Loading...
HomeMy WebLinkAbout4.05 AmendAgmtS&CConsult CITY CLERK · AGENDA STATEMENT CITY COUNCIL MEETING DATE: June 1, 2004 SUBJECT: Amendment to Consulting Services Agreement with S&C Engineers, Inc. (S&C), for the 1-580/Tassajara Road Interchange Improvement (Modification to Scope of Work and Additional Compensation) Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) Resolution Amending Agreement 2) Agreement dated January 16, 2001 and Amendment No. 1 RECOMMENDATION¢-\~ \r~Adopt Resolution approving Amendment No. 2 to S&C contract FINANCIAL STATEMENT: S&C's original agreement: Phase I: $ 53,000 Amendment No. 1: $1,235,568 Proposed Amendment No. 2: $ 90,009 TOTAL: $1,378,577 FY 03-04 Budget: $203,569 Expenditures through 5/04/04: $113,084 Amendment No. 2: $ 90,009 Total Expenditures for 03-04: $203,093 The cost of Amendment No. 2 is $90,009 and there are adequate monies in the budget to fired this amendment. This will be paid with the monies advanced for the project by Jennifer Lin, The Mission Peak Co., Greenbriar Land Company and Alameda County Surplus Property Authority. The advanced funds are being credited against the required Eastern Dublin Traffic Impact Fees for the various developments. . .......... DESCRIPTION: In 2001, the City Council approved the agreement with S&C, which included Amendment No. 1 to administer the construction of the 1-580/Tassajara Road Interchange Improvement project. During the construction of the project, several Caltrans and City initiated change orders to the construction contract required additional inspection, contract administration, testing, and surveying work from S&C and their sub consultants. These change orders, which were not included in COPIES TO: James Scott, S&C Engineers g:\engr\S&CkAgstS&C Amendment2 580-Tasslmprov.doc [~'~ ITEM NO. ~ S&C's original scope of work, include the City's request to construct an additional northbound lane on Tassajara Road, installation of a box culvert, additional landscaping in the Tassajara Road median and along Koll Center, and Caltrans' request for slope paving and drainage modifications. The not-to-exceed amount to perform this extra work is $90,009. Staffrecommends that the City Council adopt the resolution approving Amendment No. 2 to the S&C contract to include additional scope of work and to provide additional compensation of $90,009. RESOLUTION NO. - 04 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENT NO. 2 TO AGREEMENT WITH S&C ENGINEERS, INC., FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE 1-580/TASSAJARA ROAD INTERCHANGE IMPROVEMENT PROJECT WHEREAS, the 1-580/Tassajara Road Interchange Improvement project was constructed as part of the development process in Eastern Dublin; and WHEREAS, on January 16, 2001, the City Council approved an agreement for consulting services with S&C Engineers, Inc. (S&C), to perform constmctability review for the 1-580/Tassajara Road Interchange ImprOvement Project; and CITYCLERK ................. Fiie# II_ lt9 I.o-I llal AGENDA STATEMENT CITY COUNCIL MEETING DATE: June 1, 2004 SUBJECT: Amendment to Consulting Services Agreement with S&C Engineers, Inc. (S&C), for the 1-580/Tassajara Road Interchange Improvement (Modification to Scope of Work and Additional Compensation) Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) Resolution Amending Agreement 2) Agreement dated January 16, 2001 and Amendment No. 1 RECOMMENDATION.~~Adopt Resolution approving Amendment No. 2 to S&C contract FINANCIAL STATEMENT: S&C's original agreement: Phase I: $ 53,000 Amendment No. 1: $1,235,568 Proposed Amendment No. 2: $ 90,009 TOTAL: $1,378,577 FY 03-04 Budget: $203,569 Expenditures through 5/04/04: $113,084 Amendment No. 2: $ 90,009 Total Expenditures for 03-04: $203,093 EXHIBIT "A" OF RESOLUTION -04 AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND S&C ENGINEERS, INCORPORATED FOR CONSTRUCTION MANAGEMENT SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and S&C Engineers, Inc. (hereinafter referred to as "S&C"), entered into an agreement on January 16, 2001, to perform preconstruction tasks, including constructability review, for the Interstate 580/Tassajara Road Interchange Improvement Project; and WHEREAS, on December 4, 2001, S&C's scope of work was expanded under Amendment No. 1 to include construction management under Phase II of the original scope of work; and WHEREAS, during construction of the project, several Caltrans and City initiated change orders .required additional inspection, contract administration, testing and surveying work from S&C and S&C's subconsultants, and these change orders were not included in S&C's original scope of work; and WHEREAS, it is necessary to expand S&C's scope of work to include these additional tasks; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work Scope of Work shall be modified to include additional scope of work as described in S&C's letter dated April 12, 2004 (attached). Extension of Term The total cost for time-and-materials work under this amendment shall not exceed an additional $90,009 based on the attached letter. CITY OF DUBLIN Mayor ATTEST: City Clerk S&C ENGINEERS, INC. James 'E. Scott, President Date: g:engr-contrachS&CXamendment2 April 12, 2004 CH~ ~¢{)~K8 ~ File No. 10402.04 S&¢ EHGIHEERS, IHC. Mr. Ferdinand Del Rosario Senior Civil Engineer City of Dublin 100 Civic Plaza Dublin, CA 94568 RE: 1-580/Tassajara Road Interchange Improvement Project Construction Management - Phase II Request for Amendment//2 Dear Ferd: S&C Engineers, Inc. is requesting an amendment to the agreement' between the City of Dublin and S&C Engineers, Inc. to provide Construction Management Services for the 1-580/Tassajara Road Interchange Improvement Project. As we discussed, several Caltrans and City initiated change orders to the construction contract required additional inspection, contract administration, testing and surveying work from S&C Engineers and our subconsultants. The change order work was in addition to the work anticipated in the original construction contract and S&C Engineers' original scope of services. S&C Engineers is requesting an amendment for $90,009.00 be approved by the City as compensation for the additional services. Please find attached a summary of the additional work and a breakdown of the cost for inspection, contract administration, surveying and testing. .If you have any questions regarding this request, please contact me at (510) 272-2970. Sincerely, Project Manager Enclosures Letter Request for Amendment #1 Iit BROADWAY SUITE 300 · OAKLAND, CALIFORNIA 94607 · TEL 510.272.2970 · FAX 510.272.2972 Request for Amendment #2 1-580/Tassajara Road Interchange Modification Project City of Dublin Additional Scope of Work Construction-Management Costs 1. Additional Northbound Lane on Tassajara (CCO # 13) At the request of the City, S&C initiated a change order to incorporate a third northbound lane on Tassajara Road from the 1-580 westbound ramps intersection to Northside Drive. The change order included construction of an additional box culvert, concrete barrier, metal beam guard rail, signals, grading, aggregate base, asphalt paving and striping. Construction surveys were needed to establish the alignment and flow lines for the box culvert as well as aligrmaent and grade for the concrete barrier and roadway. Kleinfelder performed additional testing on the structural concrete for the box culvert and for compaction beneath the box culvert and the roadway. S&C went through extended negotiations with the Contractor and then prepared and processed a change order to implement this work. Construction of this change order work was also coordinated with the Caltrans Oversight Engineer and with the City of Pleasanton's traffic signal technician. Unusually heavy April rains hampered construction efforts and increased inspection costs. Additional SWPPP measures were implemented to comply with storm water permit requirements. All SWPPP work required, close coordination with Caltrans oversight staff and the SWPPP reviewers. Construction Cost $245,000.00 S&C Cost $14,500.00 Survey Cost $5,048.00 Testing Cost $1,700.00 Total Cost $21,248.00 2. Additional Median Landscaping (CCO #22, #28 & #34) As originally bid the contract plans called for a concrete paved median island. During construction the City requested the median islands on the Dublin side'ofthe new bridge be landscaped. Implementing this change took extensive coordination with CCS, Caltrans and the landscape architect. The excavation within the new median required removal of the old roadway structural section and hand work around the existing utilities and was closely monitored by the inspectors. Due to a Caltrans requirement an extensive drainage system was constructed within the median and between the medians. Additional construction surveying was required to establish the alignment and flow lines of the median drainage. Installing the drainage and irrigation lines required trenching across the intersection between the medians and backfilling the trench before the end of the shift. Delivering water to the new landscaping required coordination with adjacent development projects, PG&E, the Dublin San Ramon Services District (DSRSD) and the City of Dublin's maintenance crews (MCE). Construction Cost $194,495.51 (CCO #22) + $24,612.08 (CCO #28) + $20,430.65 (CCO #34) = $239,537.59 S&C Cost $13,900.00 Survey Cost $654.00 Total Cost $14,554.00 3. Slope Paving (CCO # 23) Caltrans required the City to construct slope paving on the slopes beneath the new overcrossing. S&C Engineers' Bridge Engineer coordinated with the designer, the Caltrans Department of Structures and the Caltrans Oversight Engineer to determine the justification and validity of the Caltrans request. S&C coordinated with the designer and the Caltrans Depamuent of Structures representative during design to ensure the City was paying for the most economical slope paving alternative. S&C went through extensive negotiations with the Contractor over the cost of the slope paving. (The Contractor's original price was $122,020.00, the final negotiated price was $72,000.00) S&C inspected construction of the slope paving and coordinated final inspection and acceptance from Caltrans. Additional construction surveying was needed to establish line and grade for the slope paving and additional testing was performed on the concrete used for the slope paving in accordance with Caltrans requirements. Construction Cost $72,000.00 S&C Cost $7,200.00 Survey Cost $1,000.00 Testing Cost $1,000.00 Total Cost $9,200.00 4. Koll Center LandsCaping (CCO # 10) The City of Dublin stipulated that the owners of the Koll Property grade and provide landscaping in the area fronting the freeway within the Tassajara Road project limits and within Caltrans right-of-way. In addition to processing the change order and inspecting the work, S&C coordinated with CCS and AAM during the design phase and coordinated with Jennifer Kodail of Koll properties throughout the process. Construction Cost $41,956.00 S&C Cost $3,500.00 Survey Cost Included with Item #5 Total Cost $3,500.00 5. Modify Drainage on Westbound On Ramp (By KoH Center) (CCO #33) Due to Caltrans requirements for drainage the size of the planned pipe was increased and additional pipe was added at this location. To accommodate these changes, the area was regraded, utility boxes were adjusted to grade and the right-of-way fence was removed and reconstructed at a higher elevation. Additional construction surveys were required to establish the locations of the drainage pipes, the grades for the utility boxes, ditch elevatiOns and to re-establish the right of way fence. Compaction testing was performed on the pipe backfill and the slope grading. Construction Cost $84,150.00 S&C Cost $6,000.00 Survey Cost $6,753.00 Testing Cost $1~000.00 Total Cost $13,753.00 6. Revise Drainage on EB & WB 1-580 (CCO #18 ) Due to the limited horizontal clearance between the right-of-way and the roadbed and-the flatness of the existing grade, the drainage work adjaCent to the auxiliary lanes required significant modification and re-grading to fit field conditions and to conform to Caltrans standards. S&C coordinated the drainage changes with CCS and Caltrans, prepared and processed the CCO and inspected the work. Coordination with Caltrans included several field meetings with the Caltrans Oversight Engineer to ensure compliance with Caltrans requirements and acceptance by Caltrans Maintenance. Drainage inlets, culvert alignment and flow lines as well as ditch elevations were established by the surveyOr for the Contractor. Construction Cost $75,847.00 S&C Cost $4,500.00 Survey Cost $5,145.00 Total Cost $9,645.00 7. Reestablish BART Survey Monument BART had a survey monument located on the demolished northbound Tassajara Road bridge. The monument could not be preserved due to the demolition of the bridge. The Survey Monument and Preservation Ordinance of the California Government Code requires that all damaged monuments be replaced. The monument was a first order monument and in accordance with the Professional Land Surveyors Act required a record of sUrVey be filed with the County and a comer record prepared to tie the new monument location to the former monument location. This work was not included in the original survey scope. Construction Cost $ 0.00 S&C Cost $ 500.00 Survey Cost $7,220.00 Total Cost $7,720.00 8. Concrete Pavement for Eastbound and Westbound Auxiliary Lanes The placement, of the portland cement concrete (PCC) pavement for the eastbound and westbound auxiliary lanes was poorly executed by the Contractor. The equipment he originally brought to the project was not adequate to unload the volume of concrete required to meet reasonable production rates. Completion of the PCC paving took 10 nights instead of the originally planned duration of 4 nights. The contractor's unusually low production rate resulted in increased inspection and testing costs in order to adhere to Caltrans testing frequency requirements. The additional testing included increased plant inspections, field sampling and flexural beam breaks. The Contractor claimed the time needed for the concrete pavement to cure was excessive. In order to protect the City t~om the Contractor's claim, petrographic testing and a chemical analysis were performed to verify the cement content and water content of the PCC pavement. The Contractor's potential claim was settled at no cost to the City and the test results were made available to Caltrans to ensure acceptance of the PCC pavement. Construction Cost $ 0.00 Testing Cost $10,389.00 Total Cost $10,389.00 Summary of Cost Increases due to Change Orders. 1. Additional Northbound Lane on Tassajara (CCO # 13) $ 21,248. 2. Additional Median Landscaping (CCO #22, #28 & #34) $14,554. 3. Slope Paving (CCO # 23) $ 9,200. 4. Koll Center Landscaping (CCO # 10) $ 3,500. 5. Modify Drainage on Westbound On Ramp. (By Koll $ 13,753. Center) (CCO #33) 6. Revise Drainage on EB & WB 1-580 (CCO #18 ) $ 9,645. 7. Reestablish BART Survey monument $ 7,720. 8. Concrete Pavement for Eastbound and Westbound $10,389. Auxiliary Lanes Total $ 90,009.00 Summary of Costs by Task Construction Engineering and Inspection $ 50,100. Construction Surveying $ 25,820. Materials Testing $14,089. Total $ 90,009. STANDARD CONSULTING ENGINEERING SERVICES AGREEMENT THIS AGREEMENT'is made at Dublin, California, as of January 16,..2001, by and between the CITY OF DUBLIN, a municipal corporation ("City"), and S&C Engineers, Incorporated CConsultant"), who agree.as follows: 1. SERVICES, subject to the terms and conditions set'forth in this Agreement, Consultant shall provide to City the services described in Exhlbit'A. Consultant shall provide said services at the time,, place, and in the mariner specified in Exhibit A. 2. PAYMENT. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Consultant for services rendered pursuant to this Agr~ment. Consultant shall submit all billings for said services to City in the manner specified.in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Consultant uses for billing ~lients similar to City. 3. FACILITIES AND EQUIPMENT. Except as set forth in EXhibit C, ConsUltant shall, at its sole cost and expense, furnish all facilities and equipment which may be required for.furnishing serv/ees pursuant to this Agreement. City shall furnish to Consultant only the facilities and equipment listed in.Exhibit C according to the terms and conditions set forth in Exhibit C. 4.' GENERAL PROVISIONS. The general provisions set forth in'Exhibit D are part of this. Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. All exhibits re, fei'red to herein are attached hereto and are by this reference incorporated herein. 6. SUBCONTRACTING. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant's proposal. 7. CHANGES. City may from time to time require changes, in the scope of the services by Consultant to be Performed under this Agreement. Such changes, including any change in the amount of Consultant's compensation which are mutually agreed upoh by City and ConsUltant, shall be effective as amendments to this Agreement only when in writing. 8. RESPONSIBLE CHARGE, Consultant shall assign a project manager(s) to.the project for the duration of the project. There shall be no change in the Project Manager ormembers of the project team Without prior Written approvalby the .City. The Project Manager for Consultant shall be JAMES E. SCOTT. Agreement Page 1 of 2 9. CONTRACT ADMINISTRATION. This Agreement shall be administered by LEE S. THOMPSON ("Administrator"). All correspondence shall be directed to or through the Administrator or his or designee. 10. NOTICES. Anylwritten notice to Consultant shall be sent to: James E. Scott, President S&C Engineers, Inc. 433 43rd Street, Suite A Oakland, CA 94609 Any written notice to City shall be .sent to: Lee S. Thompson · Director of Public Works/City Engineer 100 Civic Plaza Dublin, CA 94568 Executed as of the day in'st above stated: CITY OF DUBLIN, a munich. T~t~°~ By .~/Xfl~(~-~' ~] (J' "City" By ~// "C~ Approved as to form: citY Attorney Agreemem Page 2 of 2 . 01/08/01 EXHIBIT scoPE OF.SERVICES AND SCHEDULE PER S&C Engineers, Inc. Scope of Services/Fee Proposal dated 3anuary 8, 2001 for ConStruction Management Services - Phase I Only, for the Interstate 580/Tassajara Road Interchange Improvement project (ATTACHED). Exhibit A ' Page 1 of 1 '01/08/01 EXHIBIT B PAYMENT SCHEDULE. City shall pay Consultant on a time and material basis an amount not to exceed the total sum of FIFTY THREE THOUSAND DOLLARS ($53,000) for services to be performed pursuant to this. Agreement. Consultant shall submit invoices on a monthly basis. The total sum stated above shall be the total which City shall pay for the services to'be rendered by Consultant pursuant to this Agreement. City shallnot pay any additional sum for any expense or cost whatsoever incurred by Consultant'in rendering services pursuant to. th/s Agreement City shall make no payment for any extra, further or additional service pursuant to: this Agreement unless such extra service and the price, therefor is agreed to in writing executed by the City Manager or other designated official of City au~orized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty- five percent (25%) of the initial contract price. . The services to be provided under this Agreement may be terminated without cause at:any point in time in the sole and exclusive discretion of City. Lfthe Agreement is terminated by City, Consultant shall be entitled to receive just and.equitable compensation for any Satisfactory work completed on such documents and other materials to the effective date such termination. In that event, ail finished and ~shed documents and other materials shall, at the option of the City,.become City's' s. ole and eXclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising .under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date, Exhibit Page 1 of 01/08/01 EXHIBIT C City shall fiamish phySical facilities such as desks, filing cabinets;, and conference space, as may be reasonably neCessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. 'The 'location, quantity, and time.of furnishing said physical facilities shall be in the sole discretiOn of City. In no event shall City be obligated to fumi'sh any facility which may involve, incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges; vehicles, and reproduction facilities. Exhibit C Page 1 of 1 01/08/01 .EXHIBIT D G ' RAr PROWS ONS 1'. INDEPENDENT CONTRACTOR. At all times dUring the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control'Consultant only insofar as the results of Consultant's engineering services rendered pursuaut to ttfi. s. Agreement; however, City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. 2; LICENSES;· PERMITS; ETC. Consultant represents and warrants to City that he has.all licenses, permits, qualifications and approvals °fwhat~oever nature which are legally required for' ConSultant to. practice his profession. Consultant represents and warrants to City that Consultant ' shall, at his sole cost and expense, keep'in effect at all times during the term of.this Agreement any licenses, permits, and aPProvals which are legally required for Consultant to practice his profession.' TIME. Consultant shall devote such time to the Perform ~ance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Consultant's obligations pursuant to this Agreement. 4. INSURANCE REQUIREMENTS. Consultant Shall procure.and maintain for the duration °fthe contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the'performance of the work hereunder by the Consultant, his agents., representatives, emPloyees.or subcontractors. The cost of such insUrarice: shall be included in the 'Consultant's bid. A. Minimum Scope of Insurance. Coverage shall be at least as broad as: - (1) 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; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of 'California and Employers Liability Insurance. B. Minimum Limits oflnsurance..Consultant shall maintain limits no less than: Exhibit D Page 1 of 5 01/08/01 (1) General Liability: $1,000,1J00 combined single limit per occurrence forbodily ' injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence 1/mit. (2) AUtomobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation. and Employers Liability: Workers 'Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. ~. C. Deductibles'and self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce, or eliminate such deductibleS or self-insured retentions as respects the City, its . officers, officials and. employees; or the. Consultant shall procure a bond guaranteeing payment of losses and related investigat/ons, claim administration and defense expenses. D. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the ;following provisions: .(1) General Liability and Automobile Liability Coverages. (a) City of Dablin, City of Pleasanton and the State Department of Transportation, their officers, officials, employees and volunteers are to be. covered as insureds as respects: liability arising out of activities performed by or on be'.half of the Consultant; products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of the protection afforded to the City of Dublin, City of Pleasanton. and the . State Department of Transportation, their officers, officials, employees or volunteers. (b) The Consultant's insurance coverage shall be primary insurance as respects the City of Dublin, City of Pleasanton and the'State Department of Transportation, their officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, · employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coyerage provided to the City of Dublin, City Of Pleasanton and the Exhibit D Page.2 of 5 01/08/01 State Department of Transportation;' their officers, officials, emplOyees or volunteers. (d) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought,-except with respect to the limits of the insurer's liability. (2) Worker's Compensation .and Employers Liability Coverage. The insurer- shall agree to Waive all rights of subrogation against the City, its officers~ officials, employees and volunteers for losses arising from work performed by the Consultant for the City. O) Professional Liability. Consultant shall carry, professional liability insurance at a minimum amount of $1,000,000 .to protect the City against liability caused by negligent acts, errors Or omissions on the part of the Consultant in the course of performance of the services specified in this Agreement. (4) All Coverages. Each insurance policy required by this clause shall be endorsed to State that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after flfirty (30) days prior written notice.by certified mail, return receipt requested, has been given to the City. E. Acceptability of.Insurers. Insurance is to be placed with insurers with a Bests' 'rating of no less than A:VIII. F. Verification of Coverage. Consultant shall furnish City with certificates of insurance and with original endorsements effecfing coverage required by this clause. The certificates and endorsemenfs for each insurance Policy ~ to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. H. The Risk Manager of City may approve'a Variation of those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. 5. CONSULTANT NO AGENT. Except as City may.specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Exhibit D Page 3 of 5 01/08/01 ' Consultant Shall have'no authority, express or implied, purSuant to this Agreement to'bind' City io any obligation whatsoever. 6.- ASSIGNMENT PROFITED. No party to this' Agreement.may assign any right or obligation - pursuant to this Agreement. Any attempted or pUrPorted assignment Of any right or. obligation - ..pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. Consultant shall assign only comPetentpersonnel to perform services pursuant to · .. this Agreement. In the event th.at City, in its. sole discretiOn, at any time;duringthe.term ofthis'~ 'Agreement, desires the removal'of any such' persons, Consultant shall, mediately.UPon receiving notice fi.om City of such desire of City, cause the removal 6f such perSon, or persons. 8. STANDARD OF PERFORMANCE. Consultant .shall perform all services required pursuant to 'this -Agreement in the manner and according to the standards °bServed.by a Competent practitioner of the profession in which COnsultant is engaged in the geographical area in which Consultant practices his profession. Ail instruments of send,ce of whatsoever nature which Consultant delivers to City pursuant to this Agreement.shall be prepared in a substantial, first class and Workmanlike manner and conform to the standards of quality'normally observed by a person practicing in Consultant's profeSsion. .. 9. . HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consult.ant shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to'.any subconsUltant, to the City 0fDublin, City of Pleasanton, and the State Department.0f Transportation, tO their officers and employees, on account of the negligent performance or character of the work, unforeseen difficulties, accidents, occurrences or other causeS predicated on active or passive negligence of the Consultant or of his subconsultant. 'Consultant shall indemnify, defend and hold harmless the City of Dublin, City of Pleasanton and the State Department of TranSportation,-the'.~r officers, officials, directors, employees and agents f~om and against any or all loss, 'liability, 'expense, claim, costs (including costs of defense); suits, and damages of every kind, nature and description directly or indirectly arising fi.om the negligent performance of the work. This p.a:ragraph shall not be construed to exempt the City, its employees and officers from its om.fraud, willful injury or violation of law whether willful or negligent. For purposes of Section -2782 of the Civil Code the parties hereto recognize and agree that this Agreement is not a'construction Contract. By eXecutionofthis Agreement Consultant .acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of.consideration. Approval of the insurance contracts does not relieve the ConSUltant or subconsultants fi.om liability under this.paragraph. " ~ . 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal.assistance fi.om another governmental entity, Consultant shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. Exhibit D Page 4 of 5 01/08/01 11. DOCUMENTS. All reports, data, maps, models, charts, designs,.plans, studies, surveys, photographS, memoranda or other written documents or materials prepared by Consultant pursuant, to this Agreement shall become the'property of city upon completion of the work to be performed hereunder or upon termination of the Agreement. No. such materials or properties · produced in whole' or in part underthis Agreement shall be subject to private use, copyrights, or patent rights by Consultant in' the United States or in any other country without the express written consent of City. City shall have 6nrestficted authority to publish, disclose (as may be limited bY the provisions of the California Public Kecords Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or Properties produced under thi's Agreement. Exhibit 'D Page 5 of 5 01/08/01 January 8, 2001 S&C ENGINEERS, lng. Senior Civil Engineer City of Dublin t 00 Civic Plaza Dublin, California 94568 RE: Scope of Services - Construction Management Services I-$80frassajara Road Interchange Improvements projects Dear Ferd: Attached is a recommended "Scope of Services" for the Construction Management sercices to be provided by S&C Engineers on the 1-580frassajara Interchange Improvement Projects. I would be happy to meet with you and discuss any proposed changes you feel may be' appropriate. Sincerely, President 433 43'rd STREET J SUITEA · OAKLAND, CALIFORNIA 94609'- TEL 510,597.1090 FAX 510.597.109 EXHIBIT A 1 580/TASSAJARA ROAD INTERCHANGE IMPROVEMENTS SCOPE OF SERVICES Provide construction management services including Constructibility review; contract administration; construction inspection; construction surveying; and materials testing for the improvement project of the I 580/Tassajara Road Interchange Improvements. Phase ! - PrecOnstruction 1.. CONSTRUCTIBILITY REVIEW CONSULTANT shall perform a constructibility review ·of contract Plans,' specifications, and. engineer's estimate for the project and.will develop and. analyze a potential baseline construction schedule~ CONSULTANT shall provide written report of all findings and recommendations. CONSULTANT shall meet with designer, City, Caitrans and/or other appropriate parties to discuss .findings and potential changes to contract documents. - CONSULTANT shall review horizontal and vertical control datum .used by surveyors during design, 2. ADVERTISE, BID AND AWARD CONSULTANT will assist City with advertising,, bid inquiries, bid review and award .of construction contract ~ Phase II- Construction 1. CONTRACT ADMINISTRATION Administration - CONSULTANT shall perform all construction administration activities, including correspondence and document control. Provide complete support services for field personnel, including office support and coordination of inspection, surveying, and testing. CONSULTANT will fumish ali business equipment for CONSULTANT'S work such as computers, fax machines, furniture, and telephones; expendable supplies such as binders, pens, pencils, etc. CITY'S construction contractor will provide field office/trailer, fax and phone lines, utilities and copier at no COst to CONSULTANT. Reporting .- CONSULTANT shall utilize Caltrans procedure's and policies, and CITY requirements as necessary, regarding documentation of events, compilation of quantities, contractor progress payments, final payment, and record' drawings. The required records pertaining to the job Site staff include attendance reports and overtime records. Records involved in monitoring Contractor's contract inclUde weekly statement of working days and monthly progress report.' CONSULTANT staff members assigned to monitor the Contractor's'operations will submit a daily report relating the activities of the day. Reports covering extra work shall be submitted to CITY'alOng with Contractor's matedal billing when appropriate. Quantities shall be calculated as they are incorporated in the work. The most current Caltrans Construction Manual is the principal reference for CONSULTANT'S field personnel. -. Project Meetings - CONSULTANT shall conduct one preconstruction conference, weekly progress r~eetings, and other' project related meetings, CONSULTANT shall-prepare agendas and meeting.mini~tes. Project Submittals - CONSULTANT shall process Contractor's submittals and assure their timely review. CONSULTANT shall maintain a Icg to track processing of Contractor's submittals. Claims Mitigation - CONSULTANT will take steps to avOid claims'on the project. In the unlikely event of claims, any claims resolution will be performed as additional services~ Progress Payment - CONSULTANT shall prepare monthly.progress payment requests and submit to CITY for their payment. Change Orders - CONSULTANT shall evaluate proposed change orders~ coordinate changes in design with CCS Planning and Engineering', Caltrans, and CITY staff as appropriate. CONSULTANT shall prepare change orders and an independent cost estimate and schedule impact analysis. Document Tracking - CONSULTANT shall track all documents during the course of the p~oject. Documents to be .tracked include but are not limited to all correspondence, shop drawings, test results, change orders, potential change order items, potential claims, design clarifications, photographs, etc.. DocUmentation - CONSULTANT shall document the Contractor's activities on-a dailYbasis, conVersations, and meetings related to the project, changed conditions, change orders, weather, accidents, environmental mitigation; and all other items that may be necessary for reviewing progress payments, evaluating and processing change orders, and resolving potential claims. Documentation is to include both wdtten text and photographs. Progress photographs of the overall project are to be taken and a set included in the final project records. Design Clarification - Coordinate design clarifications with 'CCS Planning'and Engineering, CITY and Caltrans as appropriate. 3. SURVEYS CONSULTANT'shall provide line and grade stakes in accordance with Caltrans .. · Staking Manual procedures and frequencies. 4. INSPECTION AND TESTING CONSULTANT will: Provide construction inspection, sampling and materials testing in accordance with Caltrans procedures for. all project items. Coordinate the activities of testing lab0ratodes, surveyors and inspectors,· representatives from utility companies and the administration of all project ~permits.and utility relocations. . '. Coordinate with local residents, proprietors and land owners to minimize impact on· construction on said parties. · Enforce labor regulations as included in contract specifications. · Maintain an u p-to-date set of plans and spec~cations at the job site. · Review all certificates of inspections and tests. · Provide final inspection and punch list. · Collect and check record drawing information as furnished by the ~ Contractor, furnish information to the designer for preparation of record : drawings. 5, POST CONSTRUCTION PHASE After acceptance of the construction contract, CONSULTANT will prepare a Construction Corn pletion Report that will include: . · Summary of scope, cost, and schedule changes and the 'reason for the changes · Summary of project costs · Comprehensive Project Records (per Caltrans requirements) '~ BREAKDOWN. OF COST. PROPOSAL BY PHASE S&C EHGINEERS. INC. 1-580/Tassajara Road Interchange Improvements Phase I - Preeonstrueti0n Cost (See Attached Detail Sheet) S&C Engineers $ 44,000.00 Chaudhary & Assoc. $ .9,000.00 Sub Total $ 53,000.00 Phase 2 - Construction & Post Construction Cost S&C Engineers $ 967,636.57 Chaudhary & Assoc. $ 96,000.00 Kleinfelder $ 58,625.00 Sub TOtal $ 1,122,261.57 TOTAL $ '1,175,261.57 . Allowance for weather delays $ 113,306.72 Total with contingency $ 1,288,568..29 ~lanuary 8, 2001 S&C ENGINEERS, INC. S&C Engineers PrecOnstruction Services Detail January 8, 2000. PM/RE ' Brid~le Engr Office E ,n~lr Clerical Field Review 8 8 Report 8 4 4 Review Plans 40 40 Quantity Checks 20 20 Review Specs 24 8 Recommendations 8 4 4 Schedule Analysis 8 24 Recommendations 8 8 4 Meetings 16 16 4 4 Advertise 8 8 Assist in responses to bid inquiries 32 16 8 Bid Review 8 8 Award 8 8 Mobilization 8 8 .16. Set up job files 4 32 16 Total Hours: 208 180 52 40 Hourly Rate: $105 $100 $80 $45 Costs: $21,840 $18,000 $4,160 $1,800 S&C Sub Total ! $44,000 Surveying - Chaudhary& Associates Review Design Surveys 2 days office time, one day field crew $4,500 Determine and incorporate vertical ;and horiZOntal adjustment factors if differences are found* * = if necessary $4,500 Survey Sub Total $9,000 Grand Total: $53,000 EXHIBIT "A" OF RESOLUTION ~.04,01 AMENDNIENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND S&C ENGINEERS, INCORPORATED FOR CONSTRUCTION MANAGEMENT SERVICES ~WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and S&C Engineers, Inc. (hereinafter referred to as "CONSULTANT"), entered into an agreement on January 16, 2001 to perform preconstmction tasks, including constructibitity review for the Interstate 580frassajara Road Interchange Improvement project; and WHEREAS, the Scope of Work to be performed is proposed to be extended to include construction management; and the not-to-exceed contract mount is proposed to be increased to cover the cost of the additional work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall be modified to include Phase 11 of the original scope of work as described in S&C Engineers' Scope of Services - Construction Management Services for the I- 580frassajara-Road Interchange Improvement Project dated January 8, 2001 (attached). Extension of Term The total cost for time-and-materials work under this amendment shall not exceed an additional $1,235,568 based on the attached cost breakdown for Phase II. CITY OF DUBLIN ~ y'or ....... .~~ames E. S~ott, President . r ate:' I£-. 0i RESOLUTION NO. 204 - 01 A REsoLUTIoN OF ~ CITY COUNCIL O1~ T~[E CITY OF DUBLIN APPROVING AGREEMENT WITH S&C ENGINEERS, INC. FOR CONSTRUCTION MANAGEMENT SERVICES FOR TltE 1-580FFASSAJARA ROAD INTERCItANGE IMPROVEMENT PROJECT WHEREAS, the.'I-580/Tassajara Road Interchange Improvement project is planned to be constructed as part of the development process in Eastern Dublin; and WHEREAS, the City has nearly completed the necessary imProvement plans and specifications for the project and Caltrans has approved the appropriate cooperative agreement with Dublin to construct the~ project; and WHEREAS, Caltrans requires the City to construct the project in accordance with Caltrans standards; and WHEREAS, the City desires to utilize the services of S&C Engineers, Ine, to perform preconstmction tasks including' constructibility review and assistance, ia bidding the project, manage the construction of the project and to provide inspection duties, materials testing and construction staki.'ng, ail in accordance with Caltrans stand,ds; and WHEREAS, the project documents are at the point of requiring review for constmctibility, which is Phase I of the proposed S&C Engineers' serviceS; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City.of Dublin hereby approves the agreement with S&C Engineers, Inc. for performing Phase I of the construction management scope of work. BE IT FURTHER RESOLVED that the Mayor is authorized to execute the agreement. PASSED, APPROVED AND ADOPTED this 16th of January, 2001. AYES: Councilmembers McCormick, Oravetz and Zika and Mayor Lockhart NOES: None ABSENT: None  //- . Mayor g:kmgfkresoS &CEngineers