HomeMy WebLinkAbout9/22/2010 - STAFF REPORTS - 2.H. A L M sA4
�Z
u v
a w�
*C ko..Y4a "
441FaRI � City Council Staff Re ort
Date: September 22, 2010 CONSENT CALENDAR
Subject: APPROVAL OF AMENDMENT NO. 4 TO CONTRACT SERVICES
AGREEMENT WITH DOKKEN ENGINEERING FOR THE INDIAN
CANYON DRIVE/INTERSTATE 10 INTERCHANGE
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
Approval of Amendment No. 4 to the Dokken Engineering Agreement (Agreement No.
4318) revises the total contract amount for professional environmental, design, and
construction administration services to $1,792,482 for an increase of $72,920 for
additional right-of-way engineering and construction bid support services for the Indian
Avenue Canyon Drive / Interstate-10 Interchange Project, City Project No. 00-14.
RECOMMENDATION:
1) Approve Amendment No. 4 to Agreement No. 4318 with Dokken Engineering in
an amount of $72,920 for a revised total contract amount of $1,792,482 for the
Indian Canyon Drive / Interstate-10 Interchange Project, City Project No. 00-14;
and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On December 6, 2000, City Council originally approved Agreement No. 4318 with
Dokken Engineering for environmental, engineering design, and construction
engineering services for the 1-10 Project. Three prior amendments were approved by
City Council to address additional services required as the environmental and design
process moved its way through Caltrans. A fourth amendment is recommended to
further address additional services, a result of the City requesting the County to
administer and bid this project, resulting in changes to final bid documents. Also, final
changes to right-of-way documents were required to comply with Caltrans requirements,
and utility relocation coordination services were required during the pre-construction
ITEM NO. _3
City Council Staff Report
September 22, 2010- Page 2
Amendment No. 4 to Agreement No. 4318
phase of this project, until such time as the County's Resident Engineer took over
coordination of the project from the City.
FISCAL IMPACT:
Sufficient funds are available in the Regional Measure A account 134-4497-50185; no
local miscellaneous general funds are required for this project.
SUBMITTED:
Prepared by: Recommended by:
Marcus L. Fuller David J. Barakian
Assistant Director of Public Works Director of Public Works/City Engineer
Approved by:
Thomas J. Wilps n, Asst. City Manager David H. Ready, Cit er
Attachments:
1. Amendment No. 4 to Agreement No. 4318
AMENDMENT NO. 4 TO CONTRACT SERVICES AGREEMENT NO. 4318
WITH DOKKEN ENGINEERING
INDIAN CANYON DRIVE/1-10 INTERCHANGE, CITY PROJECT 00-14
The following articles of Agreement No. 4318 are hereby amended to read as follows:
SECTION 2.1 Maximum contract amount is amended to One Million Seven Hundred Ninety-
Two Thousand Four Hundred Eight-Two Dollars ($1,792,482.00).
SCOPE OF SERVICES (Exhibit"A") —
See attached Exhibit"A" for additional services
SCHEDULE OF COMPENSATION Exhibit"C" —
See attached Exhibit"C".
Purchase Order Number(s): 116346
Agreement Number: 4318
Original City Council Approval: December 6, 2000
Original Minute Order Number: 6761
Original Contract Amount: $ 943,842
Amount of Previous Increase(s) $ 775,720
Amount of This Increase $ 72,920
Amended Total: $1,792,482
Account Number(s): 134-4497-50185
SIGNATURES ON LAST PAGE
Except as specifically amended by this Amendment No. 4, all terms and provisions of
Agreement No. 4318 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: Check one:_Individual Partnership_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 I State of I
County of lss County of Iss
On before me, On before me,
personally appeared
personally appeared who proved to me
on the basis of satisfactory evidence) to be the person(s)
who proved to me on the basis of satisfactory evidence)to be whose name(s)is/are subscribed to the within instrument and
the person(s) whose name(s) is/are subscribed to the within acknowledged to me that he/she/they executed the same in
instrument and acknowledged to me that he/she/they his/her/their authorized capacity(ies), and that by his/her/their
executed the same in his/her/their authorized capacity(ies), signature(s)on the instrument the person(s),or the entity upon
and that by his/her/their signature(s) on the instrument the behalf of which the person(s)acted,executed the instrument.
person(s), or the entity upon behalf of which the person(s)
acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and
I certify under PENALTY OF PERJURY under the laws of the correct.
State of California that the foregoing paragraph is true and
correct. WITNESS my hand and official seal.
WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
Exhibit"A"
Additional Scope of Services
Indian Canyon Drive/Interstate 10 Interchange, City Project 00-14
EXHIBIT A is amended to provide the additional required professional services as follows:
Task 2.12 Right of Way Engineering
At the request of the County and City, Contractor shall revise the Plats and Legals for all takes,
easements and transfers. The plats are on an 8 '/2" x 11" sheet size, and modeled, in general
terms, after County of Riverside samples. These revisions include, but are not limited to:
Changes to temporary construction easements
Changes in property ownership
Changes to the street name (Indian Avenue to North Indian Cany on Drive)
Updates to County requirements
Task 2.12 Right of Way Engineering Support
Contractor shall be available to clarify right of way engineering information and answer
questions.
Task 5.0 Construction Bidding Plans
Contractor shall provide support to the County to prepare the Request For Authorization
package, and modification of bid documents from the Caltrans approved set to a County
preferred format for release for bidding. Coordination includes:
Attending meetings
Reproduction on mylar of full-size roadway and structure plans
Modification, reformatting, and quality control review of Special Provisions
Task 6.0 Construction Support Phase
Contractor shall provide utility relocation coordination with all affected utility companies following
approval of design and prior to construction of the project. Contractor coordination amongst
City, County, Caltrans, Construction Management, Contractor, Utility Owners, and Utility
Contractor staff.
Task 6.0 is amended to include:
Task 6.O6 Utility Relocation Coordination
Contractor shall coordinate all utility relocations with utility companies that may have facilities
within the Project area.
5
EXHIBIT C is replaced with the following exhibit:
SCHEDULE OF COMPENSATION
Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor
shall be made no more frequently than monthly. Lump sum payments shall be made to Contractor based
upon completion of tasks, or pro-rata portions thereof noted below.
Sub-Task Total Task Total
Lump Sum Lump Sum
Task 1.0 Project Administration --- $126,705.00
Task 2.0, Planning and Project Development --- $646,981.29
Task 2.1, Research and Data Gathering $ 1,083.00 ---
Task 2.2, Project Development Team Meetings $ 66,333.00 ---
Task 2.3, Survey $ 40,297.00 ---
Task 2.4, Preliminary Hydrology Report $ 26,819.00 ---
Task 2.5, Preliminary Geotechnical Report $ 6,066.00 ---
Task 2.6, Traffic Operations Analysis $ 41,026.00 ---
Task 2.7, Environmental Approval $171,334.00 ---
Task 2.8,Value Engineering $ 5,633.00 ---
Task 2.9, Project Report and Project Approval Report $112,185.00 ---
Task 2.10, Geometric Approval Drawings $ 65,136.00 ---
Task2.11, Geotechnical Design Report $ 29,834.00 ---
Task 2.12, Right of Way Engineering $ 66,503.29 ---
Task 2.13,Agreements $ 2,925.00 ---
Task 2.14 Utility Coordination/Relocations 11 807.00 ---
Task 3.0, Structures --- $167,520.00
Task 3.1, Preliminary Structure Design $ 5,915.00 ---
Task 3.2, Geotechnical Coordination and Foundation Report $ 31,988.00 ---
Task 3.3, Structural Design and Calculations $ 41,441.00 ---
Task 3.4, Demolition of Existing Bridge $ 5,000.00 ---
Task 3.5, Structural Special Provisions $ 18,440.00 ---
Task 3.6, Estimate $ 9,600.00 ---
Task 3.7, Independent Check Review and Quality Control $ 19,146,00 ---
Task 3.8, Draft PS&E $ 22,590.00 ---
Task 3.9 Final PS&E 3,400.00 ---
Task 4.0, Roadway --- $602,833.71
Task 4.1, Basic Roadway Plans $191,470.00 ---
Task 4.2, Drainage Plans $115,570.00 ---
Task 4.3,Traffic Plans $120,490.00 ---
Task 4.4, Miscellaneous Plans $ 39,920.00 ---
Task 4.5, Specifications and Estimate $ 41,230.00 ---
Task 4.5(a), Design Exception Fact Sheets $ 3,550.00 ---
Task4.5(b), Construction CPM Schedule $ 11,590.00 ---
Task 4.5(c), Utility Potholing $ 34,543.71 ---
Task 4.6, Roadway Deliverables
Task 4.6.1, Submittals $ 2,000.00 ---
Task 4.6.2, Draft PS&E(95% Complete) $ 5,000.00 ---
Task 4.6.3, Final PS&E (100% Complete) $ 5,000.00 ---
Task 4.6.4, Project Files and Resident Engineer's File $ 6,800.00 ---
Task 4.6.5 Slope Stake Notes 25 670.00 ---
Task 5.0 Construction Bidding Plans -- $ 61,068.00
Task 6.0,Construction Support Phase --- $ 197,384.00
Task 6.0, General Construction Support $26,874.00 ---
Task 6.01, Roadway Design Construction Support $41,350.00 ---
Task 6.02, Structures Design Construction Support $37,550.00 ---
Task 6.03, Shop Drawing Review $16,700.00 ---
Task 6.04, Geotechnical Design Support $15,550.00 ---
Task 6.05, Electrical Design Support $15,350.00 ---
Task 6.06, Utility Relocation Coordination $11,110.00 ---
Task 6.1 "As-Built" Plans $32,900.00 ---
Total of all Tasks of this Contract --- 1,792,482.00