HomeMy WebLinkAboutItem No. 20 - PSA David Evans & Assoc. Inc. Landscape Architectural ServiceCity Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 22-020
Agenda Date: 1/11/2022 Status: Approval FinalVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 20)
Professional Services Agreement with David Evans and Associates Inc. for Landscape
Architectural Services
Approve and Authorize the City Manager to execute a Professional Services Agreement for Landscape
Architectural Services with David Evans and Associates Inc. for the Lakeshore Drive Parkways, Lincoln
Street Parkways and Medians, Terra Cotta Road Parkways, Railroad Canyon Road Median
Improvements, and Via De La Valle Parkways in the amount of $261,982.00, in such final form as
approved by the City Attorney.
Page 1 City of Lake Elsinore Printed on 1/6/2022
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Jason Simpson, City Manager
Prepared by: Rick De Santiago, Public Works Manager
Date: January 11, 2022
Subject: Professional Services Agreement with David Evans and Associates Inc.
for Landscape Architectural Plan Services
Recommendation
Approve and Authorize the City Manager to execute a Professional Services Agreement for
Landscape Architectural Services with David Evans and Associates Inc. for Lakeshore Drive
Parkways, Lincoln Street Parkways and Medians, Terra Cotta Road Parkways, Railroad Canyon
Road Median Improvements, and Via De La Valle Parkways in the amount of $261,982.00, in
such final form as approved by the City Attorney.
Background
Public Works staff have reached out to David Evans and Associates for proposals to develop
conceptual landscape architectural plans on five City streets (Lake Lakeshore Drive, Lincoln
Street Parkways and Medians, Terra Cotta Road Parkways, Railroad Canyon Road Median
Improvements, and Via De La Valle Parkways). The conceptual designs intend to establish
landscape options for plant mix, irrigation systems, hardscape enhancements, and area coverage
for these three roadways.
David Evans and Associates has effectively provided landscape, art, and aesthetic design
concepts for the City on several other projects. Also, they have produced additional design
materials to satisfy Caltrans’s requirements for transportation art on Caltrans’s roadways in the
City.
Discussion
In this agreement, David Evans and Associates shall provide landscape architectural services
surrounding the site- visit/scoping and conceptual parkway plans. Also included in this agreement
is minimal compensation for David Evans and Associates for reimbursable items. In the site-
visit/scoping phase, a site visit with City staff will be conducted to confirm the focus areas for the
conceptual plans. At this point, any issues such as existing plant material that should be
preserved, the status of existing irrigation system and types of improvements desired (mulch vs.
gravel or DG, density and type of shrub plantings, tree selection, etc.) will be covered,
documented, and considered in the overall plan. The conceptual parkway plans will be prepared
David Evans and Associates Inc.
January 11, 2022
Page 2
to utilize street improvements and/or landscape plans provided by the City and/or publicly
accessible aerial images. David Evans and Associates will prepare two different conceptual plans
for each project area. Here, suggestions for planting improvements that provide color and interest
will work well with existing plantings that may remain. The concepts will also consider the use of
inert materials such as crushed rock, decomposed granite, and mulch. Proposed plant and inert
materials will also be provided in addition to a construction cost estimate for each.
Below is the proposed cost for each of the tree roadway designs:
Following the approval of this agenda item, a professional services agreement will be executed,
and David Evans and Associates will begin the proposed work. Professional services,
coordination, and project management oversight during this conceptual design segment of this
project are needed to ensure all expectations are satisfied by David Evans and Associates.
Fiscal Impact
Conceptual Landscape
Location
Site Visit/
Scoping
Conceptual
Plans
Reimbursable
Items
Sub
Total
Lake Lakeshore Drive $4,500 $11,750 $350 $16,600
Lincoln Street Parkways and Medians $5,600 $15,400 $350 $21,350
Terra Cotta Road Parkways $4,100 $8,700 $250 $13,050
Total $51,000
Location
Base Sheet
Prep
Field
Investigation
Updated
Design
Construction
Documents
Reimbursable
Items Sub Total
Railroad Canyon Road
Median Improvements $7,400 $7,900 $17,900 $74,900 $650 $108,750
Total $108,750
Landscape Architectural
Landscape Architectural
Location
Title Sheet
Preparation
Field
Investigation
Construction
Documents
Reimbursable
Items Sub Total
Via De La Valle $1,330 $2,804 $22,036 $650 $26,820
Lincoln Street Parkways and Median $2,805 $3,089 $49,791 $650 $56,335
Terra Cotta Road Parkway $1,040 $1,632 $15,755 $650 $19,077
Total $102,232
Total Contract Amount $261,982
David Evans and Associates Inc.
January 11, 2022
Page 3
Funds are available in the City’s Fiscal Year 21/22– 25/26 Capital Improvement Plan (CIP)
budget.
Exhibits
A – Agreement
B – Lakeshore Drive Conceptual Plans
C – Lincoln Street Conceptual Plans
D – Terra Cotta Conceptual Plans
E – Railroad Canyon Landscape Plans
F – Via De La Valle Landscape Plans
G – Lincoln Street Landscape Plans
H – Terra Cotta Landscape Plans
Exhibit 2.1 - Design Professional Services Agmt.LMM 101819Page 1
AGREEMENT FOR PROFESSIONAL SERVICES
David Evans and Associates Inc.
Landscape Architectural Services
This Agreement for Professional Services (the “Agreement”) is made and entered into as
of January 11, 2022, by and between the City of Lake Elsinore, a municipal corporation (‘‘City")
and David Evans and Associates, Inc., a Oregon Corporation ("Contractor ").
RECITALS
A. The City has determined that it requires the following professional services:
Landscape Architectural Services for Lakeshore Drive, Lincoln Street Parkways and Medians,
Terra Cotta Road Parkways, Railroad Canyon Road Median Improvements, and Via De La
Valle Parkway.
B. Contractor has submitted to City a proposal, dated August 31, 2021, attached
hereto as Exhibit A (“Contractor’s Proposal”) and incorporated herein, to provide professional
services to City pursuant to the terms of this Agreement.
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to perform the services described in this Agreement on the terms and conditions
described herein.
D. City desires to retain Contractor to perform the services as provided herein and
Contractor desires to provide such professional services as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services described in
Contractor’s Proposal (Exhibit A). Contractor shall provide such services at the time, place, and
in the manner specified in Contractor’s Proposal, subject to the direction of the City through its
staff that it may provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the professional services to be performed by Contractor
is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently
the professional services contemplated pursuant to this Agreement according to the agreed
upon performance schedule in Contractor’s Proposal (Exhibit A).
b. Performance Schedule. Contractor shall commence the services
pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all
services within the time period(s) established in the Contractor’s Proposal (Exhibit A). When
requested by Contractor, extensions to the time period(s) specified may be approved in writing
by the City Manager.
Page 2
c. Term. The term of this Agreement shall commence upon execution of
this Agreement and shall continue until the services and related work are completed in
accordance with the Contractor’s Proposal (Exhibit A).
3. Compensation. Compensation to be paid to Consultant shall be in accordance
with the fees set forth in Contractors’ Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. In no event shall Contractor’s compensation exceed Two-
Hundred Sixty-One Thousand Nine Hundred Eighty-Two dollars and zero cents ($261,982.00)
without additional written authorization from the City. Notwithstanding any provision of
Contractor’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be
reimbursed at cost without an inflator or administrative charge. Payment by City under this
Agreement shall not be deemed a waiver of defects, even if such defects were known to the
City at the time of payment.
4. Method of Payment. Contractor shall promptly submit billings to the City
describing the services and related work performed during the preceding month to the extent
that such services and related work were performed. Contractor’s bills shall be segregated by
project task, if applicable, such that the City receives a separate accounting for work done on
each individual task for which Contractor provides services. Contractor’s bills shall include a
brief description of the services performed, the date the services were performed, the number of
hours spent and by whom, and a description of any reimbursable expenditures. City shall pay
Contractor no later than forty-five (45) days after receipt of the monthly invoice by City staff.
5. Background Checks. At any time during the term of this Agreement, the City
reserves the right to make an independent investigation into the background of Contractor’s
personnel who perform work required by this Agreement, including but not limited to their
references, character, address history, past employment, education, social security number
validation, and criminal or police records, for the purpose of confirming that such personnel are
lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons
or property in and around the vicinity of where the services will be rendered or City Hall. If the
City makes a reasonable determination that any of Contractor’s prospective or then current
personnel is deemed objectionable, then the City may notify Contractor of the same. Consultant
shall not use that personnel to perform work required by this Agreement, and if necessary, shall
replace him or her with a suitable worker.
6. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten
(10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately
cease all work under this Agreement, unless the notice provides otherwise. If the City suspends
or terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. In the event this Agreement is terminated pursuant to this Section, the
City shall pay to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section
entitled “Method of Payment” herein.
Page 3
7. Plans, Studies, Documents.
a. Ownership of Documents. All plans, studies, documents and other
writings prepared by and for Contractor, its officers, employees and agents and subcontractors
in the course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Contractor for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Contractor or to any other party. Contractor shall, at Contractor’s expense, provide such
reports, plans, studies, documents and other writings to City upon written request. City shall
have sole determination of the public’s rights to documents under the Public Records Act, and
any third-party requests of Contractor shall be immediately referred to City, without any other
actions by Contractor.
b. Licensing of Intellectual Property. This Agreement creates a
nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and
all copyrights, designs, and other intellectual property embodied in plans, specifications, studies,
drawings, estimates, and other documents or works of authorship fixed in any tangible medium
of expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Contractor
under this Agreement ("Documents & Data"). Contractor shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Contractor represents and warrants
that Contractor has the legal right to license any and all Documents & Data. Contractor makes
no such representation and warranty in regard to Documents & Data which were prepared by
design professionals other than Consultant or provided to Consultant by the City. City shall not
be limited in any way in its use of the Documents & Data at any time, provided that any such
use not within the purposes intended by this Agreement shall be at City’s sole risk.
c. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Contractor in connection with the
performance of this Agreement shall be held confidential by Contractor. Such materials shall
not, without the prior written consent of City, be used by Consultant for any purposes other than
the performance of the services under this Agreement. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the services under this Agreement.
Nothing furnished to Contractor which is otherwise known to Contractor or is generally known,
or has become known, to the related industry shall be deemed confidential. Contractor shall not
use City’s name or insignia, photographs relating to project for which Contractor’s services are
rendered, or any publicity pertaining to the Contractor’s services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium
without the prior written consent of City.
8. Consultant’s Books and Records.
a. Contractor shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges
for services, or expenditures and disbursements charged to City for a minimum period of three
(3) years, or for any longer period required by law, from the date of final payment to Co ntractor
to this Agreement.
Page 4
b. Contractor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
c. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Contractor’s address indicated for receipt of
notices in this Agreement.
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Contractor’s business, City
may, by written request by any of the above-named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Contractor,
Contractor’s representatives, or Contractor’s successor-in-interest.
9. Independent Contractor.
a. Contractor is and shall at all times remain as to the City a wholly
independent contractor pursuant to California Labor Code Section 3353. The personnel
performing the services under this Agreement on behalf of Contractor shall at all times be under
Contractor’s exclusive direction and control. Neither City nor any of its officers, employees, or
agents shall have control over the conduct of Contractor or any of Contractor’s officers,
employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or
in any manner represent that it or any of its officers, employees, or agents are in any manner
officers, employees, or agents of the City. Contractor shall not incur or have the power to incur
any debt, obligation, or liability whatsoever against City, or bind City in any manner.
b. Notwithstanding any other federal, state and local laws, codes,
ordinances and regulations to the contrary and except for the fees paid to Contractor as
provided in the Agreement, Contractor and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer contribution and/or employee contributions for
PERS benefits.
10. PERS Eligibility Indemnification. In the event that Contractor or any employee,
agent, or subcontractor of Contractor providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor
shall indemnify, defend, and hold harmless City for the payment of any employee and/or
employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
11. Interests of Consultant. Contractor (including principals, associates and
professional employees) covenants and represents that it does not now have any investment or
Page 5
interest in real property and shall not acquire any interest, direct or indirect, in the area covered
by this Agreement or any other source of income, interest in real property or investment which
would be affected in any manner or degree by the performance of Contractor’s services
hereunder. Contractor further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Contractor is not a designated employee within the meaning of the Political Reform Act
because Consultant:
a. will conduct research and arrive at conclusions with respect to his/her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
12. Professional Ability of Consultant. City has relied upon the professional training
and ability of Contractor to perform the services hereunder as a material inducement to enter
into this Agreement. Contractor shall therefore provide properly skilled professional and
technical personnel to perform all services under this Agreement. All work performed by
Contractor under this Agreement shall be in accordance with applicable legal requirements and
shall meet the standard of quality ordinarily to be expected of competent professionals in
Contractor’s field of expertise.
13. Compliance with Laws.
a. Contractor shall comply with all local, state and federal laws and
regulations applicable to the services required hereunder, including any rule, regulation or bylaw
governing the conduct or performance of Contractor and/or its employees, officers, or board
members.
b. Contractor represents that it has obtained and will maintain at all times
during the term of this Agreement all professional and/or business licenses, certifications and/or
permits necessary for performing the services described in this Agreement, including a City
business license.
14. Licenses. Contractor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor to practice its profession. Contractor represents and warrants to City that
Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during th e
term of this Agreement, any licenses, permits, insurance and approvals which are legally
required of Contractor to practice its profession. Contractor shall maintain a City of Lake
Elsinore business license.
15. Indemnity.
a. Indemnification for Professional Liability. To the fullest extent permitted by
law, Contractor shall indemnify, defend and hold harmless City and any and all of its officials,
employees and agents (“Indemnified Parties”) from and against any and all claims, losses,
liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the
Page 6
Contractor. Contractor’s duty to defend shall consist of reimbursement of defense costs incurred
by City in direct proportion to the Contractor’s proportionate percentage of fault. Contractor’s
percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the
event any loss, liability or damage is incurred by way of settlement or resolution without a court,
jury or arbitrator having made a determination of the Contractor’s percentage of fault, the parties
agree to mediation with a third party neutral to determine the Contractor’s proportionate
percentage of fault for purposes of determining the amount of indemnity and defense cost
reimbursement owed to the City.
b. Indemnification for Other Than Professional Liability. Other than in the
performance of professional services and to the full extent permitted by law, Consultant shall
indemnify, defend and hold harmless City, and any and all of its employees, officials and agents
from and against any liability (including liability for claims, suits, actions, arbitration proceedings,
administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind,
whether actual, alleged or threatened, including attorneys’ fees and costs, court costs, interest,
defense costs, and expert witness fees), where the same arise out of, are a consequence of, or
are in any way attributable to, in whole or in part, the performance of this Agreement by
Consultant or by any individual or entity for which Consultant is legally liable, including but not
limited to officers, agents, employees or sub-consultants of Consultant. Consultant shall not be
liable to third parties for any liability exempted by statute.
c. General Indemnification Provisions. Consultant agrees to obtain executed
indemnity agreements with provisions identical to those set forth here in this section from each
and every sub-consultant or any other person or entity involved by, for, with or on behalf of
Consultant in the performance of this Agreement. In the event Consultant fails to obtain such
indemnity obligations from others as required here, Consultant agrees to be fully responsible
according to the terms of this section. Failure of City to monitor compliance with these
requirements imposes no additional obligations on City and will in no way act as a waiver of any
rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the
successors, assigns or heirs of Consultant and shall survive the termination of this Agreement
or this section.
16. Insurance Requirements.
a. Insurance. Consultant, at Consultant’s own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City’s Risk
Manager, the following insurance policies.
i. Workers’ Compensation Coverage. Consultant shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Consultant
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days
prior to such change. The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Consultant for City. In the event that Consultant is exempt from Worker ’s
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California, Consultant shall submit to the City a
Page 7
Certificate of Exemption from Workers Compensation Insurance in a form approved by
the City Attorney.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial
general liability insurance form or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to the work to be performed
under this Agreement or the general aggregate limit shall be at least twice the required
occurrence limit. Required commercial general liability coverage shall be at least as
broad as Insurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be
attached limiting the coverage.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Consultant arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance
Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No
endorsement may be attached limiting the coverage.
iv. Professional Liability Coverage. Consultant shall maintain
professional errors and omissions liability insurance appropriate for Consultant’s
profession for protection against claims alleging negligent acts, errors or omissions
which may arise from Consultant’s services under this Agreement, whether such
services are provided by the Consultant or by its employees, subcontractors, or sub
consultants. The amount of this insurance shall not be less than one million dollars
($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per
occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best’s rating of no less than A: VII and shall be
endorsed with the following specific language:
i. Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached thereto, the protection
offered by all policies, except for Workers’ Compensation, shall bear an endorsement
whereby it is provided that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation, the City Manager and
City Attorney, are named as additional insureds. Additional insureds shall be entitled to
the full benefit of all insurance policies in the same manner and to the same extent as
any other insureds and there shall be no limitation to the benefits conferred upon them
other than policy limits to coverages.
Page 8
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self-insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Consultant shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance coverage required
herein. Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
17. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be
addressed to the other party at the address set forth below. Notice shall be deemed
communicated within 48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: David Evans and Associates Inc.
Attn: Kim S. Rhodes, PLA 3867
4141 E. Inland Empire Blvd., Suite 250
Ontario, CA 91764
Page 9
18. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the professional reputation, experience
and competence of Consultant and the subcontractors listed in Exhibit B. Consultant shall be
fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or
all rights, duties or obligations of the Consultant under this Agreement will be permitted only with
the express consent of the City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written
authorization of the City. If City consents to such subcontract, Consultant shall be fully
responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement
shall create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of the City to pay or to see to the payment of any monies due to any
such subcontractor other than as otherwise is required by law.
19. Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
20. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
21. Mediation. The parties agree to make a good faith attempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation. The
parties shall mutually agree upon the mediator and share the costs of mediation equally. If the
parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its
successor in interest. JAMS shall provide the parties with the names of five qualified mediators.
Each party shall have the option to strike two of the five mediators selected by JAMS and
thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after
mediation, either party may commence litigation.
22. Prohibited Interests. Consultant maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement . For
breach or violation of this warranty, City shall have the right to rescind this Agreement without
liability. For the term of this Agreement, no member, officer or employee of City, during the term
of his or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising therefrom.
23. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
Page 10
24. Prevailing Wages. Consultant is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title
8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing
wage rates and the performance of other requirements on "public works" and "maintenance"
projects. Consultant agrees to fully comply with all applicable federal and state labor laws
(including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties
that, in connection with the Work or Services provided pursuant to this Agreement, Consultant
shall bear all risks of payment or non-payment of prevailing wages under California law, and
Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers,
employees, agents, and volunteers, free and harmless from any claim or liability arising out of
any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity
shall survive termination of this Agreement.
25. Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
26. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this
Agreement shall be held exclusively in a state court in the County of Riverside.
27. Authority to Enter Agreement. Consultant has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
make this Agreement and to bind each respective party. The City Manager is authorized to
enter into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-
monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement.
28. Counterparts. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire
understanding between the parties relating to the obligations described herein. All prior or
contemporaneous understandings, agreements, representations and statements, oral or written,
are superseded in total by this Agreement and shall be of no further force or effect.
Consultant’s Proposal is incorporated only for the description of the scope of services and/or the
schedule of performance and no other terms and conditions from such proposal shall apply to
this Agreement unless specifically agreed to in writing. In the event of conflict, this Agreement
shall take precedence over those contained in the Consultant’s Proposal.
30. Amendments. This Agreement may be modified or amended only by a written
document executed by both Consultant and City and approved as to form by the City Attorney.
[Signatures on next page]
Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Risk Manager
“CONTRACTOR”
David Evans and Associates, a Oregon
Corporation
By: Kim S. Rhodes, PLA 3867
Its: Vice President
Attachments: Exhibit A – Consultant’s Proposal
Exhibit B – List of Subcontractors
EXHIBIT A
EXHIBIT A
CONSULTANT’S PROPOSAL
[ATTACHED]
EXHIBIT B
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
EVAI'
CIATT
August 31,2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St
Lake Elsinore, CA 92530
SUBJECT: CONCEPTUAL LANDSCAPE ARCHITECTURAL PTSNS FOR LAKESHORE
DRIVE PARKWAYS IN THE C]TY OF LAKE ELSINORE
Dear Rick.
On behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a proposal
for conceptual landscape plans for parkway improvements on Lakeshore Drive between Jenigan St.
and Grand Ave. The limits of work are shown on the attached diagram. Two distinctly different
conceptual designs will be prepared for representative sections of the roadway.
Task 1 - Site Visit and Scoping- $4,500
To assist in the preparation of this proposal, several sets of street improvement plans were
provided to us by the city. The only portion of this project that is covered by those plans is a
section of parhray on the north side of Lakeshore Drive between Jerrigan St. and Dryden St. lf
additional plans exist, they can be provided by the city at the start of work. A site visit with City
staff will be conducted to confirm the focus areas for our conceptual plans. lssues such as
existing plant material that should be preserved, the status of existing irrigation system and
types of improvements desired (mulch vs. gravel or DG, density and type of shrub plantings,
tree selection. etc.) will be covered in this meeting.
Task 2 - Conceptual Parkway Plans - $11,750
The conceptual plans will be prepared utilizing street improvement and/or landscape plans
provided by the City andlor publicly accessible aerial images. DEA will prepare two'distinctly
different' conceptual plans for two or three representative zones within the proiect area. Each
zone will be a maximum of 400' in length. We will make suggestions for planting improvements
that provide color and interest, but will work well with existing plantings that may remain.
The concepts will also consider use of inert materials such as crushed rock, decomposed
granite and mulch. lmages of proposed plant and inert materials will also be provided in
4141 E. lnland Empire Blvd., Suite 250, Ontario CA 91764 T:{ 909)481-5750 F: (909)481-5757
August 30, 2021
City of Lake Elsinore
Conceptual Landscape Plans for Lakeshore Or.
Page 2
addition to a construction cosl estimate for each option (just for the sample section, not for the
entire proJect area).
Deliverables - 20 scale conceptual plan (color), image boerd, cost estimafe
Task 3 - Reimbursable ltems - $350 (for budgetary purposes)
llems such as reproduction/ plotting services, mileage, and delivery costs (Federal Express,
UPS, etc.) are considered reimbursable expenses and will be charged at actual cost plus 10%.
Excluslons
1. Survey or mapping
2. Electrical Engineering / Lighting plans
3. Monument / signage design
4. Final Plans, Specs and Estimates (proposal for said services to follow at a later date).
Any service requested that does nol fall within the scope of services listed, or any duplication of
work due to changes desired by the City of Lake Elsinore, will be performed on an 'Extra
Services" basis and negotiated accordingly.
Our DEA team is available to begin work immediately following issuance of a notice to proceed.
lf you have any questions or need clarification on any item, please feel free to call. We thank
you once again for your consideration of our qualifications and look forward to discussing this
proposal with you.
Should you have any questions or comments regarding this proposal, please feelfree to contacl
me at (909) 561-7362. We would be happy to ad.iust the scope as needed to insure we provide
the level of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
(
k/-^- l. fr.Ai/-b
Kim S. Rhodes, PLA 3867
Vice President
CITY OF LAKE ELSINORE
' Lnkesnone oRrvE penrwn" ae,uoicepe RENovATIoN-LrMtrs oF woRK
DAVID EVANS
ASSOCIATES
August 31, 2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: CONCEPTUAL I-ANDSCAPE ARCHITECTURAL PLANS FOR LINCOLN
STREET PARKWAYS AND II,EO]AIIIS IN THE CITY OF LAKE ELSINORE
Dear Rick,
On behalf of David Evans and Associates, lnc- (DEA), we are pleased to provide you with a
proposal for conceptual landscape plans for parkway and median improvements on Lincoln St.
between Grand Ave. and lhe end of the road at Rice Canyon. The limits of work are shown on
the attached diagram. Two distinctly differeni conc€ptual designs will be prepared for
representative sections of the roadway.
Task 1 - Site Visit and Scoping- $5,600
To assist in the preparation of this proposal, several sets of street improvement plans were
provided to us by the city. Portions of this project are mvered by those plans. lf additional
plans exist, they can be provided by the city at the start of work. A sits visit with City staff will be
conducted to confirm the focus areas for our conceptual plans. lssues such as existing plant
material that should be preserved, the status of existing inigation system and types of
improvements desired (mulch vs. gravel or DG, density and type of shrub plantings, tree
selection, etc.) will be covered in this meeting.
Task 2 - Conceptual Parkway Plans - 315,400
The conceptual plans will be prepared utilizing street improvement and/or landscape plans
provided by the City and/or publicly accessible aerial images. DEA will prepare two 'distinctly
different' conceptual plans for two or three representative zones within the project area. Each
zone will be a maximum of 400' in length. We will make suggestions for planting improvements
that provide color and interest, but will work well with existing plantings that may remain.
The concepts will also consider use of inert materials such as crushed rock, decomposed
granile and mulch. lmages of proposed plant and inert materials will also be provided in
4141 E. lnland Empir€ Blvd., Suite 250, Ontario, CA 91764 T;( 909) 481-5750 F: (909) 481-5757
August 31 , 2021
City of Lake Elsinore
Conceptual Landscape Plans for Lincoln St.
Page 2
addition to a construclion cost estimate for each option (just for the sample section, not for the
entire project area).
Deliverables - 20 scale conceptual plan (color), image board, cost eslimate
Task 3 - Reimbursable ltems - $350 (for budgetary purposes)
Items such as reproduction/ plotting services, mileage, and delivery costs (Federal Express,
UPS, etc.)are considered reimbursable expenses and will be charged at actual cost plus 10%.
Exclusions
1. Survey or mapping
2. Electrical Engineering / Lighting plans
3. Monument / signage design
4. Final Plans, Specs and Estimates (proposal for said servaces io follow at a later date).
Any service requested that does not fall within the scope of services listed, or any duplication of
work due to changes desired by the City of Lake Elsinore, will be performed on an "Extra
Services" basis and negotiated accordingly.
Our OEA team is available to begin work immediately following issuance of a notice to proceed.
lf you have any questions or need clarification on any item, please feel free to call. We thank
you once again for your consideration of our qualifications and look forward to discussing this
proposal with you.
Should you have any questions or comments regarding this proposal, please feel free to contact
me al (909) 561-7362. We would be happy to adjust the scope as needed to insure we provide
the level of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
g%,-_k/,r-- / frAz/l*
Todd Holmes, PLA 3561
Associale
Kim S. Rhodes, PLA 3867
Vice President
CITY OF LAKE ELSINORE' - [m-c-ouru srneEr pAnKWAY AND MEoIAN LANoSCAPE RENovATIoN - LlMlrs oF woRK ffi:fr*E:
sGl
TOF
August 31, 2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: CONCEPTUAL LANDSCAPE ARCHTTECTURAL PLANS FORTERRA COTTA
ROAD PARKWAYS IN THE CITY OF LAKE ELSINORE
Dear Rick,
On behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a
proposal f,or conceptual landscape plans for parkway improvements on Tena Cotta Road
between Lakeshore Dfive and the end of the road. The limits of work are shown on the
attached diagram. Sinc6 this proiect area is fairly short, a conceptual plan for the entire area
will be prepared. Two distinctly difierent conceptual designs will be prepared.
Task 'l - Site Visit and Scoping- S4,100
To assist in the preparation of this proposal, several sets of streel improvement plans were
provided to us by the city. No part of this project is covered by those plans. lf additional plans
exist, they can be provided by the city at the start of work. A site visit with City staff will be
conducted to conlirm the focus areas for our conceptual plans. lssues such as existing plant
material that should be preserved, the status of existing inigation system and types of
improvements desired (mulch vs. gravel or DG, density and type of shrub plantings, tree
selection, etc.) will be covered in this meeting.
Task 2 - Concoptual Parkway Plans - i8,700
The conceptual plans will be prepared ulilizing street improvement and/or landscape plans
provided by the City and/or publicly accessible aerial images. DEA will prepare two 'distinctly
different' conceplual plans for the project area. We will make suggestions for planting
improvements that provide color and interest, but will work well with existing plantings that may
remain.
The concepts will also consider use of inert materials such as crushed rock, decomposed
granite and mulch. lmages of proposed plant and inert materials will also be provided in
4141 E. lnland Emprre Blvd. Suite 250.ontano, CA91764 T:(909)481-5750 F: (909)481-5757
August 3'l, 2021
City of Lake Elsinore
Conceptual Landscape Plans for Tena Cotta Road
Page 2
addition to a construction cost estimate for each option Uust for the sample section, not for the
entire project area).
Deliverables - 20 scale conceptual plan (colo), image board, cost estimale
Task 3 - Reimbursable ltems - $250 (for budgetary purposes)
Items such as reproduction/ plotting services, mileage, and delivery costs (Federal Express,
UPS, etc.)are considered reimbursable expenses and will be charged at actual cost plus 10%.
Erclusions
1. Survey or mapping
2. Electrical Engineering / Lighting plans
3. Monument / signage design
4. Final Plans, Specs and Estimates (proposal for said services to follow at a later date).
Any service requested that does not fall within the scope of services listed, or any duplication of
work due to changes desired by the City of Lake Elsinore, will be performed on an 'Extra
Services" basis and negotiated accordingly.
Our DEA team is available to begin work immediately following issuance of a notice to proceed.
lf you have any questions or need clarilication on any item, please feel free to call. We thank
you once again for your consideration of our qualifications and look fonaard to discussing this
proposal with you.
Should you have any questions or comments regarding this proposal, please feel free to conlact
me at (909) 561-7362. We would be happy to adjust the scope as needed to insure we provide
the level of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
4/&*---/ i/
L Todd Holmes, PLA 3561
Associate
k*"^- / frAnlb
Kim S. Rhodes, PLA 3867
Vice President
CITY OF LAKE ELSINORE
TERRA COTTA RD. LANDSCAPE RENOVATION. LIMIIS OF WORK
DAVID EVI\NS
ASSOCIATES,N
August 26, 2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: LANDSGAPEARCHITEGTURAL CONSTRUCTION DOCUMENTS FOR
RAILROAD CANYON ROAD MEOIAN IMPROVEMENTS IN THE CITY OF LAKE
ELSINORE
Dear Rick,
On behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a proposal
for landscape architectural services for median improvements on Railroad Canyon Road between
Grape Street and Canyon Hills Road - an approximate distance of 2.25 miles.
ln 2019, DEA prepared conceptual plans for the Railroad Canyon Road median improvements and
those plans will be used as a basis for the design of this project. Those conceptual plans provided a
typical section of median rather than a conceptual plan for the entire length of the project.
Based upon input provided by your team indicating that Alternative 3 was the desired concept, DEA
proposes the following scope of services and fees.
Task 1 - Base Sheet Preparation - $7,400
Utilizing the as-built street improvement CADD files, base sheets will be developed at 20 scale that
will be used for the preparation of project plans.
DelNerables - 20 scale base sheets in AutoCAD 2019 DWG format
Task 2 - Field lnvestigation - $7,900
A two-day field investigation site visit by two DEA team members along with City staff will be
conducted to field verify locations of various structures such as visible utilities and existing plant
material. Constructability issues will also be evaluated during the sate visit.
Deliverables - Updated 20 scale base sf,eefs, two days of site visits and two viftual meetings with
City staff.
4141 E lnland Empire Blvd , Suite 250, Ontario, CA 9'1764 T:( 909) 481-5750 F: (909)481-5757
August 26, 2019
City of Lake Elsinore
Railroad Canyon Road Median lmprovements
Page 2
Task 3 - Updated Conceptual Design / Preliminary Estimate- $17,900
An updated conceptual plan and preliminary cost estimate will be prepared for the median
improvements based on the 2019 conceptual designs. Since the prior conceptual plan is generic in
nature, a conceptual plan for the project will be needed to layout elements such as maintenance
pullouts, limits of hardscape where the median narrows at turn pockets and any existing plant
material that might possibly remain in the median. A 600' section of landscaped median will be
conceptually designed at 20 scale and a supplemental exhiblt will highlight the proposed hardscape
improvements including maintenance vehicle pull outs.
Deliverables - Hardscape conceptual exhibit, 600'20 scale landscape concept plan, preliminary cost
estimate, preliminary details, two viftual meetings with City staff
Task 4 - Construction Documents - $74,900
Plans, specifications, and estimates will be prepared for the proposed work.
. Demolition Plans - $5.500 - These plans will indicate the limits of removal of inert materials,
plant material, irrigation equipment, and electrical appurtenances and to identify items to be
protected in place.
. Construction Plans - 59.300 - These plans will indicate proposed hardscape and inert
materials and will include maintenance pullouts (using City standard details for curb cuts and
paving sections, hardscape in medjan at turn lanes and mow curbs.
o lrrioation Plans - $30.900 - The plans will indicate the point(s) of connection, backflow
prevention method, pressure regulation (as necessary), and equipment size and type in the
irrigation legend. The design plans will comply with AB1881 This task also includes water
agency coordination as needed.
. Plantino Plans - $17,500 - Plans will include a plant legend, information regarding inert
materials, decorative rock, boulders, and hardscape improvements. The plant legend will
indicate the botanical and common names, quantity, size, and remarks.
. Details and Technical Specifications - $7.900
. Estimate of orobable construction costs. Bid schedule and oav item descriptions - $3.800
. One site visit and five virtual meetings with City staff - Cost included in tasks above
Deliverables - 20 scale plans submifted at 65%, 95% and 100%.
Assumptions
1. Existing water and electrical services will be used in their current locations and no new water
or electrical services will be added to the project site as a part of this work.
Exclusions
1. Technical specifications beyond what is noted Inthis proposal.
2. Preparation of City boilerplate specif catlons.
3. NPDES/LlD compliance measures
August 26, 20'19
City of Lake Elsinore
Railroad Canyon Road Median lmprovements
Page 3
4. SWPPP/SWPPP Permitting/Erosion control plans
5. GeotechnicalseNices
6. Constructionsupport
7. Electrical Engineering / Lighting plans
8. As-built drawings
Task 5 - Reimbursable ltems - $650 (for budgetary purposes)
Items such as reproduction/ plotting services, mileage, and delivery costs (Federal Express, UPS,
etc.) are considered reimbursable expenses and will be charged at actual cost plus'10%.
Any service requested that does not fall within the scope of services listed, or any duplication ofwork
due to changes desired by the City of Lake Elsinore, will be performed on an "Extra Services" basis
and negotiated accordingly.
Our DEA team is available to begin work immediately following issuance of a notice to proceed. lf
you have any questions or need clarification on any item, please feel free to call. We thank you
once again for your consideration of our qualifications and look forward to discussing this proposal
with you.
Should you have any questions or comments regarding this proposal, please feel free to contact me
at (909) 561-7362. We would be happy to adjust the scope as needed to insure we provide the level
of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
k).-- / Pbl-r*
Kim S. Rhodes, PLA 3867
Vice President
odd Hol
DAVID EVANS
aNo ASSOC IATES ruc
Decembet 22,2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: LANOSCAPE ARCHITECTURAL CONSTRUCTION DOCUMENTS FOR VIA DE
LA VALLE PARKWAY IMPROVEMENTS IN THE CITY OF LAKE ELSINORE
Dear Rick,
On behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a proposal
for landscape architectural Services for parkway improvements on Via De La Valle. The limits of
work are shown on the attached exhibit. All landscaping will be between the equestrian trail and the
curb on the west side of the street and between the sidewalk and curb on the east side of the street.
The only exception will be the monument area.
DEA has prepared conceptual plans for the via De La valle parkway improvements and the planting
layout on those plans will be used as a basis for the design of this project. The base sheets will be
prepared using the aerial plans downloaded from the internet, as was done for the conceptual plans.
DEA proposes the following scope of services and fees:
Task 1 - Base , Title Sheet Preparation - $1,330
Base sheets, using the city's template, will be developed at 20 scale that will be used for the
preparation of project plans. A title sheet will be prepared using the City's standard format'
Deliverables - 20 sca/e base sfleets,n AutoCAD 2019 DWG format.
Task 2 - Field lnvestigation - $2,804
A fietd investigation site visit by two DEA team members along with City staff will be conducted io
field verify locitions of various structures such as visible utilities and existing irrigation components.
Construciability issues will also be evaluated during the site visit. Soil samples will be taken for
testlng during the site visit as required under MWELO.
Deliverables - Updated 20 scale base sheets.
4141 E. lnland Empire Blvd., Suite 250, ontario, CA 917 T:(909) 481-5750 F: (909)481-5757
Decembet 22,2021
City of Lake Elsinore
Via De La Valle Parkway lmprovements
Page 2
Task 3 - Construction Documents - $17,902
Plans, sheet speciflcations, and estimates will be prepared for the proposed work. Three virtual
meetings are included in this task.
. Demolition Plans - $1.970 - These plans will rndicate the limits of removal of inert materlals,
plant material and irrigation equipment and will identify items to be protected in place.
. Construction/Plantino Plans - $3.250 - Plans will include a plant legend, information
regarding inert materials, decorative rock, boulders, and hardscape improvements. The
plant legend will indicate the botanical and common names, quantity, size, and remarks.
. lrrioation Plans-$7.914 -Theplanswill indicate the layoutof the entire system, the pointof
connection, backflow prevention method, pressure regulation (as necessary), and equipment
slze and type in the irrigation legend. The design plans will be fully compliant with A81881 .
. Details and Sheet Soecifications - $2.792
. Estimate of orobable construction costs - $1,976
Deliverables - 20 scale plans submifted at 95% and 100%, estimate of probable cost.
TOTAL FEE . $22.036
Assumptions
1 . Existing water and electrical services will be used in their current locations and no new water
or electrical services will be added to the prolect site as a part of this work.2. Sleeves exist and can be re-used for this prolect at street crossings.
3. Since the base for our drawings will be an aerial image obtained online, there may be minor
field adjustments needed based on actual conditions.
Exclusions
1. Technical speciftcations beyond what is noted in this proposal
2. Modifications to fencing or other features beyond outer edge of sidewalk or DG trail.3. Preparation of City boilerplate specifications4. SWPPP/SWPPP Permitting/Erosion control plans
5. Bidding/construction support
6. As-built drawings
Reimbursable ltems - $550 (for budgetary purposes)
Items such as reproduction/ plotting services, mileage, and delivery costs (Federal Express, UpS,
etc.) are considered reimbursable expenses and will be charged at actual cost plus 10%.
Any service requested that does not fall within the scope of services listed, or any duplication of work
due to changes desired by the City of Lake Elsinore, will be performed on an "Extra Services" basis
and negotiated accordingly.
Our DEA team is available to begin work immediaiely following issuance of a notice to proceed. lf
you have any questions or need clariflcation on any item, please feel free to call. We thank you
Deember22,2021
City of Lake Elsinore
Via De La Valle Parkway lmprovements
Page 3
once agein for your consideration of our qualifications and look forward to discussing this proposal
with you.
Should you have any questions or comments regarding this proposal, please feel free to contact me
at (909) 561-7362. We would be happy to adjust the scope as needed to insure we provide the level
of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
ruu"^- /. frJ,44-/-
Kim S. Rhodes, PLA 3867
Vice President
'odd Holmes, PLA 3561
CITY OF LAKE ELSINORE
VIA DE LA VALLE LANDSCAPE RENOVATION - LIMITS OF WORK AUGUST 202,1
EV- DAV|D EVANSE l-rel ^roAssoc|aTEs'ic.
fnY "''",iiiii :ild;"i:,*'" "'
DAVID EVANS
ANO ASSOC IATES
Decembet 23,2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: LANDSCAPEARCHITECTURALCONSTRUCTION DOCUITENTSFORLINCOLN
STREET PARKWAY AND MEOIAN LANDSCAPE IMPROVEMENTS IN THE GITY
OF LAKE ELSINORE
Dear Rick,
On behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a proposal
for landscape architectural services for parkway and median landscape improvements on Lincoln
Street. The limits of work are shown on the attached exhibit. All landscaping and irrigation will be
within the dedicated right-of-way.
This proposal is based on the assumption that DEA will prepare conceptual plans for the Lincoln
Street parkway improvements per our prior proposal for that work. The planting layout on those
plans will be used as a basis for the design of this project. The base sheets will be prepared using
the aerial plans downloaded from the internet, as will be done for the conceptual plans. This
proposal is priced as a stand-alone project, per City request, if multiple streetscape prolects are
designed concurrently, we can revisit our proposed fees.
DEA proposes the following scope of services and fees:
Task 1 - Base / Title Sheet Preparation - $2,805
Base sheets, using the City's template, will be developed at 20 scale that will be used for the
preparation of project plans. A title sheet will be prepared using the City's standard format.
Deliverables - 20 scale base sheets in AutoCAD 2019 DWG format.
Task 2 - Field lnvestigation - $3,089
A field investigation site visit by two DEA team members along with City staff will be conducted to
field verify locations of various structures such as vislble utilities and existing irrigation components.
Constructability issues will also be evaluated during the site visit. Soil samples will be taken for
testing during the site visit as required under MWELO.
Deliverables - Updated 20 scale base s/,eets.
4141 E. lnland Empire Blvd., Suite 250, ontario, CA 91764 T:( 909)481-5750 F: (909)481-5757
Decembet 23,2021
City of Lake Elsinore
Lincoln Street Parkway lmprovements
Page 2
Task 3 - Construction Documents - $43,897
Plans, sheet speciflcations, and estimates will be prepared for the proposed work. Three virtual
meetings are included in this task.
. Demolition Plans - $6.490 - These plans will indicate the limits of removal of inert materials,
plant material and irrigation equipment and will identify items to be protected in place.
. Construction/Plantino Plans - $7.420 - Plans will include a plant legend, information
regarding inert materials, decorative rock, boulders, and hardscape improvements. The
plant legend will indicate the botanical and common names, quantity, size, and remarks.
. lrrioation Plans-$21,140 -Theplanswill indicate the layout of the entire system, the point
of connection, backflow prevention method, pressure regulation (as necessary), and
equipment size and type in the irrigation legend. The design plans will be fully compliant with
A81881 .
. Details and Sheet Soecifications - $4.019
. Estimate of orobable construction costs - $4.828
Deliverables - 20 scale plans submifted at 95% and 100%, estimate of probable cost.
TOTAL FEE. S49.791
Assumptions
1 . Existing water and electrical services will be used in their current locations and no new water
or electrical services will be added to the prolect site as a part of this work.
2. Sleeves exrst and can be re-used for this prgect at street crossings.
3. Since the base for our drawings will be an aerial image obtained online, there may be minor
field adjustments needed based on actual conditions.
Exclusions
1. Technical specifications beyond what is noted in this proposal
2. Phasing of prolect / additive-alternate designs
3. Modifications to fencing or other features beyond outer edge of sidewalk or DG trail.
4. Preparation of City boilerplate specifications
5. SWPPP / SWPPP Permitting/Erosion control plans
6. Bidding/construction support
7. As-built drawings
Reimbursable ltems - $650 (for budgetary purposes)
Items such as reproduction/ plottang services, mileage, and delivery costs (Federal Express, UPS,
etc.) are considered reimbursable expenses and will be charged at actual cost plus 10%.
Any service requested that does not fall within the scope of services listed, or any duplication of work
due to changes desired by the City of Lake Elsinore, will be performed on an "Extra Services" basis
and negotiated accordingly.
Oecembet 23.2021
City of Lake Elsinore
Lincoln Street Parkway lmprovements
Page 3
Our DEA team is available to begin work immediately following issuance of a notice to proceed. lf
you have any questions or need clarification on any item, please feel free to call. We thank you
once again for your consideration of our qualifications and look foruvard to discussing this proposal
with you.
Should you have any questions or comments regarding this proposal, please feel free to contact me
at (9Og) 561-7362. We would be happy to adjust the scope as needed to insure we provide the level
of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
kL,^- / ftA./-.*
Kim S. Rhodes, PLA 3867
Vice President
1,300 t.f.
CITY OF LAKE ELSINORE
TERRA COTTA RD. LANDSCAPE RENOVATION . LIMITS OF WORK
E\a oavro EvANaE)-rCr ^io as soc I aT E s'rc.
TnY "'',iii:l :l*i:ld;'" "'
5G
TOF
December 23, 2021
Rick De Santiago
Public Works Manager
City of Lake Elsinore
Corporate Yard
521 North Langstaff St.
Lake Elsinore, CA 92530
SUBJECT: LANDSCAPE ARCHITECTURAL CONSTRUCTION DOCUMENTS FOR TERRA
COTTA ROAD PARKWAY LANDSCAPE IMPROVEMENTS IN THE CITY OF
LAKE ELSINORE
Dear Rick,
on behalf of David Evans and Associates, lnc. (DEA), we are pleased to provide you with a proposal
for landscape architectural services for parkway landscape improvements on Terra Cotta Road. The
limits of work are shown on the attached exhibit. All landscaping and irrigation will be within the
dedicated rightof-way.
This proposal is based on the assumption that DEA will prepare conceptual plans for the Terra Cotta
Road parkway improvements per our prior proposal for that work. The planting layout on those
plans will be used as a basis for the design of this project. The base sheets will be prepared using
ihe aerial plans downloaded from the internet, as will be done for the conceptual plans. This
proposal is priced as a stand-alone project, per City request, if multiple streetscape projects are
designed concurrently, we can revisit our proposed fees.
DEA proposes the following scope of services and fees:
Task 1 - Base / Title Sheet Preparation - $1,040
Base sheets, using the city's template, will be developed at 20 scale that will be used for the
preparation of project plans. A title sheet will be prepared using the City's standard format'
Deliverables - 20 sca/e base sfieets,n AutoCAD 2019 DWG format.
Task 2 - Field lnvestigation - $1,632
A field investigation site visit by two DEA team members along with City staff will be conducted to
field verify locitions of various structures such as visible utilities and existing irrigation components.
Construciability issues will also be evaluated during the site visit. Soil samples will be taken for
testing during the site visit as required under MWELO.
Deliverables - Updated 20 scale base sheets.
4141 E. lnland Empire Blvd., Suite 250, ontario, CA 91764 T:(909)481-5750 F: (909) 481-5757
Decembet 23,2021
City of Lake Elsinore
Terra Cotta Road Parkway lmprovements
Page 2
Task 3 - Construction Documents - $13,083
Plans, sheet specifications, and estimates will be prepared for the proposed work. Three virtual
meetings are included in this task.
. Demolition Plans - $1.040 - These plans will indicate the limits of removal of inert matenals,
plant material and irrigation equipment and will identify items to be protected in place.
. Construcuon/Plantino Plans - $2.550 - Plans will include a plant legend, information
regarding inert materiais, decorative rock, boulders, and hardscape improvements. The
plant legend will indicate the botanical and common names, quantlty, size, and remarks.
. lrriqation Plans - $6.380 - The plans will indicate the layout of the entire system, the point of
connection, backflow prevention method, pressure regulation (as necessary), and equipment
size and type in the irrigation legend. The design plans will be fully compliant with A81881 .
. Details and Sheet Specifications - S1 .922
. Estimate of orobable construction costs - $1 .191
Deliverables - 20 scale plans submitted at 95% and 100yo, estimate of probable cost.
TOTAL FEE . $15.755
Assumptions
1 . Existing water and electrical services will be used in their current locations and no new water
or electrical services will be added to the pro.iect site as a part of this work.
2. Sleeves exist and can be re-used for this project at street crossings.
3. Since the base for our drawings will be an aerial image obtained online, there may be minor
field adjustments needed based on actual conditions.
Exclusions
1. Technical specifications beyond what is noted in this proposal
2. Phasing of prolect / additive-alternate designs
3. Modifications to fencing or other features beyond outer edge of sidewalk or DG trail.4. Preparation of City boilerplate specifications
5. SWPPP / SWPPP Permifting/Erosion control plans
6. Bidding/construction support
7. As-built drawings
Reimbu6able ltems - $550 (for budgetary purposes)
Items such as reproduction/ plotting Services, mileage, and delivery costs (Federal Express, UPS,
etc.)are considered reimbursable expenses and will be charged at actual cost plus 10%.
Any service requested that does not fall within the scope of services listed, or any duplication of work
due to changes desired by the City of Lake Elsinore, will be performed on an "Extra Services" basis
and negotiated accordingly.
Decembet 23,2O2l
City of Lake Elsinore
Terra Cotta Road Parkway lmprovements
Page 3
Our DEA team is available to begin work immediately following issuance of a notice to proceed. lf
you have any questions or need clarification on any item, please feel free to call. We thank you
once again for your consideration of our qualifications and look forward to discussing this proposal
with you.
Should you have any questions or comments regarding this proposai, please feel free to contact me
at (909) 561-7362. We would be happy to adjust the scope as needed to insure we provide the level
of service that is consistent with your needs.
Sincerely,
David Evans and Associates, lnc.
kL.*' /. fr.A,-/-t*
Kim S. Rhodes, PLA 3867
Vice President
odd Holmes, PLA 3561
9Eoo i -2U -EB<F !;F>< 6 !;l3;5;>O' E 3 E<O : E Eo<;o-9;<;IIUIEhF
F
l(,
l
Yto
=LLo
(/)F
=zo
F-
oz
tlJt
uJ
o_
aoz
J
cix.
FFo
E.t
uJF
IIJEozaJ
UJ
UJY
Jlro
Eo
]-
oo
cr)
_--.'__---------
B