HomeMy WebLinkAboutAgenda Report - October 7, 2009 E-10AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
Im
AGENDA TITLE: Adopt Resolution Awarding Contract for Professional Services for Grape Bowl All
Weather Surface Projectto Beals Alliance, of Sacramento ($126,330) and
Appropriating Funds ($156,000)
MEETING DATE: October 7,2009
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding a contract for professional services for the
Grape Bowl All Weather Surface Projectto Beals Alliance, of
Sacramento, in the amount of $126,330 and appropriating funds in the
amount of $156,000 as shown below.
BACKGROUND INFORMATION: City Council, at its meeting of August 5, 2009, authorized staff to seek
proposals for engineering and design services for the conversion of the
existing grass athletic field at the Grape Bowl to an all weather surface.
Installing an all weather surface at the Grape Bowl will greatly increase the availability of field space to the
community. Most of the City's large athletic fields are also used as storm drainage basins, limiting their use
during periods of wet weather. Installing an all weather synthetic turf at the Grape Bowl will allow the facility
to be used year-round, even during periods of wet weather.
In August, Requestsfor Proposals were distributed to three firms. Two firms responded by the deadline of
September 2, 2009. The two firms were Beals Alliance, of Sacramento, and Lloyd Civil and Sports
Engineers, of Phoenix, Arizona. The scope of work in the Requestfor Proposal included the evaluation of
the existing site for renovation, demolition and removal; the development of preliminary designs for City
review and approval; the design of storm drainage and storm pump station improvements; the preparation of
construction documents for bidding the project; and providing assistance during the bidding and construction
phases of the project. Staff is recommending the award of a contract to Beals Alliance in the amount of
$126,330 and the appropriation of $156,000 from the Park Impact Fee accountto cover this contract, staff
costs and allow for contingencies.
FISCAL IMPACT: Installing a synthetic turf field at the Grape Bowl with its existing amenities is less
expensive than constructing a synthetic field at another location and adding the
same amenities as the Grape Bowl. Several conventional grass fields would need
to be constructed to equal the same recreational capacity as one synthetic turf.
FUNDING AVAILABLE: Requested Appropriation: Park Impact Fees (1217) $156,000
Jordan Ayers
4a&wD7ty City Manager/Internal Services Director
F. Wally S delin James M. Roden
Public Works Director Interim Parks & Recreation Director
Prepared by Wesley K. Fujitani, Senior Civil Engineer
FWSNVKF/Dmf
cc: CityAttomey Purchasing Officer
Parks Superintendent Parks Construction Coordinator
APPROVED:
Blair King, City Ma br
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\CAwardBeals.doc 10/1/2009
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and BEALS ALLIANCE
(hereinafter "CONSULTANT).
Section 1.2 Purpose
CITY selected the CONSULANT to provide the engineering and design services
required in accordance with attached scope of services, Exhibit A.
CITY wishes to enter into an agreement with CONSULTANTfor Engineering and
Design Services for Synthetic Turf Project (hereinafter "Project") as set forth in the
Scope of Services attached here as Exhibit A.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONSULTANT, for the benefit and at the direction of CITY, shall perform the
scope of services as set forth in Exhibit A, attached and incorporated by this reference.
Section 2.2 Time For Commencement and Completion of Work
CONSULTANT shall commence work within ten (10) days of executing this
Agreement, and complete work under this Agreement based on a mutually agreed upon
timeline.
CONSULTANT shall submit to CITY one full-size and reduced (11" x 17")
reproducible set of the final design improvement plans, electronic file(s) for same, and
other project deliverables for the Engineering and Design Services for Synthetic Turf
Project, as indicated in the attached project scope of services.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff or agents to provide required data or review documents within the appropriate time
frames. The review time by CITY and any other agencies involved in the project shall
not be counted against CONSULTANT's contract performance period. Also, any delays
due to weather, vandalism, acts of God, etc., shall not be counted. CONSULTANT shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\ProfessionalServicesAgmt.doc 1
Section 2.3 Meetings
CONSULTANT shall attend meetings as indicated in the Scope of Services,
Exhibit A.
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANT's principals and staff as identified
in its proposal to CITY. The scope of services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Manager and CITY is granted the right of approval of all
original, additional and replacement personnel in CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents that it is prepared to and can perform all services
within the scope of services specified in Exhibit A. CONSULTANT represents that it has,
or will have at the time this Agreement is executed, all licenses, permits, qualifications,
insurance and approvals of whatsoever nature are legally required for CONSULTANT to
practice its profession, and that CONSULTANT shall, at its own cost and expense, keep
in effect during the life of this Agreement all such licenses, permits, qualifications,
insurance and approvals.
Section 2.5 Subcontracts
CITY acknowledges that CONSULTANT may subcontract certain portions of the
scope of services to subconsultants as specified and identified in Exhibit A. Should any
subconsultants be replaced or added after CITY's approval, CITY shall be notified within
ten (10) days and said subconsultants shall be subject to CITY's approval prior to
initiating any work on the Project, CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall not
exceed the amount of Fee Proposal, attached as a portion of Exhibit A.
CONSULTANT shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurRProfessionalServicesAgmt.doc 2
Section 3.2 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis,
providing, without limitation, details as to amount of hours, individual performing said
work, hourly rate, and indicating to what aspect of the scope of services said work is
attributable.
Section 3.3 Costs
The fees shown on Exhibit A include all reimbursable costs required for the
performance of the individual work tasks by CONSULTANT and/or subconsultant and
references to reimbursable costs located on any fee schedules shall not apply. Payment
of additional reimbursable costs considered to be over and above those inherent in the
original Scope of Services shall be approved by CITY.
CONSULTANT charge rates are attached and incorporated with Exhibit A. The
charge rates for CONSULTANT shall remain in effect and unchanged for the duration of
the Project unless approved by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CITY, or a designated representative, with necessary information and assistance.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCEL 4E RC
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONSULTANT shall not
discriminate in the employment of its employees or in the engagement of any
K:\WP\PROJECTSIPARKS\GrapeBow)\SyntheticTurf\Professiona]ServicesAgmt.doc 3
subconsultants on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 Responsibilitvfor Damage
CONSULTANT shall indemnify and save harmless the City of Lodi, the City
Council, elected and appointed Boards, Commissions, all officers and employees or
agent from any suits, claims or actions brought by any person or persons for or on
account of any injuries or damages sustained or arising from the services performed in
this Agreement but only to the extent caused by the negligent acts, errors or omissions
of the consultant and except those injuries or damages arising out of the active
negligence of the City of Lodi or its agents, officers or agents.
Section 4.3 No Personal Liability
Neither the City Council, the City Engineer, nor any other officer or authorized
assistant or agent or employee shall be personally responsible for any liability arising
under this Agreement.
Section 4.4 Responsibilitycf CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work prior to final acceptance, except as expressly provided herein.
Section 4.5 Insurance Reguirements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as listed below. These insurance policies shall protect
CONSULTANT and any subcontractor performing work covered by this Agreement from
claims for damages for personal injury, including accidental death, as well as from
claims for property damages, which may arise from CONSULTANT'S operations under
this Agreement, whether such operations be by CONSULTANT or by any subcontractor
or by anyone directly or indirectly employed by either of them, and the amount of such
insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Bodily Injury -
Ea. Occurrence/Aggregate
$1,000,000 Property Damage -
Ea. Occurrence/Aggregate
or
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\ProfessionalServicesAgmt.doe 4
$1,000,000 Combined Single Limits
2. COMPREHENSIVEAUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
or
$1,000,000 Combined Single Limits
NOTE: CONSULTANT agrees and stipulates that any insurance coverage
provided to CITY shall provide for a claims period following termination of coverage.
A copy of the certificate of insurance with the following endorsements shall be
furnished to CITY:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its
elected and appointed Boards, Commissions, Officers, Agents, Employees and
Volunteers as additional named insureds insofar as work performed by the insured
under written Agreement with CITY. (This endorsement shall be on a form furnished
to CITY and shall be included with CONSULTANT'S policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall
apply as primary insurance. Any other insurance maintained by the City of Lodi or
its officers and employees shall be excess only and not contributing with the
insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of
more than one insured shall not operate to increase the limit of the company's
liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled by the company without 30 days' prior written
notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi,
CA, 95241.
(e) CONSULTANT agrees and stipulates that any insurance coverage provided to
CITY shall provide for a claims period following termination of coverage which is at
least consistent with the claims period or statutes of limitations found in the
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\ProfessionalServicesAgmt.doc 5
California Tort Claims Act (California Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds to give notice of any potential
liability during a time period shorter than that found in the Tort Claims Act shall be
unacceptable.
Section 4.6 Worker's Compensation Insurance
CONSULTANT shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
the site of the project and, if any work is sublet, CONSULTANT shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the
CONSULTANT. In case any class of employees engaged in hazardous work under this
Agreement at the site of the project is not protected under the Worker's Compensation
Statute, CONSULTANT shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the
coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006,
Lodi, CA, 95241.
Section 4.7 Attorney's Fees
In the event any dispute between the parties arises under or regarding this
Agreement, the prevailing party in any litigation of the dispute shall be entitled to
reasonable attorney's fees from the party who does not prevail as determined by the
court.
Section 4.8 Successors and Assigns
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONSULTANT shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurt\ProfessionalServicesAgmt.doc 6
Section 4.9 Notices
Any notice required to be given by the terms of this Agreement shall be deemed
to have been given when the same is personally served or sent by certified mail or
express or overnight delivery, postage prepaid, addressed to the respective parties as
follows:
To CITY: City of Lodi
F. Wally Sandelin, Public Works Director
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
To CONSULTANT: Beals Alliance, Inc., Sport Division
William J. Beals, III
3400 Bradshaw Road, Ste. B
Sacramento, CA 95827
Section 4.10 Cooperation of CITY
CITY shall cooperate fully in a timely manner in providing relevant information
that it has at its disposal.
Section 4.11 CONSULTANT is Not an Emplovee of CITY
It is understood that CONSULTANT is not acting hereunder in any manner as an
employee of CITY, but solely under this Agreement as an independent contractor.
Section 4.12 Termination
CITY may terminate this Agreement by giving CONSULTANT at least ten (10)
days written notice, Where phases are anticipated within the Scope of Services, at
which an intermediate decision is required concerning whether to proceed further, CITY
may terminate at the conclusion of any such phase. Upon termination, CONSULTANT
shall be entitled to payment as set forth in the attached Exhibit A to the extent that the
work has been performed. Upon termination, CONSULTANT shall immediately suspend
all work on the Project and deliver any documents or work in progress to CITY.
However, CITY shall assume no liability for costs, expenses or lost profits resulting from
services not completed or for contracts entered into by CONSULTANT with third parties
in reliance upon this Agreement.
Section 4.13 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\ProfessionalServicesAgmt.doc 7
Section 4.14 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent.
Section 4.15 integration and Modification
This Agreement represents the entire integrated Agreement between
CONSULTANT and CITY; supersedes all prior negotiations, representations, or
Agreements, whether written or oral, between the parties; and may be amended only be
written instrument signed by CONSULTANT and CITY.
Section 4.16 Applicable Law and Venue
This Agreement shall be governed by the laws of the State of California. Venue
for any court proceeding brought under this Agreement will be with the San Joaquin
County Superior Court.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section LIE Ownership of Documents
All documents, photographs, reports, analyses, audits, computer tapes or cards,
or other material documents or data, and working papers, whether or not in final form,
which have been obtained or prepared for this project, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during regular business hours. Upon termination or completion, all
information collected, work product and documents shall be delivered by CONSULTANT
to CITY within ten (10) days.
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were prepared.
K:\WPIPROJECTS\PARKS\GrapeBowl\SyntheticTurf\ProfessionalServicesAgmt.doc 8
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST:
By
RANDIJOHL
CITY CLERK
APPROVED AS TO FORM:
Dated:�1 I
By 1 By.
D. TOP SCH_WABAUER
CITY ATTORNEY Its:
BLAIR KING
CITY MANAGER
K:\WP\PROJECTS\PARKS\GrapeBowl\SyntheticTurf\Professions Ise rvicesAgmt. doc 9
Exhibit A
REVISED: September 22,2009
Mr. F. Wally Sandelin, Public Works Director
Public Works Department, City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
SUBJECT: Lodi Grape Bowl
Proposal for Engineering and Design Services
beats alliance MKTG No.: M96-086.04
Dear Mr. Sandelin:
In response to your request, beats alliance, Inc. Sport Division, is pleased to submit the following revised proposal to
provide athletic design services on the above mentioned project. This proposal shall remain valid for a period of thirty (30)
days.
PROJECT UNDERSTANDING/ HISTORY:
Cityof Lodi has selected beats alliance, inc, to coordinate and prepare construction documents and construction administration
for the installation of a synthetic turf soccer/football field at the existing Lodi Grape Bowl Stadium. The City is to include the
installation of syntheticturf contracted directly by the City through CMAS purchasing. The City has yet to select the
manufacturer, supplier and installerfor this product. in addition to the syntheticturf would be new utilities, hardscape, retaining
wails, landscape and irrigation.
GENERAL PROJECT SCOPE
The project scope herein providedwill be broken intofour steps:
1. Phase A - Project Start-up / Schematic: beats alliance will assist the City in evaluation of the existing
site for renovation, demolish and removal, and will provide a topographic survey plan and one detailed
dimensioned plan that identifies all existing components.
2. Phase B - Design Development: beals alliance will include dimensioned preliminary systems designs,
and will be the basis for the construction documents, The purpose is to provide the owner with a clear
understanding of the specifics of construction elements.
3. Phase C - Construction Documentation: beals alliance will finalize the construction documents. The
end productwill be construction documents with Plans, Specifications and Statement of Probable
Construction Costs, which will be used for bidding.
4. Phase D - Bid Assistance, Construction Services: This will consist of assistance during bid and
construction.
SPECIFIC SCOPE OF SERVICES:
beats alliance proposes to provide the following services for in accordancewith our above stated understanding of the
project:
A. Project Start-upI Schematic
1. (1)One Kick-off meeting to introduce the project team and review the scope, program, budget, and
timetable.
2. Project start-up administrative tasks will consist of the following:
a) Establish files and administrative procedures.
b) Finalize, prepare and adopt sub -consultant contracts as necessary.
C) Prepare Master Schedule and submit to City for approval.
d) beals alliance will set up and maintain an FTP site for transfer of information.
3. Review all data provided by City that is pertinentto the project, including existing topographic survey, site
maps, as -built drawings, and pertinent historical data. (City to provide above information).
4. Review applicable City codes, ordinances, pertaining to the proposed project design.
5. Visit the site to complete a visual inventory of the existing conditions and adjacent off-site impacts.
6. Contract with Baumbach& Piazza, Inc. to complete a topographic survey of the specific project site.
7. Based on survey and topography data, input into computer and develop existing conditions base for Design
Development.
8. Prepare CADD base plan.
9. (1) One meeting with City staff to reviewthe base plan layout and components and receive approvalto
proceed.
B. Design Development
1. Develop a Design Development Package equivalent to 50% documentation. Drawingswill identify design
elements for review and approval by the City consisting of;
a. Cover Sheet
b. Drainage/ Utility Plan
c. Grading Plan
d. Layout Plan
e. Material/ Detail Reference Plan
f. Draft project-specificdetails
g. Material Cut Sheets
h. Construction Details
i. Draft Specifications (MS Word)
Statement of Probable Construction Cost
2. Submittal preparation and coordination
3. In-house redline review Quality Control (QC)
4. Submit DD Package to City for review and approval to proceed to Construction Documentation. City will have one
week to complete review.
5. Project Administration.
C. Construction Documentation
90% Submittal Package
a. One meeting with City to review the DD Package and comments and receive approval to proceed.
b. One meeting with consultants to reviewthe comments from City.
c. 90% Submittal Package will consist of the following
i. Drawings
1. Cover Sheet
2. Existing Conditions Plan
3. Demolition Plan
4. Drainage/ Utility Plan
5. Grading Plan
6. Layout Plan
7. Material/ Detail Reference Plan
8. Enlargement Plan
9. Planting Plan
10. Irrigation Plan
11. Construction details
ii. Specifications (with City provided front end — MS Word)
d. Statement of Probable Construction Cost
e. Submit 90% Submittal Package to City for review and approval to proceed with Construction
Documentation. City will have one week to complete review.
f. In-house redline and revisions
g Redline and review Quality Control.
h. Project Administration.
2. 100% Submittal Package
2
a. One meeting with City to review the 90% Package and comments and receive approval to proceed.
b. 100% Submittal Package will consist of the following
I. Drawings
1. Cover Sheet
2. Existing Conditions Pian
3. Demolition Plan
4. Drainage/ Utility Plan
5. Grading Plan
6. Layout Plan
7. Material/ Detail Reference Plan
8. Enlargement Plan
9. Planting Plan
10. Irrigation Plan
11. Construction details
ii. Specifications (with City provided front end — MS Word)
c. Statement of Probable Construction Cost
d. Submit stamped Bid Submittal (100%) Package to City prior to bidding.
e. Project Administration.
D. Bid Assistance, Construction Administration
Bid services are as follows for the construction project:
1. Bidding Administration
a. Contact potential bidders.
b. Coordinate bidding efforts with City.
c. (1) One site walk and pre-bid meeting, if required.
d. Coordinate and respond to contractor questions.
e. Prepare addenda, if requested.
f. Attend bid opening.
a. Assist the City in contractor selection, if requested.
Construction services are as follows for the construction project:
2. Construction Services:
a. Attend one (1) construction kick-off meeting. Meeting agenda and minutes will be provided.
b. Facilitate up to ten (10) weekly site meetings. Meeting agenda and minutes will be provided.
c. Process and coordinate submittals and shop drawings
d. Respond to questions, RFI responses, clarifications, substitution requests and draft Change Orders if
necessary.
e. Attend substantial completion walk-through and generate punch list.
f. Final site walk with Contractor and owner to accept project. Meeting minuteswill be provided.
g. Review as -built plans.
h. Review warranties
i. Project Closeout.
I. Review record drawings
ii. Final walk through and punch list
iii. Review warranties and M&O documentation
iv. Letter to City recommending file Notice of Completion.
DELIVERABLES
The following will be provided to City by phase:
1. Project Start-up/ Schematic
a. MeetingAgendas
b. One ( 1 )ite specific topographic survey
c. One (1) Schematic plan on bond
2. Design Development
a. DD Submittal Package
i. Four (4) sets Design Development plans on bond
ii. Four (4) sets of Design Development Manuals to be bound
b. MeetingAgenda & Report
3
3. Construction Documentation
a.
90% Submittal Package
i. Four (4) sets of 90% Construction Drawings on bond
ii. Four (4) sets of 90% Specifications to be bound
iii. One (1) copy of the Statement of Probable Costs
b.
100% Submittal Package
i. Two (2) sets of 100%Construction Drawings on bond
ii. Two (2) sets of DivisionTwo specifications to be bound
iii. One 4CIc)opy of the Statement of Probable Costs
iv. One (1) copy of the 100% submittal package on CD
c.
Meeting Agendas& Reports
4. Bid Assistance, Construction Services
a.
Pre-bid site walk, meeting minutes
b.
Addenda (If required)
c.
Pre -construction, meeting report
d.
Process RFI, submittal, and shop drawing responses
e.
Construction Meeting Agendas and Minutes
f.
Substantial completion punch list
g.
Final completion punch list
CLIENTS RESPONSIBILITIES
In order to complete the items described in the Scope of Services above, we will need City to providethe following information:
1. Guidelines and Requirements
a. Applicable City, City/County codes, ordinances, and policies.
2. Project and Site Information
a. Any available construction or record drawings of the currently under construction stadium area and all known
utilities and drainage systems for the campus.
b. Geotechnical investigation report.
c. Other pertinent data including water source, controller location, connection locations for water, sewer, and
storm drains, site grading, and any specific owner requests regarding design and maintenance.
3. Bidding
a. Advertisement forbidding
b. Sending out plans to contractors
PROJECTTIMELINE
beals alliance proposesthe following project timelines:
Project Start-up, Survey, & Schematic:
Design Development:
Construction Documentation:
Bid:
Construction Services:
SPECIAL PROVISIONS
October, 2009
November, 2009
January 2010 — 90% Submittal
February 2010 —100% Submittal
March, 2010
Start in April 2010
A. Without attempting to be all-inclusive and for purposes of clarity, the following items are specificallynot included in the
Scope of Services:
1. Meetings other than those listed
2. Presentationsto Public Bodies other than those listed
3. Work outside the identified project area
4. Environmental (i.e. CEQA or EIR) Studies
5. Work within the public right-of-way
6. Testing & Inspection Services during Construction
4
7. Division of State Architecture
8. Electrical
9. Structures pertaining to the project i m provements other than those listed.
6. Services will be diligently pursued and every reasonable effort wffl be made to meet the mutually agreed upon
schedule. If the completion of the services is delayed at anytime in the progress of the work undertaken in this
Agreement by conditions beyond the control of the Consultant; including but not limited to: strikes, lockouts, labor
disputes, or the inability of Client, his consultants, utility companies, orjurisdictional agencies to provide required
information, processing or direction; the time of completion shall be extended during such period and Consultant
shall be held harmless from any and all claims arising out of such delay.
PROFESSIONAL COMPENSATION
We propose the following fee schedule for the services outlined in the Scope of Work:
A - Project Start-up / Schematic
$24,660
B - Design Development:
$23,700
C - Construction Documentation:
$48,090
D - Construction Services:
$ 29,880
TOTAL FEE:
$126,330
1. REIMBURSABLE EXPENSES: beats alliance will be entitled to bill reimbursable expenses in addition to the direct
laborfixed fees as noted on the attached Charge Rate Schedule.
2. ADDITIONAL SERVICES: Fees for services outside the scope shown in this proposal will be in addition to the
direct labor costs. These may be completed on a time and material basis or negotiated fixed fee at the choice of
the City.
3. PROJECT DELAY AND RESTART: The fees noted above are based on the project schedule contained in the
proposal. Should the client delay the project beyond the agreed upon schedule to a level that puts the project on
hold longer than 90 consecutive days, a project re -start fee will apply. This fee will be determined at that point
based on the amount of downtime and additionalwork requiredto reactivateand reschedulework and staff.
CHANGE IN SERVICES
Client may order changes in scope or characterof service, either decreasing or increasing the amount of Consultant's services,
and if necessary, changing the character of services. In the event that such changes are ordered, Consultant is entitled to full
compensation for all services performed and expenses incurred prior to receipt of notice of change.
TERMINATION OF AGREEMENT
In the event the project is terminated or indefinitely suspended in the manner herein provided, the Landscape Architect shall
turn over copies of any and all documents completed to that date upon full payment. The Landscape Architect shall be
entitled to compensation up to and including said termination date. Copyright of all work shall remain the property of beats
alliance.
REGISTRATION
beats alliance is licensed under William J. Beals III, Landscape Architect to practice in the State of California. Landscape
Architects are regulated by the California Board of Landscape Architects. Any questions concerning a Landscape Architect may
be referred to the Board at:
Landscape Architects Program
2420 Del Paso Road, Suite 105
Sacramento, CA 95834
T (916) 575-7230/ F (916) 575-7285
BILLINGS AND PAYMENT
Invoices will be sent by the 10th of the month for the percentage of work completed through the 25th of the previous month.
Any additional services will be billed separatefrom contracted services. Payment is due and payablewithin 30 days of the
statement date.
If this proposal meets with the approval of the City, please sign and return the original to our office or issue a purchase order
that reflects the contents of this proposal. The Purchase Order shall be issued to beals alliance, Inc.
William J. Beals, III
Principal/CEO
cc: Tony Wood, beals sport
Chris Sullivan, beals sport
Enclosure: 2009 Charge Rate Schedule
Mr. F. Wally Sandelin, Public Works Director
Public Works Department
City of Lodi
Date:
Beals Alliance, Inc.
CHARGE RATE SCHEDULE
Effective until December 31,2009
The following chart outlines the current charge rate for professional and office costs. Reimbursable rates
and expenses are shown at the bottom.
CONSULTING RATES
Expert Witness - Principal $500.00 per hour
Research/ Evaluation - Principal $300.00 per hour
PROJECT RATES
Managing Principal
$250.00 per hour
Principal
$150.00 per hour
Project Manager, Construction Manager, Civil Engineer
Level II
$135.00 per hour
Level 1
$120.00 per hour
Construction Administrator, Systems Administrator, AutoCAD Manager
$120.00 per hour
Job Captain II
$110.00 per hour
Job Captain I, Engineer -In -Training, Production Administrator
$100.00 per hour
Draftsperson Level II
$ 90.00 per hour
Draftsperson Level 1
$ 80.00 per hour
Project Administrator
$ 70.00 per hour
Intern
$60.00 per hour
REIMBURSABLE RATES
Blueprints, Printing and Reproductions cost plus 10%
Transportation Current IRS Rate
Sub Consultant Services cost plus 10%
REIMBURSABLE EXPENSES
Blueprints and Reproductions
Photography
Models and Renderings
Permit Fees
Courier Delivery Service
Postage/ Overnight Mail Service
RESOLUTION NO. 2009-133
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FOR PROFESSIONAL SERVICES FOR GRAPE BOWL
ALL WEATHER SURFACE PROJECT, AUTHORIZING CITY
MANAGER TO EXECUTE THE CONTRACT, AND FURTHER
APPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed proposals were received and publicly opened on September 2, 2009,
for Professional Services for Grape Bowl All Weather Surface Project, described in the
specifications therefore approved by the City Council on August 5, 2009; and
WHEREAS, said proposals have been compared, checked, tabulated, and evaluated by
an evaluation committee and a reportthereof filed with the City Manageras follows:
Proposer Bank
Beals Alliance 1
Lloyd Civil and Sports Engineers 2
WHEREAS, staff recommends awarding the contract for the Professional Services for
Grape Bowl All Weather Surface Projectto Beals Alliance, of Sacramento, California.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Professional Services for Grape Bowl All Weather Surface Project to Beals
Alliance, of Sacramento, California, in the amount of $126,330; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to execute the contract; and
BE IT FURTHER RESOLVED that funds in the amount of $156,000 be appropriated
from Park Impact Fees.
Dated: October 7, 2009
------------------------------------------------------------------------
------------------------------------------------------------------------
hereby certify that Resolution No. 2009-133 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held October 7, 2009, by the following vote:
AYES: COUNCIL MEMBERS —Johnson, Katzakian, and Mayor Hansen
NOES: COUNCIL MEMBERS — Mounce
ABSENT: COUNCIL MEMBERS — Hitchcock
ABSTAIN: COUNCIL MEMBERS— None
�&JOHL
City Clerk