Loading...
2025-26 Bengal Engineering Amendment 14 - Dune Palms Bridge Project 2011-05MEMORANDUM DATE: July 1, 2025 TO: Jon McMillen,City Manager FROM: Carley Escarrega, Administrative Technician ta Qa�tra CALIFORNIA RE: Amendment no. 14 with Bengal for project no. 2011-05, Dune Palms Bridge Please list the Contracting Party / Vendor Name, any change orders or amendments, and the type of services to be provided. Make sure to list any related Project No. and Project Name. Authority to execute this agreement is based upon: ❑✓ Approved by City Council on July 1, 2014 ❑ City Manager's signing authority provided under the City's Purchasing & Contracting Policy [Resolution No. 2023-008] for budget expenditures of $50,000 or less. R .❑ .❑ NOTE. City Manager's signing authority provided under the City's Personnel Policy Section 3.2 for temporary employment positions. Department Director's or Manager's signing authority provided under the City's Purchasing Policy [Resolution No. 2023-008] for budget expenditures of $15,000 and $5,000, respectively, or less. Procurement Method (one must apply): Bid W] RFP ❑ RFQ ❑ 3 written informal bids Sole Source ❑ Select Source ❑ Cooperative Procurement Requesting department shall check and attach the items below as appropriate, Agreement payment will be charged to Account No.: 401-0000-60188-111205-CT Agreement term: Start Date July 1, 2025 Amount of Agreement, Amendment, Change Order, etc End Date $ 0.00 December 31, 2025 z. Signing authorities listed above are applicable on the acrgregate Agreement amount, not individual Amendments or Change Orders! Insurance certificates as required by the Agreement for Risk Manager approval Approved by: MyC01 Compliant Date: 7/1/2025 Bonds (originals) as required by the Agreement (Performance, Payment, etc.) Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) Review the "Form 700 Disclosure for Consultants" guidance to determine if a Form 700 is required pursuant FPPC regulation 18701(2) Business License No. LIC-0100872 Expires: 6/30/2026 Requisition for a Purchase Order has been prepared (Agreements over $5,000) — — — — — — -- AMENDMENT NO. 14 TO PROFESSIONAL SERVICES AGREEMENT WITH BENGAL ENGINEERING. INC. This Amendment No. 14 to Professional Services Agreement with Bengal Engineering ("Amendment No. 14") is made and entered into as of the 1st day of July 2025 ("Effective Date") by and between the CITY OF LA QUINTA ("City"), a California municipal corporation and Bengal Engineering, Inc., a California corporation ("Consultant"). RECITALS WHEREAS, on or about June 2, 2014, the City and Consultant entered into a Professional Services Agreement to provide those services related to the Dune Palms Road Low Water Crossing Replacement at the Coachella Valley Storm Water Channel, Project No. 2011-05. The term of the Agreement expires on June 30, 2023; and WHEREAS, Amendment 1, executed on or about March 24, 2015, previously amended Scope of Services, and Contract Sum to include additional Utility Pothole, Data Collection, and Noise Modeling work and to remove Section 7 Consultation Work Objective, resulting in a net contract sum decrease in the amount of ($2,233.00); and WHEREAS, Amendment 2, executed on or about December 1, 2015, previously amended Scope of Services and Contract Sum to include additional Cultural and Architectural Survey, resulting in a net contract sum increase in the amount of $7,800.00; and WHEREAS, Amendment 3, executed on or about July 7, 2016, previously amended Scope of Services and Contract Sum to revise the Traffic Technical Memorandum and Noise Study and to prepare and process an Air Quality Report, resulting in a net contract sum increase in the amount of $31,678.00; and WHEREAS, Amendment 4, executed on or about July 13, 2016, previously amended Scope of Services and Contract Sum to include the development of Three Conceptual Grade Control Structure Alternatives, resulting in a net contract sum increase in the amount of $16,100.00; and WHEREAS, Amendment 5 executed on or about June 13, 2016, previously amended Scope of Services and Contract Sum to include additional Hydrology and Hydraulic Study to address concerns expressed by the Coachella Valley Water District, resulting in a net contract sum increase in the amount of $19,900.00; and WHEREAS, Amendment 6, executed on or about October 27, 2016, previously amended Scope of Services and Contract Sum to include an Extended Archeological Phase I Work Plan (XPI) as directed by Caltrans Environmental, resulting in a net contract sum increase in the amount of $9,583.00; and WHEREAS, Amendment 7, executed on or about April 20, 2017, previously amended Scope of Services and Contract Sum to include the Field Work for the Extended Archeological Phase I Work Plan required by Caltrans, resulting in a net contract sum increase in the amount of $96,449.00-1 and WHEREAS, Amendment 8, executed on or about October 16, 2018, previously amended Scope of Services, Contract Sum, and Agreement Term (from August 1, 2018, until July 31, 2021, "Extended Term") to include additional engineering services related to Coachella Valley Water District Equilibrium Slope and Scour Determination, Environmental Permitting, Right of Way Acquisition, and preparation of Water, Sewer and Landscape Plans; and WHEREAS, Amendment 9, executed on or about April 28, 2020, amended the Scope of Services to include additional engineering services related to design accommodations for connector trails and artistic CV Link Project components, design of CVWD access accommodations and additional project management, resulting in a net contract sum increase in the amount of $53,310.00; and WHEREAS, Amendment 10, executed on or about June 28, 2021, amended Section 3.4 Term of the Agreement to extend the contract term from August 1, 2021, through June 30, 2023 ("Extended Term"); and WHEREAS, Amendment 11, executed on or about June 14, 2022, amended the Scope of Services to include Constructability Review in Phase III and shift $8,000 in funding from Phase I and II to Phase III Constructability; and WHEREAS, Amendment 12, executed on or about May 2, 2023, amended the Contract Sum to replenish the Construction Support Services task, resulting in a net contract sum increase in the amount of $50,000 and amended section 3.4 Term of the Agreement to extend the contract term from July 1, 2023, through December 31, 2024 ("Extended Term"); and WHEREAS, Amendment 13, executed on or about March 20, 2024, amended the Scope of Services to revise the roadway improvement plans to include the widening of Dune Palms Road between Highway 111 and the bridge, and to replenish the Construction Support Services task, resulting in a net contract sum increase in the amount of $45,200, and amended section 3.4 Term of the Agreement to extend the contract term from July 1, 2023, through June 30, 2025 ("Extended Term"). WHEREAS, the City and Contracting Party mutually agree to execute Amendment 14 to amend section 3.4 Term of the Agreement to extend the contract term from July 1, 2025, through December 31, 2025 ("Extended Term"). NOW THEREFORE, in consideration of the mutual covenant herein contained, the parties agree as follows: AMENDMENT In consideration of the foregoing Recitals and the covenants and promises hereinafter contained, and for good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties hereto agree as follows: Section 3.4 Term is amended to read as follows: Unless earlier terminated in accordance with the provisions in Article 8.0 of the Agreement, the term of this Agreement shall commence on June 2, 2014, and terminate on July 31, 2018 ("Initial Term"); the term of this agreement was extended as follows via the amendments listed below ("Extended Terms"): • Amendment No. 8 from August 1, 2018, until July 31, 2021; and • Amendment No. 10 from August 1, 2021, until June 30, 2023; and • Amendment No. 12 from July 1, 2023, until December 31, 2024; and • Amendment No. 13 from January 1, 2025, until June 30, 2025; and • Notwithstanding any provisions to the contrary in effect prior to the date of this Amendment No. 14, the Extended Term of this agreement shall remain in full force and effect from July 1, 2025, until December 31, 2025 ("Extended Term"); and • This agreement may be extended by mutual agreement by both parties. In all other respects, the Original Agreement shall remain in effect. IN WITNESS WHEREOF, the City and Consultant have executed this Amendment No. 14 to the Professional Services Agreement on the respective dates set forth below. CITY OF LA QUINTA a California Municipal corporation a _ _ 1 �I�/1cMillen, City Manager Dated: %h O Z ATTEST: Monika Radeva, City Jerk City of La Quinta, California APPROVED AS TO FORM: 10 William H. Ihrke, City Attorney City of La Quinta, California CONSULTANT: Bengal Engineering, Inc. SIGNED IN COUNTERPART Scott Onishuk, P.E. Principal in Charge Dated: IN WITNESS WHEREOF, the City and Consultant have executed this Amendment No. 14 to the Professional Services Agreement on the respective dates set forth below. CITY OF LA QUINTA a California Municipal corporation SIGNED IN COUNTERPART Jon McMillen, City Manager Dated: ATTEST: SIGNED IN COUNTERPART Monika Radeva, City Clerk City of La Quinta, California APPROVED AS TO FORM: SIGNED IN COUNTERPART William H. Ihrke, City Attorney City of La Quinta, California CONSULTANT: Bengal Engineering, Inc. Scott Onishuk, P.E. Principal in Charge Dated 1, July, 2025 Exhibit A Scope of Services Consultant will provide additional construction support on a time and materials basis as requested by City Staff and as specified in the original scope of work. Exhibit B Budget The following represents the contract total of One Million, Five Hundred Ninety -Four Thousand, Four Hundred Forty -Three Dollars ($1,594,443.00) after the consideration of Amendments 1 through 14. Base Contract Amount: $1,176,781.00 Amendment No. 1: ($2,233.00) Amendment No. 2: $7,800.00 Amendment No. 3: $31,678.00 Amendment No. 4: $16,100.00 Amendment No. 5: $19,900.00 Amendment No. 6: $9,583.00 Amendment No. 7: $ 96,449.00 Amendment No. 8: $89,875.00 Amendment No. 9: $53,310.00 Amendment No. 10: $0.00 Amendment No. 11: $0.00 Amendment No. 12: $50,000.00 Amendment No. 13: $45,200.00 Amendment No. 14: $0.00 Contract Total: $ 1,594,443.00