Loading...
HomeMy WebLinkAboutDokken Engineering - 2004 Agreement - Amendment No. 06 AMENDMENT TO THE AGREEMENT FOR SERVICES BETWEEN CITY OF GILROY AND DOKKEN ENGINEERING FOR CAMINO ARROYO BRIDGE CONSTRUCTION AND GAP CLOSURE AND THE FARRELL ROAD BRIDGE WIDENING DATED AUGUST 16.2004 AMENDMENT NO.6 This Amendment shall become effective when it has been signed by the City Administrator, Project Manager, and Consultant. All copies forwarded to Consultant for signature shall be returned to the City of Gilroy properly filled out. Upon acceptance by the City, the Consultant's copy will be returned to him as his authoritv to proceed with the work. Preparation of Camino Arroyo Bridge As-built drawings, Preparation of the Sixth Street Railing Bid documents, Camino Arroyo Close out support, Sixth Street Railing construction support, Update Engineering standards for curb ramps - see attached scope of work and fee This Amendment extends the term of the Agreement for Services between the City of Gilroy and Dokken Enaineerina, dated Auaust 16. 2006 to June 30. 2012. All requirements of the original Agreement Documents shall apply to the above work except as specifically modified by this Amendment. The contract time shall not extend unless expressly provided for in this Amendment. Dokken Enaineerina hereby agrees to make the above changes subject to the terms of this Amendment for ongoing transportation engineering services. Consu~nt: D~rrina By N.lL4t Matthew N. Griggs, PE Date 7(~yz.ol f ACCEPTED: February 3,2011 Mr. Don Dey, P.E. Project Manager City of Gilroy, Engineering Division 7351 Rosanna Street Gilroy, CA 95020 RECEIVED FES 07 20t1 ENGINEERING RE: Camino Arroyo Bridge Project Amendment No.6 for Barrier Modification and Engineering Standards Dear Mr. Dey: The purpose of this letter is to request an amendment to the existing contract between the City of Gilroy and Dokken Engineering related to reallocation of unexpended funding for the Camino Arroyo North Widening. The unexpended funds will be allocated to preparation of a bid documents to modify the Sixth Street Barrier, to Camino Arroyo As-built plans and for City Engineering Standards development. The proposed scope of services is described in the attached Exhibit A - Scope of Services, Contract Amendment #6, by task and subtasks. The hours associated with each subtask are broken down by personnel on Exhibit B - Estimated Labor Hours and Cost for Camino Arroyo Bridge Project, Contract Amendment #6. This work will be billed on a time and materials basis with a not-to-exceed amount as shown on Exhibit B. The existing contract amount, remaining unspent budget and proposed budget for the Amendment #6 tasks are shown in the following table. Existing Contract Remaining Budget Amendment 6, 2/3/2011 Contract Totals $1,128,359 ($95,605) $73,160 $1,105,914 2365 Iron Point Road, Suite 200, Folsom, CA 95630 · Tele: 916.858.0642 · Fax: 916.858.0643 · www.dokkenengineering.com Mr. Don Dey February 3,2011 Page 2 The total amendment is the reassignment of $73,160 in existing unexpended funds, resulting in a reduction to the existing contract amount. A summary of the services included in the scope of work are as follows: I. Camino Arroyo As-Built Plans 2. Sixth Street Railing Bid Package 3. Camino Arroyo Close Out Support 4. Sixth Street Railing Construction Support 5. City Engineering Standards TOTAL $13,868 $27,442* $ 3,112 $ 8,722 $20,016 $73,160 *Included in the new bid package are removal details for the concrete, traffic handling plans during construction and specific construction details developed for the modified concrete barrier. If this amendment request is acceptable to you, please sign below and return a copy to our office at your earliest convenience. Please contact me at (916) 858-0642 if additional information is needed. Dokken Engineering appreciates the opportunity to perform these services for the City of Gilroy. Sincerely, Approved: DOKKEN ENGINEERING _~k- By: Matthew N. Griggs, P.E. Project Manager Title: cc: File 1450-052 Date: 2365 Iron Point Road, Suite 200, Folsom, CA 95630 · Tele: 916.858.0642 . Fax: 916.858.0643 · www.dokkenengineering.com Contract Amendment #6 Revised 2/2/1.1. ARTICLE 4, COMPENSATION Due to the suspension of work on Camino Arroyo North Widening, a balance of $95,606 remains in the contract between the City of Gilroy and Dokken Engineering. This amendment adjusts the scope of work and compensation to re-assign the balance of the contract as requested by the City on December 29, 2010. The only remaining contract tasks will be those listed below, along with an optional task containing the contract balance. The total compensation for this amendment shall not exceed $73,160. EXHIBIT "A" SCOPE OF SERVICES TASK 1- CAMINO ARROYO AS-BUILTS Task 1.1 Prepare Camino Arroyo Phase II As-Builts Dokken Engineering will prepare as built plans for the Phase II Camino Arroyo Construction Project. The general procedure is for the Engineer of Record to receive the master as-built mark-up plans from the Contractor or resident engineer. However, due to the bankruptcy of the contractor, the field mark- up as-builts are not available. Dokken Engineering will endeavor to create the as-built plans based on the construction information provided us during the course of the project. This includes shop drawings, photos taken on site visits, change orders and requests for information. Each plan sheet will be Clearly labeled with "No As-Built Changes" or "As-Built Corrections as Noted". Task 1.2 As-Built Review by City and Ghirardelli Dokken Engineering will submit the As-Built plans to the City and Ghirardelli and Associates to review them for any major revisions that were not discussed with Dokken Engineering. We will incorporate comments from the City and Ghirardelli into the final as-built plans. The final as-built plans will be provided to the City in bond (full and half size), and electronic (CAD and pdt) formats. TASK 2 - PREPARE RAILING PSIlE We recommend the railing modification be advertised under the CEQA documentation prepared for the Camino Arroyo Bridge Project. No further environmental documentation is recommended. Since the project will cause no ground disturbing activities, no environmental permits are required for this construction. Task 2.1 Draft Plans and Item List Dokken Engineering will prepare plans to remove the upper portion of the Concrete Barrier Type 60G from Sixth Street and replace the upper portion of the barrier with a welded iron railing. It is anticipated that 8 plan sheets will be prepared including: · Title Sheet 1 · Layout Sheets 2 . Traffic Handling 2 EXHIBIT A, Scope of Services ~~9r~~~!: . Removal Details 1 · Construction Details 2 The plans will provide details for traffic handling, removal of the upper portion of the barrier, relocation/anchorage for the signs mounted on the concrete railing and welded iron railing. Task 2.2 Quantities and Estimate Dokken Engineering will prepare detailed quantities for the traffic control, barrier portion removals, miscellaneous tasks and new railing installation. An Engineer's Estimate will be prepared for the project using the latest Caltrans cost data and our experience on other recent bid packages. A "full project cost" estimate will also be provided to the City to assist with budgeting. Task 2.3 Draft Specifications and Bid Documents Dokken Engineering will prepare the draft special provisions and City boilerplate General Provisions, in similar format to the Camino Arroyo Phase II Bid Documents. The special provisions will be based on Caltrans 2006 Standard Special Provisions. Task 2.4 Meeting with City The Dokken Engineering project manager will meet with the City to discuss the draft bid package contents. Meeting topics will include the bid package contents, any unique portions of the bid, timeline for advertising the project and any other concerns from the City. Task 2.5 Final Plans Dokken Engineering will prepare the final plans for bidding following the meeting with the City. The final plans will be provided in hard copy, on CD and in PDF format in anticipation of the bid advertising through San Jose Blueprint. The final plans will address any comments received from the City and include a written response to each comment explaining how the comment was addressed and Incorporated. Task 2.6 Final Specifications and Bid Documents Dokken Engineering will prepare the final specifications and bid documents for the City. The final documents will be provided in hard copy, on CD and in PDF format in anticipation of the bid advertising through San Jose Blueprint. The final documents will address all comments received from the City and include a written response to each comment explaining how the comment was addressed and incorporated. TASK 3 - CAMINO ARROYO CLOSE OUT SUPPORT Task 3.1 Site Visit to Review Fiber Optic Installations Dokken Engineering will attend a site visit with City staff to observe the existing conditions of the pull boxes on the Sixth Street approach embankments. Task 3.2 Preparation of Details for Fiber Optic Pull box Dokken Engineering will prepare a construction detail(s) for the retrofit of the existing in-ground fiber optic system pullbox along Sixth Street. The detail(s) may be incorporated into the Sixth Street Barrier PS&E or may be constructed directly by Republic ITS. TASK 4 - CONSTRUCTION SUPPORT FOR RAILING EXHIBIT A, Scope of Services ~~?I~E~~!i Task 4.1 Bid Support and Award Dokken Engineering will provide assistance during bidding including answering questions from bidders, preparation of addenda, providing consultation and Interpretation of the construction documents, and bid evaluation. Task 4.2 Response to Construction Inquiries Dokken Engineering will provide ongoing consultation and interpretation of contract documents, as requested. Written responses will be provided to all requests for informatIon (RFI's) and supplemental or revised drawings may be issued to provide clarity to the Resident Engineer and contractor. Task 4.3 Shop Drawing Reviews Dokken Engineering will review and stamp shop drawing submittals from the contractor for removal of the upper portion of the barrier and for fabrication of the new welded iron railing. The submittals will be reviewed for conformance with the plans and specifications to obtain pleasing sight fines for the top of concrete and top of welded iron rail. The shop drawings will be stamped as "returned for corrections" or "approved". Any corrections will be clearly marked in red and returned to the resident engineer (or contractor). Task 4.4 As-Built Plans of Railing Modification Using mark-ups received from the Resident Engineer and supplemental or revised drawings from addenda or RFI's, Dokken Engineering will prepare the final record drawings. These drawings will be prepared electronically provided on a CD and in both full and half size copies on bond paper. TASK 5 - CITY ENGINEERING STANDARDS Task 5.1 Summarize Lighting Standards Update Dokken Engineering will prepare a documentation submittal for the new decorative and standard cobra street lighting standards developed for the City of Gilroy. The standards address 5 different street types. The submittal will include final City revisions of the plans and submittal of the complete standards update documentation. The documentation submittal will be a bound document explaining the assumptions, criteria, calculations and memorandums developed or used in the course of developing the new street lighting standards. Task 5.2 Prepare ADA Curb Ramp Standard Details The City is interested in revising some of its Standard Drawings and adding new ones that will address the curb return radius at the intersection of various street classifications and present design of dual curb ramps at new developments and existing infill projects. The following five types of streets for new developments will be considered: (cross sections are from face of curb to face of curb) · Local Street (Residential) - 36' cross section · Collector Street - 46' cross section . 2 - lane Arterial - 54' cross section · 4 - lane Arterial - 74' cross section · Industrial Street - 40' cross section Existing streets for infill projects will be considered in a similar fashion. The classifications are similar but the cross-sections vary slightly from the new development standards. Curb Radius Design: EXHIBIT A, Scope of Services ~~<?J~~~~~ Dokken Engineering will evaluate truck turning templates to come up with the minimum curb radius for intersecting streets to help prevent trucks from driving over curb returns that are constructed too small. The results will be placed in table form that will give the correct radius for intersecting streets of each classification. One table will cover new development and a second table will cover infill projects and these tables will be added to one of the new standard plan sheets. Dual Curb ramp Design: The City would like to have dual curb ramps as the standard for new development and Infill projects. Dokken will revise the City's Standard drawings for dual curb ramps to conform to the latest Federal and Caltrans standards. Where dual curb ramps cannot be installed (mainly in infill projects) the City's single curb ramp standard drawing will be revised to conform to the latest Federal and Caltrans standards. --------- END OF PROJECT CONTRACT AMENDMENT 6 ----------- EXHIBIT A, Scope of Services ~~?,~.~!:~ '. , EXHIBIT B -- Estimated Labor Hours and Cost CAMINO ARROYO BRIDGE PROJECT Contract Amendment #6 February 2, 2011 ~,r4.4K.:a....PlpOi R..o..;~ TASK 5 ' CITY ENGINEERING STANDARDS 1~1 su...m.;.;~'~~ UIP...... iD~ Cur1J R....p s.-.... _ ~g.~~~~~~l~ 90 "30 10 31 ,12' ; "'914 ,'1~.0I2 TOTN.. HOURS; TOTAL coSt 7 M 574 m* f1.sOi' '12,112 "2 ,. ..710 173.110 CIlIlnt1J: 654 ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDNY) I 05/05/10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 12675 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Oakland, CA 94604-2675 510465.3090 INSURERS AFFORDING COVERAGE INSURED INSURER A: Travelers Property Casualty Co of Am Dokken Engineering Inc. INSURER B: American Automobile Ins. Co. 2365 Iron Point Road, Suite 200 INSURER C: Hudson Insurance Company Folsom, CA 95630 INSURER 0: Travelers Indemnity Co. of Connectic I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~: TYPE OF INSURANCE POLICY NUMBER ~~ LIMITS A GENERAL LIABILITY 6801613L360 05/31/10 05/31/11 EACH OCCURRENCE $1 000.000 .- X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one we) $1 000 000 -.-, W CLAIMS MADE [lU OCCUR MED EXP (Anyone person) $5 000 PERSONAL & ADV INJURY $1 000000 -- - GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS .COMP/OP AGG $2 000.000 I I POLICY !Xl ~~& n LOC 0 AUTOMOBILE LIABILITY BA1616L429 05/31/10 05/31/11 COMBINED SINGLE LIMIT - $1,000,000 ANY AUTO (Ea eccidenl) - .!.. ALL OWNED AUTOS BODILY INJURY (Per person) $ - SCHEDULED AUTOS .!.. HIRED AUTOS BODILY INJURY $ X NON. OWNED AUTOS (Per eeeldenl) I -- _. PROPERTY DAMAGE (Por accident) $ I ~RAGE LIABILITY AUTO ONLY. EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG 5 A EXCESS LIABILITY CUP6268Y532 05/31/10 05/31/11 EACH OCCURRENCE $5 000 000 :::!j' OCCUR D CLAIMS MADE AGGREGATE 55 000 000 i I $ i =1 DEDUCTIBLE 5 I RETENTION $ 5 B WORKERS COMPENSATION AND WZP80982794 05/31/10 05/31/11 X WCSTATU. I IOJl1' EMPLOYERS' LIABILITY 51 000,000 E.L. EACH ACCIDENT E.L. DISEASE. EA EMPL o.YEE 51 000,000 I E.L. DISEASE . POLICY LIMIT 51 000.000 C OTHER Professional AEE7114405 05/31/10 05/31/11 $2,000,000 per Claim iab i1ity $2,000,000 Annl Aggr. DESCRIPTION OF OPERATlONSIlOCATIONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENT/SPECiAl PROVISIONS General Liability Policy excludes claims arising out of the performance of professional services. Re: Camino Arroyo & Farrel Avenue Bridges (DE-1450). City of Gilroy is I included as Additional Insured to General Liability per policy form wording. CERTIFICATE HOLDER I I AOOITJONALINSURED'INSURERLETTEA: CANCELLATION SHOULD ANYOFTHEABOYE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAllON City of Gilroy DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O.-DAYS WRITTEN Attn Don Day, City Traffic Engr NOllCETOTHE CERllFICATE HOLDERNAMEDTOTHELEFT, BUTFA/LURE TODOSOSHAl..L 7351 Rosanna Street 1M POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURER,ITS AGENTS OR Gilroy, CA 95020 REPRESENTATIVES. I AU~~D REP~ENTATIVE I I A A Z - -"- J ) 'I {I'.Jrl ACORD 25-5 (7/97)1 of 1 #M267984 NMF @ ACORD CORPORATION 198( POLICY NUMBER: 6801613L360 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 05/05/10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): City of Gilroy Attn Don Day, City Traffic Engr 7351 Rosanna Street Gilroy, CA 95020 PROJECT/LOCATION OF COVERED OPERATIONS: All Operations of the Named Insured 1. WHO IS AN INSURED (Section II) is amended to include the person or organization shown in the Schedule above as an additional insured on this Coverage Part, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. If the injury or damage arises out of the per- formance by you or your subcontractor, of "your work" on or for the project, or at the lo- cation, shown in the Schedule above. Such person or organization does not qualify as an additional insured with respect to their inde- pendent acts or for "bodily injury", "property damage" or "personal injury" for which that person or organization has assumed liability in a contract or agreement 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. This insurance does not apply to the render- ing of or failure to render any "professional services", b. The limits of insurance afforded to the addi- tional insured shall be the limits which you agreed to provide in a "contract or agreement requiring insurance" for that additional in- sured, or the limits shown in the Declarations for this Coverage Part, whichever are less CG 03 82 09 06 This endorsement does not increase the lim- its of insurance stated in the LIMITS OF IN- SURANCE (Section III) for the Coverage Part. 3. The following is added to Paragraph a. of 4. Other Insurance in COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): However, if you specifically agree in a "contract or agreement requiring insurance" that, for addi- tional insured shown in the Schedule, the insur- ance provided to that additional insured under this Coverage Part must apply on a primary basis, or a primary and non-contributory basis, this insur- ance is primary to other insurance that is avail- able to such additional insured which covers such additional insured as a named insured, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have entered into that "contract or agreement requiring insurance" for such addi- tional insured. But this insurance still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any 2006, The SI. Paul Travelers Insurance Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY other basis, that is available to the additional in- sured when the additional insured is also an addi- tional insured under any other insurance. 4. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us in COMMERCIAL GENERAL LIABILITY CON- DITIONS (Section IV): We waive any rights of recovery we may have against the additional insured shown in the Schedule above because of payments we make for "bodily injury","property damage" or "personal injury" arising out of "your work" on or for the pro- ject, or at the location, shown in the Schedule above, performed by you, or on your behalf, un- der a "contract or agreement requiring insurance" with that additional insured. We waive these rights only where you have agreed to do so as part of the "contract or agreement requiring insur- ance" with that additional insured entered into by you before, and in effect when, the "bodily injury" Page 2 of 2 or "property damage" occurs, or the "personal in- jury" offense Is committed. 5. As respects the insurance provided to the addi- tional insured by this endorsement, the following definition is added to DEFINITIONS (Section V): "contract or agreement requiring insurance" means that part of any contract or agreement un- der which you are required to include the person or organization shown in the Schedule as an ad- ditional insured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs, and the "personal injury" is caused by an of- fense committed: a. After you have entered into that contract or agreement; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. All other terms of your policy remain the same. 2006. The Sl. Paul Travelers Insurance Companies. Inc. CG 03 82 09 06