Loading...
HomeMy WebLinkAbout9/7/2016 - STAFF REPORTS - 1.H. A L��t? M SiD4 iy c V N F °roa.cv c4`1FOR�`P City Council Staff Report DATE: September 7, 2016 CONSENT CALENDAR SUBJECT: APPROVAL OF A CONTRACT CHANGE ORDER IN THE AMOUNT OF $303,055 WITH MATICH CORPORATION FOR THE 2016 PAVEMENT REHABILITATION, CITY PROJECT NO. 16-01, AND AUTHORIZATION TO ENTER INTO A REIMBURSEMENT AGREEMENT WITH THE COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS, RELATED TO THE NORTH INDIAN CANYON DRIVE WIDENING PROJECT FROM: David H. Ready, City Manager BY: Engineering Services Department SUMMARY Approval of a Contract Change Order in the amount of $303,055 with Matich Corporation will allow the City to proceed with Phase 1 of the North Indian Canyon Drive Widening Project, consisting of reconstruction of North Indian Canyon Drive from 19th Avenue to 18th Avenue. This cost will be eligible for reimbursement pursuant to an agreement with the Coachella Valley Association of Governments. RECOMMENDATION: 1. Authorize the City Manager to execute a Contract Change Order in the amount of $303,055 to the construction contract (Agreement No. A6878) with Matich Corporation for the 2016 Pavement Rehabilitation, City Project No. 16-01, to include reconstruction of North Indian Canyon Drive from 19th Avenue to 18th Avenue to be considered as Phase 1 of the North Indian Canyon Drive Widening Project; 2. Authorize the City Manager to enter into a Reimbursement Agreement with the Coachella Valley Association of Governments related to the North Indian Canyon Drive Widening Project, subject to terms and conditions reflecting a credit of the $303,055 cost for reconstruction of North Indian Canyon Drive from 19th Avenue to 18th Avenue to the City of Palm Springs' local share and as eligible Regional Measure A costs; and 3. Authorize the City Manager to execute all necessary documents. ITEM NO. City Council Staff Report September 7, 2016- Page 2 Authorize Change Order for N. Indian Canyon Dr. Widening STAFF ANALYSIS: On July 6, 2016, the City Council awarded a construction contract to Matich Corporation, a California corporation, in the amount of $5,328,933 for the 2016 Pavement Rehabilitation, City Project No. 16-01, (the "Project"). The scope of work includes reconstruction and overlay of approximately 3,100,000 square feet of asphalt concrete pavement on 78 street segments in various locations throughout the City. The selection of which streets to include in the City's recent pavement reconstruction and overlay projects has been based on a pavement condition survey wherein each City street segment's pavement condition was assessed and assigned a Pavement Condition Index ("PCI") rated between 0 (no pavement) to 100 (new pavement). The street segment assigned the worst PCI in the entire City of Palm Springs is the segment of N. Indian Canyon Drive from 19th Avenue to 18 Avenue, which is rated PCI=8, and has completely failed as seen in the photo included as Figure 1. Figure 1 This segment of N. Indian Canyon Drive from 19th Avenue to 18 Avenue is equally shared by both the City of Palm Springs and City of Desert Hot Springs, where our mutually shared city limit line extends along the centerline of N. Indian Canyon Drive, as seen in Figure 2. 02 City Council Staff Report September 7, 2016- Page 3 Authorize Change Order for N. Indian Canyon Dr. Widening a Y,e' Wm,.•m Lme as IK1 nm l�nm.e z 9 5 DRW Rd DiJen Rtl ---� North Paim ® , Z Spring6 BM 4 e 18N Ave 4 IM A',, IAA A,, PALM SPRINGS 95ft 4yv i,Ra 0 n `c Figure 2 Palm Springs has deferred scheduling reconstruction or repairs to this segment of N. Indian Canyon Drive due to prior action taken on December 5, 2012, whereby the City of Palm Springs entered into a Memorandum of Understanding ("MOU") with the City of Desert Hot Springs and Riverside County on a $14.4 Million project to widen N. Indian Canyon Drive from 20th Avenue to Dillon Road to its ultimate width with a raised median. Pursuant to the MOU, the City of Desert Hot Springs was to act as Lead Agency on the project, which was contingent on the City of Desert Hot Springs securing a $3 Million federal grant. A copy of the December 5, 2012, staff report and MOU is included as Attachment 1. The City of Desert Hot Springs was unsuccessful in receiving the $3 Million federal grant, and the MOU was never executed. Meanwhile, given the delay to initiating a major roadway widening project on N. Indian Canyon Drive, City staff have desired to commence with reconstruction of the segment of N. Indian Canyon Drive between 19th Avenue and 18th Avenue as part of its citywide overlay project awarded to Matich Corporation. Staff requested and received a proposal of $303,055 from Matich Corporation to include this street segment as part of the Project; a copy of the proposal received from Matich Corporation is included as Attachment 2. However, very recently staff from Riverside County and the City of Desert Hot Springs met with Palm Springs to discuss commencing on a project to complete an interim widening of N. Indian Canyon Drive between 19th Avenue and Dillon Road. A request 03 City Council Staff Report September 7, 2016 - Page 4 Authorize Change Order for N. Indian Canyon Dr. Widening letter from all three agencies was submitted to the Coachella Valley Association of Governments ("CVAG") requesting that CVAG approve Regional Measure A funding of up to $3 Million to allow Riverside County to proceed as Lead Agency on the interim widening of N. Indian Canyon Drive. A copy of the request letter is included as Attachment 3. Included as part of the scope of the interim widening project will be the reconstruction of N. Indian Canyon Drive between 19th Avenue and 18th Avenue. At the August 29, 2016, CVAG Transportation Committee meeting, the Committee considered and unanimously recommended the CVAG Executive Committee approve a Reimbursement Agreement with Riverside County for the N. Indian Canyon Drive Widening Project, authorizing up to $3 Million in Regional Measure A funding. A copy of the August 29, 2016, CVAG Transportation Committee meeting staff report is included as Attachment 4. Included as part of the eligible project costs will be Phase 1 (reconstruction of N. Indian Canyon Drive between 19th Avenue and 18th Avenue) to be completed by the City of Palm Springs as part of a separate Reimbursement Agreement between Palm Springs and CVAG. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities; therefore, the 2016 Pavement Rehabilitation Project, City Project No. 16-01, is considered categorically exempt from CEQA, and a Notice of Exemption has been prepared and filed with the Riverside County Clerk. Reconstruction of the existing asphalt concrete pavement of N. Indian Canyon Drive between 19th Avenue and 18th Avenue is consistent with the CEQA Class 1 exemption determined for the City Project No. 16-01, and no further environmental analysis pursuant to CEQA is required. Riverside County, acting as Lead Agency for the interim widening of N. Indian Canyon Drive, will complete appropriate environmental analysis pursuant to CEQA for the potential impacts associated with the roadway widening, which will be completed by Riverside County as part of a separate project in 2017. FISCAL IMPACT: The City of Palm Springs and City of Desert Hot Springs equally share responsibility for operation and maintenance costs associated with N. Indian Canyon Drive between 19th Avenue and 18th Avenue. The City has obtained a cost proposal from Matich 04 City Council Staff Report September 7, 2016- Page 5 Authorize Change Order for N. Indian Canyon Dr. Widening Corporation of $303,055 to reconstruct this segment of roadway as part of City Project No. 16-01, of which 50% is the responsibility of Desert Hot Springs. However, the CVAG Transportation Committee recommended approval (subject to formal action by the Executive Committee at its September 26, 2016, meeting) to move forward with the N. Indian Canyon Drive Widening Project with up to $3 Million in Regional Measure A funding (at 75% CVAG reimbursement), which will include the scope and cost of Phase 1 (reconstruction of N. Indian Canyon Drive between 19th Avenue and 18th Avenue) to be completed by the City of Palm Springs. Therefore, pursuant to a separate Reimbursement Agreement between the City of Palm Springs and CVAG, the $303,055 cost incurred by the City of Palm Springs for reconstruction of this segment of N. Indian Canyon Drive will be reimbursed at 75% by CVAG, and the City will receive $227,291.25 reimbursement at a later date in accordance with the terms of the CVAG Reimbursement Agreement. The remaining 25% cost incurred will be considered as a portion of the City's local share of Measure A funding for the North Indian Canyon Drive Widening Project to be completed by Riverside County in 2017. Staff recommends that the City of Palm Springs proceed with reconstruction of this segment of roadway, and pay 100% of the cost, and authorize the City Manager to enter into the separate Reimbursement Agreement between the City of Palm Springs and CVAG associated with the $303,055 cost incurred by the City of Palm Springs for reconstruction of N. Indian Canyon Drive between 19th Avenue and 18th Avenue. Sufficient funding is available in the Local Measure A Fund, Account 134-4498-50225, to authorize the contract change order with Matich Corporation in the amount of $303,055. SUBMITTED: arcus L. Fuller, PA, P. ., P.L.S. David H. Ready, Esq. .D. Assistant City Manager/City Engineer City Manager Attachments: 1. Staff Report, December 5, 2012 2, Matich Corp. proposal 3. County Letter requesting funding from CVAG 4. August 29, 2016, CVAG Staff Report 05 ATTACHMENT 1 06 ;Qt PALMS" iy P V N a ,r C41/roR City Council Staff Report Date: December 5, 2012 NEW BUSINESS Subject: NORTH INDIAN CANYON DR IMPROVEMENT PROJECT From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY This action will authorize the City Manager to enter into a Memorandum of Understanding (MOU) with the City of Desert Hot Springs and County of Riverside committing to the desiign, construction and funding for the improvement of Indian Canyon Dr between 20 Ave and Dillon Rd. The total estimated cost of the project is $14,397,149. The City of Desert Hot Springs is lead agency and has received a $3,000,000 grant for the project from the Department of Commerce-Economic Development Administration and CVAG Executive Committee has approved funding 75% of the remainder. The MOU formalizes the split of the remaining local share, which in the case of Palm Springs, is estimated at $598,351. A separate side agreement provides for the City of Palm Springs paying 1/3 of the amount annually to the City of Desert Hot Springs over a 3 year period. RECOMMENDATION: 1) Approve the three party MOU and side agreement for the Indian Canyon Or Improvement project 2) Authorize City Manager to execute all necessary documents. STAFF ANALYSIS: In July, 2011 City of Desert Hot Springs staff met with the Department of Commerce Economic Development Administration (DOC-EDA) to discuss the potential for grant funding to induce additional economic investment in the City of Desert Hot Springs, City of Palm Springs and County of Riverside. After being provided additional information regarding the "focus" of the current administration (which included energy generation projects and multi jurisdictional projects) staff began working with the City of Desert Hot Springs and the County of Riverside on a proposed project to make significant improvements to North Indian Canyon essentially, 20th Ave north to Dillon Rd. 07 City Council Staff Report December 5,2012 -Page 2 North Indian Cyn Dr Improvement Project Subsequently, City of Desert Hot Springs staff put forward a "Pre-Application" to DOC- EDA in December, 2011. DOC-EDA staff reviewed the application and invited the City of Desert Hot Springs (on behalf of the three jurisdictions) to submit a full application by December 3, 2012. The full application will contain the following documents: 1. Department of Commerce Economic Development Administration Application 2. Resolution Authorizing City Manager to Enter into Agreement(s) 3. Memorandum of Understanding (MOU) between the Three (3) Jurisdictions 4. Agreement with the Coachella Valley Association of Governments Regarding Regional Funding The total project is projected to cost $14,397,149. The DOC-EDA grant is for $3 million (the maximum available pursuant to information provided by DOC-EDA staff). The balance ($11,397,149) is scheduled to be paid between CVAG (75%) and the local jurisdictions (25%) (City of Desert Hot Springs, City of Palm Springs and the Couty of Riverside). The local amount ($2,849,287) is split between the three local jurisdictions. The City of Palm Springs' share is estimated to be $598,351, which will require annual payments to the City of Desert Hot Springs of$199,450 for 3 years pursuant to the side agreement. FISCAL IMPACT: Sufficient funds will be available annually in Measure A account 134-4498-50000. 08 City Council Staff Report December 5,2012-Page 3 North Indian Cyn Dr Improvement Project SUBMITTED: Prepared by: David J. Barakian Director of Public Works/City Engineer Approved by: David H. Ready, City er Attachments: 1. Side Agreement Z MOU 3. Project Map 4. DHS Email 09 Tri-Party Memorandum of Understanding For Project to Improve Indian Avenue Between 20th Avenue and Dillon Road This Tri-Party Memorandum of Understanding ("MOU') is entered into as of day Of ,2012 by and between the County of Riverside ("County"),a political subdivision of the State of California,the Cityof Desert Hot Springs ("Desert Hot Springs"), a Califomia charter city,and the City of Palm Springs ("Palm Springs"),a California charter city. County,Desert Hot Springs and Palm Springs are each individually "Party' and collectively, the"Parties." Recitals A The Transportation Project Prioritization Study(the"Transportation Study'), a Coachella Valle wide study regularly prepared and updated under auspices of the Coachella Valley Association of Governments ("CVAG"), a California joint powers agency,has identified various transportation and highway projects throughout the Coachella Valley as projects of regional importance. B. In the Transportation Study,CVAG identified a project to design and construct improvements to Indian Avenue between 20th Avenue and Dillon Road, and improvements to the intersection of Indian Avenue and Dillon Road(the "Project"). The Project is of significant regional importance and is located within the jurisdictions of Desert Hot Springs,Palm Springs and the County. The Project consists of the improvement of 9,645 linear feet of roadway infrastructure as detailed on Exhibit A attached hereto and incorporated herein bythis reference. G To fund the Project,Desert Hot Springs submitted a preliminary application for the United States Department of Commerce (the "DOC') Economic Development Administration Public Infrastructure Grant for$3 million (the"Federal Grant"). Desert Hot Springs received a favorable reaction from the DOC, and the DOC requested that the Parties enter into a joint memorandum of understanding in support of Desert Hot Spring's application for the Federal Grant D. In addition to the Federal Grant,each Pany desires to assist in the funding of the Project through individual financial contributions. E. CVAG desires to help fund implementation of the Project as the Parties are member jurisdictions of CVAG, and the Project is of regional importance. F. The Parties desire to enter into this MOUto establish the roles and responsibilities of each Parry with respect to the design and construction of the Project. NOW, THEREFORE,in consideration of the covenants of the Parties expressed in this MOU,the Parties agree as follows: 1 10 1. f'uposc. The purpose of this MOU is to formalize the commitment among the Parties to work in a partnering process to coordinate the design,construction and funding of the Project,including the coordinated submission of a final application to the DOC for the Federal Grant, and to support the efficient and orderly implementation of the Project. 2. Project Development and Man ement. a. Project Manager. Desert Hot Springs shall serve as the lead agency for the Project, and shall provide the project management and construction services for the design and implementation of the Project,including, but not limited to hiring design consultants, preparing engineering studies and drawings, right-of-way acquisition,preparing required documentation and reporting functions,finance administration, obtaining necessary permits and approvals,and managing the design,public bid,construction,invoicing,and grant and financial management processes (the"Project Manager Services"). b. CoouerativeEffort- Desert Hot Springs shall provide the Project Manager Services in consultation with the County and Palm Springs. The Parties shall cooperate with each other to enable the performance of the Project Manager Services by Desert Hot Springs pursuant to this MOU. The Parties shall use their best efforts to be timely and responsive in accomplishing all work covered bythis MOU. Each Partyshall designate a point of contact'which person shall have the responsibility for ensuring requests are met in a timely manner and resolving disputes,should they arise. 3. Per ject Fundine. 'Ihe Parties and CVAG shall fund the Project as specified in this MOU The total cost of the Project is estimated to be$14,397,149 (the "Total Project Cost") as provided in the Project budget attached hereto as Exhibit B and incorporated herein bythis reference. a General Structure of CVAG Fundiag Procedure, Under CVAG's policy of funding eligible projects by member jurisdictions (the"CVAG Funding Procedure"),CVAG shall be responsible for seven}-five percent (75%) of the project costs (the "Regional Share Cost"),and the responsible member jurisdictions shall be responsible for twenty-five percent (25%) of the project costs (the"Local Share Cost")plus any ineligible project costs that are not permitted to be funded pursuant to the CVAG's rules and policies ("CVAG Ineligible Cost"). The CVAG Funding Procedure requires outside funding to be deducted from the total cost of a project prior to the calculation of the Regional Share Cost and the Local Share Cost. b. Project-Specific Funding Procer . In accordance with the CVAG Funding Procedure,the Panics agree that the Project is anticipated to be financed as follows: L The Federal Grant shall be deducted from the Total Project Gist prior to the determination of the Regional Share Costs and the Local Share Costs of the Project (the"Net Project Cost"). The Net Project Cost is estimated to be $11,397,149,which represents the difference between the Total Project Costs and the Federal Grant. ii. The Net Project Cost shall be used to calculate the Regional Share Cost and the Local Share Cost. The Regional Share Cost is estimated to be $8,547,862,which 2 11 represents the Net Project Cost mdriAd by the percentage share of the Regional Share Cost (i.e. 751/6). The Local Share Cost is estimated to be $2,849,287,which represents the sum of the Net Project Cost rrultipl&bythe percentage share of the Local Share Cost (i.e. 25%)plus arty CVAG Ineligible Costs. The sum of the Local Share Cost plus the CVAG Ineligible Costs is the "Total Local Jurisdiction Costs." U Each Party is required to pay a portion of the Total Local Jurisdiction Costs in accordance with the percentage allocations specified in Exhibit G attached hereto and incorporated herein by this reference. The Total Local jurisdiction Costs percentages are based upon the total amount of improved linear feet of the Project within the jurisdiction of each Parry. c. RQjimment to Secure Funding. The Parries shall ensure that sufficient funding is in place prior to the commencement of the Project. If the Federal Grant award is less than$3 million,the Parries agree in good faith to meet and confer to consider amendment to this MOU to provide for further appropriate funding for the implementation of the Project. d. Increases in Total.Project Cost The Total Project Cost is estimated based on the Project budget provided in Exhibit B. To the extent the Total Project Cost as provided therein increases above 20%, the Parties agree in good faith to meet and confer to consider amendment to this MOU to provide for further appropriate funding for the implementation of the Project. Increases in materials costs arising from various factors including,but not limited to, import tariff or duty,commodity and/or input shortages,or prevailing wage increases,shall be divided among the Parties pursuant to the Regional Shari:Costs and Local Share Costs formulas provided in this Section 3. 4. P a. Tuning of Emmling; Escrow Account, The Parties agree to deposit fifty percent (50%) of its proportionate share of the Total Local jurisdiction Costs into an escrow account established by Desert Hot Springs (the "Escrow Account") within ten(10) business days of receipt of the final commitment from the DOC for the Federal Grant. The Parties agree to deposit the remaining fifty (50%) of its proportionate share of the Total jurisdiction Costs into the Escrow Account within ten (10) business days of the commencement of construction of the Project b. Costs Eligible for Reimbursement. The Project Manager Services costs eligible for advanced payment or reimbursement from the Escrow Account include,but are not limited to,the following items: (1) Desen Hot Springs and/or consultant costs associated with direct Project coordination and support; (2) funds expended in preparation of preliminary engineering studies and design drawings; (3) funds expended for preparation of environmental review documentation that may be required; (4) all costs associated with right-of-way acquisition,including costs associated with engineering, appraisal,legal costs for condemnation proceedings; (5) costs reasonably incurred for any condemnation proceedings required; (6) Desert Hot Springs and/or consultant costs incurred for the preparation of plans,specifications and estimates; (7) Desert Hot Springs costs associated with the competitive bidding process; (8) 3 12 construction costs,including change orders; (9) construction management and field inspection; and(10) Desert Hot Springs administrative costs to manage and administer completion of the Project by providing the Project Manager Services. c. Invoices. At the end of each calendar quarter,Desert Hot Springs shall submit an invoice to the Parties documenting the expenditure of the Local Share Costs in the Escrow Account. Each invoice shall be accompanied by detailed contractor invoices, or other demands for payment addressed to Desert Hot Springs for the Project. Upon receipt of an invoice,the Parties may request additional documentation or explanation of the costs detailed on the invoice. 1n the event the Parties dispute amounts on the invoices, CVAG shall have the final authority to make a determination on the validity of the invoice pursuant to the procedure provided in that certain Agency Reimbursement Agreement by and between CVAG and Desert Hot Springs dated December 3,2012. 5. Term and Termination. a Term. The effective date of this MOU is December 3,2012. The initial term of this MOU shall be for seventy-two (72) months, unless terminated by the Parties as provided in this Section 5,or extended by mutual consent of the Parties as evidenced by an amendment to this MOU executed by the Patties. b. Tenmri> on The Parties may terminate this MOU by giving fort}Ffive (45) days prior written notice to the other Parties. The Party delivering such notice to terminate shall meet and confer with the other Parties to within ten (10) business days of delivering such notice to discuss anyoutstanding work orpayment issues. The Parties shall reimburse Desert Hot Spring for all Project Manager Services provided as of the effective date of the termination. 6. Event of Default Anyone of the following occurrences shall constitute an "Event of Default" under this MOU: (a) a Party shall fail to pay any payment when due in accordance with the terms hereof; (b) a Party becomes insolvent or bankrupt,commits any act of bankruptcy, generally fails to pay its debts as they become due,becomes the subject of any proceedings or action of any regulatory agency or any court relating to bankruptcy or insolvency, or makes an assignment for the benefit of its creditors,or enters into any agreement for the composition,extension, or readjustment of all or substantially all of his obligations;or(c) a Party fails to comply with any covenant contained in this MOU and does not cure such failure within fifteen (15) days after receiving written notice thereof. Upon the occurrence of any Event of Default hereunder,the non-defaulting parties shall have and may exerme any and all rights and remedies available to it at law or in equity. 7. Miscellaneous. a. Entim A=ememThis MOU contains the entire agreement of the Parties related to the subject matter hereof and supersedes all prior written or oral agreements, understanding, representations or statements with respect thereto. This MOU may not be amended or modified expect in a writing signed by the Parties. 4 13 b. SeverabiGty If anyone or more of the terms,provisions or conditions of this MOU is declared by a court of competent jurisdiction to be invalid, unenforceable,void or voidable for any reason, each and every remaining term,provision and condition shall not be affected and shall remain valid and enforceable to the maximum extent permitted bylaw. c. No Partnership or Joint Venture. This MOU shall not be construed as creating a partnership or joint venture between the Parties. d. Counteparts. This MOU may be executed in one or more counterparts, each of which will be deemed an original, and all of which,when taken together,will constitute one and the same instrument. e. Choice of Iaw. This MOU, and the rights and obligations of the Parties, shall be governed by and interpreted in accordance with the laws of the State of California without regard to principles of conflicts of law. Any action to enforce or interpret this MOU shall be filed in the Superior Court of California, County of Riverside or in the United States District Court for the Central District of California. f. No Assigwnent;No Third PaUReneficiaries. The rights granted hereby may not be transferred or assigned by operation of law or otherwise without the written consent of each Party. Nothing in this MOU is intended to or shall confer upon any persons other than the Parties any rights or remedies hereunder. g. Waiver. A waiver by a Party of the performance of any covenant or condition herein shall not invalidate this MOU nor shall the delay or forbearance by the Parties in exercising any remedy or right be considered a waiver of,or an estoppel against,the later exercise of such remedy or right. No waiver of any breach of any covenant or provision herein shall be deemed a waiver of any subsequent breach of the same or any other covenant or provision hereof. No waiver shall be valid unless it complies with the provisions of Section 7.a. IL Section Hea&W;Int=retation. The section headings used herein are solely for convenience and shall not be used to interpret this MOU The provisions of this MOU shall be construed as a whole according to their common meaning, and not strictly for or against any Party,in order to achieve the objectives and purposes of the Parties in executing this MOU [Remainder of the page intentionally blank.] 5 14 IN WITNESS WHEREOF,the Parties have executed this Tri-Party Memorandum of Understanding as of the date first written above. COUNTY OF RIVERSIDE, a political subdivision of the State of California By. CITY OF DESERT HOT SPRINGS,a California chatter city By. CityManager ATTEST: City Clerk APPROVED AS TO FORM GtyAttomey CITY OF PALM SPRINGS,a Califomia charter city By. ATTEST: APPROVED AS TO FORM City Attorney 19819721 6 15 Exhibit A Project Map 7 is DA \ %�� O \V � a % QNADJC \ 'PHAS ; �. . . .. DILmk RDP §\ \2%0, f« THUMB DR . \\ . e2 § ( / � ( \\%$\ � [ 201 , AVE ( ^ mil/ §\ � t\ � q P:: 9 IqH AVE 18T H AVE U. I ±TH EVE m ` © ®»»© PRo: T LIMITS 77 Exhibit B Project Budget 8 le Pagel of 2 Dave Barakian From: Dave Barakian Sent: Monday, December 03, 2012 9:38 AM To: 'Hal Goldenberg' Cc: Elizabeth Versace; David Ready; Bette OCamb Subject: RE: Indian Ave I've reviewed the attachments you sent me Nov 29@ 11:57 AM. For the most part I can agree with the estimate which now shows The total project estimated cost at$3,000,669 with our share now at$598,350 instead of the $797,800 noted in your staff report. Please note that the x section attachment shows 6" C&G while the estimate indicates 8". 1 assume the x section has the typo, correct?Please correct the CVAG staff report for the exec Committee. Our City Attorney is reviewing the proposed MOU. David Barakian Director of Public Works/City Engineer City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 (760) 323-8253 x8732 I From: Hal Goldenberg (mailto:hgoldenberg@cltyofdhs.org] Sent:Thursday, November 29, 2012 11:57 AM To: Dave Barakian Cc: Elizabeth Versace Subject: Mr. Barakian, you are indeed correct, per our engineer's survey,there are no underground utilities in your part of the project. Therefore, please review the following calculation of your cost share of the project.... Per the Engineering Budget: Items number 16-18 @ $504.16 per linear foot X 2745 Linear Feet= $1,383,919.20 Items number 1-15 less undergrounding and conduit($9,534,536.00 - $3,853,750.00=$5,680,786) as the total project cost($5,680,786/9645=$588.98) as the cost per linear foot of the entire project, and ($588.98 X 2745 =$1,616,750.10)as your share. Your total pre CVAG and EDA cost of project is $1,383,919.20+ 1,616,750.10=$3,000,669.30 Essentially, to back into the savings, the cost of undergrounding and conduit is $3,953,750. Broken out over the total project by linear feet, the cost is $3,853,750/9645 = $399.55. To proof the argument, subtract$399.55 from $988.55, and you get your linear cost of around $590 per linear foot give or take. Based upon our budget, the calculations above presume a 21%cost share after EDA and CVAG contributions. That brings your share to$598,350.35 In total, the City of Palm Springs will be obligated to $598,350.35. Per your request, attached are two exhibits for your staff report. Hal Goldenberg Director of public Works I City of Desert Hot Springs J Phone (760)329-6411, Ext. 216 Jil Fax(760)288-0639 h-i Idenberg0rJ!yofdhs org i 19 12/3/2012 ATTACHMENT 2 20 CH PORATION FpppnpNny+Crap,„eronn4�O/,Nr BrN, PROPOSAL Company: City of Palm Springs Attention: Mike Lytar Re.: Indian Canyon Dr. Revised Bid Date: 8/10/2016 From: Mark T. Hickman Item No. Description Quantity Unit Unit Price Total 1 Mobilization/Supervision 1 LS $ 9,500.00 $ 9,500.00 2 Traffic Control 1 LS $ 6,900.00 $ 6,900.00 3 Roadway Pulverization 9" 118,900 SF $ 0.22 $ 26,158.00 4 Unclassified Excavation (Export) 5" 1,850 CY $ 21.00 $ 38,850.00 5 Pulverized Base Material 9" 118,900 SF $ 0.11 $ 13,079.00 6 Asphalt Concrete C-2 5' 3,596 TN $ 58.00 $ 208,568.00 $ 303,055.00 NOTES: The Work Described above Must be Done Concurrently with the 16-01 Project. The Quantities are Estimated Only and Payment Will be by Actual Quantity. Any Manholes or valves will be Billed at 16-01 Contract Unit Prices. Department of Industrial Relations No. 1000004260 P.O.Box 10,Highland,CA 92346 Tel:909-382-7400 Fax:909-382-0113 License 149783 A 21 ATTACHMENT 3 22 og COUNTY OF RIVERSIDE . TRANSPORTATIONAND LAND MANAGEMENTAGENCY Juan C.Perm P.E., T.E. Patricia Rama,P.E Transportation and Land Transportation Department Director of Transportation AlanugementAgency Director August 8, 2016 Tom IGrk, Executive Director Coachella Valley Association of Governments 73710 Fred Waring Drive#P200 Palm Desert, CA 92260 Re: North Indian Canyon Road Widening Dear Mr. IGrk, North Indian Canyon Road between 19th Avenue and Dillon Road is a major north-south arterial that connects SR111 and SR62 and serves the communities of Palm Springs, Desert Hot Springs, and unincorporated county residents. This road also serves as the connection for the communities to 1-10.and the recently constructed improvements of the Indian Canyon Interchange on 1-10. The County of Riverside, the City of Desert Hot Springs, and the City of Palm Springs desire to widen North Indian Avenue between 19th Avenue and Dillon Road, approximately 1 mlie and construct minor pavement widening between 19th Avenue and the Indian Canyon freeway ramps north of 1-10. This improvement will provide for a continuous 4 lane road between the freeway and Dillon Road. We estimate the widening project to cost$3 million, which includes environmental clearance, engineering, and construction. North Indian Canyon Road between 1-10 and Dillon Is a shared facility between the County and the City of Desert Hot Springs and the City of Palm Springs. We would like to request funding for environmental,design, and construction with a local agency contribution of 25%. The County of Riverside will be the lead agency for the widening project. Thank you for your consideration, 9 you have any question please contact Patricia Remo, Director of Riverside County Transportation at(951)955-6740. Sinc V2; Assistant City Manager 29 of Palm Sprin ties C Manager of Desert Hot Springs 408111_cm n Snort.&Fluor- Rix midc.CA 93.50t (9511955-6740 (',U 60%I IM� Rivumi k.CA 925r12.1 mx)•FAX(951)955-3193 23 ATTACHMENT 4 24 ITEM 78 n h' Coachella Valley Association of Governments Transportation Committe August 29,2016 ;V1 Staff Report Subject: Reimbursement Agreement between CVAG and the County of Riverside for the North Indian Canyon Drive Widening Project Contact: Eric V. Cowie (ecowle(dcvag.ora) Recommendation: Approve a Reimbursement Agreement between CVAG and the County of Riverside for the North Indian Canyon Drive Widening Project in the amount not to exceed $3 million and authorize the Executive Director to enter into Sub-Agreements with the City of Desert Hot Springs, City of Palm Springs and County of Riverside as necessary. Background: By the attached letter the County of Riverside along with the City of Desert Hot Springs and the City of Palm Springs, is requesting funding assistance to improve North Indian Canyon Drive between 191 Avenue to the intersection at Dillon Road, including portions of the remaining three legs of that intersection. Most of the work to widen North Indian Canyon Drive to six lanes between 2011 Avenue and 191" Avenue has been completed, but there are portions of curb and gutter missing, and the intersection at 191" Avenue is about '/, completed. North Indian Canyon Drive between 191" Avenue and Dillon Road is to be widened from the existing two lanes to four lanes. Between 20t" Avenue and Dillon Road, North Indian Canyon Drive travels through Palm Springs, Desert Hot Springs and Riverside County. Riverside County is the Lead Agency for this project A number of alternative forms of construction were considered for this project. Riverside County has identified the preferred alternative with an estimate of $3 million. Due to the fact that there will be multiple project phases, the $3 million estimate is likely to increase. With a CVAG's 75% regional share set at not to exceed $3,000,000, the project should be adequately funded. The remaining 25% of the total project cost will be divided between the City of Desert Hot Springs, the City of Palm Springs and the County of Riverside. Since this project requires the cooperation of three jurisdictions, some sort of Cost Sharing Agreement by and between the City of Desert Hot Springs, the City of Palm Springs and the County of Riverside will be required by CVAG before project close-out. Fiscal Analysis: Regional Transportation Funds are available to cover CVAG's share of the estimated costs for the North Indian Canyon Drive Widening Project. Contract Finalization: Minor changes/revisions may be made for clarification purposes by CVAG's Executive Director and Legal Counsel prior to execution. 25 COUNTY 4F RIVERSIDE TRANSPORTATIONAND LAND MANAGEMENT AGENCY Jean C.Pert P.E.,T.E Patricia Rmmm,RE Transpormtinn and Land Transportation Department DirecwrofTreavanatimn .tramugrmrar.rgenSr Director August 8, 2016 Tom Kids, Executive Director Coachella Valley Association of Governments 73710 Fred Waring Drive#200 Palm Desert, CA 92260 Re: North Indian Canyon Road Widening Dear Mr. Kirk, North Indian Canyon Road between 19th Avenue and Dillon Road is a major north-south arterial that connects SR111 and SR62 and serves the communities of Palm Springs, Desert Hot Springs, and unincorporated county residents. This road also serves as the connection for the communities to 1-10,and the recently constructed improvements of the Indian Canyon Interchange on 1-10. The County of Riverside, the City of Desert Hot Springs, and the City of Palm Springs desire to widen North Indian Avenue between 19th Avenue and Dillon Road, approximately 1 mile and construct minor pavement widening between 19th Avenue and the Indian Canyon freeway ramps north of 1-10. This improvement will provide for a continuous 4lane road between the freeway and Dillon Road. We estimate the widening project to cost$3 million,which includes environmental clearance,engineering, and construction. North Indian Canyon Road between 1-10 and Dillon Is a shared facility between the County and the City of Desert Hot Springs and the City of Palm Springs. We would like to request funding for environmental,design,and construction with a local agency contribution of 25%. The County of Riverside will be the lead agency for the widening project. Thank you for your consideration, 9 you have any question please contact Patricia Romo, Director of Riverside County Transportation at(951)855.6740. Sin Patricia Romo Director of Transports` ,+:asmty of RiVersi 144 (fMdtdus Fuger Assistant City Manager of Palm Sprin rles �,Cy Manager City of Desert Hot Springs 411811 Lemon SMM..O flamr (tirmikc.CA ')?501 f9511955-G�Xti PO.&.a 11M, Rinasuk.CA "!%2.I01nl FAX(951)955.319R 26