Loading...
HomeMy WebLinkAboutAgenda Report - November 4, 2015 C-08AGENDA ITEM C!60 81 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for Michael David Winery Force Main Project to Vinciguerra Construction, of Sutter Creek, ($831,600) and Authorizing City Manager to Execute Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, for Construction Services ($25,300), and Appropriate Funds ($942,590) MEETING DATE: PREPARED BY: November 4, 2015 Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for Michael David Winery Force Main Project to Vinciguerra Construction, of Sutter Creek, in the amount of $831,600, and authorizing City Manager to execute Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, for construction services, in the amount of $25,300, and appropriate funds in the amount of $942,590. BACKGROUND INFORMATION: This project consists of trenching and installing approximately two miles of eight -inch force main and other incidental and related work, all as shown on the plans and specifications for the project. The alignment of the force main is presented in Exhibit A. On November 19, 2014, Council authorized the City Manager to execute a Winery Waste Water Pipeline Agreement (Agreement) with the Michael David Winery (Winery). The Agreement authorizes the discharge of up to 10 million gallons of winery wastewater to the White Slough Water Pollution Control Facility by connecting to the City's industrial waste outfall pipeline and, thereby, eliminating up to 1,500 truck trips per year. The Agreement requires the Winery to pay all costs associated with the planning, designing, environmental review, construction, and operation and maintenance of the proposed pipeline, including a surcharge of 150 percent for service outside the City limits in accordance with Lodi Municipal Code Section 13.12.150. The work will be performed under an encroachment permit from San Joaquin County Public Works Department. Plans and specifications for this project were approved on August 5, 2015. The City received the following seven bids for this project on September 30, 2015. APPROVED: 4"z-�ei c abauer, City Manager KAWP\PROJECTS\SEWERWIichael David Winery\WashWater Forcemain Project\CAward.doc 10/22/2015 Adopt Resolution Awarding Contract for Michael David Winery Force Main Project to Vinciguerra Construction, of Sutter Creek, ($831,600) and Authorizing City Manager to Execute Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc , of Stockton, for Construction Services ($25,300), and Appropriate Funds ($942,590) November 4, 2015 Page 2 Bidder Location Bid Engineer's Estimate $ 1,215,627.00 Vinciguerra Construction Sutter Creek $ 831,600.00 Preston Pipeline Milpitas $ 945,100.00 Knife River Construction Stockton $ 954,580.00 McGuire and Hester Oakland $ 979,400.00 Mozingo Construction Oakdale $ 1,151,000.00 T&S Construction Sacramento $ 1,274,740.00 RJ Gordon Construction Pleasant Hill $ 1,700,875.00 Since all costs are to be paid by the Winery, staff has presented the bid results to the Winery for their approval prior to this Council action. The Winery agrees to award the contract to the lowest responsive bidder. The contractor has acknowledged the local hire and apprenticeship ordinance for the subject project. Kjeldsen, Sinnock & Neudeck, Inc. (KSN) is the consultant engineer for the design of the force main project. Staff recommends executing a one-year Professional Services Agreement with KSN for construction services (construction staking, resetting survey monuments, submittal review, etc.) during the construction phase of the project. The cost of the service will also be reimbursed by the Winery per the Agreement. FISCAL IMPACT: All associated maintenance cost of the pipeline and structures will be reimbursed by Michael David Winery per the Agreement. FUNDING AVAILABLE: Wastewater Capital (53199000) Jordan Ayers Deputy City Manager/Internal Services Director F. Wally ndelin Public Works Director Prepared by Lyman Chang, Senior Civil Engineer FWS/LC/tb Attachment cc: City Engineer — Swimley Utility Superintendent Senior Civil Engineer Michael David Winery KSN Inc. Vinciguerra Construction K:\WP\PROJECTS\SEWERWIichael David Winery\WashWater Forcemain Project\CAward.doc 10/22/2015 EXHIBIT A J T G A 2 PH 9ai_9na4 M `M LU a. IJ O .b U G � Y U a 'p2lyda.la�N � m H PH oauloul N I3 S aAe s a d d -pm-jaRoa O OS q 1 FI - BMJ _ oilgndaa� ��0<��8"'a 13 p Via_°fib yIl 1355 ° `m <Slat m Thornton Rd 0 Ln 0 LQ O N 0 LO N in O ._ —i CL LL mO 4r � 3 H � U m MICHAEL DAVM WINERY WASHWATERFORCE MAIN CONTRACT CITY OF LORI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LORI, State of California, herein referred to as the "City," and VINCIGUERRA CONSTRUCTION, heroin referred to a the "Contractor." WITNESSETH: That the parties hereto have mutually Covenanted and agreed, and by these presents do Covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein b7 this reference, to -wit: The 2010 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of "transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said dOGUment . ARTICLE ICL III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2of the Labor Code. The Contractor and any Subcontractor will pay the CONTRACT doc 4.1 09/30/15 general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer Linder them, to -wit: Perform the work necessary to trench and install 11,200 linear feet of 8 -inch winery washwater force main, and other incidental and related work, all as shown on the plans and specifications for "Michael David Winery Washwater Force Main", CONTRACT ITEMS I Mobilization and Demobilization LS $19,000 $19,000 2. Traffic Control LS $28,500 $28,500 3. Clearing & Grubbing LS $3,600 $3,600 4. Erosion Control LS $5,000 $5,000 5, Replace Striping & Legends LS $10,000 $10,000 6. Restore Rural Driveway EA 9 $1,000 $9,000 7, Survey Monument Box EA 3 $200 $600 8. Remove/Relocate Existing Sign EA 6 $150 $900 CONTRACT.doc 42 09/30/15 9. Relocate Existing CON TRACT,doc 43 09/30/16 Mailbox EA 8 $100 $800 10. Asphalt Concrete Overlay TON 210 $100 $21,000 11. Shoulder Backing TON 40 $35 $1,400 12, 8" Force Main Pipe LF 11,200 $50 $560,000 11 12"Ductile iron Sanitary Sewer Pipe LF 30 $100 $39000 14. Utility Casing (12" Corrugated Polyethylene Type S) LF 56 $50 $2,800 15. 1 -inch Air/Vacuum Valve Assembly and Vault EA 3 $20,000 $60,000 16. Cleanout Assembly and Structure EA 17 $2,500 $429500 17. Blowoff Assembly and 60" Manhole EA 3 $17,500 $52,500 18, 48 -inch Wastewater Manhole E-A 1 $5,000 $5,000 19. 48 -inch Wastewater Manhole, Connection to industrial Line EA 1 $6,000 $6,0000 TOTAL $831,600 CON TRACT,doc 43 09/30/16 ARTICLE VI - It is further expressly agreed by and between the parties hereto that, ;-h-old -there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VlI - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 60 WORKING DAYS. ARTICLE IX - State of California Senate Bill 854 requires the following: CONTRACT AOC 4A 09/30/115 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LORI, a municipal corporation 0 STEPHEN SCHWABAUER City Manager By:_ --- Date Title Attest: JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH City Attorney CONTRACT,doc 4.5 09/30/115 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE I PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 20_, by and between the CITY OF t_ I, a municipal corporation (hereinafter "CITY"), and KJELDSEN, SINNOCK & NEUDECK, INC. (hereinafter "CONTRACTOR"). Section "10 Eylpose CITY selected the CONTRACTOR 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 CONTRACTOR for construction phase surveying and design services (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES remain in contact with reviewing agencies and make all efforts to review and return 0 comments. Section 2.3 Me ALe—ti[Ims CONTRACTOR shall attend meetings as may be set forth in the Scope of I ARTICLE 3 COMPENSATION I CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR 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. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS 11 employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. if CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. a To CITY,. City of Lodi 221 West Pine Street O. Box 3006 Lodi, CA 95241-1910 Attn: Lyman Chang To CONTRACTOR Kjeldsen, Sinnock & Neudeck, Inc, 711 North Pershing Avenue Stockton, CA 95203 Attn: Neal T. Colwell Section 4.9 CoqL3eratin 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 SeMccs. M CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 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 CouiL Section 4.14gftBurdnesslicense Requirtm it CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 gapLlons 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 hereunder. Section 4.16 jfljggLaUoqand MoOffication This Agreement represents the entire understanding of CITY and CONTRACTOR 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. 0 Section 4.18 Sevq[@kUjW 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.19 Owners!!�h 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, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR' s regular business hours,, Upon termination or completion of set -vices under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (1 0) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY'use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Aut grit The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit EMfldire ag�� 0 If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. M ATTEST! JENNIFER M. FERRAIOL City Clerk APPROVED AS TO FORM: JANICE D, MAGIDICH, City Attorney CITY OF LODI, a municipal corporation STEPHEN Ci WABAU City Manager Name. NEAL T, COLWELi. This= Attachments Exhibit A —. Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit it Funding Conditions (if applicable) Funding Source. 63199000.77020 PWW� @ 03 _ 0Q t-- t (Business Unit & Account o.) DOG f :K:AWP\PROJEC 6 S\PSA's\2015\Ke N PSA CAReva01a2015 19 City of Lodi Winery Wastewater Pipeline Construction Phase Design and Construction Staking Services Kjeldsen, Sinnock & Neudeck, Inc. (KSN) Scope of Services 'ask Nos 1.0, Surveying and Mapping Task No. I consists of surveying and mapping services to support the City of Lodi during construction of the proposed washwater force rnaln in County Right -of -Way along the proposed alignment. 1.1 Construction Staking K5N will provide construction staking services related to the construction surveying of the new City of Lodi Winery Washwater Pipeline, including survey task project management, contract, administration, plan calculations, and attending meetings. The construction period for the project is estimated at 60 working days. Construction Staking Scope of Services 1. Prosect MMMLn9nt pnd General _ServicQ8 a) KSN will provide project management for survey tasks, attend a preconstruction meeting, and attend a total of I additional meeting with the construction management team, 2, allDtgy-920M a) KSN will verify existing survey control for the project and establish supplemental Survey control on the project site as needed to preform construction staking services. �C,onstrqcfion %qking ELerviogs a) plaij CalcolatlonsReview approved civil engineering plans and calculate construction staking points for survey field crews. b) Setting of Stakes in the Field: KSN will use the final approved civil engineering plans to provide one set of offset stakes to the washwater pipeline structures, pipeline angle points and at intermediate intervals no less than 250 feet for the washwater piping as shown on the final approved civil engineering plans. Stakes will be annotated with the horizontal offset to the pipe alignment. c) Cut Sheet Preparation: KSN will provide cut sheets containing the point number, northing, casting, elevation, and cut/fill for each point set during construction staking. Stake Maximums: KSN's fee estimate for these construction staking services is based on a 1-naximum Stake total of 120 stakes with a maximurn of two site visits. Any stakes requested by the contractor above the maximurn total or above the maximum number of site visits will be an extra charge based on KSN's 2015 prevailing wage rate schedule and will be assessed on a time -and -materials basis. The stake maximums shown include line stakes and offset stakes. KJELDSEN, SINNOCK & NEUDECK, INC, JULY 29, 2015 CITY OF LODI PAGE- 1 OF 5 Task Understandings, -- Scheduling of field surveys maybe delayed due to conditions beyond the control of KSN such as weather, site conditions or design Intent clarifications (RFI's), — Client will provide access to the subject parcel and/w- parcels avid will obtain permission to enter neighboring parcels if necessary. — Project site will be cleared of vegetation, material stock piles, heavy equipment, vehicles, and other obstructions preventing "Une-of-sight" needed for construction staking operations. — Construction stakes will be set based on the final approved civil engineering plans. KSN survey crews will not provide stakes for any improvements shown on drawings or plans provided to the KSN survey crews In the field. Dimensions and elevations on the civil engineering plan sheets will take precedent over dimensions and elevations shown on the plan sheets of other disciplines such as architectural, mechanical, structural, landscaping, etc— It is the contractor's responsibility to communicate to his subcontractors the agreed upon staking scope of work. — Contractor shall submit a written request for each stage of staking listed above, a minimum of 2 working days prior to the date that the contractor requires the staking to be completed at the site. At the commencement of the project, contractor shall provide KSN with a project schedule showing the dates that each stage of staking Is anticipated to be required. — Contractor shall immediately notify KSN of any discrepancies between the construction stakes set and the project plans. Task Exduslons: — Staking of improvements not shown on the final approved civil engineering plans provided to K5N at the outset of the project. — As -built surveys and surveys for quantity calculations. — Traffic Control, — Resetting lost monuments, setting new monuments, or marking property corners pursuant to Section 8771 (b) of the Land Surveyors Act. Staking or marking boundary lines or minimum setback to boundaries lines. Replacement or restaking of lost or damaged offset stakes, J- SEN, SINNOCK & NEUDECK, INC, JULY 29, 2016 CITY OFLORI PAGE 2 OF 5 1 2 Monument Preservation KSN will prepare pre construction Corner Records, reset monumentation, and prepare post -construction Corner Records for a maximurn of three (3) monuments. Pre -Construction Corner Record Scope of Servlceso KSN will prepare a maximum of three (3) pre -construction Corner Records in compliance with Section 8771(b) of the California Professionai Land Surveyors Act, The monuments located as part of the corner record preparation will be tied into the project's horizontal control system. A description of each monument and its condition will be prepared by KSN Survey Field Crews, KSN will submit and process the Corner Record(s) through the Sana Joaquin County Surveyors Office. The Corner Record(s) will serve as the reference document for the preparation of post -construction Corner Records subsequent to completion of the project construction. post Construction Corner Record Scope of Services-. KSN will reset monumentation destroyed/disturbed during the construction of the City of Lodi Winery Washwater Pipeline Project and prepare a maximum of three (3) post -construction Corner Records in compliance with Section 8771(b) of the California Professional Land Surveyors Act, A description of each monument and its condition will be prepared by KSN Survey Field Crews, KSN will submit and process the Corner Record(s) through the San Joaquin County Surveyors Office, 'The Corner Record(s) will serve as the reference document for the monument(s) in the future. All monuments to be set/checked will be based on the pre -construction corner record(s) filed prior to the beginning of construction. Scope of Services Understandings: Additional pre/post corner records can be prepared for a time and materials not -to -exceed fee of $2,900 per monument. The client will provide KSN with access to the monuments for which corner records need to be prepared and will provide entry permits from property owners if necessary. Scheduling will depend on the weather and other site conditions. Pursuant to chapter 8762 of the Land Surveyors Act, if the field survey discloses a material discrepancy or evidence which differs from existing maps of record, a new record of survey must be filed with the county surveyor, — Pursuant to chapter 8771 of the Land Surveyors Act, should any record rnonumentation be destroyed during construction, the statute requires that the contractor reset the destroyed monuments. it will be necessary to locate the position and condition of all existing boundary monuments prior to construction, so that if monuments are destroyed during the course of construction of the project, they can be properly reset, if a monument is destroyed/disturbed and a pre -construction corner record is not filed, a record of survey will be necessary to reset the monumentation at an extra charge based on KSN's 2015 prevailing wage rate schedule and will be assessed on a time -and -materials basis, KiELDSEN, SINNOCK & NEWMCK, INC. JULY 29, 2015 CITY OF LORI PACE 3 OF 5 Task Exclusions. Services not described above. Preparation, submittal, and processing of applications or permits. Meetings or coordination with third parties, including but not limited to government offices, agents, attorneys, consultants, contractors or landowners. Federal, state, county, city, local district or other agency fees, if required, for permits, applications, submittals or duplication costs. Task No, 2,0.- Construction Period Design Support During construction of the force main, KSN will provide construction period engineering support services. These services are necessary to provide input to the Contractor during construction to address such items as: differing site conditions, conflicting or not located utilities, changes proposed by the Contractor, or clarification at a greater detail than provided in the improvernent plans. Under this task KSN will provide the following construction period design support servlces� - Attendance at a pre -construction meeting for the City of Lodi force main project; - Review of contractor Submittals; - Review and response to contractor Requests for information; - Preparation of clarification exhibits and correspondence; and - Preparation of record drawings for the Force Main project based on contractor red -line markups. This task does not include inspection of this project during construction. if desired, such services can be provided by KSN with additional scope and budget authorization. Task Exciuslo=, -, Services not described Above. - Preparation, submittal, and processing of applications or permits. - Meetings or coordination with third parties, including but not limited to government Offices, agents, attorneys, consultants, contractors or landowners. - Federal, state, county, city, local district or other agency fees, if required, for permits, applications, submittals or duplication costs. Scope Uniltations, The scope and budget for this project excludes the following - 1, Surveying and mapping services identified below: KJELDSEN, SINNOCK & NEUDECK, INC JULY 29, 2015 CITY OF LODI PAGE 4 OF 5 a, Boundary surveys or verification of existing right-of-way under this scope of services, e.g., therefore potential errors In existing record documents or overlap/conflict in easements may not be Identified prior to construction. b. Securing or providing Title Reports or other title documentation for site. c. Right of way acquisition Support, cl. Preparation or submittal of legal descriptions, tentative maps or final maps not described elsewhere in this Scope of Services. e. Temporary or permanent marking of property corners not described elsewhere in this Scope of Services. f, Preparation and filing of a Record of Survey pursuant to Section 8762 of the California Land Surveyor's Act to document material discrepancies and physical change discovered during field survey activities. gSurveying services to reconcile boundary disputes, discrepancies in title, aid to legal counsel, depositions or expert testimony. Boundary discrepancies determined during the course of research and mapping will be identified. However, expanded surveying services may be required to remedy such discrepancies. 2, Utility relocation coordination efforts or potholing. Utilities or agencies with facilities known to exist along the alignment have been contacted during design of the project, and Information obtained by KSN's Utility Letter A process, 3. Federal, state, county, city, local district or other agency fees, if required, for permits, applications, submittals or duplication costs incurred during the course of research, or related costs are excluded. 4. Environmental clearances for the proposed project. S. SWPPP Implementation or monitoring. 6. Hazardous materials testing and reporting, KJELDSEN, SINNOCK & NEUDECK, M, JULY 29, 2015 CITY OF LODI PAGE 5 OF 5 Kjeiclseri, Shinock Neudeck, Inc. Michael David Winery Design Services - Cost Proposal TASK HOUR BREAKDOWN Note. This costs allocation represents our best estimate at this ftmo and may charge subject to future developments during the project it is possible that some of he estimated manpower requirements for specffic cask Items may Mcrease %hihile others mav-,�ot require the entire anticipated effort Charges this proliect will be made for actual time spent or, the project and vvill be charged as car the attached Fee Schedulr� REEMBURSABLE COSTS KJELDSE SINW�K 4 NEU DECK INC. STAFF HOU RS TASK TOTAL BUDGET Repro- Sur"my Flew (,Rounded) Frincipag Assistant Junior 7 wo Mar, KSM Staff Budget ! duction Equipment E­ Engine.r S—- Su­ey C- $152 V20 $150 $260 0 29 43, 32k $16,432 $o $400 Stakraq ...... . .. . . 7,472 so $4W $ 7,900 Monument Preservation 32 $0 S 9,000 2.0 ConstFoxftim Pedad DeSign SUPI-It 24 2a a $8.133[ M 2.1 Attendo,nel"e Pre -construction Maebriq 22 EngmearingServtowDur m Constructon 4 23 Prep,ue Force Main Recard 4a*-b0t) 12 $2.2731, $25" $2,52$ .......... ------ I TOTAL PROPOSED FEE 5 30 28 48 321 $24,565 , $ 2501$ 40� $ 25=0 Note. This costs allocation represents our best estimate at this ftmo and may charge subject to future developments during the project it is possible that some of he estimated manpower requirements for specffic cask Items may Mcrease %hihile others mav-,�ot require the entire anticipated effort Charges this proliect will be made for actual time spent or, the project and vvill be charged as car the attached Fee Schedulr� KIKJELDSEN * SINNOCK Swplwu K. Sitmock. P.C. * NEUDECK Chy. stopim 11. Ncudeck, PJ, N('1XoN'Q!!'PA_"_ 1;'1' I K'. civi! Itlij 4P SCS Ban.- t 1". E, 2015 FEE SCHEDULE PREVAILING WAGE PROJECTS Effective January 1, 2015 Position J j¢ Rate Principal Engineer 22500 Associate Engincer 200 00 Senior Assistant Engineer $ 170000 Assistant Engineer $ 152,00 Junior Assistant Ragincor $ 120.00 Senior Surveyor $ 180.00 Surveyor $ 150,00 Assistant Surveyor $ 130000 Field Crew -One Man & Vehicle $ 170,00 Field Crew-'_Ywo Man & Vehi0e $ 260.00 Inspector & Vehicle $ 160,00 Senior Project Manager $ 205,00 Project Manager $ 170,00 Assistant Project Manager $ 145,00 Grant Manager $ 125,00 Technician/GIS/CAD Designer 1 $ 125.00 Technician/GIS/CAD Designer 11 $ 105,00 'rechnioian/CTIS/CAD Designer III $ 85,00 Administrative f $ 95.00 Administrative 11 $ 80.00 Administrative III $ 65°00 I Jt,,.)L1rly Rate I 3D Print Cloud Work Station $ 25,00 GPS Reocivurs-Per Receiver Per Hour $ 25,00 Robotic Total Station $ 35,00 HDS Scanner $ 150.00 Boat 55,00 kxpenses Auto Mileage per current Federal Rates Special Consultants Cost Plus 10% Reimbursable Expenses Cost f1lus 10% (Printing, Photos, Copies, Travel, Telephone, Fax, Survey Materials, etc.) Nom Fees are due and payable within 30 days fruni the date of billing. Fees past due Rnay be subject to a finance charge eomputed on the basis of 1 1/2% of the unpaid balance per nionM Hourly rates are subject to review and adjustment January I" of cacti year, Corporate Office: 711 N Pershing Avenue I Stockton, CA 95203 1209-946-0268 1 wwwAsninc,com West Sacramento: 1'355 1-lalyard Drive, Suite 100 1 West Sacramento, CA 95691 1916-403-5900 h U—b C The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as frorn claims for property damages, which may arise from Contractors operations under this Agreement, 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: COMPREHENSIVE GENERAL LIAIBILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2. QQQMMEf3:LHUNSIVE AUTOMOBILE L-1ABUTY 1$1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named I nsured(s) or the City of Lodi It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements- or (!I) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. 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 Toil Claims Act (California Government Code Section 810 et seq,). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named _Insured Endorsgment Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) 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. An additional named insured endorsement is also required for Auto Liability. (b) Primar and Non -Contributor Insurance Endorsement Additional insurance coverage under the Contractor's- policy shall be 'primary and non-contributory' and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13 A primary and non-contributory insurance endorsement is also required for Auto Liability. NOTE: (1) The street address of the CITY _0FWDI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the precY that it is insuring. M AL4iver of Subroc�atian Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) Limits of Coverag� The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. Page I I I Jo I f 1 2 pages Risk: rev,08.2015 (e) aeverab 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. (f) Notice of Cancellation �r Chan e in Cqv a p" _ g Endors9ment 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 West Pine St., Lodi, CA 95240. (9) Kjo n All policies shall be in effect on or before the first day of the Term of this Agreement, At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreeryient. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and imi-mediately obtain replacement insurance. (h) E@11 I —ure to Compal If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California, The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (15) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach, Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (i) Qualified Insurer( All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, Vl` by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. WorkeM_gompensatllon Insurance The Contractor shall take out and maintain during the life of this Agreement, 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 Agreement 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. A waiver of subrogation is required for workers cornpensaftn insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City rese"es the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 1 of 2 pages Risk: rev.08.2015 1 AA# 2, JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST 'TO: linternal Services Dept. - Budget Division 3. FROM: I Rebecca Areida-Yadav 5, DATE: 10/19/2015 ............... 4. DEPARTMENT/DIVISION: Public Works 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A. 531 53100000 55024 Revenue - Other $ 942,590.00 SOURCE OF FINANCING B. 531 53199000 77020 'Wastewater Capital $ 942.590.00 USE OF FINANCING 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Construction contract with Vinciguerra Construction and PSA with Kjeldsen, Sinnock & Neudeck for construction services for the Michael David Winery force main project. Michael David Winery will be reimbursing the City for the project costs. If Council has authorized the appropriation adjustment, complete the following. Meeting Date: Res No: Attach copy of resolution to this form. Department Head Signature: 8. APPROVAL SIGNATURES Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approval will be provided in electronic copy format. RESOLUTION NO. 2015-189 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT -FOR -THE MICHAEL DAVID WINERY -FORCE MAIN PROJECT TO VINCIGUERRA CONSTRUCTION, OF SUTTER CREEK; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH KJELDSEN, SINNOCK & NEUDECK, INC., OF STOCKTON, FOR CONSTRUCTION SERVICES; AND FURTHER APPROPRIATING FUNDS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on September 30, 2015, at 11:00 a.m., for the Michael David Winery Force Main Project, described in the plans and specifications therefore approved by the City Council on August 5, 2015; and WHEREAS, said bid has been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Vinciguerra Construction $ 831,600 Preston Pipeline $ 945,100 Knife River Construction $ 954,580 McGuire and Hester $ 979,400 Mozingo Construction $1,151,000 T&S Construction $1,274,740 RJ Gordon Construction $1,700,875 WHEREAS, staff recommends awarding the bid for the Michael David Winery Force Main Project to the low bidder, Vinciguerra Construction, of Sutter Creek; and WHEREAS, Kjeldsen, Sinnock & Neudeck, Inc. (KSN) is the consultant engineer for the design of the force main project; and WHEREAS, staff recommends executing a one-year Professional Services Agreement with KSN for construction services (construction staking, resetting survey monuments, submittal review, etc.) during the construction phase of the project. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the Michael David Winery Force Main Project to Vinciguerra Construction, of Sutter Creek, California, in the amount of $831,600; and BE IT FURTHER RESOLVED that the City Council does hereby authorize the City Manager to execute a one-year Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, California, for construction services, in the amount of $25,300; and BE IT FURTHER RESOLVED that funds in the amount of $942,590 be appropriated for this project. Dated: November 4, 2015 I hereby certify that Resolution No. 2015-189 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 4, 2015, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None �Yl NNIFE M. FERRAIOLO City Clerk 2015-189