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