HomeMy WebLinkAboutAgenda Report - March 21, 2012 I-01AGENDA ITEM 7:'1
° �°, oCITY •
�
F LODI
�f
COUNCIL COMMUNICATION
X4;.11: `a
'O�jkL
u
AGENDA TITLE: Receive Report on Grape Bowl Stadium Fundraising Plan; Approve Plans and
Specifications and Authorize Advertisement for Bids for Scoreboard Installation;
and Adopt Resolution:
A. Approving Sole Source Purchase of Grape Bowl Scoreboard from Daktronics
Company, of Brookings, South Dakota ($67,613)
B. Authorizing City Managerto Execute Professional Services Agreement with
Siegfried Engineering, Inc., of Stockton, for Design ($21,700)
C. Appropriating Funds ($113,500)
MEETING DATE: March 21, 2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Receive report on Grape Bowl stadium fundraising plan; approve
plans and specifications and authorize advertisementfor bids for
scoreboard installation; and adopt resolution:
A. Approving sole source purchase of Grape Bowl scoreboard from Daktronics Company, of Brookings,
South Dakota, in the amount of $67,613
B. Authorizing City Managerto execute professional services agreement with Siegfried Engineering,
Inc., of Stockton, for design, in the amount of $21,700
C. Appropriating funds in the amount of $113,500
BACKGROUND INFORMATION: At the January 4,2011 Shirtsleeve Session, the Council received
information regarding alternative plans for the phased construction
of the remaining Americans with DisabilitiesAct (ADA) facilities at
the Grape Bowl. Council selected Option 3, which included the removal of the west -end berm;
construction of ADA -accessible ramps to upper concourse and lower -level areas, restrooms, concession,
and entry -plaza ticket booth; and additional ADA parking. The total cost of Option 3 is estimated to be in
excess of $10 million dollars. The initial grading work to remove the west -end berm took place in
June 2011, in conjunction with the construction of the Surface Water Treatment Plant.
On October 5, 2011, staff recommended the Phase 3 Grape Bowl improvement project. The project
recommended in October has been slightly modified to include a curved south ramp to the upper
concourse instead of an angular configuration. The curved ramp provides an aesthetically superior and
lower cost alternative by eliminating some of the reinforced concrete retaining structures with earthen
embankments. A three-dimensional model of the Option 3 project has been prepared by DellaMonica
Snyder Architects at a cost of $9,930. Two renderings of the final project, one looking into the stadium
from Stockton Street without a gateway feature, and a second view with a gateway feature, are shown as
ExhibitsA and B, respectively.
The Phase 3 improvement project (portions of this project are reflected in the renderings) includes
construction of ADA -accessible ramp to the south -side upper concourse only, ADA seating at the
south -side upper concourse, restrooms, concession, ticket booth, scoreboard, landscape, irrigation and
APPROVED:
Koriradt Bartlam, City Manager
K\WP\PROJECTS\PARKS\GrapeBowl\Phase 3lmprovements\CSAScoreboard_Siegfried doc 3/14/2012
Receive Report on Grape Bowl Stadium Fundraising Plan; Approve Plans and Specifications and Authorize
Advertisement for Bids for Scoreboard Installation; and Adopt Resolution:
A. Approving Sole Source Purchase of Grape Bowl Scoreboard from Daktronics Company, of Brookings,
South Dakota ($67,613)
B. Authorizing City Manager to Execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton,
for Design ($21,700)
C. Appropriating Funds ($113,500)
March 21, 2012
Page 2
related appurtenant facilities. The project's estimated construction cost and potential funding sources for
the project are provided in Exhibit C.
The cost of the Phase 3 project and the larger Option 3 final project is significantly greater than the
funding available and, therefore, staff is recommending a fund-raising plan. An important part of the plan
includes the final project renderings that provide donors a vision of the completed project. The plan
provides opportunities for donors to place their name on various elements of the Option 3 project.
Naming opportunities considered so far include the scoreboard, the field plaza wall, the field house and
the stadium. Community naming opportunities are also being considered to encourage donations by
those interested in purchasing a space in the plaza area. Suggested donation amounts for the various
elements are presented in Exhibit D. City Council is requested to provide feedback on the suggested
amounts.
City Council is requested to approve plans and specifications and authorize advertisement for bids for the
scoreboard element of the project. As part of removing the earthen berm from the west end of the
stadium, the scoreboard and flagpole were removed. A temporary scoreboard was used last football
season, and staff is proposing to install the permanent scoreboard prior to the start of next football
season.
Following thorough research of scoreboard vendors, staff recommends the sole source purchase of the
Daktronics scoreboard Model FB -2022-11. Daktronics is the only scoreboard manufacturerthat provides
a unit with combined scoreboard, sound system, and advertising panel features. The scoreboard (eight
feet high by 25 feet wide) will have a forest green background, amber lighting and white trim; the sound
system includes an audio mixer, CD player and referee microphonewith two built-in directional speakers.
The scoreboard will be configured with a naming panel on the top, steel framed arch, and 12 two -foot by
four -foot advertising panels. Exhibit E provides a picture of the scoreboard recommended by staff. The
Daktronics quote for the scoreboard is provided in Exhibit F. The estimated total cost to purchase and
install the scoreboard, including a painted steel frame, concrete footings, and conduits for electrical and
audio cabling is $155,000 plus a 15 percent contingency. Funding for the scoreboard is proposed to be
the Waste Management donation to the Grape Bowl accepted by the City Council on April 7, 2010. The
Waste Management funds would be replenished upon securing a donor for the scoreboard -naming
opportunity.
Estimated revenues from the lease of the 12 advertising spaces on the scoreboard are $3,500 per
space/year. Spots would be leased on a single -year or multi-year basis. Advertising revenue from the
scoreboard would be used to offset ongoing maintenance costs at the stadium.
Plans and specifications for the Phase 3 improvements will be prepared by Siegfried Engineering, and
City Council is requested to approve the professional services agreement for a not -to -exceed amount of
$21,700 contained in Exhibit G. Siegfried Engineering has civil, structural and architectural engineering
capabilities in-house, and their services will accelerate the projectto allow bidding at the end of the
calendar year. Their scope of work includes design documents and construction cost estimates for the
scoreboard, plaza, utilities, ADA -accessible ramps to the south -side upper concourse and ADA seating at
the upper concourse. At this time, funding for the building is uncertain and design services for the
building have not been engaged.
K:\WP\PROJECTS\PARKS\GrapeBowl\Phase 3 Improvements\CSAScoreboard_Siegfried.doc 3/14/2012
Receive Report on Grape Bowl Stadium Fundraising Plan; Approve Plans and Specifications and Authorize
Advertisement for Bids for Scoreboard Installation; and Adopt Resolution:
A Approving Sole Source Purchase of Grape Bowl Scoreboard from Daktronics Company, of Brookings,
South Dakota ($67,613)
B. Authorizing City Manager to Execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton,
for Design ($21,700)
C. Appropriating Funds ($113,500)
March 21,2012
Page 3
Construction of the Phase 3 Improvement Project cannot be completed in the time between high school
graduation and football season. Therefore, two construction options exist. The first option is to award a
single contract consisting of two construction stages. The first stage would start in March 2013 and
proceed to graduation time; and the second stage would take place between graduation and football
season. There are weather risks and additional contractor mobilization costs (up to $20,000) associated
with this option. The second option is to award a single -stage contract and close the Grape Bowl from
March through completion of the project. This option would require the cancellations of high school
graduations for 2013. City Council is requested to provide feedback regarding the construction
scheduling for the Phase 3 project.
As presented in Exhibit C, the estimated Phase 3 project cost is $2,183,000. The available funding is
$1,967,400, resulting in a shortfall of $215,600. Though cost estimates project a funding shortfall, the
City has recently enjoyed a very favorable bidding climate on other projects. Therefore, it is
recommended the full project be bid for construction. The bid documents would be structured to include
deduct elements to allow for portions of the projectto be constructed with the funding available at the
time. For example, by deducting the concessions building, sufficient funding currently exists.
Phase 3 Improvement Project
Estimated Cost
Sitework
$65.00
ADA Access Upper Ramp and Plaza Area
$339,30
ADA Seating (Upper Concourse
$55,00(
ADA Parking Path of Travel
$40,00
Structures Restroom, Concessions, Ticket Booth
$645,00
Furnish! Wand Fixtures
570.000
Fencing
$60,00
Utilities
$195.00
Landscape and Irrigation
$140,00
Scoreboard and Installation
$155,00
Stadium Lighting Improvements
$55,00
Subtotal
$1,819,30
Contingency 15%
$272,70
Construction Administration 5%
$91,00
Total Estimated Cost
$2.183.00
The appropriation requested covers the following items.
Daktroniks Scoreboard $67,613
Siegfried Engineering $21,700
DellaMonica Snyder $9,930
Staff Costs $14.257
Total Appropriation $113,500
It is recommended Council approve plans and specifications and authorize advertisement for bids for the
installation of the scoreboard, approve the sole source purchase of the Grape Bowl scoreboard, provide
K:\WP\PROJECTS\PARKS\GrapeBowi\Phase 3Improvements\CSAScoreboard_Siegfried.doc 3/14/2012
Receive Report on Grape Bowl Stadium Fundraising Plan; Approve Plans and Specifications and Authorize
Advertisement for Bids for Scoreboard Installation; and Adopt Resolution:
A. Approving Sole Source Purchase of Grape Bowl Scoreboard from Daktronics Company, of Brookings,
South Dakota ($67,613)
B. Authorizing City Manager to Execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton,
for Design ($21,700)
C. Appropriating Funds ($113,500)
March 21, 2012
Page 4
feedback on the suggested naming amounts and the Phase 3 construction scheduling, and authorize the
City Manager to execute a professional services agreement with Siegfried Engineering for preparation of
structural and site plans for the Phase 3 project.
FISCAL IMPACT: Authorizing the purchase and construction of the scoreboard may initiate
donations for the scoreboard -naming opportunity and advertising revenues
that could be used toward the construction of additional improvements at
the Grape Bowl.
FUNDING AVAILABLE: Requested Appropriation:
Parks and Recreation Capital Outlay Fund (1212): $113,500
Jo an Ayers
Deputy City Manager/Internalervice's Director
ayW`°o
F. Wally Sandelin
Public Works Director
Prepared by Charles E. Swimley, Jr., City Engineer/Deputy Public Works Director
FWS/CES/pmf
Attachments
K:\WP\PROJECTS\PARKS\GrapeBowl\Phase 3lmprovements\CSAScoreboard Siegfried. doe 3/14/2012
Exhibit A
Exhibit B
Exhibit C
Phase 3 Grape Bowl Improvements
(Upper Concourse and Plaza)
With Concessions
Building
Sitework
$65,000
ADA Access Upper Ramp and Plaza Area
$339,300
ADA Seating (Upper Concourse)
$55,000
ADA Parking Path of Travel
$40,000
Structures (Restroom/Concession/Ticket Booth)
$645,000
Furnishingsand Fixtures
$70,000
Fencing
$60,000
Utilities
$195,000
Landscape and Irrigation
$140,000
Scoreboard
$155.000
Stadium Lighting Improvements
$55,000
Subtotal
$1,819,300
Contingency (15%)
$272,700
Construction Administration (5%)
$91,000
Total Estimated Cost
$2,183,000
Funding Sources
Waste Management Grant
$1,000,000
HUD Section 108 Loan (CDBG)
$701.760
CDBG 07-03
$101,640
Private Donation
$129,000
Metro PCS Donation
$35,000
Funding Available
$1,967,400
Difference (Funding Available —Total Est. Cost)
�(219,600)
R;\Users\cswimley\Projects\facilities\grape bowl\old docs\Uhase 3 Improvements_EK—ces.doc
Exhibit
Suggested Amounts for Grape Bowl Naming Opportunities
(Pledges Annualized over Five Years)
Stadium
$2,000,000
Field Plaza Wall
$500,000
Scoreboard
$200,000
Field House
$400,000
Community Courtyard (Plaza Area)
$500-$1,000 per space
Naming opportunities within the stadium are preserved for the useful life of the facility
R:\Users\cswimley\Projects\facilities\grape bowl\Uhase 3 Improvements_ExD,doc
1
TOM MCC 61
w�...A
1[I
CHEESE CENTRAL
purorjef offtw,fn&aOd .,..
Exhibit E
LORI SPAM BOW
First Lodi Financial Corp.
ORACLE•
0
AIIBusiness
M MV Your business name hare!LODI
C211(209i324*1 COMMUNITY
e..�ra• a.m.:r. n•.:s.. sM:�
BANK
L�
WAIU r
DeHaMonl=
SNYDER
DArCTRONIC
Exhibit F
City Of Lodi 2/Mar/2012
Steve Virrey Quote valid for: 90 days
125 N Stockton St Terms: Net 30 with Purchase Order
Lodi, CA USA 95240 FOB: DAKTRONICS
Phone: (209) 368-1012 Delivery: Call for Production Time
Fax: (209) 333-6153
Email: svirrey@lodi.gov
Reference: Football Scoreboard and Sportsound
**QUOTE IS FOR PRODUCT ONLY AND DOES NOT INCLUDE INSTALLATION*"
Item Model
Description
Qty Price
No.
1 FB -2022-A
Football/Track Scoreboard; Amber Digits; Scoreboard Color:
1 $12,342.00
Forest Green #8750 with Caption Color: White #7725-10
Cabinet Dimensions: 8'0" H X 260" W X 0'6" D (Approx. Dimensions)
Digit Type: PANAVIEW
Digit Color: AMBER
Max Power: 600 Max Watts/Display
Weight: Unpackaged 805 Ibs per display; Packaged 1270
lbs per display
Border Striping for FB -2022,
Border Striping for FB-2022,Color White #7725-10
1
SO -2023
I -Beam Mounting Method (B)
For 3 I -Beams
6
AS -5010 KIT
All Sport® 5010 Control Console Kit (Includes AS controller, soft
1
case, remote start/stop/horn switch, CD manual, insert kit)
2 SS50OHD-D
Sportsound 50OHD Sound Cabinet, Dual Coverage
1 $34,140.00
Fiber Conversion Box w/
Fiber box converts the analog audio signal from the source
1
Analog Backup (OA -1534-
equipment into fiber optic signal to the sound system. Box includes
0039)
analog backup switch.
Basic Standard Announcer's
Portable Rack including: 8Ch Audio Mixer, CD Player, Dual Ch
1
Rack (includes wireless mics)
Wireless Microphone Receiver, Handheld and Referee Microphone
Kit, Operator Accessories Case including: Announcer's Interface w/
Microphone, Headphones, XLR Cables, and Interface Unit.
W-1489
Fiber Optic Cable; 50 um Multimode; 6 Fiber with non -terminated
1000 Ft.
ends
W-1615
Cable; Audio, Ipair, Shielded, 22AWG
1000 Ft.
3 DA -1008-25 for
Arch Truss; Alum, 3ft tall x 8ft-6in long @ 2 w/ 50%
1 $5,258.00
SPORTSOUND SS50OHD
LetteringlLogo & Screen Backing; Color: ,
w/50% LetteringlLogo and
Content:
Screen Backing
4 ONB-STATIC ID
Outdoor non -backlit custom sponsor panel 4'10" x 25'
1 $5,431.00
5 Taxes
Taxes @ 7.75% (Subject to change at time of order)
1 $4,292.96
6 FREIGHT
Shipping to site
1 $3,849.00
7 On -Site Training
On -Site Training (Not to exceed 2 field days)
1 $1,700.00
Services
8 G5C5-W
Five Year Warranty - Parts Coverage - G5G5 for Scoreboard
1
9 GIC1-W
One Year Warranty - Parts Coverage- G1 G1 for Sound
1
Equipment
201 Daktronics Drive
Quote # 397880-1 Rev 4
Brookings, SD 57006 USA
www.da ktronics.com
Page 1 of 4
DAKTRONICS
On-site Labor One Year Extended Service for on-site labor coverage 1
TOTAL PRICE: $67,012.96
Please reference listed sales literature: DD1552218 for Basic Standard Announcer's Rack (includes wireless mics), DD1569120 for On-site Labor,
DD1628383 for G5C5-W, DD1752418 for SS500HD-D, DD1792826 for DA -1008-25 for SPORTSOUND SS50OHD w/50% Lettering/Logo and Screen
Backing, SL -02374 for GIC1-W, SL -03991 for AS -5010 KIT, SL -09956 for FB -2022-A
Please reference listed shop drawings: DWG -969776 for SS500HD-D, DWG -992689 for Basic Standard Announcer's Rack (includes wireless mics)
Options
Please contact your sales representative for additional information
Angle Clamp Mounting Method (B) For 3 Tubes 6 $600.00
201 Daktronics Drive Quote # 397880-1 Rev 4
Brookings, SD 57006 USA Page 2 of 4
www.daktronics.com
rfAK-T.R)ONICS
Exclusions:
- Elctrical Installation
-S I ructure
Power
Technical Support/Installation Support
-Signal Conduit
-Applicable Permits
- Front End Equipment
11111119MINVA,
,. 1610t
Physical/Mechanical Installation
Foundation
Hoist
Engineering Certification
Laborto Pull Signal Cable
Electrical Switch Gear or Distribution Equipment
Unless expressly stated otherwise in this Quote # 397880-1 Rev 4 or the attachments, if Daktronics performs installation of the Equipment, the price quoted does not
include the following services pertaining to physical installations: digging of footings (including dirt removal), any materials fabrication, installation of steel cages, rebar, or
bolt attachments, or pouring and finishing of concrete footings. Those service may be provided for an additional cost beyond the quoted price. Purchaser shall be fully
responsible for any and all additional costs plus overhead in the event anything unexpected of any nature whatsoever is found while digging the footings including but are
not limited to rock, water, utility lines, pipes or any other unforeseen circumstance. The Purchaser acknowledges and agrees that it is fully responsible for all site conditions.
Installation Responsibilities:
If applicable please reference Attachment A for Installation Responsibilities
Ad/ID Copy Approval Process
Daktronics will process your proofs on orders that include advertising and identification panels. Your digital files and copy layouts should conform to graphic file
standards document, SL -04116. The digital data files and copy layouts must be submitted at the time of your order and our proofs need to be approved two weeks prior
to your initial anticipated ship date. Advertising and identification panels not receiving proof approvals in time will be shipped without copy in our standard finish.
Chris Wagoner
PHONE: (510) 579-4431
FAX: 605-697-4746
EMAIL: Chris.Wagoner@daktronics.com
Lori Hensley
PHONE:800-DAKTRONICS (800-325-8766)
FAX: 605-697-4746
EMAIL: Lori. Hensley@daktronics.com
Terms And Conditions:
The Terms and Conditions which apply to this order available on request.
SL -02375 Standard Terms and Conditions of Sale (www.daktronics,com/terms_ conditions/SL.-02375.pdf)
SL -02374 Standard Warranty and Limitation of Seller's Liability (www.daktronics.con)/tei-ms_conditions/SL-02374 pdf)
SL -07862 Software License Agreement (www.daktroiiics.com/terms_conditions/SL-07862.r.)df)
SL -04116 Graphic File Standards (www.daktronics.com/terms conditions/SI..-04 116.pdf)
Acceptance:
The Undersigned has actual authority to execute this document and Daktronics, Inc is relying upon such authority
The parties hereby acknowledge and agree that the terms and conditions contained within this Quote along with the terms and conditions of the Daktronics Standard Terms
and Conditions, the Standard Warranty and Limitations of Liability, and/or the Software License Agreement (together, the "Terms and Conditions") constitute the full and final
understanding of the parties regarding the sale of equipment and/or the provision of services and entirely replace and supersede any previous understanding or agreement
between the parties. By executing this agreement, Purchaser acknowledges that it has had opportunity and means to review the Terms and Conditions as provided in the
website addresses above. In the alternative, hardcopy of these Terms and Conditions will be provided upon request. Further it is acknowledged and agreed that the price of the
equipment and/or the provision of services contained within this agreement are expressly conditioned upon Purchaser's acceptance of the Terms and Conditions without
change. Any modification of the Terms and Conditions may require a corresponding change in price. Accordingly, the Purchaser acknowledges and agrees to these Terms and
Conditions as evidenced by its attestation below.
Customer Signature
Print Name
201 Daktronics Drive
Brookings, SD 57006 USA
www.daktronics.com
Date
Title
Quote # 397880-1 Rev 4
Page 3 of 4
r
n,
DAKTRONICS
Purchase Order Information:
City Of Lodi PO# PO Date
Purchaser hereby confirms that the equipment is to be delivered to, and may be installed by Purchaser or Daktronics (as indicated elsewhere
herein) at the address indicated on page one (1) of the agreement unless otherwise specified below:
Same as Bill to
Ship To:
End User:
Company
*Company
Contact Person
Contact Person
Address
Address
City
*City
State Zip
*State
Telephone
Telephone
Fax
Fax
Email
Email
*Required Information
BILL TO (if different from quoted address):
t;ompany
Contact Person
Address
City
Telephone
Fax
Email
❑ Same as Ship to
*Zip
201 Daktronics Drive Quote # 397880-1 Rev 4
Brookings, SD 57006 USA
www.daktronics.com Page 4 of 4
DA4C.1440NItr;S
Exhibit G
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2012, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY), and SIEGFRIED
ENGINEERING (hereinafter "CONSULTANT").
Section 1.2 Purpose
CITY selected the CONSULTANT to provide the services required in accordance
with attached Scope of Services, Exhibit A, attached and incorporated by this reference.
CITY wishes to enter into an agreement with CONSULTANT for structural
engineering services for proposed Lodi Grape Bowl accessibility improvements
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONSULTANT acknowledges that it is qualified to provide such services to CITY.
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.
Section 2.2 Time For Commencement and Completion of Work
CONSULTANT shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONSULTANT shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff 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
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONSULTANT shall attend meetings as may be set forth in the Scope of
Services.
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 at CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. 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, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONSULTANT shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on April 1, 2012 and terminates upon
the completion of the Scope of Services or on August 31, 2012, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
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.
Section 3.2 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, 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. CONSULTANT's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include
performance of the Scope of Services.
all reimbursable costs required for the
Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, 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
needed to conduct such an audit.
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
Ulls reC. uHU111fdnL. CU1'J0ULTAIV I fuiher agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
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 sub
CONSULTANT 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 ADA Compliance
In performing services under this Agreement, CONSULTANT shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
ti n 4.2 Indemnification and Responsibility for Damage
CONSULTANT to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the sole negligent acts, errors or omissions of CONSULTANT, any
subcontractor employed directly by CONSULTANT, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence of the City of Lodi or its officers
or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibilitv of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Reguirements for CONSULTANT
COKVSULTAIVI_I shall take out and imaintail I dining the !I; -IFC of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
4
Section 4.7 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.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Wally Sandelin, Public Works Director
To CONSULTANT: Siegfried Engineering
3244 Brookside Road, Ste. 100
Stockton, CA 95219
Attn: Anthony J. Lopes, President
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONSULTANT is Not an Employee of CITY
CONSULTANT agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent CONSULTANT for and on behalf of CITY and
not an employee of CITY. CITY shall not direct the work and means for accomplishment
of the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONSULTANT meet specific standards without regard to
the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, 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
5
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 B 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 4.12 Confidentiality
CONSULTANT agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONSULTANT and clearly marked by CONSULTANT as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONSULTANT. CONSULTANT acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. 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 San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONSULTANT acknowledges that Lodi Municipal Code Section 3.01.020
requires CONSULTANTto have a city business license and CONSULTANT agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
`rhe of the sections and subsections of `" "��������
Captions a iia nyi cci i ici i� are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
6
Section 4.16 Integration and I i fi ti
This Agreement represents the entire understanding of CITY and CONSULTANT
as to those matters contained herein. No prior oral or written understanding shall be of
any force or effect with respect to those matters covered hereunder. This Agreement
may not be modified or altered except in writing, signed by both parties.
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 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.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during CONSULTANT's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONSULTANT to CITY within ten (10) calendar 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 intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
r__i___l -r____:• Fundis_ Condition_ ..ai control.
rCUClcll I Iblll,ll rUIIUIIIC� I�VIlUIllUll, WIII tiUIIIIVI.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CONSULTANT: Siegfried Engineering
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — insurance Requirements
Funding Source:1212811
(Business Unit & Account No.)
Doc ID:PSA_SiegfriedEngineering
CA:rev.01.2 012
8
Bv:
Name: Anthony J. Lopes
Title: President
EXHIBIT A
SCOPE OF STRUCTRUAL ENGINEERING SERVICES
LODI GRAPE BOWL - PHASE 3
LODI, CALIFORNIA
February 23,2012
SIEGFRIED ENGINEERING, INC. (SEI) shall provide civil and structural engineering
services to Client for the proposed Lodi Grape Bowl accessibility and plaza improvements. The
proposed scope of services shall include the following:
TASK 1 CONSTRUCTION DOCUMENTS
1. Prepare Structural plans and calculations for proposed plaza and accessibility ramp
improvements as depicted on preliminary City plans including;
a. concrete flatwork, ramps and curbs,
b. retaining walls (concrete, keystone or masonry),
c. railing,
d. proposed scoreboard support columns and foundations, including anchorage details
to the pre -manufactured sign structure.
2. Prepare Civil onsite improvement plans including;
a. site dimension plan,
b. grading plan,
c. utility plan including related storm drain and domestic water services and
modification of existing sewer main to serve the proposed restroom/snack bar
building.
d. detailing of accessibility features.
e. erosion control plan.
3. Prepare Engineer's Opinion of Probable Costs for concrete improvements.
4. Prepare Specifications
S. Provide Structural plan sets for building permit submittals.
6. Respond to City plan review comments.
7. Attend one project team meeting at City offices.
TASK 2 CONSTRUCTION SUPPORT SERVICES
1. Assist contractor with plan interpretation during bidding and construciton, responding
to Requests For Information and preparing minor plan addendums as required to
clarify plan intent.
2. Review contractor product and shop drawing submittals.
3. Two site visits during construction.
EXCEPTIONS TO THESCOPE OFSER VICES
It is understood that the following are not included in the scope of services:
1. Geotechnical and Environmental engineering,
2. Land surveying
3. Analysis and redesign for value engineering proposals once plans have been
substantially completed.
FAI2cad\12115 Lodi Grape [cowl\Win-doc\Grape Bowl Scope2-23-12.doc
EXHIBIT B
FEE SCHEDULE
LODI GRAPE BOWL - PHASE 3
LODI, CALIFORNIA
February 23,2012
Task Description
Fees
Task 1 Construction Documents
$18,400.00
Task 2 Construction Support Services
$3,000.00
Reimbursable Expenses
$300.00
TOTAL FEE
hourly rate basis plus reimbursable expenses not to exceed
$21,700.00
Notes
1. Additional services are subject to additional charge mutually agreed to prior to
start of the additional work. Changes in the scope of services or magnitude of the
Project are additional services, Should the Project be postponed or canceled, our
office will bill for the time expended on the Project up to the time of notification
including close-out cost.
2. We will bill you monthly based on time expended plus reimbursable expenses.
Reimbursable expenses shall be billed in accordance with our rate schedule in
effect at the time services are rendered.
P:\12cad\12115 Lodi Grape Bowl\Win-doc\Grape Bowl Scope2-23-12.doc
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor 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:
16181 U:7:1:I:106yD/Wel :1►1:4X004F1 31111 VA
$1,000,000 Ea. Occurrence
$1,000,OOOAggregate
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury -Ea. Person
$1,000,000 Bodily Injury -Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi 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 California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (I) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of therop iect that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the 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.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor'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 nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor 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 Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor 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 Risk Manager, City
of Ludi22 i vJ. M:-- n, St., Lodi, CA 5524^v. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
1. AA#
2. JV#
CITTOF„LODI
APPROPRIATION ADJUSTMENT REQUEST,
TO Internal Services Det - Budget Division
3 FROM Rebecca Areida-Yadav 15 DATE 02/28/2012
4 DEPARTMENT/DIVISION Public Works
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND# BUS. UNIT# ACCOUNT# ACCOUNTTITLE AMOUNT
A.
1212 3205 Unreserved Fund Balance $ 113,500.00
SOURCE OF
FINANCING
B.
1212 1212811 1825.2400 Grape Bowl $ 113,500.00
USE OF
FINANCING
7. REQUEST IS MADE,Tn FQND T41F GAI i n11JrZ PRn Mr".T NAT NCl Irwin IN rwi: RI IRRFNT Ftlln' AFT
Please provide a description f the project, the tc tal cost of the project, as well asjustification for tI
quested adjustment. If you need 3 3 �, c an additional sheet an 1 attach to this form.
Purchase of I for Grape Bowl and professional services t fitt I Engineering for structural and its
improvement drawings for phase 3 of the 3rap I improvments.
If ;ouncil has ithc ri :ec the appropriation adjustment, completE the following:
ti Date: Res Nop� p � it coov of re..._.._;, to this form
Department lead Signature: h. x Cc > Gmr� o S
Deputy City Manager/Internal Services Manager Date I
Submit completed form to the Budget Division with any required documentation
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2012-31
A RESOLUTION OF THE LODI CITY COUNCIL
APPROVING SOLE SOURCE PURCHASE OF
GRAPE BOWL SCOREBOARD, AUTHORIZING CITY
MANAGER TO EXECUTE PROFESSIONAL SERVICES
AGREEMENT FOR DESIGN OF GRAPE BOWL PHASE 3
IMPROVEMENT PROJECT, AND FURTHER
APPROPRIATING FUNDS
WHEREAS, at the January 4, 2011, Shirtsleeve Session, Council received
information regarding alternative plans for the phased construction of the remaining
Americans with Disabilities Act (ADA) facilities at the Grape Bowl and selected Option 3,
which included the removal of the west -end berm; construction cf ADA -accessible ramps
to upper concourse and lower -level areas, restrooms, concession, and entry -plaza ticket
booth; and additional ADA parking; and
WHEREAS, on October 5, 2011, Council approved the Phase 3 Grape Bowl
improvement project. Staff recommends a modified ramp configuration to reduce costs
by minimizing earth -retaining structures and simplifying the grading work. The project
scope considers the funding available and includes construction of an ADA -accessible
plaza area and ramps to the south -side upper concourse, ADA seating at the upper
concourse, restrooms, concession, ticket booth, scoreboard, landscape, irrigation, and
related appurtenant facilities; and
WHEREAS, Daktronics Company, of Brookings, South Dakota, is the only
manufacturer which produces scoreboard, advertising, and sound system components
from the same vendor; since all three components are needed for this project, staff
recommends the sole source purchase of the scoreboard from Daktronics Company;
and
WHEREAS, staff recommends Siegfried Engineering, Inc., of Stockton,
California, to prepare structural and site improvement drawings for portions of the Phase
3 improvement project, including design documents and construction cost estimates for
installation of the scoreboard, construction of the proposed plaza area, ADA -accessible
ramps to the south -side upper concourse and ADA seating at the upper concourse; and
WHEREAS, none of the site improvements for the Phase 3 Improvement Project
will be bid until all cf the necessary funding is secured and the sources are designated
by Council.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve the sole source purchase of the Grape Bowl scoreboard from Daktronics
Company, cf Brookings, South Dakota, in the amount of $67,613; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to execute a Professional Services Agreement for the design of the Grape
Bowl Phase 3 Improvement Project with Siegfried Engineering, Inc., of Stockton,
California, in the amount cf $21,700; and
BE IT FURTHER RESOLVED that funds in the amount of $113,500 be
appropriated from the Parks and Recreation Capital Outlay Fund for this project.
Dated: March 21, 2012
I hereby certify that Resolution No. 2012-31 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 21, 2012, by the following
vote:
AYES: COUNCIL MEMBERS— Hansen, Johnson, Katzakian, Nakanishi,
and Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS— None
NNIFER . ROBISON
Assistant City Clerk
2012-31
The City of Lodi
Public Works
Lops
71
■ ■ iOily o T
f
Grape Bowl Fundraising Plan
Scoreboard Installation and Phase 3 Design
March 21, 2012
Agenda Item I - 01
Looking East from Stockton Street
- With Gateway
MIF..
GhAPE BOWL - \
VF
f
Council Action
• Approve plans and specs for scoreboard
• Approve scoreboard purchase (Daktronics Co.)
• Authorize Phase 3 Design Contract (Siegfried)
Council Action
• Appropriate Funds ($113,500)
— Daktronics Scoreboard $ 671613
— Siegfried Engineering $ 217700
— DellaMonica Snyder Architects $ 97930
— Staff Costs (Estimated) 14,257
TOTAL $113,500
Work Completed
• $2.47 Million spent on ADA improvements
— Phase 1 Improvements $ 583,500
— Phase 2 All weather surface $1,689,500
— Stadium Lighting $ 199,300
— TOTAL $2,472,300
• January 2011 Council selected Option 3
— Removal of west end berm
— Entry plaza with ADA ramps to upper concourse and
lower seating areas
— Concessions, restrooms and ticket booth
Phase 3 Improvements
Rf
•Scoreboard
• Most of entry plaza area
• Concession, restrooms, ticket booth
• ADA access to upper concourse
• ADA seating on upper concourse
• Stadium lighting modifications
• Landscaping improvements
Costs & Funding Sources
t 11, W/ ,
• Phase 3 Improvements
— Estimated Total Cost
• Funding Summary
— Waste Management
— HUD Section 108
— Private Donation
— Metro PCS
— TOTAL
$2,183,000
$11000,000
$ 701, 760
$ 129,000
$ 35,000
$1,967,400
Fundraising Plan
• Facility naming opportunities
— Stadium
— Field Plaza Wall
— Scoreboard
— Field House
— Community Courtyard
$2,000,000
$500,000
$200,000
$400,000
$500 - $1,000
(Per space)
View from Stockton Street
Looking East From Stockton Street
Without Gatewa
Looking West from Press Box
of 9as1oYlto0 INOITIS
f
Scoreboard
• Summer 2012
— Phase 3
• Final Design
• Bid
• Awa rd
Schedule
- Fall 2012
- November 2012
- January 2013
— Construction staging options*
• Two Stage Project (facility available for graduation)
— Stage 1 March 2013 — May 2013
— Stage 2 June — Project Completion
• Single Stage Project (facility closed for graduation)
— Stage 1 March 2013 - Project Completion
* staging options are weather dependent
Council Action
• Approve Scoreboard Plans and Specs
• Approve Daktronics Co. as Vendor
• Authorize Siegfried Design Contract
• Appropriate Funds
• Direction on Funding Assumption and Staging