oi C O C U m m — > O m m O L E E ma,cc c m c a co CD E U E o cc mc 0. m , m O tE o O ` O a aaaoa" t wc3ww e l o c' arn° M ca c O a. U O N N aE OaC°aQa O 'tCNpco m E °' On' a' m N ? Y i>> ON mmin a> o m m w° cE U CD rn m = ° c zo yom c o c o co m C CD w 0 N m e(A CDac O c O 10 m c Il t C a c=mm=CC a °0� aca U a E vi m oNOc) f =CCISON FT a . m ov m rnr = e= N 00G0,4'' m Z A t� vl r- �c �o � W) r- W) 00 0 00 M Cl N M .-� 'IT O 00 \O �O N M N .Mr N ^ .. rN m N � r- N 00 O [N �-+ cn h It 00 M r- 00 M O N N I— cn I-T Itt It N O in N %° N 00 IV N N V1 14t N 00 \0 �c f+1 p %n N et M .-. H >, ., U � [ a rn y to O0 Q% b 4cu a 4A [ h a [ o F U U A GOv` 4 d LL c d M O z U 0 a 4) V .a y Q mti Rs LU m45 3 O� CL •� a '°o � U � y m > J a U i0i ° o COCD a°d c m E cu Z E CL C6 G1 O m c U x W `m as a W a ea y C m LL Oca Cl 0 CL 0 c m R 0 0 `� E m m a 0° 3 a S C N d LL y m C C y +�+ m E a` T —LL « m O U tC N env m « p `° a Z CO d 7 y O O m U N or m Q :?2 0= ,A >0mLL y 0 0 U_ a 0 t 0 ¢ m O Y N O N O Cli 3 y U)cc O c6 o v Cu a p rOn 3 0 0 Cc M } ° S��CA r- y t0 m •+ r W LL (p CL f6 C d N j U � M m CO a 0) C0 0) rn m } 0 oN wrm y U ()2 am a c;oN am m O 40 yQto¢ = m aCn N m m N d �' a 7 Mf a 7~CD f0 d m as U y O Rf >Um O 7 C dj� C U ^ M CO j ;a � f6 n -� Clout 4 V a LO cts a Y C � a m E m y C C m m E y • � c� c v> >' N � o E E ' E° o a o ca o 0 c m V CO Y `m r W aN.. rN. =� O O O E 0 c c am= 0 d� 0 Q G a 0 o m �LL`oa E.�0 E o c aEi y c CO LL aEi `o EY �E U aNi o� 0 y R Y CO O d O d c m C N C > V m (a c 0 7 N 4) N c L ��• of U V C lC4 � y 7 m y 'm° "T' cm C 3 j 0 C a Q ' CL N Qu d U /4 a J y W �«.oca►:= V y N .y ... C m Y m W Q C OI .y. l0 Q y 0, J tL Fes` N cc O 7 7 U m Q m m 0 N E '^ N (n C U c N C" C a O i G m W N c U r ep : Y VI a ° 3 N c f/) m Z N° L O d d x LL Co p, N _ z, c(nQ N !0 N mHm m(flr Rf NrN r.� ° m F- >LLo 2o ao ���0� �3� Ocy Eu, v co v m v m E ,-. � ° o 0 0 0° y a �> 2 m> d> �.^_cn m0. 3» z 2 0 CL G00ri u4 a tm Q C 7 A {4 a Q m a m LL c 10 O m 0 > O Z r V O a H c , N t0R_ym �0W C m �mm OZ ma N «� Z _c Im d y m ° m `-�° E� c 5 E-o>�- c .0c c "-m co 00'75cU �m v l0 .i 3 E p N a (al0 H Co m c m coo ° c c6 m m Q i° E cc �' (D 'a c >4 CL o CD � �'�E �U� CO� c�a�'cmi'c Om ca �10 am cn "_gym mm 3�yo Rm3�. cd m CD m 'Cd (ao C> (0> dm m Ory.*2 -6NUV 0 a Co tID y E O cl m �Vmw .m mmmmw oLQZ q a oSpw" Lm to c c n y E Q m E io mC > w 0W CD cc a U dtv .. y v O `. �c U �o � E to y'N rpOr� Z`o m YU RE rnm �> o O• m p o E m c cL0 �CD m S6 O � C p OU— cl nE mo0 Y Q Enca. 0 `0 cc 4MLu> w (a20� m y rim C 3 lC 2 L a L c� G m c`p N t� O Q O C N C acn o � c Z d � c a> m O _ p a ? 0 O 2 L Q V a .0 E 0 > W w woco y Y 0 Q 3 cc U co .c cc4) .. >. `N C m m C CO m y y y V ._ m N Q m () y 7 d Q= cc � J O > Q� lC COE m COy r U l0 (n m C V OCDE L CO r r T 2 > o >_ >� a= da m 9 M > Y «. c�CL a� .-. V a(D .:. m a �a `U� �� MM u'0 d O a u a y .. O a v ►: COLLEGE OF THE DESERT CV REGIONAL BUSINESS ASSISTANCE CENTER GOALS AND OBJECTIVES FISCAL YEAR 1994/1995 AL To identify and communicate the needs of the business community in the Coachella Valley. 2. To provide technical assistance and support to the business community. 3. To develop and implement programs that complement the economic development of the Coachella Valley. 4. To promote and improve relationships with the business community, College of the Desert's academic, vocational, business related initiatives/programs and public/ private agencies. To coordinate RBAC programs with area Chambers and other business related organizations. 5. To develop programs that will achieve RBAC's financial stability. OBJECTIVES Objectives to implement Goal #1 • Continue the administration of the Needs Assessment Survey with the help of the cities, Chambers of Commerce, area agencies and business organizations. • Meet with leaders of business organizations to identify their special needs. • Communicate the results of the Needs Assessment Survey to other agencies. 2. Objectives to implement Goal #2 • Business Counseling and Referrals - on campus and off -campus • Customized Marketing and Market Research • Regulatory Affairs Referrals • Training - on campus and off -campus • Round table discussions - on campus and off -campus • Facilitation • Operational Needs Assessments • Consultation • Referral Services offering discounted fee service(s). Goals & Objectives 94/95 1 6,0004 OBJECTIVES (Continued) 3. Objectives to implement Goal #3 • Transfer/commercialization of technology available from Federal labs • Creation of venture and talent pool • Develop a valley wide Business Expo and Agri -Business Expo in partnership with the community. • Collaborate with CVEDA's and other economic development agencies' programs. 4. Objectives to implement Goal #4 • Networking with College of the Desert's business related initiative/programs, service organizations, merchant associations, financial institutions, Chambers of Commerce, SCORE< EDA< EDD, GAIN, PIC, ROP, RMDA, CVEZA, JTPA, SBDCs, and others. 5. Objectives to implement Goal #5 • Promote fee based services and training • Recruitment of new public -private sponsors • Explore the possibility of developing a telecommuting center. • Network with NASA Transfer Technology, SBDCs, SBDCs, SBIR, etc. re Ideas for Other Funding Sources • Collaborate with College of the Desert's Resource Development and other r agencies to seek other funding sources from federal, state, county and other foundation sources. • Develop a fee structure for administrative and referral services. Goals & Objectives 94/95 2 Tibf 4 auba AGENDA CATEGORY: BUSINESS SESSION: 40 COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: Consider Approval of Specifications for the STUDY SESSION: Purchase of One (1) new 1995, 2 1/2 Ton Truck PUBLIC HEARING: with Five -yard Dump Bed, and Authorize Staff to Receive Bids RECOMMENDATION: Approve the Specifications for the purchase of one new 1995, 2 1/2 ton truck with five -yard dump bed, and authorize staff to receive bids. FISCAL IMPLICATIONS: Approval of these Specifications will not result in a direct fiscal impact to the City. Thirty-five thousand dollars ($35,000) have been budgeted in Fiscal Year 1994/95 for the purchase of this vehicle. These funds are located in the Capital Equipment Account No. 01-4313-143-100. BACKGROUND AND OVERVIEW: The purchase of a dump truck is necessary for the Public Works Maintenance Department to participate in a Comprehensive Street Maintenance Program. Current equipment inventory does not allow City crews to efficiently haul sufficient amounts of materials to and from particular job -sites to accomplish activities related to a Street Maintenance Program such as; skin patching, crack sealing, overlays, and hole patching. Other maintenance activities including debris removal during clean-up days, landscaping material deliveries, and hauling of equipment, also require the use of a dump truck. The bid specifications include the following three add -alternates and five purchase/payment plans to be considered. Add -Alternates 1. Five -speed manual transmission 2. Drum -type brakes 3. Three-year, 36,000 mile warranty 000050 PW.DC.950103C Purchase -Payment Options 1. The total bid amount to be paid in full upon delivery. 2. A three-year purchase plan with the City applying a 25 % down payment and three additional annual payments made payable each July. 3. A three-year purchase plan with the City applying a 50% down payment and three additional annual payments made payable each July. 4. A five-year purchase plan with the City applying a 25 % down payment and five additional annual payments made payable each July. 5. A five-year purchase plan with the City applying a 50% down payment and five additional annual payments made payable each July. The add -alternates were included to provide cost reduction options to the City at the time of award. The payment plans provide the City an opportunity to purchase the dump truck over a period of either three or five years, freeing up Fiscal 1994/95 Capital Funds for the purchase of other equipment necessary to perform street maintenance activities (e.g., a trailer mounted patch unit and an asphalt spreader box). A further analysis of equipment needs and available options will be presented to the Council prior to the award of the Contract. FINDINGS AND ALTERNATIVES Available Alternatives: 1. Authorize staff to receive bids for one (1) new, 2 1/2 ton, 5-yard dump truck. 2. Deny authorization to receive bids at this time. David M. Cosper, Public Works Director PW.DC.950103C Purchase -Payment Options 1. The total bid amount to be paid in full upon delivery. 2. A three-year purchase plan with the City applying a 25 % down payment and three additional annual payments made payable each July. 3. A three-year purchase plan with the City applying a 50% down payment and three additional annual payments made payable each July. 4. A five-year purchase plan with the City applying a 25 % down payment and five additional annual payments made payable each July. 5. A five-year purchase plan with the City applying a 50% down payment and five additional annual payments made payable each July. The add -alternates were included to provide cost reduction options to the City at the time of award. The payment plans provide the City an opportunity to purchase the dump truck over a period of either three or five years, freeing up Fiscal 1994/95 Capital Funds for the purchase of other equipment necessary to perform street maintenance activities (e.g., a trailer mounted patch unit and an asphalt spreader box). A further analysis of equipment needs and available options will be presented to the Council prior to the award of the Contract. FINDINGS AND ALTERNATIVES Available Alternatives: 1. Authorize staff to receive bids for one (1) new, 2 1/2 ton, 5-yard dump truck. 2. Deny authorization to receive bids at this time. PW.DC.950103C q SPECIFICATIONS PROJECT # 94-7 PURCHASE OF ONE 1995, 2-112 TON TRUCK WITH FIVE -YARD DUMP BED CITY OF LA QUINTA LA QUINTA, CA. 92253 PREPARED BY: PPR V D DANNY JOHNSON PUBLIC WORKS MAINTENANCE MGR. DAVID M. CO RCE 38022 CITY OF LA QUINTA DIRECTOR OF PUBLIC WORKS/ 78-495 CALLE TAMPICO CITY ENGINEER LA QUINTA, CA. 92253 (619) 777-7075 DATE: /2 0Ou05 SECTION 1100 INVITATION TO BID 2-1/2 TON TRUCK WITH FIVE -YARD DUMP BED NOTICE IS HEREBY GIVEN that the City of La Quinta will receive bids complying with the attached specifications for the following: One (New) 1995 2-1/2 Ton Diesel Powered Dump Truck With Five -Yard Dump Bed SEALED BIDS will be received by the City of La Quinta, (City) at the office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until Tuesday, January 31, 1995, at which time they will be publicly opened and read for performing work as follows: Furnish one (1) new 1995 2-1/2 ton truck with five (5) yard dump bed meeting all requirements set forth in these specifications for the bid price submitted to, and accepted by the City. A full set of specifications is available for inspection without charge at the City of La Quinta Public Works Department, 78-495 Calle Tampico, La Quinta, CA. 92253. Bids shall be submitted only in sealed envelopes. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound an made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fail to furnish said vehicle in a timely manner. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Telephones utilized for business purposes at the City of La Quinta facility will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend the public bid opening. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of the bids. Dated this 3rd day of January, 1995. Date Published: CITY OF LA QUINTA CALIFORNIA Saundra L. Juhola 4 000C,5 � SECTION 1110 INSTRUCTIONS TO BIDDERS 1.0 Examination of Contract Documents Each bidder shall thoroughly examine and be familiar with those Contract documents contained in the Project Specifications, drawings and addenda, if any. The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the Contract documents. The failure or neglect of a bidder to receive or examine any of the Contract documents shall in no way relieve him from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract documents. 2.0 Interpretation of Contract Documents No oral representations or interpretations will be made to any bidder as to the meaning of the Contract documents. Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the City other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the City for the interpretation to become effective. 3.0 Postponement of Opening The City reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Invitation to Bid. Postponement notices shall be mailed to planholders of record in the form of addenda. 4.0 Opening of Bids All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will be considered nonresponsive and will not be opened. Any such bids will be returned unopened to the Bidder. 5 000055 The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. The nature and amount of the security furnished with the bid. 5.0 Preparation of Bid Forms Bids shall be made on the blank forms provided in this Bid. Package and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. All bids must be submitted in sealed envelopes. It is the sole responsibility of the bidder to see that its bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. City shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. 6.0 Bidder's Signature and Authority If the bid is made by an individual, his/her name, signature, and mailing address must be shown; if made by a firm or partnership, the name and mailing address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and mailing address of the corporation, and the title of the person who signs on behalf of the corporation. If the bid is made by the corporation, a certified copy of the by-laws or resolution of the Board of Directors of the corporation shall be furnished showing the authority of the officer signing the bid to execute Contracts on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of one of the joint venture firms. Additionally, the bid shall include a copy of the resolution or agreement empowering the representative to execute the bid and bind the joint venture. 7.0 Erasures The bid submitted must not contain any erasure, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons submitting the bid. 8.0 Bid Irregularities Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in the Contract Documents may result in rejection of the bid by the City, as not being responsive to the Invitation to Bid. No oral or telephonic modification of any bid submitted will be considered. 6 CIO Itj56 9.0 Modification of Bid Modification of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 10.0 Withdrawal of Bids In accordance with Public Contract Code 5103, within five days after the opening of bids, a bidder may withdraw its bid providing the bidder can establish to the City's satisfaction that a mistake was made in preparing the bid. A bidder desiring to withdraw shall give written notice to the City, specifying, in detail, how the mistake occurred and how the mistake made the bid materially different than it was intended to be. Withdrawal will not be permitted for mistakes resulting from errors in judgment or carelessness in inspecting the site of the work or in reading the Project Documents. 11.0 Addenda Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgment in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. 12.0 Bid Prices Bid prices shall include everything necessary for the completion of the enclosed vehicle specifications. Bid prices shall include allowance for all federal, state and local taxes. In the. event of a difference between a price quoted in words and a price quoted in figures for the same quotation, the words shall be the amount bid. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern, and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amount quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. 13.0 Bid Guaranty The bid form shall be accompanied by a bid guaranty bond provided by a guaranty company authorized to carry on business in the State of California for payment to the City in the sum of at least ten (10) percent of the total amount of the bid price, or, alternatively, by a certified or cashier's check, payable to the City in the sum of at least ten (10) percent of the total amount of the bid price. The bid guarantee bond shall be provided on the form included in Section 1230, BID GUARANTY BOND, of this Project Document. The amount payable to the City under the bid guaranty bond, or the 7 000057 certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the City as liquidated damages in case of a failure or neglect of the bidder to furnish, execute, and deliver to the City the required performance and payment bonds evidences of insurance; and to enter into, execute, and deliver to the City the Agreement on the form provided herewith, within ten (10) calendar days after receiving written notice from the City that the award has been made and the Agreement is ready for execution. The bid securities of the three lowest bidders will be retained until the Agreement is signed, evidence of insurance provided, and satisfactory bonds furnished or other disposition made thereof. The bid securities of all bidders except the three lowest, responsive bids will be returned within 15 calendar days after the bids are opened. 14.0 Resection of Bids The City reserves the right to reject all bids for any reason. The City further reserves the right to reject any bid that is: nonresponsive, incomplete, obscure, or irregular; that omits a bid on any one or more of the required bid items; that, in the City's opinion, contains unbalanced unit prices, is accompanied by insufficient or irregular bid security, or, is from a bidder who has previously failed, on a contract of any nature, to perform properly or complete on time. The City reserves the right to waive irregularities. 15.0 Award of Contract Within thirty (30) days after the time of opening of the bids, the City will act either to accept a bid, to reject all bids, or with the consent of the bidders and their sureties, to extend the time in which the City may act. The acceptance of a bid will be evidenced by a notice of award of Contract in writing, delivered in person, or by certified mail, to the bidder whose bid is accepted. No other act of City will constitute acceptance of a bid. The award of Contract shall obligate the bidder whose bid is accepted to execute the Agreement in the form set forth in the Contract documents. 16.0 Contract Assignment The bidder shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City Council of the City of La Quinta. 17.0 Non Discrimination In the performance of the terms of this contract, the bidder agrees that it will not engage in, nor permit such subcontractors as it may employ to engage in, discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, or religion of such persons. 8 GG0058 SECTION 1200 The undersigned, as bidder, declares that we have received and examined the Bid Document entitled PROJECT 94-7, NEW 1995, 2-1/2 TON DIESEL POWERED TRUCK WITH FIVE -YARD DUMP BED and will submit a bid to the City, on the form of Agreement provided herewith, and do everything required for the fulfillment of the specifications for said bid at the prices and on the terms and conditions herein contained. We agree that the following shall form a part of this bid: SECTION 1200 Bid 1210 Bid Proposal 1220 Bid Schedule 1230 Bid Guaranty Bond 1240 Non -Collusion Affidavit 1250 Notice To Enter Into Contract 1300 Specifications We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Addendum # Date Received Initials Attached is a bid guaranty bond as required by Paragraph 1110-13.0, BID GUARANTY. Name of Bidder Date 0 00005.9 We further agree, if our bid is accepted and a Contractis entered into with the City, to deliver the specified equipment within the time -frame stipulated in these documents Witness Title of Witness Name of Bidder Signature of Bidder Title of Signatory Address of Bidder 10 060"i& SECTION 1210 PROPOSAL Proposal to the City of La Quinta, In compliance with the Advertisement for Proposals, the undersigned Contractor: Having examined the contract documents, and being familiar with the conditions to be met, hereby submits the following Proposal for furnishing everything necessary for the completion of the Specifications listed and agrees to execute the contract documents for the prices set forth on the inside pages of this form. Understands that services of this project shall be in accordance with all applicable Specifications in this document. Understands that their Proposal shall be submitted with a proposal guarantee of cash, certified check, cashier's check, or surety bond for an amount no less than ten percent (10%) of the amount of the Proposal. If a surety bond is used, the Contractor must use the form provided with this Proposal. Agrees that upon receipt of Purchase Order from the City of La Quinta, the Contractor will Proceed with the acquisition of the specified equipment. Bidder shall deliver said vehicle within forty-five (45) days from award of contract. Name of Bidder Date 6,00,'61 SECTION 1220 BID SCHEDULE 1995 2-1/2 TON TRUCK WITH FIVE -YARD DUMP BED Pursuant to the Invitation to Bid, the undersigned hereby proposes and agrees that on award by the City under this bid, and in accordance with the provisions therein stated, to execute a Contract, and render services necessary to deliver to the City Corporation Yard at 78-106 Avenue 52, La Quinta, California, F.O.B., One (1) New 1995 2-1/2 Ton Truck With Five - Yard Dump Bed in accordance with the Specifications therefor adopted and on file with the City within the time limits hereinafter set forth and at the prices named in this Bid as follows: BASE BID BREAKDOWN All bidders must provide base bid breakdown in order to be considered responsive to the bid requirements. Total amount of Base Bid Breakdown items must equal the lump sum Base Bid below. 1. Dump Truck As Specified Total amount of Base Bid in words Add Alternates 1. Transmission (5 Speed) 2. Brakes (Drum) 3. Extended Warranty Extended Purchase Programs (totals from page 11) 1. 3 Year @ 25% Down = Total Purchase Price Of $ 2. 3 Year Q 50% Down = Total Purchase Price Of $ 3. 5 Year @ 25% Down = Total Purchase Price Of $ 4. 5 Year a 50% Down = Total Purchase Price Of $ Name of Bidder (Print) Signature of Bidder 12 000062 SECTION 1220 (CONT.) Bidder to complete payment schedules as listed below for the purchase of said vehicle on three (3) and five (5) year payment programs. Payments to be made on an annual basis in the month of July. Three Year Purchase Program 25% Down Payment $ _ 50% Down Payment $_ July, 1995 Payment $ _ July, 1995 Payment $ July, 1996 Payment $ _ July, 1996 Payment $ July, 1997 Payment $ _ July, 1997 Payment $ 'iCattxl Porchse I€*rice` $ T►1al Pu`cl�ase Tr , Five Year Purchase Program 25% Down Payment $ _ 50% Down Payment $ July, 1995 Payment $ July, 1995 Payment $ July, 1996 Payment $ _ July, 1996 Payment $ July, 1997 Payment $ _ July, 1997 Payment $ July, 1998 Payment $ _ July, 1998 Payment $ July, 1999 Payment $ _ July, 1999 Payment $ 13 SECTION 1230 BID GUARANTY BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE as PRINCIPAL, and as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. NEW 1995 2-1/2 TON TRUCK WITH FIVE -YARD DUMP BED PROJECT NO. 94-7 NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this day of , 1995. Title of Signatory Signature of Principal Address Title of Signatory Address Signature of Surety Note: Signatures of those executing for the surety must be properly acknowledged. 14 00�00611 SECTION 1240 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of , being first duly sworn, deposes and say that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Name of Bidder Title Date is 6Ui1'...6:) TO: SECTION 1250 NOTICE TO CONTRACTOR TO ENTER INTO CONTRACT (Name of Contractor) YOU ARE HEREBY NOTIFIED that a Contract has been awarded to you by the City of La Quinta (hereinafter referred to as "City") for the purchase of vehicle designated as: PROJECT NO. 94-7 NEW 1995 2-1/2 TON TRUCK WITH FIVE -YARD DUMP BED (hereinafter referred to as the "Work") in the CITY OF LA QUINTA, STATE OF CALIFORNIA. The Contract for said work is on file in the office of the City Clerk, and further, you are hereby required within fifteen (10) days after this Notice to enter into a Contract with said City for the doing of said work. DATED this day of 1995 SAUNDRA JUHOLA, CITY CLERK CITY OF LA QUINTA STATE OF CALIFORNIA 16 GGG+6G SECTION 1300 SPECIFICATIONS 2-1/2 TON TRUCK WITH FIVE -YARD DUMP BED This vehicle shall be a new and currently advertised model of the manufacturer's latest design; equipped with all standard component items identified in the manufacturer's description and specification listing, except where optional components are specified and whether or not specifically requested herein. Each unit shall be equipped with all legal devices required for highway operation and meet all Department of Transportation, State of California, Cal-Osha, and Federal standards and requirements. It is the intent of these specifications to describe a 2-1/2 Ton Dump Truck in sufficient detail to secure bids on comparable equipment. All parts not specifically mentioned which are necessary to provide a complete Dump Truck shall be included in the bid and shall conform in strength, quality of material and workmanship to what is usually provided the trade in general. The specifications herein shall not be construed in any way to sanction the degrading or elimination of accepted standards of engineering and craftsmanship in configuration and construction. Cumulative mileage shall not exceed 500 at time of delivery. Bidder shall complete right-hand column on the following attached bid sheets indicating specific size and/or make and model of all components when not exactly as specified or state "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN MAY INVALIDATE BID No bidder may withdraw its bid for a period of sixty (30) days after the date set for the opening of the bids. 17 6 ITEM DESCRIPTION YES NO IF NO, EXPLAIN IN DETAIL CHASSIS MINIMUM SPECIFICATIONS 32,000 G.V.W.R. I50" Wheel Base 84" Cab to Axle Length LL CAB Steel cab with fiberglass tilting hood and fenders H.D. front bumper; steel channel 1/4" x 10" x 88" w/front tow hook Tinted safety glass & windshield Two (2) 7" x 16" H.D. anti -vibrate West Coast mirors, painted Fresh air heater & defroster H.D. factory air conditioning Dual sun visors Full vinyl tan bench seat Dual arm rests Three (3) sets of seat belts Two (2) exterior grab handles Dual electric wipers & washers ( 2 speed) Interior dome light H.D. floor mats (Black or Tan) Three (3) sets of keys Cigarette lighter FRAME 50,000 P.S.I. yield strength stel minimum, with one-piece reinforced inverted "L". "L" reinforcement must extend to the most rear point of frame IN 0rul0 "D68 ITEM DESCRIPTION YES NO IF NO, EXPLAIN IN DETAIL AXLE MINIMUM SPECIFICATIONS Front Axle: 11,000 Ih capacity 11,000 lb springs Heavy duty shocks Stabilizer bar Rear axle: Eaton 22,000 lb single speed rear axle or equal, geared to highway speed of 65 mph 22,000 lb springs with 4,500 aux. heavy duty springs ENGINE Turbo diesel 210 horse power minimum 1995 emission system standards Heavy duty dry type air filter Water separator fuel filter H.D. radiator w/increased cooling Extra blade fan (5-6) clutch fan drive Factory air conditioning STEERING Full power steering 100 amp alternator Two (2) heavy duty 12 volt batteries 1250 CCA dual electric horns Five (5) cab marker lights All dash guages (no lights) Tachometer Back-up warning device FILTERS Oil filter: Heavy duty hill flow spin -on Air filter: Heavy Duty dry type w/pre-cleaner GG7U69 2 ITEM DESCRIPTION YES NO IF NO, EXPLAIN IN DETAIL FUEL TANKS Fifty (50) gal. Step type Left side mounted TIRES AND WHEELS Six (6) 11r22.5-5 14 ply radial tires Front: Highway design Rear: Traction tread Seven (7) 10-hole Budd disc type wheel 7.50 x 22.5 BODY Five (5) cubic yard capacity Length: 10 feet Width: 96 inches (84" inside) Ten (10) gauge hi -tensile 50,000 PSI sides, front header and tailgate Hi-tensil steel 10 gauge sides (26" tall) 4 flanged top rail, bottom rail tapered Horizontal side braces, head boards of 10 gauge hi-tensil, two corrugation, 10" higher than sides 30" double acting tailgate with chain brackets with 5/16" zinc plated chains Noncast dump hinges and ping with zerk lubrication 8" spreader apron, ditch pate is required All welds to be 100% welded One (1) piece floor with four (4) inch structural channel cross members on fifteen (15) inch centers. 1/4 cab shield, step mounted on each side of body near header, cab shield to be 10 gauge steel G. 5Gi37� 20 ITEM DESCRIPTION YES NO IF NO, EXPLAIN IN DETAIL Body to be undercoated and painted to match truck with all lights and legals Hoist front mount telescope, 14 ton NETA Class (rating) 40 designed to be frameless for low mounting height Hydraulic pressure shall not exceed 1300 PSI at its maximum P.T.O. to be hot shift, pump to be gear type direct mount. 15 G.P.M. pump shall be of adequate capacity for the class 40 hoist specified Hydraulic reservoir 20 gal. minimum with sump Hoist controls with P.T.O. light and neutral detent, all controls and lights to be marked (stick on imprinted labels are not acceptable) TARPING SYSTEM Aero Industries Model 400 East Cover (underground springs). No exceptions VEHICLE COLOR Entire unit pained WHITE (factory) TRAILER HITCH Premier Model 580 mounted to 5/8" ship channel and braced to frame Electrical plg wired to A.T.A. code Two (2) 3" ID safety eyes Electric Brake Control SAFETY ITEMS Fire extinguisher (5 lb) ABC rated and mounted in cab Triangle reflector road warning kit. Bed -up safety bars for the dump bed shall raise at the same time from either side (optional) Amber revolving light with level mount and branch guard to be mounted on cab shield with dash controls r<Ct^"rj� 21 ITEM DESCRIPTION YES NO IF NO, EXPLAIN IN DETAIL MANUALS/MICROFICHE Two (2) complete sets of each: Operator Parts Service/Repair/Overhaul TRANSMISSION Allison AT 545 or equal/greater Transmission oil temperature gauge Spin -on transmission oil filter Auxiliary transmission cooler, heavy duty for specific application BRAKES Front and rear disc type hydraulic WARRANTY One (1) year/12,000 miles 100% engine and drive train ADDIALTERNATE #I TRANSMISSION Five speed manual Heavy duty clutch ADD/ALTERNATE #2 BRAKES All "S" cam air brakes Front: 15" x 4" Reat: 16.5" x 7" 12 cubic foot minimum water cool air compressor Spring set parking brake Automatic moisture ejectors on reservoirs Non asbestos lining on brake shoes ADD/ALTERNATE N3 WARRANTY Three (3) year/36,000 mile warranty 100 % engine and drive train 22 T4ht 4 4 " AGENDA CATEGORY: COUNCIL/RDA MEETING DATE: ITEM TITLE: Consideration of a Park Naming Policy RECOMMENDATION: BUSINESS SESSION: January 3, 1995 CONSENT CALENDAR: Approve the Park Naming Policy as submitted. FISCAL IMPLICATIONS: None at this time. STUDY SESSION: PUBLIC HEARING: Plaques, monuments, or signs which designate the name of a park are typically budgeted in the cost of construction of a municipal park. BACKGROUND AND OVERVIEW: The General Plan and the Parks and Recreation Master Plan have identified existing and planned sites for City of La Quinta parks, varying from small neighborhood parks to large community parks. However, the names indicated for the park sites in the General Plan are simply designations given by consultants; no process has been established for officially naming the park sites. As the City Council proceeds with development of park sites, it is suggested that a process be established by which the sites are officially named. Fritz Burns Park is the only site which by deed must retain its name. Also, the Sports Complex may not be subject to a name change, as it is a leased property by agreement between the City and the school district. A name change of the Sports Complex would require a lease amendment with and approval of the school district. Parks with names such as Palm Royale Park, Community Park - North, Eisenhower Mini Park, or any other name should be reviewed in accordance with the suggested policy, and the Council may choose to rename the park sites as they are selected for development. The policy identifies general guidelines for soliciting names, time constraints, name adoption, and name changes. The policy further suggests options for naming park facilities, suggesting historic events and names; places and natural features; great causes; and individuals or groups (living or deceased). 0GO070 ccll-la The policy designates the Parks and Recreation Commission as the name soliciting and screening body on behalf of the Council. Names are then forwarded to the Council by the Commission for Council consideration. FINDINGS AND ALTERNATIVES: Alternatives the Council may consider are: 1. Approve the policy as submitted; 2. Suggest changes to the policy, and request the policy be resubmitted for Council consideration; or 3. Not approve a policy for park naming. LINT HEN PAWS 6,EOECREATION DIRECTOR Attachment 1 - Draft Park Naming Policy G0G�tt ccll-la CITY OF LA OUINTA DRAFT CRITERIA FOR NAMING OF PARKS DRAFT General Guidelines Facilities shall be named within six months after the City has acquired title to land to be designated as a park site. It is suggested that the Parks and Recreation Commission maintain a list of names. 2. Names will be solicited from the general public by the Parks and Recreation Commission. A request for the naming or dedication of any city facility shall be submitted to the Parks and Recreation Commission in writing and with justification, and may be forwarded to the City Council for consideration and/or approval. At least three (3) names shall be submitted to the Council for consideration when naming a park is under review. 3. The Parks and Recreation Commission will be responsible for screening names prior to presenting them to the City Council for consideration and/or approval. 4. Exceptional situations may require deviation from this general policy and the Council may take the appropriate action. Namina Options to be considered in naming facilities: (in order of importance) 1. Historic Events and Names a. This can be local, regional or national major significance. The City of La Quinta is rich in history, and the La Quinta Historical Society may be consulted for suggested names and events the Parks and Recreation Commission might consider for recommendation to the Council. 2. Places and Feature Names a. Recognizable area or neighborhood. If on a school site, it need not necessarily be the same name as the school. Names that aid in locating a park are acceptable. b. C. d. DOCCB.003 Assumed name. Use only if the area has been known by this name for a long period of time. Natural phenomena. Combination of natural phenomena and lace name. �^ ' ^ � P P GJU� 75 2. Places and Feature Names (con't.) e. Horticultural. f. Combination horticultural and place. g. Rivers, creek ways. 3. Person or Persons Names a. Deceased, group or person, Civilian national heroes. b. Living Persons. Criteria: Facilities may be named after persons only after an in-depth study has been completed. Individuals should be known for their civic work. This civic work shall be over and above an ordinary interest level. A resident of the City of La Quinta who attains local, state or national recognition for human, community, health, safety, or parks and recreation work would be acceptable. Donors: People who have been instrumental in acquiring sites either by actual land or monetary donation (enough to purchase the entire site) or who have donated the entire amount for complete development of a site. A donation of land which serves as a part or parcel of a larger park or open space may be honored by an "area" dedication. 000107E DOCCB.003 T-v4t " AGENDA CATEGORY: COUNCIL/RDA MEETING DATE: January 3, 1995 ITEM TITLE: Consideration of Adoption of Resolution No. 95- Approving a Memorandum of Understanding Between the City of La Quinta and the La Quinta City Employees' Association RECOMMENDATION: BUSINESS SESSION: 00 CONSENT CALENDAR: STUDY SESSION: PUBLIC HEARING: Adopt Resolution No. 95-_ approving a Memorandum of Understanding between the City of La Quinta and the La Quinta City Employees' Association. FISCAL IMPLICATIONS: A 2% cost of living adjustment retroactive to July 1, 1994 will be given to the Association members. Non -represented employees, with the exception of Department Directors, previously received the adjustment effective July 1, 1994. The funds for the Educational Incentive Program have been increased from $1000 to $5000. BACKGROUND AND OVERVIEW: The City and the Association in a series of meetings beginning in July, 1994 and concluding in December, 1994, have met and conferred in good faith pursuant to the provisions of the Meyers- Milias Brown Act on matters relating to employment conditions and employer/employee relations including wages, hours, and other terms and conditions of employment. The attached Memorandum of Understanding (Attachment 1) is the result of that process. FINDINGS AND ALTERNATIVES: 1 . Adopt Resolution 95- approving a Memorandum of Understanding between the City of La Quinta and the La Quinta Employees' Association; 2. Deny the adoption of Resolution 95-_ approving a Memorandum of Understanding between the City of La Quinta and the La Quinta Employees' Association. l b� t�� l�Zt-+✓��-fir' Tom Hartung, Director Building & Safety 0G0L,77 RESOLUTION NO. 95- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA QUINTA, CALIFORNIA, APPROVING AND ADOPTING A MEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF LA QUINTA AND THE LA QUINTA CITY EMPLOYEES' ASSOCIATION (LQCEA), COMMENCING ON JULY 19 19949 AND TERMINATING ON JUNE 309 1995. WHEREAS, the City of La Quinta, hereinafter referred to as "CITY", and the La Quinta City Employees' Association the recognized organization representing its members, hereinafter referred to as "Association", have met and conferred over wages, hours, terms and conditions of employment pursuant to Government Code Section 3500, as amended; and, WHEREAS, the City and the Association have signed a Memorandum of Understanding for the period commencing on July 1, 1994, and terminating on June 30, 1995; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA QUINTA AS FOLLOWS: SECTION 1. The City does hereby approve, ratify, and authorize implementation of each economic and non -economic benefit and right set forth in the Memorandum of Understanding between the City and Association, attached hereto and executed on January 3, 1995, and incorporated herein as Exhibit "A", and said to the extent the City may legally do so in accordance with the time constraints of said Memorandum of Understanding. PASSED, APPROVED AND ADOPTED by the City Council of the City of La Quinta, California this 3rd day of January, 1995, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: SAUNDRA L. JUHOLA, City Clerk City of La Quinta, California APPROVED AS TO FORM: JOHN J. PENA, Mayor City of La Quinta, California DAWN HONEYWELL, City Attorney City of La Quinta, California G,G00 78 ATTACHMENT 1 MEMORANDUM OF UNDERSTANDING This Memorandum of Understanding ("Memorandum") is made and entered into by THE CITY OF LA QUINTA ("City") and the LA QUINTA CITY EMPLOYEES ASSOCIATION ("Association"). WHEREAS, the City, and the Association, have met and conferred in good faith with respect to the wages, hours, and terms and conditions of employment of City employees and all other subjects within the scope of bargaining under the Meyer-MiIias-Brown Act, Government Code Section 3500 et. seq. and have reached an agreement that they wish to set forth in writing in the form of the Memorandum. The City and the Association therefore agree as follows: SECTION 1: TERM This Memorandum shall take effect on July 1, 1994 and shall remain in effect until June 30, 1995. SECTION 2: SALARY The Schedule of Salary Ranges (Attachment #1) shall be in effect during the term of this Memorandum. The schedule provides a 2% Cost of Living Adjustment/Increase. SECTION 3: HEALTH CARE During the term of this Memorandum, the City shall pay up to $278.13 per month for coverage of each eligible employee under the group medical plan (including medical, dental, vision and life insurance) offered by the City, City shall pay up to. $610.43 per month for coverage of eligible dependents of employees for health benefits (including dental and life) and $16.60 per month for vision coverage for eligible dependents. The employee's cost for coverage of eligible dependents for health (including dental and life) is $54.91 per month and $1.54 per month for vision coverage for eligible dependents. Costs of such insurance shall be paid by the employee by means of a payroll deduction as a condition of continued coverage. The benefits, terms, and conditions of coverage shall be governed by the formal plan documents. VO0070 SECTION 4: EDUCATIONAL INCENTIVE PROGRAM All employees, with prior approval of the City Manager, may be reimbursed for costs of books, tuition and lab fees for classes or instruction, provided such classes or instruction are related to the employees's assigned duties with the City. The total of such reimbursements for all employees shall not exceed $5,000 during the term of this Memorandum. Reimbursement will be made only after an employee has satisfactorily completed the class or workshop with the grade of C or better or equivalent completion and that evidence of same has been submitted and approved by the City Manager. SECTION 5: MANAGEMENT RIGHTS Except as limited by the terms of this Memorandum of Understanding, the City retains the sole and exclusive right to manage its operations and direct its workforce using any or all of the power and authority previously exercised or possessed by the City or traditionally reserved to management, including but not limited to, the right to determine its organization and the kinds and levels of services to be provided; to direct the work of its employees; to assign work from one classification of employees to another, including work performed currently by employees in the classifications covered by this Memorandum; to establish work standard and levels of required performance; to utilize part-time or temporary employment; to pay wages and benefits in excess of those required by this Memorandum; to select, modify, alter, abandon, or modernize methods of conducting its operations; to build, move, modify, close, or modernize facilities, machinery, processes, and equipment; to establish budgetary procedures and allocations; to determine methods of raising revenues; to sublet and subcontract work except work currently performed by City employees; to take all necessary action in the event of emergency; to establish and amend rules of conduct and to impose discipline and discharge; to establish and amend rules for safety and health; to select, hire, classify, reclassify, assign, reassign, evaluate, transfer, promote, demote, upgrade, downgrade, reprimand, discipline, suspend, discharge, lay off, and rehire employees; to determine job content and to create, combine, or modify job classifications and rates or classes of pay; and to exercise all other customary powers and authority of management, regardless of whether the City has exercised such power previously. Nothing in this provision shall be construed to restrict grievances concerning any part of this Memorandum. In the event of an emergency, the City may amend, modify, or rescind any provision of the Memorandum. Such amendment, modification, or rescission shall remain in force only for the period of the emergency. The City shall have sole and complete discretion to declare that an emergency exists for purposes of this Section. 000681 SECTION 6: NON-DISCRIMINATION All personnel decisions and actions including, but not limited to, appointments, promotions, demotions, transfers, layoffs, and discharges shall be made without regard to race, color, creed, sex, marital status, age, national origin, or ancestry, physical or mental disability, medical condition, sexual orientation, or any other consideration made unlawful by federal, state or local laws. Any personnel actions based upon these factors violate this Agreement and are unlawful. Further, the City shall not discriminate against any employee for his/her activity on behalf of or his/her membership in any Employee Association, or Group. SECTION 7: HOURS As stated in Personnel Policies at Rule X - Work Schedules and Overtime. Sections 1 through 3. SECTION 8: HOLIDAYS As stated in Personnel Policies at Rule X - Leave Policy. Sections 1 through 4. SECTION 9: COMPENSATION AND BENEFITS 9.1 Salary on Promotion: Any employee who is promoted to an open position in a class with a higher salary range shall be placed on Step A in the new higher range or placed at the step which provides at least a minimum 5% salary increase for the employee. 9.2 Merit Increases: Nothing in this Agreement shall prohibit the City from offering employment to persons at higher than Step A in a particular salary classification. Further, City Management may, upon meritorious performance, advance an employee to the next step in grade prior to the employee's anniversary date. Finally, the City may, where performance is exemplary, advance an employee more than one salary step at a time. SECTION 10: VACATION As stated in Personnel Policies at Rule X - Section 5, Vacation. 6.00 08 1 SECTION 11: SICK LEAVE As stated in Personnel Policies at Rule X - Section 6, Sick Leave. SECTION 17: LAYOFF POLICY AND PROCEDURE As stated in Personnel Policies at Rule XII, Layoff Policy and Procedure, Sections 1 through 8. SECTION 18: DISCIPLINARY ACTIONS - APPEALS As stated in Personnel Policies at Rule XI, Disciplinary Action, Sections 1 through 6. SECTION 22: COMPLETE AGREEMENT This Memorandum is hereby executed and/or ratified this day of 1995, by and between the following authorized representatives of the City and the La Quinta City Employee's Association. CITY OF LA QUINTA Dated: , 1995 By: John J. Pena. Mayor LA QUINTA CITY EMPLOYEES ASSOCIATION n Dated: % Z 25 , 1994 Negotiating Com ttee: J� 7 CITY OF LA QUINTA SCHEDULE OF SALARY RANGES 94/95 file: SALRANGE (INCLUDES +2%) MONTHLY 07/01 /94 RANGE A B C D E 30 1633 1715 1801 1889 1985 31 1674 1757 1844 1937 2034 32 1716 1802 1890 1986 2085 33 1760 1846 1939 2035 2139 34 1804 1893 1988 2089 2193 35 1849 1941 2038 2141 2249 36 1896 1989 2090 2194 2303 37 1941 2041 2141 2249 2361 38 1989 2091 2194 2303 2419 39 2041 2143 2249 2362 2480 40 2091 2195 2305 2419 2542 41 2143 2250 2362 2481 2605 42 2195 2305 2420 2542 2669 43 2250 2363 2482 2605 2735 44 2306 2420 2542 2670 2802 45 2364 2483 2607 2737 2874 46 2423 2544 2672 2804 2946 47 2484 2608 2738 2876 3019 48 2545 2673 2806 2947 3094 49 2609 2740 2877 3021 3171 50 2674 2808 2948 3096 3252 51 2741 2878 3022 3172 3331 52 2809 2949 3097 3253 3413 53 2879 3024 3176 3333 3500 54 2952 3099 3254 3418 3588 55 3025 3178 3336 3503 3677 56 3102 3257 3420 3590 3769 57 3179 3338 3505 3679 3865 58 3259 3422 3593 3771 3962 59 3341 3507 3602 3867 4060 60 3424 3596 3775 3964 4162 61 3509 3684 3869 4062 4267 62 36W 3778 39M 4165 4372 63 3688 3871 4066 4269 4483 64 3780 3969 4168 4376 4594 65 3874 4069 4271 4485 4708 66 3971 4171 4378 4596 4827 67 4070 4273 4488 4711 4947 68 4172 4380 4598 4829 5070 69 4275 4490 4713 4949 5197 70 4383 4602 4831 5073 5327 71 4490 4714 4949 5197 5456 72 4602 4831 5073 5327 5595 73 4716 4952 5200 5459 5733 74 4834 5076 5331 5597 5877 75 4955 5203 5463 5738 6025 76 5080 5333 5600 58W 6176 T7 5206 5466 5741 6027 6330 78 5337 5602 5884 6178 6488 79 5471 5743 6031 6332 6650 80 5606 5886 6181 6491 6816 81 5747 6033 6336 6653 6986 82 5891 6184 6494 6820 7160 83 6037 6338 6657 6991 7339 84 6189 6496 6824 7166 7521 85 6344 6659 6994 7344 7710 G331J83 a4 �a/lam cy�� V S AGENDA CATEGORY: FyOF tNBUSINESS SESSION: COUNCILIRDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: Transmittal of Treasurer's Report as of November 30, 1994 19 • u 13 1 D10 BY474 1 LIN Receive and File. STUDY SESSION: PUBLIC HEARING: Transmittal of Treasurer's Report dated November 30, 1994 for the City of La Quinta. FINDINGS AND ALTERNATIVES: I certify that this report accurately reflects all pooled investments and is in compliance with California Government Code Section 53645 as amended 1/1/86; and is in conformity with City Code 3.08.010 to 3.08.070 Investment of Money and Funds. I hereby certify that sufficient investment liquidity and anticipated revenues are available to meet next moantth's estimated expenditures. Thomas P. Genovese, City Manager 0 i008.11 CITY OF LA QUANTA TREASURER'S REPORT NOVEMBER 30, 1994 ASSETS UNDER THE INVESTMENT DIRECTION OF THE CITY TREASURER TYPE OF INVESTMENT INSTITUTUION MATURITY DATE POOLED CASH CHECKING BANK OF AMERICA N/A MONEY MARKET BANK OF AMERICA N/A LAIF/98-33434 STATE OF CALIF. DEMAND LAA/65-33-017 STATE OF CALIF. DEMAND CITY PETTY CASH N/A N/A MONEY MARKET BANK OF THE DESERT N/A DEFERRED COMP ICMA DEMAND RDA RESTRICTED CASH BANK OF AMERICA. RESTRICTED ISTINTERSTATE RESTRICTED CONSTRUCTION ISTINTERSTATE DEMAND DISTRIBUTION OF CASH AND INVESTMENTS -� CITY GENERAL FUND GAS TAX FUND COMMUNITY PROJECT FUND CAPITAL PROJECT FUND QUINBYFUND INFRASTRUCTURE FUND VILLAGE PARKING FUND ASSESSMENT DIST FUNDS TRUST AND AGENCY FUNDS RDA PA 41 PA #2 CAPITAL A4PROVEMENT FUNDS ($2,179,770) $2,113,211 DEBT SERVICE FUNDS 1019381 1363937 LOW/MOD FUNDS 1754419 1227271 .�..-_.�- $594,029^ $4,704,419 INTEREST RATE AMOUNT RANK N/A S (354,124) 1 2.53 59,131 I 5.380 5,631,542 N/A 5.380 3,614,957 N/A 9,951,406 N/A 1,000 1 2.79 9,442 1 7.6 AVG INT 204,966 2 215,408 2.97 242,797 2 3.12 768,079 2 3.12 4,874,954 2 5,885,820 TOTAL $ 15,052,634 15,052,634 3,451,268 0 1,519,336 276,594 183,514 2,757,126 22,428 364,260 1,179,660 9,754,196 5,298,448 15,052,634 15,052,634 1 T4ht " AGENDA CATEGORY: BUSINESS SESSION: 9 COUNCIL/RDA MEETING DATE: January 3, 1995 CONSENT CALENDAR: ITEM TITLE: STUDY SESSION: PUBLIC HEARING: Transmittal of Treasurer's Report as of November 30, 1994 0ja 101W9411 Receive and File. Transmittal of Treasurer's Report dated November 30, 1994 for the La Quints Financing Authority. I certify that this report accurately reflects all pooled investments and is in compliance with California Government Code Section 53645 as amended 1/1/86; and is in conformity with City Code 3.08.010 to 3.08.070 Investment of Money and Funds. I hereby certify that sufficient investment liquidity and anticipated revenues are available to meet next month's estimated expenditures. ��'✓��-ago Thomas P. Genovese, City Manager 000086 LA QUINTA FINANCING AUTHORITY TREASURER'S REPORT NOVEMBER 30, 1994 ASSETS UNDER THE INVESTMENT DIRECTION OF THE FINANCING AUTHORITY TREASURER. TYPE OF MATURITY INTEREST INVESTMENT INSTITUTUION DATE RATE CIVIC CENTER BOND PROCEEDS: CASH -CONSTRUCTION BANK OF AMERICA DEMAND 2.76 CASH -RESERVE BANK OF AKIERICA DEMAND 2.76 CASH -REDEMPTION BANK OF AMERICA DEMAND 2.76 TOTAL 613Celli \11 2,244 2 770,502 2 2,209 2 774,955 1 R BUSINESS SESSION NO. /d ORDINANCE 263 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF LA QUINTA, CALIFORNIA AMENDING CHAPTER 5.64 OF THE MUNICIPAL CODE REGULATING SPECIAL ADVERTISING DEVICES The City Council of the City of La Quinta does ordain as follows: SECTION 1. SECTION 5.64.020 AND 5.64.030 of the La Quinta Municipal Code are amended to read as shown on Exhibit "A", as attached. SECTION 2. SECTIONS 5.64.035, 5.64.080, AND 5.64.090 of the La Quinta Municipal Code are hereby added to read as shown in Exhibit "A" as attached. SECTION 3. EFFECTIVE DATE. This Ordinance shall be in full force and effect thirty (30) days after its adoption. SECTION 4. POSTING. The City Clerk shall, within 15-days after passage of this Ordinance, cause it to be posted in at least three public places designated by resolution of the City Council, shall certify to the adoption and posting of this Ordinance, and shall cause this Ordinance and its certification, together with proof of posting to be entered into the Book of Ordinances of the City of La Quinta. PASSED, APPROVED, and ADOPTED this day of , 1994, by the following vote: AYES: NOES: ABSENT: ABSTAIN: SAUNDRA L. JUHOLA, City Clerk City of La Quinta, California JOHN J. PENA, Mayor City of La Quinta, California 00.0083 Ordinance 263 APPROVED AS TO FORM: DAWN HONEYWELL, City Attorney City of La Quinta, California G'50089 ordinance 263 CHAPTER 5.64 SPECIAL ADVERTISING DEVICES Sections: 5.64.010 Definitions. 5.64.020 Permit required. 5.64.030 Application for permit. 5.64.035 Application review. 5.64.040 Fees. 5.64.050 Revocation or modification of permits. 5.64.060 Searchlights - Operating regulations. 5.64.070 Insurance. 5.64.080 Appeals 5.64.090 Non-profit organizations fee waiver 5.64.010 Definitions. EXHIBIT "A" In this Chapter, unless another meaning is clearly apparent from the context, "Special Advertising Device" means any device other than a usual and customary sign, which is utilized outside a building to announce, direct attention to, identify, or advertise any commercial enterprise or product, or any noncommercial organization, and includes such things as searchlights, flags, blimps, banners, balloons, pennants, and physical replicas, reproductions and large objects, any such device or object being of a nature that is not customarily and routinely utilized by all commercial enterprises of similar nature or all noncommercial organizations of similar nature. An American flag displayed on a flagpole is not a special advertising device. (Ord.10 § l(part), 1982) 5.64.020 Permit required. It is unlawful for any person to use or permit to be used any special advertising device without first securing a special permit from the City *her-oFer `offfafn the City Cauneil This section shall not apply to any governmental agency. Permits shall be issued for grand openings and special occasions and not on a continuing basis for permanent advertising or identification purposes. Each permit shall be issued for a specific period of time subject to renewal for good cause shown. No permit shall be issued if the City Getrneil finds that the special advertising device applied for would constitute a traffic hazard or a nuisance to adjacent or surrounding properties or to the public at large, or would be detrimental to the public convenience or welfare, or would not be in harmony with the various elements and objectives of the General Plan and all other officially adopted policies and regulations of the City. Conditions may be attached to any permit issued, in order to harmonize it with the public purposes expressed in this Chapter. (Ord. 10 §1 (part), 1982) ordinance 263 5.64.030 Application for permit. Any person desiring to operate or use a special advertising device, in the City shall file with the City Manager Community Development Department an application therefor. The application shall contain: A. The name and address of the person making application; B. The purpose for which the permit is sought; C. The location at which it is desired to use or operate a special advertising device; D. The period for which a permit is desired; E. The hours during which the special advertising device is to be used or operated; F. The name of the person who will be in charge of operating the special advertising device. (Ord 10 § (part), 1982) 5.64.035 Application review. The Community Development Department shall have the review and process authority to approve all requests for subdivision flags per the policies established by the City Council and approve only one 2' X 8' special advertising banner per every 12-month period for a maximum display limit of 30-days. The Planning Commission shall, as a non -hearing business item, have the review and process authority to approve all other special advertising devices as permitted by this Chapter. 5.64.040 Fees. To defray the cost to the City of administering the provisions of this Chapter, there shall be payable in advance to the City by each applicant a fee in such amount as may be established by resolution of the City Council. (Ord. 10 § 1 (part), 1982) 5.64.050 Revocation or modification of permits. A. Any permit granted pursuant to the provisions of this Chapter may, after the permittee has been afforded the opportunity of a due process hearing as stated in this Section, be revoked or modified by the City Council for any of the following grounds or reasons: 1. Any acts done under the permit have interfered or tended to interfere with the normal flow of vehicular or pedestrian traffic on any public right-of-way; 2. There was given any false or fictitious information in connection with the application for and obtaining of the permit 3. There has been a violation of or a failure to comply with any condition attached to the permit or any provision or regulation of this Chapter or of any other applicable rules or regulations; Ordinance 263 4. Any other reason exists for which the permit might have been lawfully denied in the first instance, or that for any reason the continued operations under the permit will be inimical to the public safety or general welfare of the community. B. Such a revocation or modification of a permit shall be made only after opportunity has been granted to the permittee for a due process hearing before the City Council after ten days' notice to the permittee, setting forth the nature and grounds of complaint against him and stating the time a place the hearing will be held. C. Upon failure of the permittee to respond to the opportunity for hearing after receiving notice of the hearing, the permit may be revoked, or may be modified in such particulars as are deemed necessary in the public interest, and any such revocation or modification shall be effective upon notice or knowledge thereof being received by the permittee, orally or in writing. Any such order of revocation or modification shall also be effective as to any employee or agent of the permittee, which employee or agent has been notified orally or in writing of the substance of the order. D. Any such revocation or modification of any permit may be in addition to any penalties otherwise provided for by law. (Ord. 10 § 1 (part), 1982) 5.64.060 Searchlights - Operating regulations. In addition to any other conditions comprising a part of any permit, the following regulations shall apply to searchlight operations: A. Searchlights shall not be operated so as to avoid directing the beam at any building; B. Searchlights shall be so operated so as to avoid directing the beam at any building; C. Searchlights shall be so operated that the beam is not displayed at an angle greater than forty-five (45) degrees from the vertical; D. Equipment shall be kept on private property and shall not be allowed within the public right-of-way. (Ord. 10 § 1 (part), 1982) 5.64.070 Insurance. The applicant may be required to show evidence of insurability by having liability and property damage insurance in force at all times during the time a permit is in effect in sufficient amounts to protect permittee from liability, and to hold the City harmless from any damages, claims or causes of action, by reason of the issuance of the permit and operation of a special advertising device. (Ord. 10 § 1 (part), 1982) 5.64.080 Appeals. Actions of the Community Development Department can be appealed to the Planning Commission. The Commission shall review the item as a non -hearing business item. The decision of the Planning Commission can be appealed to the City Council who shall review the item as a non -hearing business item. Ordinance 263 All appeals shall be made within 15-calendar days of the action letter date from the Community Development Department or the date the Planning Commission took action. The appealing body shall consider the appeal at the next available date, however, in no case shall the Commission or Council date be more than 30-days from the date the appeal was filed. 5.65.090 Non -Profit Organizations Fee Waiver. Non-profit organizations are exempt from paying the fees charged for the processing of a special advertising device application per Chapter 5.67. For the purposes of this section, "non-profit organization " means a corporation, association, or other organization which is exempt from taxation under Section 501(C) (3) of the Internal Revenue Code and Section 23701(d) of the California Revenue and Taxation Code, and which has received determination letters from the United States Internal Review Service and the California Franchise Tax Board confirming its exempt status under such sections. r, J 040 9 ,: T4ht 4 4Ci" COUNCIL/RDA MEETING DATE: ITEM TITLE: Demand Register Dated January 3, 1995 Prepaid Warrants: AGENDA CATEGORY: January 3, 1995 BUSINESS SESSION: CONSENT CALENDAR: STUDY SESSION: PUBLIC HEARING: 20137120142,20160,20273,20286 $ 841,787.21 P/R 10028 - 10111 } 55,322.02 Payable Warrants: 20286-20359) 151,473.34 FISCAL IMPLICATIONS Demand of Cash - City Thomas P. Genovese, City Manager $ 1,048,582.57 $ 277,823.84 CITY DEMANDS $ 277,823.84 RDA DEMANDS $ 820,758.73 $1,048,582.57 000094 P Z 010 W - \ z - CC d Z } z::: 3 U Z ^• z 1. L £ 1 Z CY D, 3 W N LD _37 zJ C 0 �J Z) ZO 0 L:� :J1 tL V^. W Ul J J L^, N :7 Z h- 2 :t \ -+ Z C r ^ CC O �. li \ P Z L) :L z z z L, i W M J Li z M x 0 \ \. 4 lli \ L '� Q r .. LC•.., ZOO P O:_::,LJ ur U.,z '''JL wLL. UlJ 01 Li .n ^.0 £ r z :i, \ --I Q Z (.• jJ i-1 :• Q 4' tll " z J / 0 5, Q LL 1 . 7 z _ � 0 •\ a C X NF• 'i C z X L7 :u ^ M', z J m 'vJ 1 u C z J ^ 0 LL :'. Z� '.l+ Q !� .. .. J :.. "r "! :> CC CL M £C\77J7 C_-£J7CJCU £ LLJi'-+ 23 �_£ LLi \C4 1 -+ C)Li fJ IJ �• V :J L..1 LI :J b-i P• '— 1 C+ u J :J :� ili .7 :7 '/ -.:.1 Z L J 0 CL J7 •••� z ri ^^ V H J T S 0 11 .z :i ul S z z Q} T I � {i % Z 1jI :r Z C � ` Z ;7. Z :+ L' U :L :7 3 J c J J 7 0 iJ 71 L U) C� C _i M :A P+ 3 1 Z '' `"' yt r •. ui r-r T iC xZCL ZLLu O^\L Cl,.33CU ",^L 1uJC W C Jj .�uz L-�l U) 1: 3a. L£ -'r Ju y:7 7�\Z� ..:-+\iu:Z W W:. \ \.., yJZ LZ� 7 1:� £iui0 C -CZC.l W,-+ W U GCc U— 'r:)0 Oiu 0Yw;:4 =\000:,'`•+-Li} lC) JC;,^. _= Z - £J CJ i w r U _ ;L CU C } i::7 � C _ �_;�:,, •. J P:- i.- :.0 3-OJ Z iC Z i:0 u P - ul il✓ L P Z .+ P- .i r i :., J Z T, UJ :L T :t: Li C. CAL uw - C iL JZ !- ! Z .uw 'C;CD CLC CS_CN' -+CX r2 i� J O £L�£Zw 7 CJu Oui C C Z L!r Zru;- J I �ZOC-7'.�CC C_�-+C6P+� U U1L L� iy U)L G::iy LL'L-ii, w.1 Ji L^. U' CL }!--SU'7 W :A Li C7 Jam," i3 M nD z J C£L CC U C3 YJL. R+ L La L4 7 z U £ z7 Li S 0'+^JOr+C0^r000N CZC 0 N 0 0 M 0 0 00•0 C Q A 00 Ci 0 O'_'•af^.M 0 00 -i CJ 1�0!1 7N00 00N0Mf- 0':� 0000 r-'0@ 0 M 00:000 OM 00 � M W r' 0''l r-a67M11 i01000"JMa M0 P.1 �?.•,•000 J Z 7 0ol co "-Q7-m7r0 W 0-ac mmr-C-lr0c @@0 L1CN N0@CM T In C Ll•0 N 0@ 00@v •+C1@LlPM 0 C OO - ^ M P '+ T �- M 0 *i 7- 0 0 P •+ +� M Ll •C, '0 M v 0, :1 0 P L1 @ M Ci Ci .+ C, T M O C O^ M L, .+ M 0 0 0• `� � Ji O `l O P £ 10 P Cl w J' War C- P M •0 'o iti ti N M 1� P .� ^• •-� .r CJ .a .� L7 P .� _, C ` M C•J Ni .y (1J N 7•) .7 0 a P C1 19 N Ll P .+ :� �+ M .+ •+ N M J CM O>✓•C0�*+000 Ci'a ON 000 •.^.00 .y00 �a C1M 0000 �L1000 00r40 �`'^0^O0OS'. ti v':i;OMO0 W0 MO0 0i0(- �Ll aC6o 00 �••+�OO ^ :-L)Z a.•+@.'+'.Q�@1U00 Cic mmIN �0 -400 0@C 'mac ..^jc 00 -'�PQOO z ^ 0001Y) a10rl•aa e)Ll@ ao•a cc ^Jr, Mom � aOc U^•.1 d•M •0.0 ;''J IT D, N.+ MLl L, .+ C _ Z Iz 3 ^ _ Ll U) .^ `7 Z 4 'a - P Lli L z W 4 r } - r r z z O_ u t _ L7 Lu N Q L; LC' :..i .i ' Z) ... z E :� 7 J :J z J V 1 :y L z' H - 4 �! J Q W J i L _� t� i.` _ 1_ v 1 i •n -. ... z J .! N x l J cc C T J J- z i ill v C J v Z— z l^ .j 1 y ..J r L[ z L LL C11 i `- :i Ul 1 L y c L J J z— i+. Z w '•) Z- - O Ul !` ''- C W y. r ili £ ', U Y r :✓ �• C :.' ft i7Q T Y C :- }-. .7= a LJO Z Z Z J 7� :a0 C Li �+6C J 7. - ` ' LL,if) �7C C yQ CC U rZ 3G -Z 3 L'.Cw SJ)C 1} iLZ U :DL Z C CLr 00L• C U. Ell Cr 0i1Z LL. Ul <W. U'!U z LQ'' Z.,, u LiL7L,` ... _JUMC LL Li C • '.J F: z T, r' • QE i. -- z < lJ J N W,£ C c 7L' '.: £ 1-' J 1 X U'7 31: iL 0L, IL L' -WACD YZ, L;C -' X 3 L:Z r7. W N 11::Q - •'-Z. Z• CCF-!-_-0 Qto Z O OOL i-•' U, I L7 L+U@ I-! Q Lg F- L7 :> J W F N (ii J r Z M CZ X .L C - r rl Il a J z N Li a C C Q Z 3 L L'Q Zu: U CZQ!-+L' fa! - . 0-- CCQCS COOiL LU .:Uiu7L� CL U Cu :-+ J ai 703 07 L M C Q CCQ 4Qw Sw UUUUUU UUUUa Ld x* a x s- Z W 0 "-@P'+'i O M P Ll v', r-W?0 CiMC @P0 CM. PL13r W 0•0 MC00 Q CCP vrrN WW@@Cm@ W W T PPa PP CaC, C•C•00 0000 Z , Ci N NN6C-0^J"' Pi C:N CiNO: C,..*,C,..*,C..,C..,Ci NN^! N C: ^: ^767 OiMM MMMMM 0 0 0 0 0 0^ 0^ 0 0 0 0 0 J 0 0 0 0 0 0 0 0 0 000 ^ 000000 0 0 0 0 0 C QZ NN NN C.N C:NC7 N N C. ..N N,P: CJ a ClN rl NN NN 6: Pi O7 .i Cd N ^: Cd ,^, Ci Ci Cl., C: CN, T 3 C C P P P C C C C P P C P P C C P PPP P P P P C C C C P C IT P P \ LL P P P P T P T P P P P P P P P P T P T P P PPP PPP 010, T T P V. T P T T a D. G \ .. C1 N ^1 ^: Di 0: P P L1 47 Li h7 Ll = 0 0 0 +� N W C' W W co W W a.:W @ @ G @ W G^, .'^�' a)',D @ co 000000-+-�-� ''+•^ fl fd Cd NN C. •!'i Ci O: Cv 6i C; � D7 P: Ci Cl Ci N pi NN N,�N\ci� C.'NC: N N C: N 6:NNCdNci CvNNCi P:N.^d 0: NNN NC: N1Cd 6: O: CJ Cd P: PJ hNP: 6iC Oi G )00, 9:, ^i J Y 7 'z `� ems: w a - u H J T CD Z ui ❑ C Z L rj- 31 z .J ^. Z -z1L W .+ \ nL^.LL'JS SCZ� uLLul Z L- - .. L". L M JC Z G' _ JrZ LL '� GG Z :" ZZ �•;,Jz Z. z •, U U"- 3 L Y Z= .: '^. J- - _i W Z C L !�-; `+ WU .Jl_ ..0 W.�ZJL W JJ 'uwZJ:.-} In '_u _ ZJ3UM Xw \ r' r_zZ__ G '?L\Y D. J.' Lj -Z:S C, - N C C G C G .r w Q L_ ` z :i. C 0�Z Li..(\ = C Z-_ Z C L N N N N z \ 5 L .:: z N N J !\: y C") L 1 z W¢ ^ •... \^ J JW H\ U , (� :� :J J J :..) J Q .. (:: JJC l- -c Z) -12 Jo .J C J5 5,5 557,= 5 !!` C C C C J Z _ _ - u z C /' '7 _ / C m \ - :J J J: J Z .. ^! :• 1, JJ y H y ri N v '1 L :J•i !-, I. -I N .- / :J _ .J Z L Z Z Z Z Z u 1 G ", u/ :/= Z>^ ^ 1 N x L_ ¢QQQC C Cr ¢ Z Ef Ll.H= _ U2 .- ... L 2 .r .` H N H y ... �-o L7 iL .� :L LL .` ... iL ¢ C ...1 L ..! J .r •� L L� W v_ u u .� LL LL .. .� W LL iL it Im L z W J lL D . WZ OOO co OM-7 ? <a OO 0 ^i \^M O Q� <'- \;'d 00�O0 'C 'C C'T0O T COO^O ^ 0 -i 000-00 y O O O O O a CJ C: ,^J O < 0 '' C n O M O M 0, 0 C. O O M +� :� D, O '� 0 '^ N; 7 v0 O CJ . O Z '.; O O '\ Pl O O o O O 10 CJ<.+Ci y C'^17O .rc 0 CJMM M M^'oMOT C O <+0 "'00 ate^ �''-Co- N00 C T � Q < O .-I ',�' .+ �� a v' a !� Cl < a M ^: < .+ < � T Y ti M 'O H H M c C -� M y+ C n -, r'; .+ .+ o - < < i CD +< D 9 +Cl a 0Ci C M CVO C 4' 14 CJ <1C<M<a C Ci -' Ci c c a , i .+ CD M 0 i� M 0 0 O C O O 0 .0 0--+ d < <''^ O T C 0 O "i . C .< LF- .....,„,.. . �z r, D 'o a10 ^� 0 o oCc- c,^4o y'z NG 0O In N < 1� 0.1, �- 0r'M u� C " L V Ccc l J J. z J G Ian • .. G • .. 1 z y F z- LL n L G 1 ti F i:C Z =X 1= N -. uN G r>> _3LL C 6 / _ 7 _ - U 2Z J_ZL C •LLB:,, 1 L �' ti it 1 L: N lJ Q L L _ J 4i 'I a 'Z / LL i-W C C Q 3 - C N - i-Z �-_ >- � �'C!- ... CC it 2 H Q r: --L;u W '-a Z J i-i L u T V: z w Z x c L r J J M N\ L u Z L �" Z Z W w N C^ J N N Q G J Q 4y '.Z' Z.i L Z 'r Er 1 1 C. ^ N D '/ _ lr � ll C 0 C7 i N y .L Z Z X Z Z Z J i` U. li. C. 4 i ce ZW CDaO *+C'i M <0 •D NMC, 0 NM<L?40N ^ TONNll <V0'o c6m 0 0 0 - Ci C'i C<CJ C'J N C.,N r'1 CJ MMM M MM M Y z M M M M M M M M M M M M M M M M M M M M M M M M M M t'J M M M is 7 C O C C 00 COO O O O C 0 0 0 O O O 0 O O O O O C O O O C Q X N CJ OJ Ci Oi Ci r.+J CJ PJ Dl Pi Cd Ci N ii C: CJ Ci CJ CJ CJ CJ CJ OJ :i ri N Cl 07 CJ 3 < < < < < Q < < < < < < < < < < < < C < < < < C < < < < < < L a a T a T a a DP a T T a a a a a a a T T a T a T T T a T a a C W \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ Sao^ xw CNm N W�wNmC:cc co cxuewwo� lti (t' :C; C': ','i Ci C'' 61 biN JM: iD%N N,J Cd Ci NNNNN� Pi C: Oi N: ri C :+i CJ Ci C'J C'i C': CJ 'Ce Cd ^i J DJ CJ C'i bi PJ CJ C'i Pi i J Oi ; CJ D: Ci CJ Cdsm TVJ J s Z -C �: Z 1J J 0 S z ` D. J Z 1 L i c C-LK J C) Z _ I"1 U Q n^ LW ':i J A V� rl M P X. Q ' ZZ-- : J - X- _ S\ C'-\Z W C W 0ii O"+"'1-� Q i zr -zz CCJ , z uC Z.W iil L.0 - _ _-O O!,l JLn �n r' _ ^J \ \ .� Q ") ;.r = '� _ _ G J F: i .L �i J L .-1 � �• C :i i 3 J a W J^ Z C u Z 3 X !_- '-I y\\' Z O _ \ Z 1 l., ,0_. C_ ,. h'! \ \ \ \ \ \ \ \ \ Z t u \ J M C ll -. t :J l-.t W _ — r J JJ '. _ _ \ +� Vl L J = y iL J J �..� L :� y J '1 J y ':J \ L� "n 1 C \ I C Z = i r-i _ .L J J \ \ \ \ \ — L W LI .Z Ci H J l l D 1 J i i i.l :.l - w Z "..: - x\ ti '..� ..l ... J_ :. C. .�. 3 J J r_ W C- _ J J 1' Q C :,l ''] ... .. N �l ... Ji �l 7 ..i 1. -1 V S \ C'I. \ \ \ \ \ \ '.�J ._ J r i - u.I r u C t C Z J J- .t C C C C< C C - ti f+ �r 1 .- J _. _ ._ Z J l —. _i J ..n, z 4 Q Z n •'1 l lr ..'J v �' z V L. ..J J Z z _z z z C F = LL Q _R r _ _ _. Q CL. w .� _. n W w L I J :I rJ L.1 .r 1J y J - _ _ .L .. L. it 1 L — u. i y li - � L: — _ _ L. ;:l � J .+ -- JJ -1 W J0 .. SJ U _ ..J .J _ _ _ - _ W J J J CJ J ... _ J _ - - J X C J 0 L: iC i 0^0000 CC OOO^O M O CJP hI C'J M O''1PJ','�^'\la Phi ' l 0O T O O OO O OOCC 0\l�0 0 0<PO F- a Li O O bi .^./ i1 sk i O 0 11 O O . O M r r MJ O T T I'i n D C T 1 0 Ul 0 0 -i . h1 u] a O C O 0-- O 0 0 c O DT '0 V) .'i CJ _I Z N CJ O P '� ^i L '^ i^ M 0• M M O '0 M vl M CO P '_C W a', 0 n r N O a' -0 CO P O 0 '1 < N O 0 CO 07 0:' O CO^u"J -+Cl <t1Nr"`I .+C Pr�C': CJ T 41 JiO*+v^�'J�-nv".9<ro W vCi h''0Li"': iZ •C '�ti t7 MH r .+ Q< P M 'I) �', LA M .+ ti y ., j'j 0 J -1 17 P N CI ll l:10 N Q f� u x N C O O < W L h W Z M O '•? O O 1+ M '_^. O M T C O ^ Ci - Li _ o a r1 c J r mf z — — a �z 1- L) Y J z r � W uQ C U'l _ c �' S L u LD F ¢ w Z cy i O �:£ CZI 1 :> Y -EZ- C Z z G LG Z W (P. Z ZG W W Q G G W Z cr - Le ZW N 0 1447 It 10 P <P 6i I.CL I^, r! riv;M KMMM M M M M M M J47 CC CCOOC OC P Q Z of CJ : i N C: CJ N P: CJ 61 1. N C'i N Ci N 3 W Cv « «<«« P P c P P P < \ W a s ON a T a a a a a a T a a T T CY lTi � tL N CV Q'. Ci Q'i QJ iL W IYJ Crv' Yi iil N l'i N ': i': Cl.,, J Ci Cd f•J C'i DJ bi C. Ci Ci OJ Ci IN C. N, N CJ CJ is Cl. u Q Gl1�VQ 7 11 J J Q 1 r J L K V J ,^ J 7 F n $ J i W M to V-:> z Z� ^E J z 1 W W W Q is iL i W iJ E J i W J J �rl Zr Q= Qu 3 LiD N a W 3 wu3 j OW1^mitt Zt OL Z 2L000Dit w Y im W Z J ❑ Z u7 O L* V O L0 0O 0 VIOill, <N00Q OMf" z .......... 0 fd P u1 M 0 u,) 0 M 10 L0 O P Q M 0 10 0 G fJ m D, 00 O.+O�tl�f M!�NpO N _;Z NMu7NNM0®ry(��fi C0 7 OPtM 0100 (f) to - O U C fl N .+ .+ M '0 47 NW H S W ii,JLL W a W U Z — Z Z W W W W �ZC4JZE L��Sr�OiWO O W W y 0 C 1: 1u.:•QL� J W f iL Q W ul 1 Ozz 7 rOJ La 0 r 0m0 F-0 0 4 cc 1:cr cc rp W (I - U a ~O Z Y W T � X 3 0 Q 0) i U W O ~ �-' ZJNJ L.11 coa 53333X DP in s I (� ZW MV0-0 NM D, i a0: 4100 10 u7N0 I it E M M M M M M M I tC 7 O O O 0 O O O i QZ 3 C1NN0: CJ ciN 1 P P< P P P C I it D. P P P 0.01 P I O W \ \ \ \ \ \ \ 1 J m m m m m m m I W'J1 N N N N N N N I ate+ CJNNNCJNN i {� I r n f1 S1' otjj' S -01 :, _ Z �. zzz x - .-. V 1 r �r n Z ' G\cI' � ZZ '" Sou u `_ �, - Z O Q X ii L Q Z x _ 1. J 'i :u T .=. .. G - Z) Li iy; G 1 _ iv ^ ��^. rrJ Ty -Z - rr r :. L'G LL L J Z ^ n .• J , 7 ,,n 1 . 3 L' 4 I '- ,r) J Jl 3 : -JZF Qc•J J3 L) :' :QG £'^. 1.- Z J:.J ..:L L^. \ ZZ Z.. __ - � .: ... W W J - L � � Z Z_ T> Q : i G _ J -i r� z � ..i 1 W �O W _ r W ,.: z a L _ it .r .r LL a a LL M YJ 47+ S V7 V. �O 0 VA 1 E �m �z LZj z z O .�LCMO Q01 0v00^0N0^ ONO, M10,--PO 0 N 0 M 0 0 ^0?^.-i CP i0 •i.O`C C•O OO D, O O m 1 0 • 0 10 r 0 0 0 11 O M 0 -T 0 0, M O W 00 M 0 0 0 1? M M N ,i O i`• r: 0 `C ui P O u7 0 .,' S) 10 10 `O a-O C � m i 1 *+ 'N li u. P ? J ^i v .w Cl 0 M Q `0 M ;Cl O •0 CO P _ ; J M it M �' i'1 C'1 M .� •y N J .-1 M rl rf z J Y W O ••+ "Jp�a O} ^Oil PO NO 0)^' •COO 00 idP 00 u?O'- 0 O LO 0M0G0 MOO ud Y UZ 0? �. CO .;rC} -••O;LO C�^J' :'�nC Ou'. O co M .T e- M 7 ei '� u� P rY M J `L W `G ;". M J: S ? :.^ ? M1 O 7 J, Lh F' :riLL c c [n TJ Z Z iJ r Z S W :_ Z z Q Lt CC v CL ;- Li z - :., Q L^. LP, i� Q u z Ln^, 3� G'SL L ZWG YJ z-o im LK uz rZ_W G6i-} i-O QLi Z O O`i Q L V H U) 7 W i N cr Z .i, It z c L .i LL L� :: Z N L: LU L_..?C!U ,. j 0 �.:3SQC EQ4 Q Cw SiS zLU h" P 0=r:0M IT _i Ic co purl M.0 OL,O P S L r >✓• .+ Te Ci C. Nit rl ii C{ n: F. ri F, N ii N O: r.; N its 2 oc 0000p gcpo p^000c ooc o 00 o ^i 0 Q Z Z ii Oi C'i i`: 61 C`i N Oi is N: Pi Cd ii Oi Cr' ii Pi ; J it Dl it N C: Ci it ii it 3 LL La. S "i QC QCCQQC Qv Q7 <vcc CC Q'QQ C CC QQ P P P P? PPP ? P P P P \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ it u7 'u�4?L7 .\. OO�L^G co co fi N,Ci' ul z Z 0Ci 0 0is 0— O O O O _ '+ -1 '+ f: CJ C-0 Pi Pi N ii CJ Ca Cc ; d fc d '\ Q 0 , \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ E ::i i i is ;'i D: it Pi it Ci r' N Cd Di C'e ; d O1 C: CJ C: r 6! d v GJ0C99 Z L?[0 7 ZM Z x Z ,iu u :. J z 2 Z.:. Z 1 6 a � 11Z2 Y N W 3 3C w S 1 S 1 LL - Zrli G J C i\\ -, j_ c M ms LW 7s um z7 Wz PP QC G O f G 10d000 G G G ^iO rMfJ M N0 L'.0 OC COO C Of<M1 d;)L]P <00L%3PMMN 0;] N^;+M 0 !- MrdNf 00 C CM. p.G rJ P PMd N0 00 d 000000 c 000 N10t NN rl 0<'0 )L):^ O d <N O L] N Z . . . . . . . . . . . . . LTMrJMM G p 00 G O d <NL! ri M M T NP «.0 �' L pQ Q +TdQ !N ].y^ 0 I.=0 ri N N N N Z p M M 0 pO O ti 4)4] OO M M04] M 0 41 4)0 p 1 u ? r:GYic O Nd 00 O aP-1 0G G Np ^ z .� �� z > LS Z❑ Cam_ JG .. • -- � .: W G `3 a.- p ur u J G GG iL W 1 c z7 c L;U .UJ U Uu i. G C6_ utiW H C W G Q6t '�pPC O! M< 0 d r N 0 LeM? 6 P P_PPO C O 00 00 0 CO- .Mi 0 0o00 c 0 0o co M M 00 00 cMM o.QM+ c. Of 6: r 1 rJ N ri rG N C. �J fJ rJ ri ..^d .. :. Yol C T Q<<< P TPP < P Q Q Q << Q 4 Q Q << Q Q< < P \; PP P PP'� TT P N Q' O O p..: � m pp ^Jp C O'\'J G S x \p'\S c r. N^i \�\� rin \\ r: - r,N rlr a D: rd : \ �\� \ ^+ ^J ^J fri N : N N :9 0 �j (111 11 11 1 r�, V V V l O rl E! Z Z z y ZZZ z Z .. O _ J' ' x L CZ Y - .� _. _, a -. JI w _. _. ..... �. _. _ w ......5 ... _. i Z _ - -� --- U L U--J. -f'i � - - a L ---------------------- y 7 z S — ul �I 5) P -1 aP;,; ... . . . . . <O N NPN G . v. . . . . 6. . . . . . . . . . . . . . . . . . . . .. N P •- «,-in O^ `.Pi A.� N ^�©u' ti ti N� CA OOP O O M N Jz •� <:y O M.A O. Q < � L 2 � r+ •y JW y �` ` C lJ r S LS cc S N'_ :i Gv �yJ C r w ZW Q PCP � O N CJ M S � � � M M M — K Z C O C .J C1 pl O C C O 3 CJ CA C! C: \ PPP <Q?< \ \ \ PPP P - Coxw \\\\ CA CA CA mmox G \ \\ h fV ;J fJ \ \ \ \ CA N N N J G�u1r1 z= Q ,J ZZ _ZS U L7 L.+0z L' C M< Z--\ J 7 w = _\ Z C J O 4 Q 7~ Ll L - i� iL J r O O C L9 o U i ri Z \ C 1 \ J J �i_ -✓ J4J '1 - G 7ZL,l.w rL )'JXSL=} Z _ Z Z JJ _T _ Z _ LL iJ J .. c Z _ OM ZC J Zn J \.+, \ 7 C L \\ \\ \ y•y uZ 7I0 J N L N J'.. C J S ^, 7L9 U '.. \ ._. .. •,� '-- S JJ �c L7 J ' Z S Z- J u 1 \ \ .. O L L Z w J Jl ui 7 L L E '1 L u .. :L 1Lcc r CG G Z _. G E CZZ TZ L�- - Q Q C zJ L S^ J' Z L ¢z zuc W ju Jv Z C Cu W S', 57 r_vJ uL L W �u UL z ^ wi cco oo oMo= <c7NOMcu OO OCGco MMdo a<dMd< -c ,A A)o'n . 7 dM PPC1oM. c •)O MdS dM<- J� o O^G'.+.:ar)o9. ^ui ui ,dn < <L). _dp dn.. .:: u) 0.7 :. i',d P adP� !➢c]d J Z n T 47 0�.d ^'DO Pv 000 OMON <.1] fl u7 ti O CA M Y L M1 OM1u] d0:+ti Oc G 4)u'.O n�M1 M, d P O 1� O < - 7z d OP^i A fi Onn p00 "^per. M�')C M T O C M1^•1 .r W: r, �: a rJ d ? r. , � .. n z Ci n N a o , J - �t C Z 3 O Z J > W V � n Z (A 2S- w Z- I Z J U• 2 L7 - y — y: Z w J i - W Y3 JO L'< zz y Z Q u G ZOr AGO Y 1?NY _ _ OJ.- C Lir - - H 1 z Q w G C C w Z c \= Y LL Z Z ]: "r^ S Z:v 7 a U, J �. Quo' r+ r. G 7 L L C Giu y F, - C -� Q L ZZZ ZLiu` LL -� LL L' W L'1 L^. L^Ci e. L; „v F H J i H fL Z w < d M1.^, P n N M c :Y7 d U "• O nCl M<b) d i O 0, r., CA D: ^:MM MM M M M « « « < < '] r,, V, KL M M MM MMM rrl MM : M MMMMm M M M M f,, M N: iL - O O O O O O C O C 0 0 0 0000000 O O Q C 00 C < Q$ ;J NNCi nN C: NrJ N:'I N CJ CA CI C. C:NCJ N Cr' N C, C: C, F• P 3 S < < < < < < < < < < < < < < < < < < < < < < < < < < P PPP P a P P P PPP a P P P P P P P p P a P P P .. \ \ \ \ \ \ \ ♦ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ - C m[b6 SL"O m Ci Ot7C L^mG U^ INC CD m S SCO 6 W ri CA Ca .: C; ;. N Cl f�: C: N"' - ! C, '1 N NN ^; N r: 'i D: IN C, N Ci r H \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ _ a C. AN c: .J rJ r:^- IN CA rA .^.: ry Y: •�J ::NNN ^d :: rJ rJ tiy` GJi;I`J� 3 » , Z ZG ZCoZZ L Z Z" L Z Z Z Jl G W w C _" _ Z ' Zi J .. w i r W'V M w Q '-=CW Z L ILL C J J T J \ C J J J ¢ J J ¢Z Z 3W fy r. y-..c W 3 ' JU 0 'DZ L. C o S __ i .f1 LL J S Li bi ii It t W J Z wz P O',', oP000, o s] d < o000o Oc N-:dr! d000000000, P 0 0 m r: n P O M r a m o o c 0 rom a C arid mn'.]ui l,'i !n < no ors'oori !-dn,u >iNOry c 0rin 0ro P'^' c1; m-N!' S .+ rl .+ .+Md C nvoc c M1d00CI C Mafi .: '! M Z r Y x x x x x 0.+0 r 0.0 dd « O mm d 0 �;a s]aoMrr+ rr aP mm 0 �]:] dO Y LF U Z � i.. lra .. Mdr r• oC w e] ma L Q rid riM rl ri oe c< w - s 3 eW ` I. „i z - - - _ _ - -m 3'-_ Z JZ L � � W J'•.�.. L L J4. 2z z C ;J i _ zZGis w N z z L" '1 w Z 7_ :3 z Z Q Y ui .I Q n I f Y J c r� 4: ^- G m L Z J 0u O U z z c N m 6 :LZ_ SU NLL Zr. riZ iLZ 3 Xw is C C W 0 N U4EC C - 11 ZC Z t QQ Jr: Z- �Wi u -- z W W 4' CL JX -w J 3 3 3 3 X P Z El ci W N c C au W Z C a ,a t tX Z W J NQ Z C' r Z P< QG 000nNIDuQ J MQ x M <C rm M. Mil000 M= G N Mc ,. r M X- C O C O O C O C LL c O C C C O C 00 0 0 O O C C O c- < 62 N C. is rI fi Cl r: r LL r: N Y N 3 S U U C C \ � Z Z L G W w N \ < ! < I < I C. < < 3 < < C C.i 6 P i Q P P P P \ \ \ \ \ \ \ \ \ I \ i U \ \ \ \ m m m m m m m w rlc ra r:rvr N L i I N N I c - ¢ aN c NNr.r.rr.r+I a o:! m ray M GG01J3 IT LW 7 S zL Z - wz ] O0C Owl li 4] uCC 0000 N •'I f1 N M 0 0 0 0 N C 0 0 0 000r ^10004] c.^ir3 ¢•i o mT rac.yC �]NM PN 4`4]4]N;]C PrlO aNdr�N Nrlo <0 P M P <+P x x x x x Or d 4]N dr O OD 5141 G MN r4 ^ P d O < G G P M =` p Z s it r M O P P i � G GGO1J4 r � u�i a uri 11 fy�Vl p (ryryryy YmI II p ig m O 11 11 II � 11 11 II r II 11 II II 11 11 II 11 f/) ZaH R Q> co iTT Z Z }LL LL N r F U a Z < 00 pZ 7 O w ad oo o O J Y@q1cra Oa Oa O 00010 5 N r TdT41*Paw AGENDA CATEGORY: COUNCEL/RDA MEETING DATE: January 3, 1995 ITEM TTTLE: Consideration of a Resolution of the City Council of the City of La Quinta consenting to and calling for a joint public hearing on the Proposed Redevelopment Plan for the La Quints Redevelopment Project as amended by Amendment No. I RECOMMENDATION: BUSINESS SESSION: _ CONSENT CALENDAR: eZ STUDY SESSION: PUBLIC HEARING: Adopt Resolution 95- consenting to and calling for a joint public hearing on the proposed Redevelopment Plan for the La Quinta Redevelopment Project as amended by Amendment No. 1 (the "Amendment"). FISCAL IMPLICATIONS: Adoption of the resolution will initiate proceedings to publish and transmit the notice of joint public hearing. The total cost associated with these activities are estimated to be $9,000. This entire amount will be funded from the 1994-95 Agency budget for consultant services. BACKGROUND AND OVERVIEW: Pursuant to Section 33355 of the California Community Redevelopment Law (the "Law"), a joint Agency/City Council public hearing must be convened with respect to the Amendment. As set forth in the Law, the Agency and City Council are required to adopt the attached resolution setting the date and time of the joint public hearing to consider the Amendment and the pertaining documents and evidence. FINDINGS AND ALTERNATIVES: Presently, Agency staff and consultants are completing the preparation of the necessary documents needed for the joint public hearing. These documents are anticipated to be completed and available for public review in the next 30 days; therefore, Agency staff proposes that the joint public hearing be scheduled for the Agency/City Council regular meeting on Tuesday, February 21, 1995, at 7:00 p.m., in the City Council chambers. The Law requires that the Agency transmit a copy of the notice of the joint public hearing to all property owners, residential tenants, business owners, and existing community organizations via first-class mail no later than 30 days prior to the public hearing. In addition, the joint public hearing notice needs to be published for four successive weeks in a newspaper of general circulation (i.e., the Desert Sun). The attached resolution provides the Council's consent to the joint public hearing, and requests that the City Council formally set the date and time of the joint public hearing. Further, the resolution authorizes staff to proceed with the necessary activities to prepare, publish, and mail the joint public hearing notice. 000106 erM nm The options available to the City Council are as follows: 1. To approve as recommended. 2. To not approve as recommended; thus, suspending any progress on the proposed Amendment. n u� e Hen n / C mmuni Development Director G0107 CCIH.007 RESOLUTION 95- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA QUINTA CONSENTING TO AND CALLING FOR A JOINT PUBLIC HEARING ON THE PROPOSED REDEVELOPMENT PLAN FOR THE LA QUINTA REDEVELOPMENT PROJECT AS AMENDED BY AMENDMENT NO. 1 WHEREAS, the City Council of the City of La Quinta, California (the "City Council") did duly pass and adopt Ordinance 43 on November 29, 1993, and did thereby adopt and approve the Redevelopment Plan for the La Quinta Redevelopment Project (the "Redevelopment Plan"); and, WHEREAS, the City Council did duly pass and adopt Ordinance 258 on December 20, 1994, and did thereby revise certain time limitations set forth in the Redevelopment Plan in compliance with Section 33333.6 of the Community Redevelopment Law, California Health and Safety Code Sections 33000, et seq. (the "Community Redevelopment Law"); and, WHEREAS, the La Quinta Redevelopment Agency (the "Agency") has undertaken the required steps for the consideration of the adoption of a proposed amendment ("Amendment No. 1 ") to the Redevelopment Plan; and, WHEREAS, a draft Redevelopment Plan for the La Quinta Redevelopment Project as amended by Amendment No. 1 (the "Amended Redevelopment Plan") has been prepared in accordance with the provisions of the Community Redevelopment Law; and, WHEREAS, pursuant to Sections 33355 of the Community Redevelopment Law, a joint public hearing on the proposed Amendment No. 1 may be held with the consent of the Agency and the City Council. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of La Quinta, California as follows: SECTION 1. The City Council hereby consents to, and, calls for a joint public hearing of the Agency and the City Council to consider the Amended Redevelopment Plan. The time and date of such joint public hearing shall be Tuesday, February 21, 1995, at 7:00 P.M. or as soon thereafter as may be heard, in the City Council Chambers. SECTION 2. The City Clerk of the City of La Quinta is hereby authorized and directed to, in cooperation with the Agency's Executive Director, prepare, publish, and mail such notices and documents, and do all other acts as may be necessary to carry out the purposes of this resolution. 0� 103 Resolution 95- SECTION 3. The City Clerk of the City of La Quinta, California shall certify to the adoption of this Resolution. PASSED, APPROVED and ADOPTED at a regular meeting of the City Council of the City of La Quinta held the day of 1995, by the following vote, to wit: AYES: NOES: ABSENT: ABSTAIN: JOHN PENA, Mayor City of La Quinta, California ATTEST: SAUNDRA L. JUHOLA, City Clerk City of La Quinta, California APPROVED AS TO FORM: DAWN HONEYWELL, City Attorney City of La Quinta, California MOCC.150 OGO100 Tity4 Qu&to AGENDA CATEGORY: COUNCILIRDA MEETING DATE: Date: January 3, 1995 ITEM T ME: Approval of Parcel Map 27131 - Dutch Parent N.V a Netherlands Antilles Corporation BUSINESS SESSION: CONSENT CALENDAR: 3 STUDY SESSION: PUBLIC HEARING: RECOMMENDATION: Approve Parcel Map 27131 and accept all rights of way, easements and access rights dedicated thereon. FISCAL E"LICATIONS: None. BACKGROUND AND OVERVIEW: This property is located on the northeast corner of the Washington/Fred Waring intersection (Attachment 0. Processed in 1992 with Tom Thornburgh as the owner's representative, the map provides for commercial development along Washington Street and a residential area to the east. FINDINGS AND ALTERNATIVES: Improvements were not required as conditions of approval for this map. Improvements will be required as conditions of development of the individual parcels. The map provides right of way and easements needed for street and utility improvements along Washington Street and Fred Waring Drive. Alternatives are: 1. Approve the parcel map and accept the rights of way, easements and access rights granted thereon. 2. Deny approval of the map based on a finding that the final map does not substantially comply with the tentative map. David M. FB/tb 090110 a m 4 N ' e e_ N E 7 � CL N BC N 1y t ti ply I •1 f GI 1 1 1 I I I 1 I 1 1 I 1 I 1 I I 1 1 1 1 1 1 1 I T-itit4 49&ro AGENDA CATEGORY: COUNCIL/RDA MEETING DATE: January 3, 1995 BUSINESS SESSION: CONSENT CALENDAR: ]ITEM TITLE: STUDY SESSION: Approval and Authorization to Sign a City of La Quints - CVAG Reimbursement Agreement Regarding Small Project PUBLIC HEARING Funds For Improvements to the Intersection of Fred Waring Drive and Washington Street. RECOMMENDATION: Approve and authorize the Mayor to sign a City of La Quinta - CVAG Reimbursement Agreement regarding Small Project Funds for improvements to the intersection of Fred Waring Drive and Washington Street. FISCAL IMPLICATIONS: The City of La Quinta, through a Cooperative Agreement with the County of Riverside, is responsible for $105,000 of the $189,000 in improvement costs. On February 1, 1994, the City Council approved $55,000 of RDA - PA2 Funds for this Project. Funds have been reserved for this Project. The remaining $50,000 in funding necessary to complete the City's responsibility for this project is to come from CVAG Small Project Funds. BACKGROUND AND OVERVIEW In the fall of 1992, the Riverside County Transportation Department advised City staff that it had been directed by the County Board of Supervisors to coordinate and administer a multi jurisdictional effort to widen Fred Waring Drive from Cook Street to 1,000 feet east of Washington Street. The agencies involved in the effort include Palm Desert, Indian Wells, La Quinta and the County. The goal is to implement four lanes of through traffic plus a turning lane at each intersection within the subject limits. The proposed improvements within the La Quinta city limits include intersection widening and associated signal work at the Fred Waring Drive/Washington Street intersection, plus minor widening east of the intersection for approximately 1,000 feet. The County is separately coordinating the improvements in the affected jurisdictions through cooperative agreements. On February 1, 1994, the City Council authorized the Mayor to execute a Cooperative Agreement for the design and construction of roadway widening and restriping improvements to portions of Fred Waring Drive and traffic signal modifications at the intersection of Washington Street and Fred Waring. The City Council also directed staff to make application to CVAG for $50,000 of Small Project Funds for this Project. On July 12, 1994, an application was submitted to CVAG for Small Project Funds for this Project. CVAG approved the City's application for Small Project Funds for this Project on September26, 1994. 000112 To proceed with the construction of this Project, the City must secure CVAG Small Project Funds. To do so requires the execution of the City of La Quinta - CVAG Reimbursement Agreement. Should the City Council approve the Agreement January 3, 1995, construction would begin January 18, 1995 and be completed by April 1, 1995. The City's share of costs for roadway improvements at the intersection of Fred Waring Drive and Washington Street are $105,000, as outlined in a Cooperative Agreement with the County of Riverside. $55,000'in RDA-PA2 funds have been approved and reserved for this project. The remaining funds are to come from CVAG Small Project Funds. Therefore, the following alternatives are available for consideration: Approve and authorize the Mayor to execute a reimbursement agreement with CVAG for Small Project Funds. Approving the agreement would allow the City to receive the remaining funds necessary to complete its portion of improvement costs as required by the Cooperative Agreement dated April 19, 1994, with Riverside County. 2. Do not approve the reimbursement agreement with CVAG for Small Project Funds. Not approving the agreement would require the City to find funding for this project from David M. Cosper, motor of Public Works/City Engineer 00,0113 A CITY OF LA QUINTA - CVAG REIMBURSEMENT AGREEMENT "SMALL PROJECTS FUND - FRED WARING DRIVE, CALIFORNIA STREET TO 1,000' EAST OF WASHINGTON" THIS AGREEMENT is made and entered into this day of , 19_, by and between City of La Quinta ("Agency"), and the Coachella Valley Association of Governments, a California joint powers agency, ("CVAG"), and is made with reference to the following background facts and circumstances: The "Coachella Valley Area Transportation Study", a valley -wide study prepared under the auspices of CVAG, has identified various transportation and highway projects throughout the Coachella Valley to be projects of regional importance; and Approval of a highway financing measure by the voters of Riverside County in November of 1988 has created a source of funds with which to construct such projects; and CVAG and its member agencies have adopted a Transportation Uniform Mitigation Fee ("TUMF"), the proceeds from which are also intended to find the construction of such regional projects; and CVAG by agreement with its member agencies and with the Riverside County Transportation Commission ("RCTC"), has been designated as the agency through which such funds are to be conveyed and disbursed for the purpose of completing said regional transportation projects; and Under CVAG's customary method of funding eligible projects with member jurisdictions, a jurisdiction pays one-half of the applicable costs (the "Jurisdiction One -Halt") and CVAG pays the other one-half (the "CVAG One -Half"). Historically, the CVAG One -Half has been paid after project completion as a reimbursement to the jurisdiction (the "Reimbursement Policy.") This project is eligible for funding through the Small Projects Fund (SPF). CVAG will provide funds to Agency for such project in an amount not to exceed 50% of actual project costs or a maximum of $50,000, whichever is lesser. To qualify for reimbursement from the Small Projects Fund, Rigbt-of-Way Acquisition, Design and Engineering must be completed and the project ready for award of construction. SPF is not available for Right -of -Way Acquisition, Design, or Engineering. EXCEPTION: ENGINEERING DESIGN work may qualify under the following conditions: (a) Construction work begins 90 days from design completion; (b) Design services are consultant (in-house design does not qualify); (c) Total cost to CVAG - up to $50,000 or 50% (which ever is less). cnauu: r.o swr r.R r G"i^111 a Agency desires to proceed with a project known as "Fred Waring Drive, California Street to 1000' East of Washington (the "Project"). This project is located on the Regional Arterial System. improvements will include roadway widening, striping removal, re -striping and signal modification. The estimated cost of the total Project is $189,000, The City of La Quanta's proportionate share of project costs Is $105,000. Agency agrees to submit only those costs for reimbursement which are eligible under CVAG's reimbursement policies as outlined in Section IV, "Cost Determination/Expense Eligibility" of CVAG's Policies and Procedures Manual. NOW, THEREFORE, in consideration of the mutual covenants and subject to the conditions contained herein, the parties do agree as follows: 1. The program embodied in this agreement shall apply only to those regional arterial projects that have heretofore been identified in the CVAG 1994 updated list of projects. The Project is one of those projects and is therefore eligible. 2. The Project is generally described as and consists of the following: "Fred Waring Drive, California Strect to 1000' East of Washington" (pMleet T)cccriptinn)- These services will hereinafter be referred to as the "Project". 3. The scope of work of the Project is more particularly described in Exhibit "A", entitled "Scope of Servirea - "Fred Warring Drive, California Street in 1000' Fad of WashmgW attached hereto and made a part hereof. The cost estimate for the Project is more particularly described in Exhibit "B" - "Estimate of Cost", attached hereto and made a part hereof. The cost estimate includes a calculation intended to allow Agency to recover an amount representing the time of its employed staff in working on the Project as well as amount Agency shall pay to outside contractors in connection with the Project. The amount of the Jurisdiction Ore -Half and the CVAG One -Half shall be calculated by reference to the cost estimates as shown on Exhibit B unless amended pursuant to the provisions of Paragraph 5. Exhibit "C" is the "Project Schedule". 4. It is the agreement between CVAG and Agency that of the total cost of the City of La Quints's share of the Project of $105,000- , Agency shall pay its Jurisdiction One -Half and CVAG shall pay its CVAG One -Half. CVAG's share of fining for this project shall be 50% of actual costs or $50,000, whichever is lesser. 4.1 Reimbursements shall be made upon presentation to CVAG of statements from Agency, certifying by Project its costs, an enclosing therewith copies of contractor's invoices, evidence. of payment, an such other information an records as may be required by CVAG to verify costs, provided however, that such reimbursements shall be made to Agency no more frequently than monthly. Agency shall submit a Project Completion Report to CVAG. 5. Prior to payment of any fual reimbursement to Agency by CVAG, a final report shall be submitted to CVAG by Agency containing a word of all payments made for said Construction and the source of funds of all such payments, together with a record of all change orders, cost over -runs, and other expenses incurred, an final payment will thereafter be paid by CVAG in accordance with its rules an regulations an policies concerning Project Cost Determination an Expense Eligibility. CMUMM LQ 9"1 Pie 2 G C"+ 1 J 6. The parties agree that should unforeseen circumstances arise which result in new work not covered in Exhibit A or an increase of any costs over those shown in Exhibit B, CVAG will in good faith consider an amendment to this agreement to include any such costs under this agreement so as to provide thereby for further advance to be made on account thereof. 7. Agency agrees to keep all Project contracts and records for a period of not less than three years from the date a notice of completion is filed by the Agency on such Project, or if the Project is not one as to which a notice of completion would normally be recorded, for three years from the date of completion. Agency further agrees that all such files and records will be trade available to CVAG upon its reasonable request. B. It is the intent of the Agency and CVAG that the Project be represented as being funded by Measure "A"/TUMF funds. All project public notices, news releases, and documents should indicate the Project is being cooperatively developed by the Agency, RCTC, and CVAG using Measure "A"/TUMF funds. Prior to initiation of on -site construction, Agency agrees to provide at least one "Project Sign" to be placed in a safe and visible location near the site of construction so that all travelers passing the location have the opportunity to observe who the agencies are that are providing funds for the construction of the project. Exhibit "D" - "Project Sign", provides a guide for Project Sign format. 9. This agreement is for funding purposes only and nothing herein shall be construed so as to constitute CVAG as a party to the construction or ownership of the Project or to make it as a partner or joint venturer with Agency as to the Project. The Agency shall assume the defense of, indemnify and hold harmless CVAG, its member agencies and their respective officers and employees, and each and every one of them, from and against all actions, damages, claims, losses and expenses of every type and description to which they may be subjected or put, by reason of, or resulting from, the actions or inactions of the Agency taken in the performance of the Agreement or any agreement entered into by Agency with reference to the Project. CVAG shall assume the defense of, indemnify and hold harmless the Agency, its officers, employees, and agents, and each of them, from and against all actions, damages, claims, losses, and expenses of every type and descriptions to which they may be subjected or put, by reason of, or resulting from, the actions of CVAG taken in the performance of the Agreement. 10. Any dispute concerning a question of fact arising under this contract that is not disposed of by agreement shall first be decided by the CVAG Executive Director or designee, who may consider written or verbal evidence submitted by agency. This decision shall be issued in writing. However, no action in accordance with this Section shall in any way limit either party's rights and remedies through actions in a Court of Law with appropriate jurisdiction. Neither the pendency of dispute nor its consideration by CVAG will excuse Agency from full and timely performance in accordance with the terms of this contract. Conuut LQ 9401 Page 3 Ci (/ " 11 G 5 11. The Scope of Work shall be subject to changes, for the purpose of CVAG reimbursement,.by additions, deletions, or revisions by agreement between Agency and CVAG if such changes are in accordance with the policies, procedures, and cost determinationtexpense eligibility criteria adopted by CVAG. 12. Any agency receiving federal funds must have an approved Disadvantaged program. All recipients of Federal Highway Administration (FHWA) funds must carry out the provisions of Part 23, title 49 of the Code of Federal Regulations (CFR) which established the Federal Department of Transportation's policy supporting the fullest possible participation of firms owned and controlled by minorities and women in the Department of Transportation programs. 13. All notices or other communications required or permitted hereunder shall be in writing and shall be either personally delivered (which shall include delivery by means of professional overnight courier service which confnms receipt in writing (such as Federal Express or UPS)), sent by telecopier or telefacsimile ("FAX") machine capable of confirming transmission and receipt, or sent by certified or registered mail, return receipt requested, postage prepaid to the following parties at the following addresses or numbers: If to Agency: City of La Quints 78.495 Calle Tampico La Quints, CA 92253 Attn: City Manager Telephone: (619) 777-7000 FAX No.: (619) 777-7101 If to CVAG: CVAG 73-710 Fred Waring Drive Coachella, CA 92260 Attn: Director of Transportation Telephone: (619) 346-1127 FAX No.: (619) 340-5949 Notices sent in accordance with this paragraph shall be deemed delivered upon the next business day following the: (i) date of delivery as indicated on the written confirmation of delivery (if sent by overnight courier service); (ii) the date of actual receipt (if personally delivered by other means); (iii) date of transmission (if sent by telecopier or facsimile machine), or; (iv) the date of delivery as indicated on the return receipt if sent by certified or registered mail, return receipt requested. Notice of change of address shall be given by written notice in the manner detailed in this paragraph. 14. This agreement and the exhibits herein contain the entire agreement between the parties, and is intended by the parties to completely state the agreement in full. Any agreement or representation respecting the matters dealt with herein or the duties of any parry in relation thereto, not expressly set forth in this agreement, is null and void. 600111 Comet LQ 9"1 Page 4 15. If any term, provision, condition, or covenant of this agreement, or the application thereof to any party or circumstance, shall to any extent be held invalid or unenforceable, the remainder of the instrument, or the application of such term, provision, condition or covenant to persons or circtunstances other than those as to whom or which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this agreement shall be valid and enforceable to the fullest extent permitted by law. 16. In the event either party hereto brings an action or proceeding for a declaration of the rights of the parties, for injunctive relief, for an alleged breach or default, or any other actions arising out of this agreement, or the transactions contemplated hereby, the prevailing party in any such action shall be entitled to an award of actual attorneys' fees and costs incurred in such action or proceeding, without regard to any rule of court or schedule of such fees maintained by the court, in addition to any other damages or relief awarded, regardless of whether such action proceeds to final judgment. 17. This agreement may be executed in one or more counterparts and when a counterpart shall have been signed by each party hereto, each shall be deemed an original, but all of which constitute one and the same instrument. IN WITNESS WHEREOF, the parties hereto has caused this agreement to be executed by their duly authorized representatives on this date: All T: By: Tom Genovese, City Manager By: Patricia "Corky" Larson, Executive Director AGENCY: CITY OF LA QUINTA By: John Pena, Mayor CVAG By: Deyna Hodges, Chairwoman Cow= LQ 94-01 Page 5 41F i t SCOPE OF SERVICES "SMALL PROJECTS FUND - FRED WARING DRIVE, CALIFORNIA STREET TO 1,000' EAST OF WASHINGTON" This project is a joint project sponsored by the County of Riverside and the City of La Quinta entitled, Fred Waring Drive Widening and Restriping. The project involves street and intersection widening, and a reconfiguration of the striping layout to achieve four lanes of through traffic within the project limits. More specifically, this project will include Roadway Widening, Striping Removal, Re -striping and Signal Modification. Cow= LQ swt pue 6 G. G 0119 0 EXHIBIT B ESTIMATE OF COST "SMALL PROJECTS FUND - FRED WARING DRIVE, CALIFORNIA STREET TO 19000' EAST OF WASHINGTON" (FROM ESTIMATE PROVIDED BY CITY OF LA QUINTA) QUANTITY 11N1T 1 LS ITEM Striping Removal PRICE $5,000 AMOiTNT $5,000 1 LS Re -Striping 2,000 2,000 1 LS Roadway Widening W000 66,000 1 LS Signal Modification 32,000 32,000 1 LS Contingency 0 Total Project Costs, Not to Exceed: CVAG's Share, Not to Exceed: Coubwt LQ9401 Page 0001.t0 EXHIBIT "C" PROJECT SCHEDULE "SMALL PROJECTS FUND - FRED WARING DRIVE, CALIFORNIA STREET TO 1,000' EAST OF WASHINGTON" Design Award of Contract Start Construction Project Completion Conn= LQ 9"1 February 9, 1994 October 18, 1994 January 18, 1995 PW 8 April 1, 1995 000,121 1 A E3MBIT "D° "PROJECT SIGN" "SMALL PROJECTS FUND - FRED WARING DRIVE, CALIFORNIA STREET TO 1,000' EAST OF WASIIINGTON" "FRED WARING DRIVE, CALIFORNIA STREET TO 1,000- EAST OF WASHINGTON FUNDS FOR THIS PROJECT PROVIDED BY RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" 1/2 CENT SALES TAX COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS TRANSPORTATION UNIFORM MITIGATION FEE CITY OF LA QUINTA COUNTY OF RIVERSIDE TOTAL $ X,XXX,XXX X,XXX,XXX Other information such as the City Logo and/or Measure "A" Funds Logo, is encouraged. Coma= LQ Wl Page 9 CAwp60\reimblagNgspA= OH12^ 41 Tw�v44Q" AGENDA CATEGORY: COUNCIL/RDA MEETING DATE: ITEM TrILE: Transmittal of Revenue and Expenditures Receive and File %: CWucl1 1 January 3, 1995 BUSINESS SESSION: CONSENT CALENDAR: STUDY SESSION: PUBLIC HEARING: Qgp± • Rem f -1 Transmittal of the November 30, 1994 Statement of Revenue and Expenditures for the City of La Quinta. Thomas P. Genovese, City Manager 000123 CITY OF LA QUINTA 07MI194-11/30,%4 GENERAL FUND REVENUES DETAIL REMAINING % RECEIVED BUDGET BUDGET RECEIVED TAXES: Property Tax 7,377.47 350,000.00 342,622.53 2.11% No Low lax distribution 279,867.00 0.00 (Z79,W7.00) N/A Trenslent Occupancy Tax 228,949.02 2,262,700.00 2,033,75D.98 10.12% Franchise Tax 57,157.69 261,70D.00 204,542.31 21.84% Document Transfer Tax 24.223.14 9D,000.00 65,776.86 26.91% Saks Tax 369,512.06 1,272,700.00 903,187.94 29.03% TOTALTAXES 967.086.38 4,237,100.00 3,270,013.62 22.82% LICENSE 6 PERMITS Business License 10,048.50 B5,000.00 66,951.50 21.23% Animal License 2,976.20 4,9W.W 1,923.80 60.74% Building Permits 227,528.75 303,SW.W 75,971.25 74.97% Plumbing Permits 43,685.48 60,700.00 17,014.52 71.97% Electrical Permits 43,063.94 51,600.00 8,536.D8 B3.46% Mechanical Permits 19,811.75 25,400.00 5,588.25 78.00% Encroachment Permits 37.139.11 80,700.00 43,560.89 46,02% Misc. Permits 7655.00 15,000.00 734500 51.03% TOTAL LICENSE & PERMITS 399,908.73 M.800.00 226,891.27 63.80% FEES: Engineering 1,640.91 6,700.00 5,069.09 24.49% Planning 8 Zoning- 58,530.33 53,70D.00 (4,830.33) 109.00% Plan Check 185,433.05 213,WD.00 28,366.95 86.73% Animal Impound Fees _ 230.00 1100.00 87000 2091% TOTALFEES 245,834.29 275,300.00 29,465.71 89.30% INTERGOVERNMENTAL Motor Vehicle In Lleu 2W,615.66 539,400.00 338,784.34 37.19% Off Hwy Vehicle License 0.00 250.00 250.00 O.W% Motor Vehicle Code Fines 917.64 3,600.00 2,682.36 25.49% Perking Violations 8,161.47 10,000.00 1,BW.53 81.61% Misc Fines 1,124.13 5,500.00 4,375.87 20.44% AB939 11,954.59 84,400.00 7244541 1416% TOTAL INTERGOVERNMENTAL 222,773.49 643,150.00 420,378.51 34.64% INTEREST 239,244.03 392,700.00 153,455.97 60.92% MISCELLANEOUS (') 74,533.87 116,750.00 42,216.13 03,84% DEVELOPER AGREEMENTS 0.00 40,000.00 4000000 000% TOTAL GENERAL FUND 2,14938079 63319W.00 4.182.419.21 33.95% 0 Reference breakdown of consolidated revenue Ilse items on next page 000124 2 GENERAL FUND 07101/04 411301" CONSOLIDATED MISC. REVENUE REMAINING % RECEIVED BUDGET BUDGET RECEIVED MISCELLANEOUS REVENUE: 1.110tion Settlement Revenue 56,456.99 0.00 (56,456.99) NIA Sale maps/pubs; 717.25 8,000.00 7,282.75 8.97% Lot Abatement 375.00 19,600.00 19,225.00 1.91 % KcIsline Contribution 0.00 17,500.00 17,500.00 0.00% Otter (mist rev) 11,458.96 7,830.00 (3,628.96) 146.35% Cash Over/Short (75.36) 0.00 75.36 NIA Arts In Public Places Admin. Fee 0.00 6,000.00 6,000.00 ODD% Grant Damage Reimbursement (87.60) 0.00 87.60 N/A Senior Center Revenue 2,118.53 6,800.00 0,651.47 24.07% Adult So86all 0.00 7,800.00 7,80D.00 0-00% Adua Volleyball 0.00 1.200.00 1,200.00 0.00% Leisure Classes 3,504.90 2.100.00 (1,404.90) 166.9D% Adua Basketball 0.00 2,970.00 2,970.00 0.0D% Youth Basketball 0.00 1,100.00 1,100.00 0.00% Adult Soccer 0.00 2.200.00 2,200.00 0.00% Adult In Line Skate Hockey 0.00 840.00 840.00 0.00% Youth In Une Skate Hockey 0.00 1,250.00 1,260.00 0.00% Acquatlos Program 0.00 22.0D0.00 22,00DW 0.00% Fritz Bums Park 65.20 300.00 234.80 21.73% Sunshine Theater 0.00 450.00 450.00 0.00% CMc Concert Sense 0.00 5,000.00 5,0D0.00 0.00% Explorer Club Dw 1,500.00 1,500.00 0.00% Sports Complex 0.00 300.00 300.00 0.00% TOTAL MISCELLANEOUS 7453387 116,750.00 4221613 63.84% or, r 12 - 3 Cm OF LA GUNTA 071011$4.11180I04 ALL OTHER FUNDS REVENUE DETAIL REMAINING % RECEIVED BUDGET BUDGET RECEIVED GAS TAX REVENUE: Section 2105 31,152.36 87,800.00 56,647.64 35.48% Section 2106 22,654.37 70,10DDO 47,445.63 32.32% Section 2107 42,338.78 129,SM.00 87,261.22 32.67% Section 2107.5 4,000.00 4,000.00 0.00 100.00% Interest _ (37.29) 0.00 37.29 NIA TOTAL GAS TAX 10010822 291.5W.00 191,39118 34.34% COMMUNITY SERVICES PROJECT REVENUE: Interest 23,333.39 32,460.00 9,116.61 71.91% TOTAL COMMUNITY PROJECT 23333.39 32460.00 9,116.61 71.91% FEDERAL ASSISTANCE REVENUE: FEMA Revenue 211.29 0.00 (211.29) NIA CDBG Grant 96,977.68 100688.00 3,710.32 96.32% TOTAL FEDERAL ASSISTANCE 9718897 10068800 3499.03 96.52% LIGHTING & LANDSCAPING REVENUE: Assessment (7.26) 826,546.00 826,552.26 -0.00% Interest 42.65 0.00 (42.65) NIA Insurance Proceeds 5 538.50 0.00 (5,536.50) WA TOTAL LIGHTING& LANDSCAPING 5571.89 826545.00 820973.11 0.670A QUIMBY REVENUE: Ouirnby Fees 5,200.00 90,000.00 84,800.00 5.78% Interest 2818.09 1,800.00 (1018.09) 156.56% TOTAL OUIMBY 801809 91800.00 83781.911 8.73% INFRASTRUCTURE REVENUE: Infrastructure Fee 758,275.37 735,000.00 (23,275.37) 103.17% Interest 44283.64 26600.00 (17,683.64) 186.48% TOTAL INFRASTRUCTURE 80255901 761.60000 (40959011 10538% CAPITAL IMPROVEMENT FUND: CVAG-Wash. St. Bridge Widening 0.00 439,618.00 439,618.00 0.0D% CVAG-WastVTampioo Signal 0.00 0.00 0.00 NIA CVWD-PhaseV 0.00 0.00 0.00 NIA CVWD-Celle Tampico 0.00 228,854.00 228,854.00 0.00% CVWD-Wash. St. Bridge Widening 439,61&00 0.00 (439.015.00) NIA Developer -Wash. St. Improvernem 0.00 105,000.00 105,000.00 0.00% Developer-WasNTampico Signal 0.00 0.00 0.00 WA City of lndio-Wes(ward Ho 26,298.48 19,000.00 (7,298.48) 138,41% RCTC-Wash. St. Bridge Widening O.OD 45,7% 0 45,760.00 ODD% SB300-Ca1N Tampco 0.00 0.00 0.00 WA SB30D-Phase V 0.00 0.00 0.00 NIA SB300-Wash. St. Bridge Widening 0.00 0.00 0.00 NIA S0300-Wash. St. Improvement 0.00 55,0DO.00 55,000.00 0.00% SB300-EisenhovvarlAve 50 0.00 0.00 0.00 WA Tramfem in From Other Funds 1387792.21 0.00 (1387792.21) WA TOTAL CAPITAL IMPROVEMENT FUND 1853708.69 893232.00 (960476.69) 207.53% GUij a CITY OF LA QUINTA ALL OTHER FUNDS REVENUE DETAIL (continued) VILLAGE PARKING REVENUE: VII"e Pardng Lien Fees Interest TOTAL VILLAGE PARKING ARTS IN PU13UC PLACES REVENUE: 07101/94-11IM0194 REMAINING % RECEIVED BUDGET BUDGET RECEIVED 0.00 0.00 0.00 NIA 344.55 1,500.00 1.155.45 22.97% 34455 1500.00 1155.45 22.97% Arts in Public Places Deposits 31,789.53 45,300.00 13,510.47 70.18% Interest 3,066.38 3,300.00 233.62 92.92% TOTAL ARTS IN PUBLIC PLACES _ 34,85591 4860000 13744.09 71.72% These amounts are dep0ails and are treated as liabilities and not as revenues. ASSESSMENT DISTRICT 92-1 Interest Earned TOTAL ASSESSMENT DISTRICT 92-1 SOUTH COAST AIR QUALITY REVENUE: South Air Quality Conbibudon Interest TOTAL SO COAST AIR QUALITY CMAQ4STEA REVENUE CVAG Contribution TOTAL CMAQ/ISTEA _ 6,262.98 0.00 (6,262.98) N/A 626298 000 (6,2V!B]L NIA 0.00 24,500.00 24,500.00 0.00% _ 355.99 500.00 144.01 71.2U% 355.99 25,000.00 24 044 01 1.42% 0.00 3SAD0.00 36,800.00 0.00% 0.00 38 800 00 36.800 00 0.OD% 5 G1501217 CRY OF LA QUINTA 07101814.11130W4 GENERAL FUND EXPENDITURE SUMMARY REMAINING % BY DEPARTMENT EXPENDITURES ENCUMBERED BUDGET BUDGET EXPENDED GENERAL GOVERNMENT: LEGISLATIVE 198,541.53 0.00 415.W5.00 217,193.47 47.77% CITY MANAGER'S OFFICE 135.219.80 0.00 287.059.00 131,839.20 50.63% ECONOMIC DEVELOPMENT 65,928,00 0.00 344,300.00 278,372.00 19.15% TOTAL GENERAL GOVERNMENT 399.789.33 0.00 1,027,194.00 827,404.87 38.92% FINANCE: FISCAL SERVICES 178,0WAI 0.00 502,345.00 324.314.88 35.44% MIS 147,588.95 26,250.00 220,022.00 48,183.05 67.08% CENTRAL SERVICES 171,168.91 0.00 310,075.00 138,908.09 55.20% TOTAL FINANCE 496,787.97 28.250.00 1,032.442.00 509,404.03 4S.12% ADMINISTRATIVE SERVICES: ADMINISTRATIVE SERVICES 89.740.12 0.00 232,740.00 142.999.88 38.56% SENIOR CENTER 42,626.66 0.00 152,230.00 109.803.34 28.00% TOTAL ADMINISTRATIVE SERVICES 132.368.78 0.00 364,970.00 252.603.22 34.38% PARKS S RECREATION: PARKS 6 RECREATION 70,944.84 0.00 2B5,488.00 194,541.16 28.72% AQUATICS PROGRAM - 0.00 0.00 125.015.00 128.015.00 0.00% TOTAL PARKS S RECREATION 70,944.84 0.00 393.501.00 322.558.16 18.03% POLICE 581.004.95 0.00 2,021,057.00 1,459,982.05 27.76% BUILDING & SAFETY: BUILDING S SAFETY -ADMIN 110.538.47 0.00 262,855.00 152,118.53 42.09% CODE ENFORCEMENT 88,752.71 O.OD 209,235.00 120,482.29 42.42% ANIMAL CONTROL 49,180.14 0.00 112,020.00 82,859.86 43.89% BUILDING 70,533.43 0.00 173.770.00 103,236.57 40,59% EMERGENCY SERVICES 9,329.02 0.00 24,105.00 14,775.98 38.70% FIRE 3,481.00 0.00. 19.000.00 15,519.00 18.32% CIVIC CENTER BUILDING -OPERATIONS 487.051.79 2,592.60 820.978.00 331,333.61 59.33% TOTAL BUILDING 8 SAFETY 818.846.58 2,592.00 1.621.783.00 SW,323.84 50.49% COMMUNITY DEVELOPMENT: COMMUNITY DEVELOPMENT-ADMIN 77,317.95 0.00 213.105.00 135,847.05 36.27% CURRENT PLANNING 98.481.58 0.00 357,768.00 259,286.44 27.53% ADVANCE PLANING 76,897.25 0.00 188.000.00 111,382.75 40.78% SOUTH COAST AIR QUALITY 4,7t3.24 0.00 25 000.00 20 288.76 18.85% TOTAL COMMUNITY DEVELOPMENT 257,210.00 0.00 783,993.00 526,783.00 32.81% PUBLIC WORKS: PUBLIC WORKS ADMINISTRATION 142,443.56 555.00 308,868.00 165,8W.44 46.12% ENGINEERING S INSPECTIONS 168,428.40 400.00 408,371.00 241,542.00 40.75% STREETS 145,108.99 O.OD 354,746.00 239.837.01 37.72% LIGHTING 6 LANDSCAPING 243,429.70 3,076.66 745,209.00 490,702.54 32.67% TOTAL PUBLIC WORKS 697,410.65 4,031.66 1,847,194.00 1.145,751.89 37.760A GENERAL FUND REIMBURSEMENTS (W9,140.23) 0.00 (2,688,887.00) (2,079,726.77) 22.65% NET GENERAL FUND EXPENDITURES 2,825,310.85 32,674.28 6,423,247.00 3.585.061.89 43.99% cU0123 CITY OF LA QUINTA OTHER CITY FUNDS EXPENDITURE SUMMARY 071011"-11/30A4 REMAINING % EXPENDITURES ENCUMBERED BUDGET BUDGET EXPENDED GAS TAX FUND: MISCELLANEOUS (3,288.38) D.00 0.00 3,289.38 NIA REIMBURSE GENERAL FUND 113,219.06 0.00 291,500.00 178,280.92 38.84% TOTAL GAS TAX FUND 109,92870 0.00 29150D.00 181,570.30 37.71% COMMUNITY PROJECT FUND: TRANSFER TO CIP FUND 8880782 000 WA NIA NIA FEDERAL ASSISTANCE FUND: TRANSFER TO CIP FUND 38001396 000 WA N/A NIA LIGHTING S LANDSCAPING ASSESSMENT DIST: MISCELLANEOUS (3,988.38) 0.00 0.00 3,985.38 WA REIMBURSE GENERAL FUND 163,744.79 0.00 964.377.00 820.632.21 18.83% TOTAL LIGHTING(LANDSCAPING 15875641 000 96437700 82462058 1623% GUIMBY FUND: TRANSFER TO CIP FUND 1,629.90 0.00 NIA NIA NIA INFRASTRUCTURE: REIMBURSE GENERAL FUND 0.00 0.00 209,943.00 209,543.00 0.00% TRANSFER TOCIP FUND 503530.97 0,00 118000.00 (385530.97) 428.72% TOTALINFRASTRUCTURE 50353097 000 32784300 (175687.871 153.59% ASSEMENT DISTRICT 92-1: TRANSFER TO CIP FUND 4767400 000 WA NIA WA SOUTH COAST AIR QUALITY TRUST: REIBURSE GENERAL FUND 000 000 2500000 2500000 0.00% a CITY OF LA QUINTA CAPITAL IMPROVEMENT SUMMARY 1t 131194 WASHINGTON 8 MILES FRITZ BURNS PARK PALM ROYALE PARK SENIOR CENTER WAHINGTON,TAMPICO SIGNAL PHASE V CALLE TAMPICO EISENHOWER 8 5061 WASHINGTON ST. BRIDGE ADAMS STREET PARK AVE ADAMS STREET CROSSING WASH ST IMP - BRIDGE TO SIMON DR. DUNE PALM ROAD FRED WARING WIDENING WESTWARD HO ST. IMPROVEMENTS 94M YiD TOTAL PROJECT PRIOR EXPENDITURE/ LIFE TO BALANCE BUDGET YEARS ENCUBRANCES DATE REMAINING 20.000.00 D.0D 0.00 0.00 20,D00.00 5,272,182.00 156.238.00 88,807.82 245,D45.82 5,027,136.18 185,600.00 23,487.00 1,629.60 25,116.50 160,483.40 2,112,945.00 1,158,180.00 619,166.67 1,777,346.57 335,5W.33 110.759.00 99,053.00 0.00 99,053.00 11,706.00 8,394,430.00 7,362,514.00 349,386.32 7,711,900.32 6B2,529.68 1,211,937.00 1,211,937.00 DOD 1,211,937.00 0.00 877,309.00 817,417.00 70,628.23 W8,045.23 (10,736.23) 2,843,45100 2,798,241.00 (14,062,95) 2,764,178.05 59,274.95 169,493.D0 12,014.00 1,51618 13,530,78 155,9W.22 83.267.00 86,231.00 0.00 86,231.00 (2,964.00) 125,500.00 6.9W.D0 5324.3D 12,317.30 113,182.70 1,147,568.D0 92,177.00 13,885.D0 I06,D62.00 1,041,SW.00 62,5W.00 3,138.00 362.00 3,500.0o 59,000.00 105,500.00 0.00 0.00 0,00 105,500.00 133,500.D0 121,402.00 17,085A8 138.487.48 (4987.48) TOTAL EXPENDITURES_ 22. 55 941M 13,949022.00 1.153.729_25 15.102751.25 7753191.75 TOTAL PROJECT PRIOR 94M YTD LIFE TO BALANCE EUNDING BUDGET YEARS FUNDING DATE REMAINING DEVELOPER 135,000.00 DD0 0.00 0.00 135.000.W CVAG 1,506,173.00 966,50.00 50,000.00 1,016,55&W 489,618.D0 CVWD 1,393,D73.00 991,510.00 0.00 991,510,00 401,563.00 RCTD 45,7W.00 0.00 0.00 0.00 45,760.00 SB300 1,230,D47.00 1,00B,9B3.00 0.00 1,008,993.00 221,054.0D CITY OF INDIO 19,000.00 0.00 26,298.DD 26.298.00 (7,298.00) GAS TAX FUND 70,000.00 0.00 D.00 0.00 70,000.00 COMMUNITY PROJECTS FUND 4,345,682.00 (368,762.00) 88.807.82 (279.954,18) 4,625,15M.18 FEDERAL ASSISTANCE FUND 603.014.00 426,741.00 120,45100 547.194.00 55,820.OD QUIMBY FUND 710,600A0 54B,497.00 1.629.50 550.116.60 160.483.40 INFRASTRUCTURE FUND 2,301,690.00 864,519.00 453,530.97 1 318,049.97 983,640.03 92-1 ASSESSMENT DIST FUND 1,988,78000 1,399,627.00 47,874.D0 1,447,501 DO 541.279.00 REDEVELOPMENT PROJECT AREA NO. 1 7,375,478.00 6,278,136.00 372,140.55 6,650,276.55 725,201.45 REDEVELOPMENT PROJECT AREA NO. 2 1,131,646.D0 1,833,216,W (7,004.69) 1,826,211.31 (694,565.31) TOTAL FUNDING 22855943.00 13949022.00 1153729.25 15102751.25 775319175 1 .- I rl vlilo T-iht 4 Qu&m AGENDA CATEGORY: COUNCILIRDA MEETING DATE: ITEM TITLE: Transmittal of Revenue and Expenditures Receive and File January 3, 1995 to 11 ►1 4k1 1 VAN BUSINESS SESSION: CONSENT CALENDAR: STUDY SESSION: PUBLIC HEARING: apt• Rip. � Transmittal of the November 30, 1994 Statement of Revenue and Expenditures for the La Quinta Financing Authority. Thomas P. Genovese, City Manager 0GO131. LA QUINTA FINANCING AUTHORITY 01101/94-11/30194 REVENUE DETAIL REMAINING % RECEIVED BUDGET BUDGET RECEIVED OPERATING REVENUE: RerKal lnewe 0.00 SGG,500.00 899,500.00 0.OD% CoMrachial Services Feet 2,000.00 16DO.00 (40000) 12500% TOTAL OPERATING - 2,000.00 701,100.00 688,100.00 0.29% DEBT SERVICE REVENUE: COMrecNsl Servces Fees 3,879.75 3,600.D0 (279.75) 107.77% Ir6emel 13 234.33 32,000.00 18,765.67 41 36% TOTAL DEBT SERVICE 17,114.08 35,600.D0 18,485.92 48.07% TOTAL FINANCING AUTHORITY _ 1911406 73670000 71758592 259% LA QUINTA FINANCING AUTHORITY 07101A14-11/80194 EXPENDITURE SUMMARY REMAINING % EXPENDITURES ENCUMBERED BUDGET BUDGET EXPENDED DEBT SERVICE 3,879.75 0.00 703.100.00 699,220.25 0.00% OPERATIONS 0.00 0.00 1,S00.00 1,600.00 0.OD% TOTAL FINANCING AUTHORITY 3879.70 000 704.700.00 700,02025 055% G i'13 z