Loading...
Ray Lopez/Mini Parks 01PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and RAY LOPEZ ASSOCIATES ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Park Improvement Program, Project 2000-01 as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits. Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when such inaccuracies are due to the negligence of Consultant. 1.6 Additional Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services without compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council. Page 1 of 13 1.7 Special Reauirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in Exhibit "D" (the "Special Requirements"). In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed two hundred forty seven thousand, seven hundred twelve dollars and forty eight cents ($247,712.48) (the "Contract Sum"), except as provided in Section 1.6. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the services, payment for time and materials based upon Consultant's rate schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHED 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed diligently and within the time period established in Exhibit "C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3 Force Maieure. The time period specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgement such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. Page 2 of 13 3.4 Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Ray Lopez P.O. Box 12885 Palm Desert, CA 92255 760-772-3123 It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be Dodie Horvitz, Community Services Director or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. Page 3 of 13 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant's performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Iniurv/Property Damage Coverage Less than $50,000 $100,000 per individual; $300,000 per occurrence $50,000 - $300,000 $250,000 per individual; $500,000 per occurrence Over $300,000 $500,000 per individual; $1,000,000 per occurrence Consultant shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount of $1,000,000. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be canceled without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification. Consultant shall defend, indemnify and hold harmless City, its officers, employees, representatives and agents, from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which Page 4 of 13 arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. 5.3 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Consultant's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. (�:1xKelil•1;•1_\�tel:l��]:ib� 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownershio of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant for the specific purpose intended and causes to be made or makes any changes or alterations in said documents and materials, City hereby releases, discharges, and exonerates Consultant from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. Page 5 of 13 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.0 ENFORCEMENT OF AGREEMENT. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court -in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. No delay or omission in the exercise of any right or remedy of a non defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Consultant requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Lecal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Page 6 of 13 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. 7.8 Termination For Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over work and prosecute the same to completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.0 CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 8.1 Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice Page 7 of 13 shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To City: CITY OF LA QUINTA Attention: Dodie Horvitz Community Services Director 78-495 Calle Tampico P.O. Box 1504 La Quints, California 92253 To Consultant: RAY LOPEZ ASSOCIATES Attn: Ray Lopez P.O. Box 12885 Palm Desert, CA 92255 9.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgement or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY =unicipal corporation 5/8Q John Pena ayor Date ATTEST: June(q!.9A,City Clerk APP� VED AST FORM: M. Ka a ine n n, ity Attorney Page 8 of 13 CONSULTANT: // By: Date:NN/I ` CX Name: Ray Lopez Title: Landscape Architect Page 9 of 13 Exhibit A Scope of Services The Ray Lopez Associates scope of services, dated March 19, 2001, is attached and made a part of this agreement. Page 10 of 13 Exhibit B Schedule of Compensation Payment shall be in full at the rates listed in the Schedule of Billing Rates attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed two hundred forty seven thousand, seven hundred twelve dollars and forty eight cents ($247,712.48) except as specified in Section 1.6 - Additional Services of the Agreement. The Ray Lopez Associates Rate Schedule is attached and made a part of this agreement. Page 11 of 13 Exhibit C Schedule of Performance The Ray Lopez Associates project Schedule is attached and made a part of this agreement. �v Page 12 of 13 Exhibit D Special Requirements The Consultant will submit playground design and proposed play structures and park equipment information for City review before construction is to begin. Page 13 of 13 Apr-18-01 04:14P P.O1 RAY LOPEZ ASSOCIATES POST OFFICE. BOX 12335 PALM DESERT, CALIFORNIA 92255 Phone: 76W772-3123 Fax: 760/772-3123 e-mail: KLAscape,*AOL.com COST BREAKDOWNIPROPOSAL fur THE CITY OF LA QUf^TA - PARK IMPROVEMENT PROGRAM - PROJECT No. 2000.02 19 March 2001 Ms. Dodie Horvitz, Cornmunhy Services Director Mr. John M. Freeland, Senior Engineer CITY OF I.A QIIINTA 79-495 Calle Tampico / P.0 Box 1504 La Quinta, CA 92253 Dear Mr. 1'r eeland & Ms. Horvitz, Ray Lrgm A-wociales (PLA) aral Land ComeD(s (1.0 respectfully RE -submits two copies of the cost breakdown for each item proposed fen the project mentioned above. II)e proposal/project was ht ken into the design, phase and implementation phase for each of the three sites. In addition, an uverallitotal breakdown sheet is enclosed Thank -you for allowing us this opportunity to subrmt this proposal Sincerely, Ray Lopez Landscape Architect #3474 Aid aehedule F'.C,.lQ0l &rW,ToMLnrss%3 rm 12W-1 Ape-- 18-01 04: 25P P.02 ITEM No. rrEM T)MCRJMO.A( UNIT EST. I UNITmcE I ITEM QTY. fa Rgam) TOTAL DOLLARS 11s 0turss) DOITARS RI FXI iN910N OF F.ISFNFK)W ER PARK I UrYilpl/ plml I%wlwcn=l/ n ilgis 511,614.Id: s11.667.1x1 2 Implam kvuun/wn9MKtimr/luldswpe YpS,925.yF: $65V2596 i SUB -TOTAL Design& Implemeatat)on f7�S92.% 4 Y 6 e2 WASIUNQ;'ON 5TRrrT%NI PARK Ikm(p f plan! T=46Nmalinp: mr I SI!,(b7.(9) YII!i67 iNI� R imp. a, lnlmm I"uminla mY Iandwpc I SR9.261.25 $0,2w.25 9 SUB-TO'IAI. Design & Implementation S100,928.23 16 u 12 N J u)UTH C!n%T ARKA'&NJ PAKK I 1"6m/ plmi hnmuga'owl? nwetin 9 1 166.6NIw $61662Uu la unpancntwmJ�outami iIlAna ,pr I s62.524.:7 $62s2427 15 SUB-TO'fALDesign & Implementation 369,191.27 16 17 19 TOTAL DESIGN & IMPLEMENTATION $247,712.43 Bid 546r,lult V 0.196I 114,44? oFa m W em 12Y0.2 Apr-18-01 04:15P P.03 Fir* Sib LOpo2/Grocheu inspoCbd 12/16W REMODEL OF EISENHOWER PARK EISENHOWER MINI PARK REMODEL MINI -PARK ON WABWNOTON STREET MINI -PARK, SOUTH COVE AREA Cr- O 1 l ssrC ­N %%r a,.Jsr w 1-.e �--�`P RvL ¢'1a"g Ffwz OotZ Tijtc s 00%Y Z P" "-r%0Lq L_ "s c "IA%mL `R-cu%sco 77.592.96 100.926.25 69,19i.27 2,7.712.,5 -2+11.000.00 -287.5i 4V461 "I AVJ4 pLwLA4o ffss wreLY, "9jcb-soc �n) ,9...e6,r.-1 1.",/4 'cow c-0%4 pa"k " Ga+a i .' us w / '1''RIoas S+ ; s 5 004 400 t SON +0 list -C'nr i 1 AOo 1% !pw 'Z' f� _ ur! e •mac we vofc1hh Vi11' ��d• a w', +te-i c6vo* ?:�..� �iIrC,J� lti.W4 �-r pej , Y�10 L,P&wA (a" ccr4x Apr-18-01 04:15P P.04 Aw sire Lopsi/Gmdwu tn"ded 12tl SM REMODEL OF EISENHOWER PARK 64 imrobnantn*m / oonebuedon t landecaoa: bid casts 1 o3mml !'frorumnoft orwwk unt quwft am per unit w4unum Xis nwp oorwblxaon n i ao mule 7 839.00 l wr4 ow ow mft pw am a Iurnp a. 1 smo.oc 5, 509. 6 823.63 of to" lu a. 1 950.00 050.00 784.71 r w* ' at FIMR On.ft 235 9.00 2,115.Od 2,488.24 rr*MA r. "ad to Cly MAXj uY exbdnp shalom ow1 3,573.ov 3 871 4 858.47 lbw saner"*r+kee to MAN ouch 1 490.00 490. 576.47 I ron aft work on aide kmn a. 1 .6.300.00 5.300. 7 471.76 3rb=lr o aooh 0 1.350.00*338.2.7"46.'241 0.00 GitW-§n ahmba sad+ 20 32.80nm. l 1 WIO GOrK shMba Bath 30 10.50370.50 Now 1 W"m at i 80 2 100 3258 .12 sodded areas at M 023.53 Repom aroa9 b+MMain w►naw each t 2 300.002 705.88 PUY a9ooelre P88M00 each 1 + bids.10 783. oat each 1 +17a.2 088.24 Bo W46 kw4Wo aWv T"wh each 3 350.1235.29 ow 2 400.00am941.18 Pbnit h+c aatn 1166.0074i.24 3 coffewft bdormohm SWWIum a. 2,900.00 owC' to Wmp a 1 1 9s0.00 tow.tow.oll 217647 Toed: Mnp_Wnwfteon i aworumAm r andwAp6: bid ousts IL was -gel Tow onion a h11 wnwr85uon I TY.M." Ape-18-01 04:15P P.05 Third Site Lopez roobou Imparted 12l1&W MINI PARK ON WASHINGTON STREET M2 design I plan I management I mea inas: bid costs 03116101 offoripfigntilloomm«wax Sled oenmueaon! mad naftuft . a e.a■aa comnw ,awns, MRi Totah damipn / plan / manmo met l trAmbmpa: bid 1 11,607.00 imaoi mentatien / conntruddan / (andaasam- bid eaalm 11114R1n4 dmcr'vWn 1 aftowernmM «awx unk aumayurd axtnaion %15 m avatruoeon osaanrabom s schedule5 633.00 088f4m / WUNWO I dame WW lurnp a. 1 2 000.00 2, 000. 2.352.94 slearw na m now tin vmv oat Saco 1 No.00 650. 764.71 wvWnmW nw 3W ~ i 2 Wa aim 1 VIM 2 110.Odl 2.482.35. 6' wlde at Rem LF 236 6.00 2.11s. 2,468.24 PL no wM rage a woM LF 0 0.00 0.001 0.00 Nathatn PL tle wN OM4 apen b LF 0 0.00 0001 0.00 Souowm PL no WAR two th!m LF O 0.00 oodl 0.00 to MM LF 240 MOD 720roM 7 M.88 Brat Mtcaeaure saw 1 COMM 6 062. 7 120.00 04saaN 1b w mane w WOW to ft MU11U Sacs 1 400.00 4W.0di 578.47 Impshon v1swrie new so a,400 1. 7 4.M.0dl 10 300.41 3r Sox "aa Sech 3 1.300. 4.060.0di 4.764.71 2C Sox "m em 6 276.00 1 375. 1,617 ehnaN Sad+ 200 7 647.06 1 Saw a *Vn each I 10__ tsmodl 1,852 04 NOW 12' .VoD*W at a rmhm so 2.100 2.76 G.M.061 6.51 .62 NOW Sod Iwm SC 4 000 0.70 2 600. 94.12 Pow savpwS P66MM Soon 1 7,41400 7,414061 6 722.35 60 each 1 1.7*00 1756. 1 LO".24 banana saoh 2 640.00 1230. 1 1 ralh fecovk@Chw each 1 400.00 400. 1 470. 1pkr*UWML under each 2 1 t6s.00 2.740.24 laanlan tlaaadlew Mtdudea wrmaer one 1 2 5W W 2,600. 64:R8 3 oomw4ratf Udorff~ asna lunge 1 2 600.D0 10t a. 1 t 600.00 1.8m.2gi 2,176.47 Trial: implwvwftbon / oonatruction ! landscmm: bid costa 60,261.2 TOM Design • W*1manantatlan ! 160.aaa.as Apr-18-01 04:16P P.06 Second Site Lopez*m0eu Inspected 12/1 GM MINI PARK SOUTH COVE AREA 03 deaf n / plan / managemient / nwon : bid coati 03/1d01 ommomem / Mmmwvwwn or Wort Oab i Oott tlNot Pion i 0tmht awnmurw a0unm aw i oorhbe m Told: dMian I pan I m■napamant I m@*WW: bid COW L CWT00 11nolemenfatlon I construction / landaaaca: hid cats 1 a,,,aNN't /imprummem o►trart unit wwvm I OM PWtent m><nnthoht %13 m►up 1.333.00 oes'/WIG Grammt. 1 .00 2.000.. 2.1.64 Braun. Me sett am 1 aa0.00 No .71 ww cow room wow 1 .110. 2.110. ao11N01t OOct L 0 1 . 0. 0.00 M b LF 0 1 .00 0. M 0. 0. LF 236 0.00 21 t . aw on RFP 0 0.00 0. 0.00 wavmmm con nor publad VAN wm tm each t 6.06200 6 0a2. 7 1 ' m tech 1 .00 400. AY now -z Oa06 1 7 a115. 1 7.t 24't rah : 275.00 Sm. 08 1540mm no woh 4 125.00 500. 6da.24 510M OWN Moh 20 32.30 a60. 7 1 1 �K rah 20 10.50 21 . Mtwt bar c u M 1, 2.76 4,a0a. a a44. 1 tod W"+0 $0 3,030 0.70 2,691. 3.154.12 POMpp each 1 7 u 7 414. a s eat each 1 vwaw VOWS. 4 each 2 640.00 t 2t0. Seth 2 a00. 941 F1dtk OtbMt r 4de undw 2 1 1aa. 2 33a. 4a.24 teslltie'htddbwMhck+ArdMrnttetr Mort 1 230000 2.a00. 1.1a 3 intonhrnon nt t, 2 fa C t. 1 1 m"m 1 060. 2.17e.4 Tohi: knpMrtMntattlen / oonebu0tien / tsndeoepr bid comb O2,a24 27 Tool Design s 1lep4ean8 &-"sn 1 p,191.Y7 Apr-18-01 04:16P P.07 RAY LOPEZ ASSOCIATES POST OFFICE BOX 12US PALM DESERT, CALIFORNIA 92255 Phone: 760/772-3123 Fax: 760/772-3123 e-mail: RLAscape(a)AOLcom DESIGN HOURS BREAKDOWN for THE CITY OF LA QITIWTA • PARK IMPROVEMENT PROGRAM - PROJECT No. 200042 19 March 2tx31 received Ma. Dodie Horvitz Community Services Director Mr. John M. Freeland, Senior Engineer CITY OF LA QULN1'A 73 495 C:alle Tampico I P O Box 1504 La Quinta, CA 92253 pear Mr. Freeland do Ms. Horvitz. Per your requen I am rtspecttudy K13-submirting my hours breakdown for the Park Improvement Program - Project number 2000-02 If you have any questions regarding this breakdown, please do not hesitate to call or e-mail my offiw. Sincerely, IA Ray Lopez Land. upe Architect k3474 atd Seaedok Y r•Ed3.rre. 12W I Apr-18-01 O4:16P P.O8 TURFF. PARKS - HOURS BREAKDOWN AS SUBWrMD BY RAY LOPEZ ASSOCIATES: FITYM; MMDYSCRIPFION UNIT pST. QTY. UNTT �RU:C (u OSNrts) DOLI„IRS fiRM TOTAL (in SuI ) DOLLARS MI LXTFNXION OF LISLJI IOWFR PARK I Rita Amlpe; A Fwk) bwa y -S haua O SR.fvi so Una ihw-12 hn 12 SlOO.MI $4,200.0n 1 timing Flan Mma 0 SIMI M sum 4 CaaVncli,sn Mal Man 32 SIOO.w S1,2M/MI i Wipwinn Plan, [Mails. Spmir ab u - 20 Mws 12 SI W.UO 5.1,2m100 n rlmlf .. t clan, rkunl,. sr c- fiamu -12 lavers 12 SI il0.Ml 51200 00 7 Matuas- 12 lwa n Sn.On 10.w S CM1411WIM-IR lattns 0 XI'M Ww 9 ArbUills• I: laun R SIOO.MI kpN/.00 IL P&uIlwiwus hNnR sum 1 S6700 $6700 II Sut'lulal 10 SII,O67DR :2 Caaill(iva' It1S6 0 SI1,067.0) SOOO TOTAL. S11,A67.OD aid ,{l'wuly F.IC,4"^I I,T 12211-2 Apr-18-01 04:17P P.09 RLM NO RLMDESCIIWM" UNIT LST. Qn UNff PRICt 418 Room) DOLLARS 1'fLSI 2YRAL (i• SRltm) DOLLARS #2 WASp1N6rLXM %114GFT PARK Sik Alurynu R h'lpld Str - R hlKu+ U S10O.n0 SOAK! 2 Rrnc Shm boon 12 sim.oll 1 GladlnT 11w Kw m a $I W Ou So On 4 l'..e d. tm Mm huun .12 $100.00 S5.2(K).UO 5 2niSe'inn PkK, Dewie, SpWitiunml - 32 Wluf IK 3100.1y) S2.800.4)u a P).nnRtPu 0vwle.b9mfl:+r1,,..ui I mar a 31DO.00 S3,200.00 MMi,IRs-ll burn 0 f1:K),IKI SWK) K t. IRTI11Mn1Vt - 10 Aume 6 SIM rk) SO.(KI 9 Ashuilts hum 12 SIOd.W SI �MIrKI 10 Minellmemr lurup um 1 $67 W W.01) )I RuA:uld 117 S{IIb700 12 Cwurgm,q' 10% U $11(,(;7 ,.17 SOO) I) TOTAL $111"7.00 814 Schoduk f.`LJ1)1,Puk,3Vl+Ml Imo„-FI.fm 320M) Apr-18-01 04:17P P.10 REM NO. I LM DEKSI►TION (TNR 1ST• Off L2Nrr PRICE Pa ken:.) DOLLARS rrPM TOTAL (to flpin.t DOLLARS I N3 SQII l'l! COW PARK I Site luuhsp R hckl Surer - S )wt,n U 51 W.0C sf1.(N1 2 utu Sluts wits 60 fl W.W slAKx: W t (sralmp, PWn wws 12 310C.0I:' 111.21M1.W CoWnictlml Plan hwr. 12 3I000tl 31.2w.(a 5 Impatttm Plus Udei4, S(aciticasirm c - 32 Ilw1p,, 12 S1 W.PII 11.2w. W It 6 Plamulg Plm. utwils. Sp sficaunnx-32 tows 12 f1011.ou S1,200.0P 7 Mwvmps-I: twws I) SIIMI.W 10.W N C,KN%lvof.w (GtA. C V W J. bu 1. 12 Muni (1 $I NI OJ $0.()(I ') As-hui:tz- 12 114 n 0 SINI Mt SAW IX) IG lump skim jG7.lY] .K1s.M II Sub-luWl 67 Y�A;r7 .A) 12 Cl0lele.GL'V 1U% 6 SG,Wfk) Wool ( TOTAL, $61667.00 I0d Stheduk F:tiolyCllPuksT.'uWlrnrsA:>tl,im 12004 / T �a�(�u'"ctQ•c Ivcateoxe=Im �44� 5 SV c� of9 Sheet 1 of 1 PROJECT NO. 2000-01 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES CONTRACT CHANGE ORDER NO. 1 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: Design a passive use area in the City owned lots north of Eisenhower Park. This area is to include up to two benches, one trash receptacle and native vegetation. Design is to allow for a six foot or more buffer zone between the park and the residence north of the park site. Appropriate irrigation is required. Some turf may be incorporated into the design if appropriate. Appropriate fencing will be continued on both the east and west sides of the expanded park site. Final design of the park will be approved by City Council before implementation. Previous Contract Amount Through Change Order No. 0 $ 2479713 Add/Deduct this Change Order $ 433082 Revised Contract Total $ 2909795 By reason of this contract change order the time of completion is adjusted as follows: 21 days added to contract time. The original contract co pletion date shall be: 11/25/01 lrr Submitted By: Y Date: �/Z'e Approved By: Date: �Z We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessarymlet he above specified work, and hereby accept as full payment the amount shown above. Accepted By: Title. < < l�Consultant: Rav Lopez Associates Date: S:\Community Services\Mini Park Design and Construction\RLAccol.wpd 6/11/01 oo ooa�� Q'c '..?. w Irvc 'm �4 c� of T9 Sheet 1 of 5 PROFESSIONAL SERVICES AGREEMENT: Project No. 2000-01 PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. Box 12885 Palm Desert, CA 92255 CONTRACT AMENDMENT NO. 2 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: The consultant/contractor shall provide the detailed services and materials installed at the designated park location as detailed on attached sheets 2 through 5. Previous Contract Amount Through Change Order No. 1 $ 290 795 Add this Contract Amendment 2 $ 94,584 Revised Contract Total $ 385,379 By reason of this contract change order the time of completion is adjusted as follows: - 70 - days added to contract time. The revised contract completion date shall be: 5/14/02 Submitted By: Approved By: ate: ate: % Z We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to completg the above specified work, and hereby accept as full payment the amount shown above. Accepted By: C, Title: Consultant: RAY LOPEZ ASSOCIATES Date: �• �� SACommunity Services\Mini Park Design and Construction\RLA Change Order #2.wpd Prepared 2/27/02 zt� Washington Park Changes and Cost Impacts R. Lopez Associates Land Concepts 1131102 revised 02103102, 02115102 Design Fee Additions: 1. Provide irrigation plans to cover North & South simple additions 2. Revise total design and place play area on South addition 3. Revise irrigation plan to accommodate item #2 4. Revise design to accommodate walkway the entire length of park 5. Revise irrigation plan to accommodate item #4 hours @ g00%a 16 29 24 16 14 cost 1,600.00 2,900.00 2,400.00 1,600.00 1,400.00 Negotiated Charge 1,600.00 2,900.00 2,400.00 1,600.00 1,400.00 cost 9,900.00 9,900.00 AO mplementation Costs 1. . Fgbbing of North & South park extensions 2 . y J of Concrete Yow Strip 3.► square feet of additional concrete (charge for22asq.ft.) 4 Ai 10 linear feet of concrete walkway 5. Add 14503 square feet of irrigation & controller upgrade (+590) 6. Increase square footage of play area fibar (+400 sq.ft.) 'no charge' 7. Play Structure Changes & Additions "see matrix" . Add 15307 sq.ft. of Hydroseeded turf . 256 sq.ft.Sand box play area -0. Add 3 Trash Cans and 1 bench 11. Picnic Table vender change material cost difference 'no charge' 12. Wall demo and repair to allow for walkway 13. Grading solution #1 proposed November 2001 14.4 additional curb cuts 15. Ramp into fibar play area 16. Revision / Rebid 0 0 Times) 'no cha ce' Cost Savings & Additional Allocations Use existing electric meter (relocate only) Use existing water meter and add mainline Adjust sizes and quantities of plant material Eliminate 4000 square feet of sod Drop 90% of the contingency Community information signs tal cost w/ Lark -up 450.00 5,982.00 2,504.82 16, 800.00 22,260.00 1,298.00 7,513.00 1,531.00 690.00 2,324.00 80.94 1,520.00 900.00 1,882.00 1,353.00 1,650.00 Negotiated Charge 450.00 5,982.00 1,238.00 16, 800.00 22,260.00 0.00 7,513.00 1,531.00 690.00 2,324.00 0.00 1,520.00 900.00 1,882.00 1,353.00 0,00 cost 1 68.738.76' 64.443.00 259.00 1,379.00 5,842.00 3,294.00 2,000.00 2,800.001 Negotiated Charge 259.06 1,379.00 5,842.00 3,294.00 2,000.00 2,800.00 Note: City to allocate funds due to addition of North & South extensions l credit 15.574.001 15.574.00 Additional Funds Required for Washington Park $--63,0re 58,769.00 negotiated out $ 4,295.76 Note: See separate lighting proposal(s) not included above Note: See Original Contract Matrix for unit costs (unchanged) Note: See 02/20/02 Matrix for new quantities and park totals 3/5 Velasco Park Changes and Cost Impacts R. Lopez Associates Land Concepts 1131102 revised 02103102, 02115102 hours @ Design Fee Additions: 1001ea 1. Incorporate Concrete Walkway and additional Mow strip into plan 2 2• 3. 4• 5. cost 200.00 Q.00 0.00 0.00 0.00 Negotiated Charge 0.00 0.00 0.00 0.00 0.00 cost 200.00 0.00 Additional Implementation Costs 1. Add 39 feet of Concrete Mow Strip 2. Add 150 linear feet of Concrete Walkways 3. Add 72 sq. ft. concrete bench areas 'not applicable' 4. Increase planting to improve screening 5. Play Structure Changes & Additions "see matrix" 6. Picnic tables, benches & trash material adjustments for vender change 7. Add 300 sq.ft. sand box play area 8.2 Additional curb cuts 9. Ramp into fibar play area 10. Revision / Rebid (5 times) 'no charge' total cost w/ mark-up 413.00 4,941.00 398.12 594.00 7,513.00 105.88 808.00 941.00 1,353.00 825.00 Negotiated Charge 413.00 4,941.00 0.00 594.00 7,513.00 0.00 808.00 941.00 1,353.00 0.00 Cost Savings & Additional Allocations Adjust drip irrigation prices down to mitigate costs Eliminate 2 picnic tables Community information signs Drop 90% of the contingency Additional Funds Required for Velasco Park Note: No Lighting is included to date Note: See Original Contract Matrix for unit costs (unchanged) Note: See 02/20/02 Matrix for new quantities and park totals cost 1 17,892.001 16,563.00 Negotiated Charge 2,027.00 2,027.60 2,748.00 2,748.00 2,800.00 2,800.00 2,000.00 2,000.00 credit 1 9,575.001 9,575.00 negotiated out $ 1,529. 2/21 /02 Eisenhower Park Changes and Cost Impacts R. Lopez Associates Land Concepts 1131102 revised 02103102, 02115102 Design Fee Additions: 1. Add Extension Area to Scope of Work 2. Add Wall design for extension area 3. Revise Design & Irrigation to lower landscape costs 4. 5. hours @ 100%a 31 7 17 cost 3,100.00 700.00 1,700.00 Negotiated Charge 3,106.00 700.00 0.00 cost 1 5,500.001 3.800.00 Additional Implementation Costs 1. Add 116 linear feet of Concrete Mow strip 2. 276 sq.ft. of Additional concrete bench and table areas 'not applicable' 3. 1340 sq.ft. of Additional play area (fibar) 4. Play Structure Changes & Additions "see matrix" 5. 500 sq.ft. sand box play area addition 6. Picnic tables material cost difference 7. Benches "city was to supply 3 benches, now contractor to supply" 8. Ramp into fibar play area 9. Revision / Rebid (7 times) 'no charge' Cost Savings & Additional Allocations Adjust drip irrigation prices down to mitigate costs Adjust sizes and quantities of plant material to mitigate costs 945 sq.ft. less sod. (neighbor pushed turf edge) Community information signs Drop 90% of the contingency total cost w/ Negotiated mark-up Charge 1,228.00 1,526.12 5,139.00 10,208.00 1,347.00 80.94 1,576.00 1,353.00 1,155.00 1,228.00 0.00 5,139.00 10,208.00 1,347.00 0.00 1, 576.00 1,353.00 0.00 cost 1 23,613.061 20.851.00 Negotiated Charge 2,056.00 2, 056.00 6,491.00 6,491.00 1,412.00 1,412.00 2,800.00 2,800.00 2,000.00 2,000.00 credit 1 14,759.401 14,759.00 Additional Funds Required for Eisenhower Park $ 14,364.q6 9,892.00 negotiated out $ 4,462.66 Note: No Lighting is included to date Note: See Original Contract Matrix for unit costs (unchanged) Note: See 02/20/02 Matrix for new quantities and park totals 2/21 /02 5/5 LAND CONCEPTS inc. 75-243 Santa Fe Trail Palm Desert, California 92211 760-341-6061 Kevin J. Grochau Gabriel L. Lua Bollard Lighting Installation Proposal February 11, 2001 ATTN: Mr. John Freeland City of La Quinta .Re: La Quinta Parks; , Washington Park We propose to provide labor, Electrical Subcontractor and materials as necessary to perform the following work: Provide 7 Bollard Fixtures as specified by City: CB 12R38 Cutoff -dome 100HPS 120VM Add circuit to existing electric meter Install 780 linear feet of sch80 conduit and associated electrical wire Install 7 foundations and conduit sweeps for fixtures Provide 7 High Pressure Sodium Lamps Install Photo -cell for new circuit Include all associated sales tax and shipping. Total installed cost 7 fixtures..................................................................................... $18,935.00 Notes: Tile insert option available at $167.00 per fixture Selected fixtures require 8-10 weeks lead time for delivery Selected fixtures represent +60% of total project cost Working on fixture option for comparison. Respectfully submitted Kevin J. Grochau Land Concepts CLCA CA Landscape Contractor No. 710483 V CA Landscape Architect No. 3157 u�l'Gu c&ht 4 w5 OF Tl 9 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. BOX 12885 Palm Desert, CA 92255 APR 2 9 2002 Sheet 1 of 2 Project No. 2000-01 CONTRACT AMENDMENT NO. 3 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: The consultant/contractor shall install 15,307 square feet of sod at Desert Club Manor Park (Washington Park) in place of 15,307 square feet of hydroseed turf as specified on the plans. Previous Contract Amount Through Change Order No. 2 $ 385,379 Add this Contract Amendment 3 $ 9,949 Revised Contract Total $ 395,328 By reason of this contract change order the time of completion is adjusted as follows: - 0 - days added to contract time. The revised contract completion date shall 5/14/ Submitted Approved By: ate: W-Z_ We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complAte the above specified work, and hereby accept as full payment the amount shown above. Accepted By: Title: Consultant: RAY LOPEZ ASSOCIATES Date: ��-- SACommunity Services\Mini Park Design and Construction\RLA Change Order #3.wpd Prepared 4/17/02 LAND CONCEPTS 75-243 Santa Fe Trail Palm Desert, California 92211 760-341-6061 - Kevin J. Grochau Gabriel L. Lua Fax Transmittal April 1 S, 2002 To: Dodle Norwftz...............................................fox (760) 777-1231 City of la Quinto From: Kevin J. Grochau, Land Concepts Re: WASHINGTON PARK SOD Copy: Mr. Ray Lopez, Ray Lopez Associates Gabriel L. Lua, Land Concepts Number of sheets including this cover...................................................................1 Hello Dodie Ray, Gabriel & I would really like to finish Washington Park with Sod so we have prepared the following value oriented pricing. 15,307 sq.ft. installed sod cost (all areas at Washington Park) @ .75/sq.ft.$11,480.26 Less 15,307 sq.ft. unnecessary hydroseed.....................................................(1.5.1.00 Total additional funds required for all sod ...................................................... $9,949.25 This represents a net additional cost of. 6W.ft. Notes: The other 2 parks unit cost for sod was %10 higher. Larger areas at Washington help bring the unit cost down. Land Concepts sharpened up the numbers to help bring the cost down. Respectfully submitted, Kevin J. Grochau Land Concepts CA Landscape Contractor No. 710483 V CA Landscape Architect No. 3157 v - 5 ti5 c�MOF 19 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. Box 12885 Palm Desert, CA 92255 Sheet 1 of 2 Project No. 2000-01 CONTRACT AMENDMENT NO. 4 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: The consultant/contractor shall install three (3) twenty four (24) inch box Acacia trees at Desert Club Manor Park (Washington Park) and irrigation to properly irrigate the additional trees. Trees will be located in the southwest corner of the park. Trees shall not interfere with playground equipment fall zones or use areas. Previous Contract Amount Through Change Order No. 3 $ 395,328 Add this Contract Amendment 4 $ 1,094 Revised Contract Total $ 396,422 By reason of this contract change order the time of completion is adjusted as follows: - 0 - days added to contract time. The revised contract completion date shall be: 6/4/02 Submitted Approved OZ. 1Z_ We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted By: Title: Q W �A\ V' Consultant: RAY LOPEZ ASSOCIATES Date: ?-' S:\Community Services\Mini Park Design and Construction\RLA Change Order #4.wpd Prepared 5/31/02 LAND CONCEPTS 75-243 Santa Fe Trail Palm Desert, California 92211 760-341-6061 Kevin J. Groebau Gabriel L. Lua Fax Transmittal May 30, 2002 To: Ms. Dodie Horwitz, City of La Quints fax (760) 777-1231 From: Kevin J. Grochau, Land Concepts Re: WASHINGTON PARK 3 additional Trees Including irrigation extensions Copy: Ray Lopez Number of sheets including this cover ......................... . ........................................1 Here are the additional Tree and irrigation costs as requested: 3 24' box trees (Acacia) C 323.53 each.................................................$970.59 3 irrigation extensions to new trees Q 41 each...., . ........... ...................... 123.00 Totalabove ...................... .......... ........................................................ $1,093.59 Respectfully submitted, Kevin J. Groehau cell (780) 341-6081 Land Concepts Note. I will be traveling on Friday 5/31 f02. 1 will be checking my cell phone voice mail and my office. CLC► CA Landscape Contractor No. 710483 V CA Landscape Architect No. 3157 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. Box 12885 Palm Desert, CA 92255 Sheet 1 of 5 Project No. 2000-01 CONTRACT AMENDMENT NO. 5 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: This Contract Change Order allows for the removal of undocumented buried asphalt grindings encountered during the excavation for the sandbox area of the Desert Club Manor Park. Price: $ 917.41 This Contract Change Order also allows for the installation of the an irrigation system for the City provided Palm Trees at the corner of SageBrush Ave. & Washington Street. Price $977.25 Total Price: $1,894.66 Previous Contract Amount Through Change Order No. 4 $ 396,422.00 Add this Contract Amendment 5 $ 1,894.66 Revised Contract Total $ 398,316.66 By reason of this contract change order the time of completion is adjusted as follows: - 0 - days added to contract time. The revised contract completion date shall be: 6/4/02 Submitted By Approved By: i -/Z -�-Z We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted By: i�:A. L Title: Consultant: RAY LOPEZ ASSOCIATES Date: q C� a� ti5 OF T1 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. Box 12885 Palm Desert, CA 92255 Sheet 1 of 2 Project No. 2000-02 CONTRACT AMENDMENT NO. 6 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: This Contract Change Order allows for the installation of landscape and irrigation on the West Side of Washington Street from Avenida La Fonda south to Avenue 52. Price $ 24,981.00 Total Price: $24,981.00 Previous Contract Amount Through Change Order No. 5 $ 398,316.00 Add this Contract Amendment 6 $ 24,981.00 Revised Contract Total $ 423,297.00 By reason of this contract change order the time of completion is adjusted as follows: - 0 - days added/subtracted to contract time. Submitted By: rf+ Approved By:,/ (z, 10 L We, the undersigned Consultant, have given careful consideration to .the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. CAccepted By: 2Title: Consultant: RAY OPEZ ASSOCIATES Date: �� Landscape Improvement proposal WASHINGTON STREET PERIMETER WEST Between La Fonda and Avenue 52, La Quinta, California 5124102 Landscape flan by Ray Lopez Associates design / plan / mananement / meetings: bid costs Revised 7123/02 09/06/02 descri lion /im rovement or work site anal is, field survey & base sheet preparation I -- Cn landscape pLaq m irrigation & planting specifications b community, council, staff & contractor meetings Total: design / plan / management / meetings: bid costs 5,100.00 Revised implementation / construction / landscape: bid costs 09/06/02 description / improvement or work unit quantity cost per unit extension construction observation & schedule re /mn lump s- 1 0.00 0.00 Mobilization, Traffic Control & Start-up lump S. 1 2 857.00 2 857.00 Fine grading and mounding lump s. 1 850.00 850.00 Irrigation systems (new 8 extenslo»s es,H uirad) 8500sq.f. lump S. 1 6,900 6,900.00 Curve -Rite Aluminum Edging lin.ft 0 3.50 0.00 4' Granite Boulder (approximately 0.6 tons each each 7 114.00 798.00 3' Granite Boulder (approximately 0.35 tons each each 5 89.00 445.00 24" box Crepe Myrtle Trees each 5 335.00 1 675.00 10' brown trunk Washin tonic Robusta Palms each 4 1,050,00 4,200.00 5-gallon shrubs each 29 33.00 957.00 v' 1 allon shrubs each 48 12.00 576.00 c J 6' tall Ocotillo with +5 canes each each 7 89.00 623.00 Desert Gold Fines (compacted without stabilizer sq.ft. 0 0.77 0.00 Total: implementation / construction / landscape: bid costs 19,881.00 Total Design & implementation 24,981.00 LaQufntaUWashSheetl (7) prepared by LAND. CgNG prepared for RAY LOPEZ A&gdtbiATL8 C CCG - 1 1 - =g74-1 �.�CI-�i 9 9 • .1!=� TPI P c&tll 4 G� OF Tt 9 PROFESSIONAL SERVICES AGREEMENT: PARK IMPROVEMENT PROGRAM CONSULTANT: RAY LOPEZ ASSOCIATES P. O. Box 12885 Palm Desert, CA 92255 Sheet 1 of 2 Project No. 2000-02 CONTRACT AMENDMENT NO. 7 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the original Contract. DESCRIPTION OF CHANGE: This Contract Change Order allows for the installation of Desert Gold Fines for the new landscaping on the West Side of Washington Street from Avenida La Fonda south to Avenue 52. Price $6,545.00 Total Price: $6,545.00 Previous Contract Amount Through Change Order No. 6 $ 423,297.00 Add this Contract Amendment $ 6,545.00 Revised Contract Total $ 429,842.00 By reason of this contract change order the time of completion is adjusted as follows: - 0 - days added/subtracted to contract time. Submitted Approved I . 27- n Z /z— We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted By: Consultant: RAY LOPEZ ASSOCIATES 7 TAMDEPl\PROJECTS\2000 Pdcts\2000-02 Citywide Parks\CCO #7-Lfnda DG.wpd Prepared 9/25/02 Fax Transmfttal September 25, 2002 \ To: Mr. Leonard St Sauver, City of La Quinta Fax: (760) 77 ,� '71g5 Kevin J. Grochau, Land Re. Park Improvement Program Project No. 2000-02 Ray Lopez Associates Number of sheets including this cover ....... . . . . .......... . . . . ............................ . . . . . .......1 Per your request, the gravel fines cost for the perimeter @ 52 and Washington is $6,545.00, Respectfuily submitted Kevin J. Grochauy CA Landscape Contractor No. 710483 * LCA CA Landscape Architect No. 3157 t IAME : PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: JUNE S. GREEK, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: June Greek 78-495 Calle Tampico La Quinta, CA 92253 SP DOC " 2002-683863 11/20/2002 08:00A Fee:NC Recorded PineOfficial Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder 111111111111111111111111111111111111111111111,, 1111 M S U PAGE PCOR NOCOR SMF MISC. ;SIZEDA .may A R L COPY LONG REFUND _ NCHG I EXAM NOTICE OF COMPLETION CITYWIDE PARK IMPROVEMENTS /' SAGEBRUSH/SAGUARO/BOTTLEBRUSH M PROJECT NO. 2000-02 s MG L_ TITLE OF DOCUMENT THIS AREA FOR RECORDER'S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 ADDITIONAL RECORDING FEE APPLIES) C:\MYDATA\WPDOCS\FORMS\Recorder.wpd Retu,n to: CITY CLERK City of La Quinta P.O. Box 1504 La Quinta, Ca. 92253 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN THAT: 1. The City of La Quinta, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of La Quinta is authorized and directed to execute, on behalf of said City, any and all notices of completion. 3. The address of the City of La Quinta is City Hall, 78-495 Calle Tampico, La Quinta, California (P.O. Box 1504, La Quinta, Calif. 92253. 4. The public work improvement - CITYWIDE PARK IMPROVEMENTS - PROJECT NO. 2000-02, on the hereinafter referred to real property within the City was COMPLETED on the 5" day of November 2002. 5. The name of the contractor for such work of improvement was RAY LOPEZ ASSOCIATES. 6. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: Development of mini parks in the Cove area 7. The street address of said property is: Sagebrush/Saguaro/Bottlebrush areas in La Quinta DATED: November 6, 2002 CITY OF LA QUINTA, CALIFORNIA ` III III�f3111WAIN 14.0,1 STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La Quinta, the political subdivision which executed the foregoing notice and on whose behalf I make this verification; that I have read said notice, know its contents, and that the same is true. I certify under penalty of perjury that the foregoing is true and correct. Executed at La Quinta, California on November 6, 2002. IN ","�=" Jam. JU . GREEK, CMC, City Clerk City of La Quinta, California