HomeMy WebLinkAboutAgenda Report - September 19, 2018 C-22TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM C � .Z
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of
Stockton, for 200 -Year Floodplain Evaluation and Delineation ($15,800), and
Appropriating Funds ($15,800)
MEETING DATE: September 19, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No.
1 to Professional Services Agreement with Kjeldsen, Sinnock &
Neudeck, Inc., of Stockton, for 200 -year floodplain evaluation and
delineation, in the amount of $15,800, and appropriating funds in the amount of $15,800.
BACKGROUND INFORMATION: On December 6, 2017, Council approved a Professional Services
Agreement with Kjeldsen, Sinnock & Neudeck, Inc. (KSN), for 200 -
year floodplain evaluation and delineation services. KSN has
completed the modeling and has provided draft delineation maps for review purposes. Upon review and
discussion of the draft results, the City will be in compliance with SB5 legislation; however, the modeling
investigation did suggest isolated areas along Lodi Lake that could easily be improved to even further
minimize 200 -year flood risk exposure for certain areas within the City that were constructed prior to July
2016. City staff requested a proposal to provide additional modeling and evaluation services for potential
flood -risk reduction improvements.
Amendment No. 1, if approved, will add $15,800 to the agreement amount of $228,800, for a total not -to -
exceed amount of $244,600. Additionally, this amendment will extend the term length of the agreement
through June 30, 2019. The cost of the 200 -year flood protection services and all other related costs will be
reimbursed by development. Staff will return with a resolution creating the fee, consistent with the notice
required by state law.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services
Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, for 200 -year floodplain evaluation and
delineation, in the amount of $15,800, and appropriating funds in the amount of $15,800.
FISCAL IMPACT:
The additional modeling and evaluation services are intended to determine
cost effective improvements along Lodi Lake that could further minimize the
City's flood risk. This cost will be reimbursed by development. This project
does not impact the General Fund.
APPROVED:
Schwabaue, City Manager
K:\WP\FLOOD\SB 5 Certification\CC KSN Amend 1.doc 9/7/2018
Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, for
200 -Year Floodplain Evaluation and Delineation ($15,800), and Appropriating Funds ($15,800)
September 19, 2018
Page 2
FUNDING AVAILABLE. Appropriation Requested:
Community Development Fund (27080000.72450) - $15,800
6WL/t4,r)(
Andrew Keys
Deputy City Manager/Internal Services Director
aszce C2
Charles E. Swimley, Jr.
Public Works Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SEN/tdb
Attachment
K:\WP\FLOOD\SB 5 Certification\CC KSN Amend 1 doc 9/7/2018
AMENDMENT NO. 1
KJELDSEN, SINNOCK & NEUDECK, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2018, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and KJELDSEN, SINNOCK & NEUDECK, INC., a California
corporation (hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
February 8, 2018 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part
of; and
2. WHEREAS, CITY requests to amend the scope of service and increase the fees by $15,800,
for a total amount of $244,600, as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CITY requests to extend the term of the Agreement through June 30, 2019; and
4. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation
hereinabove called "CITY"
STEPHEN SCHWABAUER
City Manager
Attest
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
KJELDSEN, SINNOCK & NEUDECK, INC., a
California corporation
hereinabove called "CONTRACTOR"
Name:
Title:
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on feJontan $', 201, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and KJELDSEN, SINNOCK
& NEUDECK, INC., a California corporation (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 200 -year
floodplain evaluation and delineation (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 December 7, 2017 and terminates
upon the completion of the Scope of Services or on December 6, 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: Sean Nathan
To CONTRACTOR: Kjeldsen, Sinnock & Neudeck, Inc.
711 North Pershing Avenue
Stockton, CA 95203
Attn: Barry O'Regan
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.
ATTEST:
Jr.I,i1FER
City Clerk
CITY OF LODI, a municipal corporation
, ('Its
FERRAIOLO STE'FI SCI-IWABALfE[t
City Manager
APPROVED AS TO FORM: KJELDSEN, SINNOCK & NEUDECK, INC., a
JANICE D. MAGDICH, City Attorney California corporation
. 1 - -� - By:
0 Name: Fit.A.AgLC
ecri_
`, Title ^
Attachments: r� IvC k, f-(-
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:K:IWP\PROJECTS\PSA's120171KSN Floodplain PSA.doc
CA: Rev.01.2015
8
Exhibit A/B
SCOPE OF WORK
City of Lodi 200 -Year Floodplain Evaluation & Delineation
California state law requires all cities and counties within the Sacramento -San Joaquin Valley, as defined in
California Government Code Section 65007(g), to make a Finding related to an urban level of flood projection
(200 -Year) before (1) entering into a development agreement; (2) approving a discretionary permit or entitlement
for any property development or use, or approving a ministerial permit that would result in construction of a new
residence for a project that is located in a flood hazard zone; or (3) approving a tentative map/parcel map.
The City of Lodi (City) has requested That Kjeldsen, Sinnock, & Neudeck, Inc. (KSN) conduct a 200 -Year
floodplain evaluation for Lodi, and delineate the extents and depths of the Lodi 200 -Year floodplain (200 -Year
Floodplain Map). The 200 -Year Floodplain Map will be used by the City when making a Finding related to an
urban level of flood projection for new development. The following scope of work describes the tasks necessary
to develop the 200 -Year Floodplain Map.
Task 1- Project Management
This task includes the management activities to ensure that the project is completed on time, within budget, and
adequately resolves the issues facing the City of Lodi. This will include preparing invoices and coordinating
amongst the differing disciplines involved in the project. The Kick-off meeting will be scheduled shortly after the
notice to proceed is received.
Deliverables: Kick-off meeting, invoices.
Task 2 - Topographic Data Acquisition and Processing
Topographic data is needed for both hydraulic modeling and floodplain napping. To defray costs, KSN proposes
to use the Light Detection and Ranging (LiDAR) data acquired by the California Department of Water Resources
(DWR) in support of its Central Valley Floodplain Evaluation and Delineation Program (CVFED). This post -
processed LiDAR will provide KSN with bare earth topographic data for non -channel areas suitable for
hydrologic and hydraulic modeling and floodplain mapping tasks.
Upon receipt of the CVFED LiDA R data from DWR, KSN will process this data into a digital elevation model
(DEM). KSN will perform a quality control check by comparing field surveyed Locations against the elevations
determined from the LiDAR.
For the hydrologic modeling, topographic data needs extend beyond the areas captured under CVFED. In order to
meet this need, KSN will acquire topographic data from the National Elevation Dataset (NED), which is
maintained by the United States Geological Survey (USUS). This coarse data (approximately 10 meter resolution)
will orae_ be used to delineate watershed boundary extents for the hydrologic modeling. No hydraulic modeling or
floodplain delineation will be perfbrined on this topographic data.
Deliverables: DEM can be provided upon request.
Task 3 - Field Data Collection
We have reached out to a number of public agencies (EI3MUD, DWR, and San Joaquin County) to ascertain if an
existing hydrologic and hydraulic models for the Mokelumne River between Camanche Dam and Lodi exists. We
K/
N
I"1G
CITY OF LODI 200 YEAR FLOODPLAIN MAP
November 3, 2017
Page 2 of 7
have not been able lo locate any existing models, therefore new Mokelumne River models will need to be
developed. (We will utilize existing models for Bear Creek and Pixley Slough to delineate floodplains in
southern Lodi.)
In order to develop quality Hydrologic and hydraulic models, detailed information for bridges, culverts, clams and
channels are needed. KSN has identified the below structures on the Mokelurnne River fir which detailed
information will need to be acquired. A tiered approach to collecting this data will be utilized.
KSN will first exhaust municipal, county, and stale records for as -built drawings of the below structures. Once as -
built drav'ings are located, they will he examined to ensure that they contain sufficient information for the
modeling effort. If any structures still lack sufficient information, KSN field survey crews will be deployed to
capture the remaining information.
Mokelumne River
• Central California Traction Company Railroad (CCTC)
• California Highway 99 — North Bound
• California Highway 99 --South Bound
• Union Pacific Railroad
• Woodbridge Dam
• Lower Sacramento River Road
• Golf Cart Path approximately 0.4 miles downstream of Lower Sacramento Road
The primary limitation of LiDAR topographic data is that the LiDAR beams are reflected by water, thus resulting
in no reliable information below the surface of water bodies. In order to accurately portray the channel capacity
and flood wave routing for the Mokelumne River, additional data will be needed. KSN will deploy field crews to
capture detailed channel cross sections for the reach being hydraulically modeled. This station and elevation data
will he incorporated into the hydraulic model. Areas between the surveyed locations will be interpolated by HEC -
RAS automated routines and reviewed by the hydraulic modeler.
Deliverables: None anticipated; however the field notes and total station records can be provided upon
request.
Task 4 - Hydrologic Analysis
In order to develop an accurate hydraulic model, the amount and tinning of floodwaters expected in the waterways
needs to be known. Therefore KSN will develop a detailed hydrologic model for the Mokelumne River using the
Ilydrologic Engineering Center's f Iydrologic Modeling System (HEC -HMS) Software.
Using the I.iDA R and NEI) topography, KSN will delineate subbasins for the Mokelumne River Watershed
upstream of the Woodbridge Dam. Applicable hydrologic characteristics (e.g. lag time) for each subbasin will he
calculated from the below data sources and the resultant data entered into modeling software.
• Precipitation — NOAA PF server
• Land cover - NLC[)
• Soil data— WebSoil Marl
• Peak stream low records — USGS Gage Websites
• Comanche Dam information - E13MUD or public records for Stage -Storage curves and flood storage
reserve,
K f CITY OF LOD
3,I2017 200 YEAR FLOODPLAIN MAP
8 O er
N Page 3 of 7
The initial model results will be calibrated with the flow records from the 1955 peak flow event at the 11SGS
Gage 11323500 — Mokelumne River below Camanche Dam. The calibrated model peak flow results will then be
compared to a Bulletin 171370 analysis of the sane Mokelunme River gage. The resulting 200 -year hydrographs
developed for the Mokelumne River will then be used in the hydraulic modeling.
For the Bear Creek and Pixley Slough model, we will utilize the modeling already conducted by Stockton to
develop 200 year flood hydrographs.
A meeting with City Staff will be held to discuss the results of the hydrologic analysis.
Deliverables: Hydrologic technical memo (approximately 4-6 pages) with all 1 -IEC -I -TMS model inputs and
outputs in digital format and supporting spatial data in RSRI GIS format; Hydrologic Analysis Review Meeting.
Task -5 Hydraulic Analysis
In order to determine the 200 year level of flood protection for Lodi, the hydrographs developed in the hydrologic
modeling need to be routed through the Mokelumne River, Bear Creek, and Pixley Stough. KSN will do so using
the hydrologic Engineering Center's River Analysis System (ITEC -RAS),
In order to minimize the amount of time and modeling required to determine the 200 year level of flood protection
in Lodi, KSN proposes to start the l,rydraulic. modeling upstream of where the current effective FEMA 500 year
floodplain starts. This is the first location where the 500 year flow leaves the Mokelumne River channels
downstream of Camanche Dam and thus represents the earliest that the 200 year flow would do the same. It is
located approximately two miles upstream of the CC'rC Railroad crossing of the Mokelumne River.
The downstream limit al the Mokelumne River study k proposed to be near the downstream limits of the town of
Woodbridge. 'this location is recommended due to the potential for floodwaters to leave the channel and
potentially impact Lodi and is approximately one mile downstream of Lower Sacramento Road. The limits of
study for thc Mokelurnrre River are presented below in Figure I.
ISSN's proposed hydraulic modeling approach is the exact same in nature as to how the CVFED models were
developed with one notable exception: one comprehensive hydraulic model will be utilized instead of CVFED's
dual model approach. This approach takes advantage of the nearly five years in technological improvetnents in
hydraulic modeling: specifically two dimensional hydraulic modeling. KSN will develop a single HEC -RAS
model which models both the channel portions of the Mokelumne River and the overbank tioodplains in one
single package. KSN will model thc channel of the Mokelumne using HEC-RAS's one dimensional unsteady
flow computational engine, while the overbanks will be modeled using HEC-RAS's two dimensional
computational engine. Unlike in the CVFED program, Lodi will be able to take advantage of I{EC-RAS's inbuilt
ability to transfer flows between the two different routines. CVFED had to make due with manual transfers
between HEC-RA.S and FLU -2D which increased time, introduced multiple avenues for errors and required
additional model stabilization efforts.
The structure data and channel data collected during the field data collection phase will be used to supplement the
L1DAR topographic data. The connection between the one dimensional and two dimensional domains will be
made using HEC -RAS lateral weir connections and will be placed at the point where the slope breaks away from
the Mokelumne River.
K (f CITY OF LODI 200 YEAR FLOODPLAIN MAP
S 1{j` November 3, 2017
Page 4 of 7
Manning's roughness values for the channel and overbank areas, which affect how quickly the floodwaters move
through the system, will be calculated based upon a combination of site visits, field data collection photography,
aerial imagery, and publically available land cover data.
Figure 1 — Limits of Study for the Mokeiumne Rivor
The one dimensional portion of the model will be compiled first and then the two dimensional model will be
added to areas where the channel capacity cannot convey the 200 year flood event, The two dimensional model
will be iteratively refined with added layers ol'detail being added after to focus efforts ori areas actually inundated
by the 200 year flood event.
Structures in the overbank (e.g. culverts through railway embankments, highway underpasses) will be estimated
from aerial imagery and/or site visits and primarily modeled using either lateral structures in the two dimensional
grid in the case of culverts, or using topographic adjustments in the case of bridges. '['his method was used in the
CVFKD program for selected off -stream structures.
Critical topographic features, such as roads, larger Glitches, and berms, will have break lines created within HEC -
RAS to ensure that the two dimensional grid properly accounts for their impact upon the floodwaters.
K fr CITY OF LODI 200 YEAR FLOODPLAIN MAP
November 3, 2017
Page5of7
The Mokelumne River l tFC-RAS model will be calibrated to the 1955 and 2017 flood events at the temporary
benchmarks identified in the City of Lodi drawings 86D053 & 017D002. "These benchmarks identify high water
marks from several different flood events in Lodi. The 1955 event was selected as it was the highest flow event
within the period of record for the Mokelumne River Gage below Comanche Darn and for which high water
marks were available. The 2017 flood event was selected due to its recentness. As it was so recent, the model will
be calibrated to ensure that the hydraulic responses on the rising and falling limbs of the hydrographs will be
reflective of current upstream conditions.
KSN proposes to acquire the existing City of Stockton 200 year flood model for Pixley Slough and Rear Creek.
KSN understands that the specific modeling software that was used in that project has certain versions that
preclude expanding lire model footprint once built. KSN will evaluate the Pixley Slough and Bear Creek model to
determine if the model footprint can be extended further north to the limit of inundation caused by Pixley Slough
and Bear Creek. Ifille model can be extended, KSN will do so and use that information for the Pixley Slough and
Bear Creek inundation extents.
If; the model is unable to he extended, KSN will extract thc necessary information from that model to create a
ITEC -RAS two-dimensional model accounting for the impacts of Pixley Slough and Bear Creek using similar
methods described above for the Mokelumne River's modeling with the exception that a one dimensional
component to the model is very unlikely needed to satisfy Loci's needs_
Both the Machu -rine River model and the Pixley Slough and Bear Creek models will be simulated until the flood
wave has passed through the model and peak stages have occurred throughout the model. This will ensure that
areas of Lodi are not being under predicted for the 200 year flood event. Once the hydraulic analysis is completed,
hut before the analysis is presented to the expert peer reviewer, KSN will meet with City Staff to review the
results of the hydraulic analysis.
Deliverables: Hydraulic technical memo (approximately 8-10 pages) with all model inputs and outputs in digital
format and supporting spatial data in Environmental Systems Research Institute's (ESRT) Geospatial Information
System (GIS) format. Comments and responses from the peer expert review will he included in this technical
memo as an appendix. Pre -expert review draft. hydraulic results meeting. Post expert review meeting,
Task 6 - Map Development
KSN will develop both digital and hard copy maps for use in Lodi administering their 200 year floodplain. The
snaps will be developed using the LiDAR, hydraulic modeling results, and base map data to he provided by Lodi.
The maps will be prepared using AreGIS.
The maps will present the 200 year floodplain extents, the 200 year floodplain depths, and the 200 year water
surface elevations. While the engineering analyses arc underway, KSN GIS Analysts will prepare a draft template
for thc maps with a layout scheme. The template and layout scheme will he reviewed with appropriate City Staff
and any revisions necessary will he incorporated into the template.
Raster products will he based upon a I0' cell size. Maximum depth and maximum water surface elevation
contours will be developed at whole foot intervals. Maximum depth and maximum water surface rasters will be
developed.
Once the draft Wraps have been generated with the engineering analyses results presented, KSN will meet with
appropriate City Staff to review the content of the maps evaluating primarily cartographic and aesthetic
K 1� CITY OF LODI 200 YEAR FLOODPLAIN MAP
s (1} November 3, 2017
Page 6 of 7
considerations along with GIS spatial file formats and sclrcnra. Once any revisions necessary have been
incorporated into the maps from that meeting, a final project close cull meeting will be held.
Deliverables: Final technical memo (compilation of previous TMs) in both digital and hardcopy format. 2
complete sets of hardcopy maps (approximately 24" by 36"). Digital copies of the neaps both in portable
document format (PDF) and ESRi GIS format. Map and GIS data template meeting. Draft Map Results meeting,
Final Project Closeout meeting.
To comply with DWR ULOP criteria, the City of Lodi will need to submit the hydraulic model and results to
undergo an independent expert peer quality review process. Findings from the review process will be documented
provided to Lodi and KSN. KSN will coordinate with both Lodi, and the expert peer reviewer to ensure that the
model is revised as appropriate. Should any findings from the quality review process not he incorporated, the
reasoning behind the non -incorporation and any supporting justification shall be documented in the final
hydraulic technical ruerrro and provided to the expert peer reviewer. Aller the receipt of the expert peer reviewer's
findings. KSN, the expert peer reviewer and City staff will meet to review the findings. Please note the expert
peer. reviewer must contract directly with the City of Loch, and is not included in the costs below_ KSN will
provide the City will recommendations for peer reviewers.
Schedule & Fee
In order to execute tie above scope of work, KSN proposes a not -to -exceed time and materials fee of 5228,800.
Detailed cost breakdowns are provided below in Table 1. NOTE: the fees below do not include the costs of the
expert peer reviewer, but does include KSN's costs associated with the peer review process, Assuming that a
notice to proceed is received by December 22nd, KSN will he able to provide all deliverables by June 29, 20] 8.
Detailed milestones are also presented in Table 1. Depending on how quickly we can obtain the cxi.sitng data,
we might be able to complete the work sooner than June 291h.
Table 1 — Schedule & Fee
Task
Staff Scope Review
Scope Revisions
Council Approval
Contracting & Notice to
Proceed
Project Management
Topographic Data
Acquisition & Processing
Field Data Collection
Hydrologic Analysis
Hydraulic Analysis
Map Development
Project Total
Est, Start Date
November 6, 2017
November 15, 2017
December 5, 2017
December 6, 2017
December 22, 2017
December 22, 2017
January 8, 2018
January 15, 2018
February 26, 2018
June 4, 2018
Est. End Date Cost
November 14, 2017
November 20, 2017
December 22, 2017
June 29, 2018
January 12, 2018
February 16, 2018
February 23, 2018
June 1, 2018
June 29, 2018
$ 8,600
$ 3,800
37,000
17,000
$ 143,400
$
19,000
$ 228,800
1<r� CITY OF LODI 200 YEAR FLOODPLAIN MAP
$ )) November 3, 2017
i„c. Page 7of7
Expert Peer Review
To comply with DWR ULOP criteria, the City of Lodi will need to submit the hydraulic model and results to
expert peer quality review process. Findings from the review process will be documented provided to Lodi and
KSN. KSN will coordinate with both Lodi, and the expert peer reviewer to ensure that the model is revised as
appropriate. Should any findings from the quality review process not be incorporated, the reasoning behind the
non -incorporation and any supporting justification shall be documented in the final hydraulic technical meino and
provided to the expert peer reviewer. After the receipt of the expert peer reviewer's findings, KSN, the expert peer
reviewer and City staff will meet to review the findings.
K / 1<JE_I._! ) E E-.
6 ( :I N r\JEjLK
N NE--LijLnE-L '<
inc. ;IVI ENGINEERS & I. AND SURVEYORS
2017 / 2018 FEE SCHEDULE
PREVAILING WAGE PROJECTS
Effective. July 1, 2017
Stephen K. Sinnocl , P.E.
Christopher H. Neudeck, P.E.
Neal T. Colwell, P.E.
Barry O'Regan, P,E.
Position 1 Rate
Principal Engineer $ 240,00
Associate Engineer $ 210.00
Senior Engineer $ 185.00
Engineer $ 165.00
Junior Engineer $ 135.00
Senior Surveyor $ 191.00
Surveyor $ 160.00
Assistant Surveyor $ 140.00
Field Crew -One Man & Vehicle $ 191.00
Field Crew -Two Man & Vehicle $ 289.00
Inspector $ 1.5(1.00
Inspector & Vehicle $ 176.00
Senior Project Manager $ 212.00
Project Manager $ 180.00
Assistant Project Manager $ 160.00
Grant Manager $ 140.00
GIS/CAD Technician III $ 135.00
GIS/CAD'l'echnician II 5 115.00
GIS/CAD Technician 1 5 90.00
Proj ect Accountant $ 13(1.00
Administrative LII $ 98.00
Administrative II $ 83.00
Administrative 1 $ 68.00
[ Equipment J Hourly Rate l
3D Print Cloud Work Station 5 25.00
GPS Receivers -Per Receiver Per Hour $ 25.00
Robotic Total Station $ 35.00
FIDS Scanner $ 150.00
Boat $ 55.00
Expenses
Auto Mileage per current Federal Rates
Special Consultants Cost Plus 10%
Reimbursable Expenses Cost Plus 10%
(Printing, Photos, Copies, 'Travel, Telephone, Fax, Survey
Materials, etc.)
Additional charges may apply for overtime services.
Fees are due and payable within 30 days from the date of billing. Fees past due may he subject to a finance
charge computed on the basis of 1 1/2% of the unpaid balance per month,
Hourly rates are subject to review and adjustment July 1" ()Teach year.
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been
awarded a contract you will receive an email from the City's online Insurance program requesting you to
forward the email to your insurance provideris). Please see attached flyer regarding PINS Advantage.
Jnsurance Reaulremeuts 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, In the event Contractor's insurance cannot fully cover any hired subconsultants,
the terms of insurance herein shall be requirements for the subconsultant. The amount of such insurance shall be as
follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2 COMPREHENSIVE AUTOMOBILE LIAIJILITY
$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.
3_ pROFESS1oNAL LIABILITY/ ERRQRS AND OMISSlOi iS
$1,000,000 Each Claim/Aggregate
When project specific; insurance is required, 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 Insureds) 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 en 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 commercial
general liability coverage al 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 commercial .general liability and automobile liability 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 forrn CG 20 01 04 13.
NOTE: (1) The street address of the S,ITY 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 faco or as an endorsement, a
description of the proiect that it is insuring.
Page 1 ( of 2 pages 1 Risk: rev.08.28.2017
jpsurnnce_ReautrementsJ Contractor (continued)
(c) Waiver of Subroaetion
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 Covere_ge
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.
(e) 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 under the Contractors commercial general liability and
automobile liability policies.
(f) 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.
(g) Contlnulty 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.
(h) 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 name(s)
of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) 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.
(i) Qualified lnsurer(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 Conrnensatlon 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.08 282017
I.`-teNI
l
Ine. Cavo rhn;NW Sl, VEJnH�
July 31, 2018
***Delivered via e-mail***
Mr. Sean Nathan, PE
City of Lodi
PO Box 3006
Lodi, CA 95241-1910
Re: City of Lodi 200 -year Level of Flood Protection Investigation
Dear Mr. Nathan,
Exhibit 2
Stephen K. Sinnock, RE.
Christopher H. Neudeck, P.E.
Neal T. Colwell, P.E
Barry O'Regan, P.E.
2372-0010
02-900
Based upon the results of the City of Lodi 200 -Year Floodplain Evaluation Project, KSN will evaluate the
potential risk reductions offered by installing flood protection measures along the south to southeast banks of
Lodi lake and in the vicinity of the Woodbridge Irrigation District's Fish Screen. Based upon the proximity of the
two locations, KSN recommends against separating the two locations into different scenarios as there is virtually
no hydraulic disconnection between the two sites.
'Fask 1 - Flood Protection Measures Scenario Modeling
KSN will utilize the East Bay Municipal Utility District (EBMUD) LiDAR & 200 -year flood model results
acquired and developed in the 200 -Year Floodplain Evaluation Projcet to determine a draft alignment and
elevation of the flood protection measure at each location. KSN will then enter the draft flood protection measures
into the 200 -Year Floodplain Evaluation Project Hydraulic model and run an analysis of the impact of their
implementation.
Task 3 - Flood Protection Measures Evaluation &. Mapping
The hydraulic modeling results wilt be evaluated for both local impacts and upstream and downstream impacts,
The primary metrics by which the measures will be evaluated will be: any changes location of inundation;
changes in acres inundated; and changes in maximum water surface elevations.
Prior to the finalization of Task 3, KSN will meet with Lodi Public Works staff to review the findings of the
investigation.
Deliverables
The deliverables for this investigation will be a copy of the hydraulic model, a detailed map showing flood
protection measure alignrnents and elevations, a map detailing maximum water surface elevation changes and
inundation extents, and a technical memorandum detailing the findings of the investigation.
Fee c , Schedule
KSN anticipates the below fee and duration in order to perforin the above described tasks.
OEM
Task 1 — Flood Protection Measures Scenario Modeling
Task 2 — Flood Protection Measures Evaluation
Total Fee Estimate
$9,300
$6,500
$15,800
Throtion
5 weeks
2 weeks
7 weeks
K Sean Nathan
[Date]
N
1 Page 2 of 2
KSN will be able to commence this investigation immediately upon completion of the hydraulic modeling
associated with the City of Lodi 200 -Year Floodplain Evaluation Project which is currently undergoing
independent expert peer review, KSN estimates that it would take approximately seven weeks to complete the
analyses.
Sincerely,
KJELDSiiN, SINNUCK & NEUDECK, INC,
'ilila r[ ry)( 211 t:
RESOLUTION NO. 2018-171
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO
THE PROFESSIONAL SERVICES AGREEMENT WITH
KJELDSEN, SINNOCK & NEUDECK, INC., OF STOCKTON,
FOR 200 -YEAR FLOODPLAIN EVALUATION AND
DELINEATION; AND FURTHER APPROPRIATING FUNDS
WHEREAS, on December 6, 2017, Council approved a Professional Services
Agreement with Kjeldsen, Sinnock & Neudeck, Inc. (KSN), for 200 -year floodplain evaluation
and delineation services; and
WHEREAS, City staff requested a proposal to provide additional modeling and
evaluation services for potential flood -risk reduction improvements; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of
Stockton, for 200 -year floodplain evaluation and delineation, in the amount of $15,800; and
WHEREAS, staff also recommends that the City Council appropriate funds in the
amount of $15,800, from the fund balance of Community Development (27080000.72450) for
Fiscal Year 2018/19.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Kjeldsen, Sinnock & Neudeck, Inc., of Stockton, California, for 200 -year
floodplain evaluation and delineation, in the amount of $15,800; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation for 200 -year floodplain evaluation and delineation services, in the amount of
$15,800, as set forth above.
Dated: September 19, 2018
I hereby certify that Resolution No. 2018-171 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held September 19, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2018-171
NNIFE T . FERRAIOLO
ity Clerk