Loading...
HomeMy WebLinkAboutAgenda Report - October 19, 2016 C-10CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-/0 TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, for Lodi Station Parking Garage Structural Management ($66,300) MEETING DATE: October 19, 2016 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, for Lodi Station Parking Garage Structural Management, in the amount of $66,300. BACKGROUND INFORMATION: The Lodi Station Parking Garage, located at 50 North Sacramento Street, was constructed in 2002, using post -tensioned concrete. Due to the age of the facility and observations of cracks in the concrete and masonry staff hired Siegfried Engineering, Inc. of Stockton, in April 2016 to conduct a preliminary structural assessment of the structure. The assessment report identified several issues that need to be addressed in order to maintain the parking structure's long-term structural integrity. Staff prepared a request for proposal (RFP) for the Lodi Station Parking Garage Structural Management to solicit qualified structural engineering firms specializing in concrete structure analysis and maintenance management. Staff sent the RFP to four engineering firms and received two proposals. A committee reviewed all of the proposals and selected Siegfried Engineering, Inc. as the most qualified firm to perform the work. The scope of work consists of two phases. The first phase of work includes structural site investigation, geotechnical investigation, structural analysis, vibration analysis, and the preparation of a prioritized capital improvement plan. The second phase includes the preparation of construction documents and construction management. The cost over the two-year term of the agreement is not to exceed $66,300, The cost to make the necessary repairs to the structure will be programmed into subsequent budget cycles as appropriate. Staff recommends authorizing City Manager to execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, for the Lodi Station Parking Garage Structural Management, in the amount of $66,300. FISCAL IMPACT: Funds for this project were included in the Fiscal Year 2016/17 Transit Capital Budget. APPROVED- K:\WP\PROJECTS\TRANSIT\Lodi Station Parking Struct Stephen Schwabauer, Cit 'Manager tructural RFP\CC PSA_Siegfried.doc 10/3/16 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, for Lodi Station Parking Garage Structural Management ($66,300) October 19, 2016 Page 2 FUNDING AVAILABLE: Transportation Development Act (PWTR-0003.C). Jordan Ayers Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Lyman Chang, Deputy Public Works Director/ City Engineer CES/LC/tdb Attachment cc: Siegfried Engineering, Inc. Public Works Management Analyst Transportation Manager/Sr. Traffic Engineer K:\WP\PROJECTS\TRANSIT\Lodi Station Parking Structure\Structural RFP\CC PSA_Siegfried.doc 10/3/16 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and SIEGFRIED ENGINEERING, INC. (hereinafter "CONTRACTOR"). Section 1.2 Purpose 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 Lodi Station Parking Garage Structural Management (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 Section 2.1 Scope of Services CONTRACTOR, 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 CONTRACTOR 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. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR 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 CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR 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 CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR 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. CONTRACTOR 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 CONTRACTOR to practice its profession, and that CONTRACTOR 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, CONTRACTOR 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 October 1, 2016 and terminates upon the completion of the Scope of Services or on September 30, 2018, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR'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. CONTRACTOR 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 CONTRACTOR 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. CONTRACTOR'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 all reimbursable costs required for the performance of the Scope of Services. 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 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. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR 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, CONTRACTOR 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. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR 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 and costs), 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 negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, 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, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, 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. 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. 4 Section 4.5 Responsibility 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 Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR 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: Lyman Chang To CONTRACTOR: Siegfried Engineering, Inc. 3244 Brookside Road, Suite 100 Stockton, CA 95219 Attn: Anthony Lopes 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 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR 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 CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR 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 CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR 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 CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR 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. 6 Section 4.14 City Business License Requirement 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 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification 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. 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, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 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 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. CITY OF LODI, a municipal corporation ATTEST: JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: SIEGFRIED ENGINEERING, INC. JANICE D. MAGDICH, City Attorney By: By. Name: ANTHONY LOPES Title: Project Manager Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: PWTR-0003.0 (Business Unit & Account No.) Doc ID:K:\WP\PROJECTS\PSA's\2016\Siegfried Parking garage Management PSA.doc CA:Rev.01.2015 8 Siegfried PROPOSED SCOPE OF WORK 31 31 31 31 31 311 Exhibit A PROPOSED SCOPE OF WORT( In general, the scope of work for this project consists of the following basic elements: • Investigation of beam to column connection cracking, • Identify and design repairs for an assortment of concrete and masonry cracks and spalls throughout the structure, • A geotechnical investigation of elevator tower foundations, • Investigation of rusted framing • Preparation of construction documents to bring the structure into a safe and maintainable condition. • Construction management Our detailed scope of work includes the following: A. Structural Site Investigation 1. Conduct a thorough site review to locate, identify and quantify all conditions requiring repair. This includes, slab and wall cracks, cracked beam to column connections, and spalling. This includes measurements of crack widths where needed. 12 2. Upon completion of this effort, we will prepare base drawings to document and identify these locations. 3. Remove fire proofing materials to enable closer examination of rusted steel roof framing within the museum area. We will document visual observations for use in the design of repairs, if warranted. Replacement of fire proofing materials is not included in this scope of work, B. Geotechnical Investigation The Geotechnical Investigation work will be performed by Siegfried's sub -consultant, Terracon and consists of the following: Field Program— A San Joaquin County drilling permit will be paid for and submitted by Terracon. Based on the as -built plans, they will perform two borings extended to depths of approximately 40 feet below ground surface (bgs). One boring will be performed near each elevator tower. They will need to core through the sidewalk to perform the exploratory borings. Since groundwater is approximately 90 feet in depth based on a review of nearby well logs from the California Department of Water Resources Water Data Library, an evaluation of potential liquefaction is not required nor should groundwater affect our geotechnical analysis. Test samples will be collected during drilling in general accordance with the appropriate ASTM methods. Standard Penetration Testing (SPT) and sampling using either standard split -spoon or Modified California samplers will be performed at approximately 5 -foot intervals to the maximum depth drilled. Once the samples have been collected and classified in the field, they will be placed in appropriate sample containers for transport to our laboratory. Soil cuttings will be generated at the site from our field explorations. Terracon will dispose of soil cuttings at the eastern portion of the site. Conditions/Items to be provided by Client: Items to be provided by the client include all plans and initial structural calculations available for the existing structure. Terracon should also be provided the right of entry to conduct the exploration and an awareness and/or location of any private subsurface utilities existing in the area. Siegfried 13 Terracon will contact Underground Services Alert (USA) for location of utilities in public easements and attempt to contact all utility agencies listed on the USA ticket. Terracon will also provide a utility location service to check the boring location for existing private underground utilities. Our utility locating service generally uses several tools to locate underground utilities (i.e. Ground Penetrating Radar, Magnetometer, and Radio Detection). Care should be taken to understand that these are tools that are used to help locate underground utility conduits and lines, they are not intended to replace the most accurate form of identification, hand excavating/pot-holing. Terracon will take reasonable efforts to reduce damage to the concrete slabs and pavements. However, it should also be understood that in the normal course of our work some such disturbance could occur. Terracon have not budgeted to restore the area beyond backfilling our boreholes with neat cement. If there are any restrictions or special requirements regarding this site or exploration, these should be known prior to commencing field work. Our proposal assumes that the field exploration can be performed with Level D personal protective equipment. If evidence of contamination is observed in the boring, the exploration will be terminated and our findings discussed with you. Should additional personal protective equipment or special borehole sealing procedures become necessary, our fee will be discussed with you prior to commencing further drilling. Our fee is based on the lot being accessible to our track mounted drilling rig and Terracon providing layout of the borings. Additional costs may result if this is not the case. Our fee does not include services associated with site clearing, Wet ground conditions, landscape modification, or damage of existing landscape. If such conditions are known to exist, Terracon should be notified so that Terracon may adjust our scope of services and fee, if necessary. ".� Excess auger cuttings will be disposed of as previously described. Test borings will be backfilled with neat cement as required by San Joaquin County Environmental Health Department. Because backfill material often settles below the surface after a period of time, Terracon recommend the borehole be checked periodically and backfilled if necessary. Terracon could provide this service at your request but this will involve additional cost. Laboratory Testing — The samples will be tested in our laboratory to determine physical engineering characteristics. Testing will be performed under the direction of a licensed geotechnical engineer and may include visual classification, moisture content, dry density, sieve analysis, Atterberg limits, strength, and consolidation tests as appropriate. Engineering Analysis and Report — The results of our field and laboratory programs will be evaluated by a professional geotechnical engineer licensed in the State of California. Based on the results of our evaluation, a geotechnical engineering report will be prepared that details the results of the testing performed, provides a log of the borings, and contains a diagram of the site/boring layout. The report will include the following: 31 • Computer generated boring log with soil stratification based on visual soil classification. 2111 • Summarized laboratory data. • Boring location plan. 3 • Subsurface exploration procedures. • Soil conditions encountered. 3 • Settlement analysis for shallow column loads and mat foundation at elevator towers. 3 Alternative Geotechnical Task In addition to the Geotechnical services described above, and depending on the findings, we are offering one alternative 3 task item, Vibration Monitoring. Since this structure is located adjacent to the railways, there is a possibility; vibrations from passing freight trains may be playing a role in the elevator tower settlement. The objective of vibration monitoring survey is to estimate the expected vibration levels resulting from the passing of passenger and freight trains. Our plan is to arrive on 3 site and install 3-6 instruments and record vibratory data for one business day. With that data, we will process the records and provide ground motion attenuation curves with peak particle velocities that we will use in determining the effects of the 2111 nearby vibrations have on the building. 0 Siegfried 14 C. Structural Analysis Perform a structural analysis of the beam to column connections to identify whether any strengthening provisions are required. This analysis will be conducted per the building code in effect at the time of the structure's original design and permitting. We will also comment on, if applicable, any building code or industry changes or findings relevant to this condition. This analysis is limited to this specific condition and does not include analysis of other components except as required to design beam to column repair features. D. Capital Improvement Plan 1. Prepare 30% completion levels construction documents, plans and specifications, to identify all repair features 2. Provide a matrix identifying repair phasing, sequencing, repair priorities and associated engineer's opinion of probable construction costs. 3. Prepare a structural maintenance plan to identify specific ongoing maintenance activities and frequency as required to maintain the structural features of the building. E. Construction Documents Prepare construction documents at the 60%, 90% and 100% completion levels for the City's review. Provide an itemized response to plan review comments at each level of submittals. al F. Construction Management Provide construction management services consisting of the following tasks; 1. Prepare building permit application packages including plans, specifications and structural calculations. Revise construction documents based on building department comments. 2. Assist contractor with plan interpretation, preparing minor plan addenda as required to clarify plan details and respond to RFI's during bidding and construction. 3. Review contractor product and shop drawing submittals. 4. Three site visits during construction. G. Exclusions 111 Exclusions to the above scope of work shall be any service not specifically described above and shall exclude the following items of work. These services may be performed by Siegfried at additional cost with prior written agreement: 1. Civil Engineering for site infrastructure design such as grading, drainage and utilities; 2. Topographic surveying; 31 3. Construction inspections, testing and oversight; 3 4. Traffic control plans; 5. Evaluations of value engineering submittals by contractor or client once plans are substantially complete (redesign and analysis); 6. Architectural plans for finishes and moisture proofing details not related to structural maintenance; and 3 7. Design of electrical, mechanical and fire sprinkler modifications that may be required to implement repairs. 3 ■■' IR SIEGFRIED Lodi Station Parking Garage Structural Management Schedule of Fees September 15, 2016 Exhibit B Task Task Description Fee 9A Structural Site Investigation $ 9,000 9B Geotechnical Investigation $ 10,000 Altemate Geotechnical Task - Vibration Monitoring $ 8,500 9C Structural Analysis $ 5,800 9D Capital Improvement Plan $ 9,500 9E Construction Documents $ 17,500 9F Construction Management $ 6,000 Total Fee, Not to Exceed $ 66,300 Notes: NOT TO EXCEED $66, inn 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. ■ ■ rSIEGFRIED Contact Information Stockton 3244 Brookside Road, Ste. 100 Stockton, CA 95219 209.943.2021 Sacramento 109 Scripps Drive Sacramento, CA 95825 916.520.2777 San Jose 111 North Market Street, Ste. 300 San Jose, CA 95113 408.754.2021 » siegfriedeng.com Charge Rate Schedule Professional Classification Senior Principal Principal Associate Principal Senior Associate Associate Project Engineer Engineer II Engineer I Project Landscape Architect Landscape Architect II Landscape Architect I Project Land Surveyor Surveyor II Surveyor I Survey Crew, 2 Person Survey Crew, 1 Person I nstru mentma n Cha in man/Rod man Senior Technician Technician III Technician II Technician I Expert Witness Clerical Reimbursable Expenses Printing, Copying, Materials, Etc. Mileage Hourly Rate $235 $220 $200 $185 $165 $157 $143 $127 $155 $133 $110 $157 $141 $124 $254 $168 $180 $124 $124 $110 $95 $80 $400 $75 Cost + 10% In accordance with Federal Standard Mileage Reimbursement Rates Notes 1. Instrumentman and Chainman rates apply to services requiring Prevailing Wage Rates for work performed at the job site. 2. These rates are effective May 30, 2016 and are subject to periodic adjustments. EXHIBIT C Insurance Requirements for Contractor 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 from claims for property damages, which may arise from Contractor's 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 LIABILITY $2,000,000 Each Occurrence $4,000,000 General Aggregate COMPREHENSIVE AUTOMOBILE LIABILITY $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 Insured(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 (ii) 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 Tort 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 Endorsement 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) Primary and Non -Contributory 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. NOTE: (1) The street address of the CITY OF LODI 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 proiect that it is insuring. (c) Waiver of Subrogation 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 Coverage 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 1 I of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) (e) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (f) 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. (g) 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 West Pine St., Lodi, CA 95240. (h) Continuity of Coverage 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 Agreement. 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 immediately obtain replacement insurance. (i) Failure to Comply 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 names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1s) day of the month following the City's notice. Notwithstanding any 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. (j) Qualified Insurer(s) 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-, VI" 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. Workers Compensation 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 compensation 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 reserves 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 I of 2 pages Risk: rev.03.2016 RESOLUTION NO. 2016-180 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH SIEGFRIED ENGINEERING, INC., OF STOCKTON, FOR LODI STATION PARKING GARAGE STRUCTURAL MANAGEMENT WHEREAS, Siegfried Engineering, Inc., was hired in April 2016 to conduct a preliminary structural assessment of the parking structure and identified several issues that need to be addressed in order to maintain the parking structure's long-term structural integrity; and WHEREAS, staff sent a Request for Proposal to four engineering firms and received two proposals. A committee reviewed all of the proposals and selected Siegfried Engineering, Inc., as the most -qualified firm to perform the work; and WHEREAS, the scope of work consists of two phases: The first phase includes structural site investigation, geotechnical investigation, structural analysis, vibration analysis, and the preparation of a prioritized capital improvement plan. The second phase includes the preparation of construction documents and construction management; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute a Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, for the Lodi Station Parking Garage Structural Management, in an amount not to exceed $66,300. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Siegfried Engineering, Inc., of Stockton, California, for the Lodi Station Parking Garage Structural Management, in an amount not to exceed $66,300. Dated: October 19, 2016 I hereby certify that Resolution No. 2016-180 was passed and adopted by the City Council of the City of Lodi in a regular meeting held October 19, 2016, by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mayor Chandler ABSTAIN: COUNCIL MEMBERS — None 2016-180 NNIFE'3M. FERRAIOLO ity Clerk