HomeMy WebLinkAbout12/19/2012 - STAFF REPORTS - 2H p PLM Sa
O
V N
4<rFORa� City Council Staff Report
Date: December 19, 2012 CONSENT CALENDAR
Subject: APPROVAL OF AMENDMENT NO. 4 TO CONTRACT SERVICES
AGREEMENT NO. 4461 WITH DOKKEN ENGINEERING FOR THE
INDIAN CANYON DRIVE STREET & BRIDGE WIDENING, CITY
PROJECT NO. 01-11A
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
An amendment to the contract services agreement with Dokken Engineering is required
to include additional services related to a change in scope of the Indian Canyon Drive
Street & Bridge Widening, City Project 01-11.
RECOMMENDATION:
1) Approve Amendment No. 4 to Agreement No. 4461 with Dokken Engineering, in
the amount of $11,000 for a total revised contract amount of $1,224,700 for the
Indian Canyon Drive Street & Bridge Widening, City Project 01-11; and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On September 5, 2012, City council approved an agreement with Granite Construction
Co., Inc. for the Indian Canyon Drive Interim Indian Canyon Drive Widening Project from
Union Pacific Railroad Bridge to Garnet Avenue (CP 01-11A). Environmental Mitigation
and Monitoring Services for the interim widening of Indian Canyon is required to comply
with the approved environmental document for construction. The additional tasks
include a preconstruction survey, worker training, preconstruction survey write-up,
agency coordination, Environmentally Sensitive Areas (ESA) fence monitoring, and
project close-out. The additional fees are being requested to adjust the design budget
to compensate for these tasks.
Staff has reviewed the requested contract amendment with Dokken Engineering, and
recommends its approval by the City Council.
ITEM NO. ��
City Council Staff Report
December 19, 2012 - Page 2
Amendment No. 4 to Agreement No. 4461
FISCAL IMPACT:
Sufficient funds are available in Regional Measure A account 134-4497-50196 and
Local Measure A account 134-4498-50196. No local miscellaneous general funds are
required for this contract.
Expenditures to encumber the contract amendment will be made as follows:
134-4497-50196: $8,250
134-4498-50196: $2,750
SUBMITTED:
Prepared by: Recommended by:
Savat Khamphou David J. Barakian
Assistant Director of Public Works Director of Public Works/City Engineer
Approved by:
Thomas J. W on, Asst. City Manager David H. Ready, Ci ager
Attachments:
1. Amendment No. 4 to Agreement No. 4461
02
AMENDMENT NO. 4 TO CONTRACT SERVICES AGREEMENT NO. 4461
WITH DOKKEN ENGINEERING
INDIAN CANYON DRIVE STREET & BRIDGE WIDENING, CP#01-11
The following articles of Agreement No. 4461 are hereby amended to read as follows:
SECTION 2.1 Maximum contract amount is amended to One Million Two Hundred Twenty Four
Thousand Seven Hundred Dollars ($1,224,700.00).
SCOPE OF SERVICES (Exhibit "A") — Exhibit"A" is amended as follows:
See the attached sheet.
SCHEDULE OF COMPENSATION (Exhibit "C") — Exhibit "C" is amended as follows:
See the attached Revised Exhibit "C".
SCHEDULE OF PERFORMANCE (Exhibit "D") —Exhibit "D" is amended as follows:
See the attached sheet.
Purchase Order Number(s): 12-0388
Agreement Number: 4461
Original City Council Approval: March 27, 2002
Original Contract Amount: $ 421,500
Amount of Previous Increase(s) $ 792,200
Amount of This Increase $ 11,000
Amended Total: $ 1,224,700
Account Number(s): 134-4497-50196 ($8,250)
134-4498-50196 ($2,750)
SIGNATURES ON NEXT PAGE
03
Except as specifically amended by this Amendment No. 4, all terms and provisions of
Agreement No. 4461 remain in full force and effect.
ATTEST: CITY OF PALM SPRINGS,
a California charter city
By:
City Clerk
By:
City Manager
APPROVED AS TO FORM:
By:
City Attorney
CONTRACTOR: DOKKEN ENGINEERING
Check one:_Individual_Partnership X Corporation
Corporations require two notarized signatures: One signature must be from the Chairman of Board, President,or any Vice
President.The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief
Financial Officer).
By: By:
Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary,
President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer
Name: Name:
Title: Title:
State of 1 State of J
County of �ss County of )as
On before me, On before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory evidence)to be who proved to me on the basis of satisfactory evidence)to be
the person(s) whose name(s) is/are subscribed to the within the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/shefthey instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies), executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) person(s), or the entity upon behalf of which the person(s)
acted,executed the instrument. acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and State of California that the foregoing paragraph is true and
correct. correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
04
EXHIBIT "A"
SCOPE OF SERVICES
The following "Environmental Mitigation and Monitoring Services", for the Interim Indian Canyon
Widening, City Project No. 01-11A: shall be added:
Task 8 Environmental Mitigation and Monitoring Services - Dokken Engineering shall
coordinate the requirements of the Mitigation Monitoring Plan approved under the environmental
document. Specific tasks include:
• Preconstruction Survey
• Worker Training
• Preconstruction Survey write-up
• Agency Coordination
• ESA fence monitoring
• Project close-out
END OF ADDITIONS TO EXHIBIT "A"
05
REVISED EXHIBIT "C"
SCHEDULE OF COMPENSATION
Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to
Consultant shall be made no more frequently than monthly. Lump sum payments shall be made
to Consultant based upon completion of tasks, or pro-rata portions thereof noted below.
This Task Total
Previous Increase Lump Sum
Roadway Scope of Services
Task 1.0, Project Management $ 11,200.00 1,000.00 $12,200.00
Task 2.0, Survey and Right-of-Way $ 94,500.00 $0.00 $ 94,500.00
Task 3.0, Preliminary Engineering Studies $ 7,500.00 $0.00 $ 7,500.00
Task 4.0, Geotechnical Design $ 6,300.00 $0.00 $ 6,300.00
Task 5.0, Environmental Approval $ 50,900.00 $0.00 $ 50,900.00
Task 6.0, Roadway Plans, Specifications
& Estimate (PS&E) $216,200.00 $0.00 $216,200.00
Task 7.0, Design Support During Bidding $ 2,000.00 $0.00 $ 2,000.00
Task 8.0, Environmental Mitigation and
Monitoring Services $0.00 $10,000.00 $10,000.00
Total of all Tasks of Roadway Scope of Services $388,600.00 $11,000.00 $399,600.00
Total of all Tasks of Bridge Scope of Services $825,100.00 $0.00
$825,100.00
Grand Total of Contract $1,213,700.00 $11,000.00 1,224,700.00
END OF REVISED EXHIBIT "C"
06
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
The following shall be added to Exhibit "D" Roadway Scope of Services:
Task 8.0 shall be completed by December 31, 2012.
END OF ADDITION TO EXHIBIT "D"
07