HomeMy WebLinkAboutAgenda Report - November 7, 2018 C-12TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C- /2
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract Extension No. 1 to
Professional Services Agreement with BKF Engineers, of Pleasanton, for Guild
Avenue and Victor Road Intersection Traffic Signal and Lighting Design Services
MEETING DATE: November 7, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Contract
Extension No. 1 to Professional Services Agreement with BKF
Engineers, of Pleasanton, for Guild Avenue and Victor Road
intersection traffic signal and lighting design services.
BACKGROUND INFORMATION: On November 2, 2016, Council authorized Professional Services
Agreement with BKF Engineers, of Pleasanton, for the design of the
Guild Avenue and Victor Road Intersection signal and lighting
improvements.
The scope of work includes preliminary engineering, alternative geometric designs for the closely -spaced
Lockeford Street and Guild Avenue intersection, coordination with Caltrans, and final plans and
specifications. The term of the original Professional Services Agreement expires on November 30, 2018.
The scope of services is approximately 90 percent complete. The reasons for the delay in completing the
work revolve around a Caltrans' delay in establishing design requirements for a signal communications land
line (the original design included a radio communications system); and the current vacancy in the City's
Traffic Engineer position since April of this year. Staff has assigned the outside consulting traffic engineer
from Interwest, Inc., approved by Council on October 17, 2018, that is temporarily augmenting this vacancy
to manage the remaining elements of the design work. Construction is anticipated to take place in Spring of
2020.
Staff recommends authorizing City Manager to execute Contract Extension No. 1 to Professional Services
Agreement with BKF Engineers, of Pleasanton, for Guild Avenue and Victor Road intersection traffic signal
and lighting design services.
FISCAL IMPACT: Not applicable.
FUNDING AVAILABLE: Not applicable.
CES/CES/tdb
Attachment
cc: City Engineer/Deputy Public Works Director
Public Works Management Analyst
BKF Engineers
APPROVED:
arles E. Swimly, Jr.
Public Works Director
Stephen Schwabauer, City Manager
K:\WP\COUNCIL\2018\CC_BKF_psa ext.doc 10/25/2018
CONTRACT EXTENSION NO. 1
BKF ENGINEERS
PROFESSIONAL SERVICES AGREEMENT
THIS CONTRACT EXTENSION 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 BKF ENGINEERS, a California corporation
(hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into Professional Services Agreement on
December 22, 2016 and Amendment No. 1 on June 8, 2017 (collectively the "Agreement"), as
set forth in Exhibit 1, attached hereto and made part of; and
2. WHEREAS, CITY requests to extend the term of the Agreement through June 30, 2019, within
the existing contract amount of $38,484; and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to extend the Term of the Agreement to and including
June 30, 2019. All other terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Contract Extension
No. 1 on the date and year first above written.
CITY OF LODI, a municipal corporation, BKF ENGINEERS, a California corporation
hereinabove called "CITY" hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER NATAL -INA BERN DI
City Manager'rincipa'fVice Preside
Attest:
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
Exhibit 1
AMENDMENT NO. 1
BKF ENGINEERS
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this ` day of "114,,hL , 2017, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and BKF ENGINEERS, a
California Corporation (hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services
Agreement on December 22, 2016 (the "Agreement"), as set forth in Exhibit 1,
attached hereto and made part hereof; and
2. WHEREAS, CONTRACTOR requested to increase the fees by $3,000 as
compensation for additional design services required by CalTrans as part of the
permit process for the project, for a total amount of $38,484, as set forth in
Exhibit 2, attached hereto -and -made -part -hereof; -and
3. WHEREAS, CITY agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the scope of services and fees
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 SCHWABALIER
City Manager
Attest:
IFER MERRAIOLO
Clerk
Approved as to Form:
JANICE D-�NiAGDICH
City Attorney
BKF ENGINEERS, a California
Corporation,�r
Herein- 9a'' e
ACTOR"
Vie:
pti c,�l r� o` pec cLo,rd t
Title:i�ctA.c; 1 & Vice 'President
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on sgrcrrlikuf4-2016, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and BFK ENGINEERS
(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 traffic signal
and lighting design for Victor Road and Guild Avenue intersection (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
com ments.
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 1, 2016 and terminates
upon the completion of the Scope of Services or on November 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: Dorothy Kam
To CONTRACTOR: BFK Engineers
4670 Willow Road, Suite 250
Pleasanton, CA 94588
Attn: Jeff Wang, Project Manager
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 6 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 ail 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:
CITY OF LODI, a municipal corporation
ITER MIIrfERRAIOLO ST SCHTBAUER
Clerk
City Manager
41APPROVED AS TO FORM: BFK ENGINEERS
0.,- JANICE D. MAGDICH, City Attorney
By:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
By:
4 Name: JE °� A G
17Title: Project Manager
Funding Source: PWST-0043.Desistn.ExtLabor
(Business Unit & Account No.)
Doc ID:K:IWPIPROJECTSIPSA's120161BFK Engineers PSA.doc
CA;Rev,01.2015
8
PRO JEC.i UN[)ERS!AND'NC_? AND APPROAC H
&'IRF
Proposal - City of Lodi: Victoi Road and Guild Avenue Traffic Signal and Lighting Project I 100.E.
PROJECT UNDERSTANDING
BKF Engineers (BKF) understands the City of Lodi (City)
is seeking proposals from qualified firms to prepare
construction -ready plans, specifications, and cost
estimates (PS&E) for the construction of intersection
modifications and signal installation at Victor Road and
Guild Avenue.
BKF will provide project management, preliminary
design and final design services for the purpose of
plans, specification and cost estimate (PS&E) ready for
advertisement, bid, and award. BKF is supported by
our sub -consultant Kittelson & Associates (KAI) who
will provide traffic operation engineering service for
intersection level of service (1.05) calculation, storage
lengths for tum determination and proposed traffic signal
phasing under both existing and ultimate conditions.
The BKF Team is streamlined and readily available to
start immediately, has significant resources of specialized
consultants and experienced personnel, and has a proven
track record in delivering fast -tracked projects Involving
intersections layout, signal modification, sidewalk
installation, roadway grading and drainage system
modification, BKF has an established history of providing
local agencies with professional design and consulting
services for the delivery of PS&E for construction
and obtaining Caltrans encroachment permit. Our
understanding of the Project is based on the following:
Intersection modification and new traffic signal
installation at Victor Road and Guild Avenue.
Provide alternative layout for the intersection of
Lockford Street and Guild Avenue
Install a new traffic signal system with Caltrans
standard signal poles, mast arm, vehicular and
pedestrian signal indications, detection system to
meet Caltrans 2015 Standard Plans and Specification.
Construct a new sidewalk on all four comers of the
Intersection and install ADA -compliant ramps.
Coordinate with Caltrans to obtain encroachment
permit.
Over the past 30 years, BKF Engineers has been involved
in hundreds of intersection layout, signal modification
and sidewalk installation design projects throughout
Northern California, from project inception, through
conceptual design, all the way to construction.
It is the Project's ultimate goal to prepare construction
contract documents for the purpose of advertising,
bidding, awarding and constructing, which comply
Exhibit A J
with all applicable Caltrans and City design standards,
requirements, and guidelines. With the project
understanding including the recognition of possible
risks, challenges, and resolution of key issues BKF has
developed the following work plan with five specific
tasks so the risks and challenges to the project can be
managed, addressed and mitigated.
Tusk 1: Project Start-up & Site Investigation
With the notice to proceed from the City BKF will attend
a project kick-off meeting with the City to discuss
project intent, the limits of improvements, overall project
scope, budget & master schedule. BKF will obtain all
civil and utilities as-buitt plans from the City and utilities
companies.
BKF will conduct Independent field site visits Involving
site reconnaissance to verify existing conditions,
Task 1 Deliverables:
Detailed CPM Schedule and Updates
Project Meeting Materials (Agenda,Minutes,
Logs etc.) for all Coordination Meetings
Relevant Correspondence
Monthly Invoicing Format
BKF ; 1
PROJECT UNDERSTANDING AND APPROAC`I1 [VW
Proposal - City of Lac li: 'victor Road and Guild Avenue Traffic Signal and Lighting Project 100,
Based on existing AM and PM peak hour traffic volumes
provided by the city, Kittelson & Associates (KAI) will
evaluate existing delay and LOS at the intersection
of Victor Road and Guild Avenue using the Highway
Capacity Manual (HCM) 2010 methods as implemented
by the Vistro traffic analysis software. KAI will develop
recommended intersection lane configuration and signal
phasing for existing traffic conditions and analyze the
resulting AM and PM peak hour LOS and delay. KAI will
also coordinate with the City of Lodi and SJCOG to apply
the Tri -County travel demand model to obtain 2040
forecast volumes for the ultimate cumulative conditions.
Using the ultimate traffic volumes, KAI will recommend
lane geometries and signal phasing and assess AM and
PM peak hour delay and LOS with the proposed signal.
The signal phasing developed for existing conditions will
be modified to ensure the signal operates optimally
With the topographic field survey information provided
by the City and intersection lane configuration
recommended by KIA BKF will prepare preliminary
intersection layout with the proposed curb returns, wheel
chair ramps, traffic signal equipment including poles,
mast arm, signal indications and push buttons.
Task 2: Analysis and Concept Design
Immediately after Kick-off meeting with the City BKF
contact utility companies without delay to request
existing roadway and utility as -built plans, record right of
way, block maps, and planned/proposed roadway work
In the area. During this phase of work, BKF will compile
available Information, confirm work performed to date,
perform investigative studies to progress the design to
a level which will finalize and begin to mathematize the
geometry and the right of way lines.
Task 2 Deliverables:
Traffic Analysis
Preliminary Driveway Conform Limits at adjacent
properties
Preliminary Signal Layout
Intersection Truck Turing Analysis
Intersection lighting photometrics cakulation
Preliminary cost estimates of the project
In anticipation of the work in Task 3 and 4, including
updating and refining the intersection layout concept
BKF will take this opportunity to open the dialogue and
communication with City staff regarding key elements and
constrains of the project to make sure the project's goal
and needs will be meet.
The goal of Task 2 is to gather all existing and new
information and create a basis of conceptual design
necessary to move forward with development of a refined
intersection and traffic signal design, and address any
issues before proceeding further with the 90% level
Design Development and Construction Documentation,
10096 and final PS&E.
Task 3: Design Development (90% Submittal)
With the City approved intersection layout BKF will start
Design Development phase of the project. A 90% level of
Design and Development Package will be prepared under
this task. This task will involve taking the necessary steps
to assess, balance, evaluate, coordinate and Integrate the
various project components, including the data gathered/
compiled in Task 1, standards and requirements, site
conditions in order to develop, achieve, and refined
the project's goal of pedestrian, bicycle, and vehicular
operations and safety at the intersection. The result
and deliverable of this first part of this task will be a
highly -coordinated and detailed updated, complete and
inclusive plans.
The following are several key design issues and
considerations:
✓ Minor Grading at Intersection
✓ Possible Existing Utilities Conflicts with Proposed
Traffic Signal Equipment, Poles, Cabinets and
Push Buttons
✓ Coordination with Utilities Agencies for Removal
or Relocation of Existing Facilities
✓ Coordination with Lodi Electric Utility for Possible
Electric Service to the Proposed
Traffic Signal System
2
r'h�)J(' ,v'•JL Ai i'k' )Af , 1-i 1I�BkF
P oposal - Ciu u1 Lodi Vita Road and Guild 4venne Tlaflit Signal and Lighting Protect 100'
BKF will essentially revisit the conceptual design
during this task and address any and all issues before
proceeding further with the project, and specifically the
PS&E.
As part of the 90% Design and Development Package, a
detailed engineer's estimate will be prepared to reflect
the design and construction details. Specific bid items
and precise quantities will be taken off, and directly linked
and supported by the City technical specifications
Task 3 Deliverables:
90% Design and Development Package Including,
Cover sheet for Construction Plans
Typical Cross Section Sheets
Layout Plan
• Traffic Signal Installation Plan, Including
Signal Layout Sheet and Pole Equipment and
Conductors Schedule
Signing and Striping Sheet
Project Specifications
Task 4 100% Construction Documentation
BKF will attend a meeting with the City staff to review the
90% Design and Development Package comments from
the City and Caltrans. BKF will revise plans, estimate and
specification per the City and Caltrans' comments and
make the submittal for PS&E bid package.
BKF will perform an in-house QA/QC review of the
documents submitted to the City. BKF's quality control
review for the 100% submittal will include the review of
the design package for compliance with the governing
jurisdictional standards and completeness. The review
will focus on ensuring that the plan elements are clearly
delineated. The different project sheets will present the
design in a common manner with no contradictions or
variances.
Task 4 Deliverables:
65% Design and Development Package Including,
Cover sheet for Construction Plans
Typical Cross section Sheets
Layout Plan
Grading Plan Constructions Details Sheet
Traffic Signal Installation Plan
Signing and Striping Sheet
Specifications
Updated Construction Cost Estimate and Bid List
task 5 Final Construction Documentation
(Bid Package)
For the Final Bid package, BKF will incorporate or resolve
any remaining comments received as a result of the 100%
submittal review. BKF will also conduct remaining site
investigations. It is crucial that the design engineers are
confident that existing field conditions have not changed
since inception of the project and are depicted accurately
in the bid -ready documents. Assumptions, In lieu of
verifications, are not acceptable; BKF will walk the site
with the final bid docs prior to submittal. All remaining
aspects of the design will be finalized in order to prepare
a complete, checked and bid -ready set of documents.
Schedules for utility relocations will be confirmed.
The construction cost estimate will be updated and
formatted to its final form. BKF will conduct a final
quality control review on all documents to ensure that all
design elements are thoroughly addressed prior to their
submission to the City.
Task 5 Deliverables:
Final 1@O% Construction Plans and
Technical Specifications
Final Construction Cost Estimate and Bid List
Task 6; As -Bulli Plans
With the red mark ups provided by the Contractor BKF
will prepare as-bulit plans for the project.
Task 6 Deliverables:
As -Built Plans in PDF and Cad Format
BMF I 3
Wry of LOd
71,11111.3 SIQIIV ana Lighting i3 Victor Rand 8174 %%Ad Avenue Inca rtacricn
_.oeir::SC.;h :� f�1:TV:tr2..t1A127. � •._ L: ^f ::'_ ,_g:'�vr tKa-M1 air.',n;
22MJJ1 SX47 =COO MEIEEMMEIMM
tI14120115
f
E haat B
117.11111111kax,a3 rmao
• 7,234.00
11414.041
• 4aa1AP
5 7.]13.00
i mac
$ 2a3J�
i ;2MJA
S 1_423. 6
Cere/s✓+srlse. togI 4 Ossa AS3kb
_
_
�,
3
Y 2
i---
---C C
_
Oman Svrrya Wept or w,erk basi stay
—
Ana 6=9 Lms-oes-—
1
.14=Cria
1
1
-
---
—
—
---
1
-- 3
I
_ . -
4
d
2
7
-
_
fa
tI14120115
f
E haat B
117.11111111kax,a3 rmao
• 7,234.00
11414.041
• 4aa1AP
5 7.]13.00
i mac
$ 2a3J�
i ;2MJA
S 1_423. 6
•.tri r: :r.•. rMirigNINEWErf
E+^7.ria j *JRC!'] r °Gnon
.7. t ,_• r.. ]Af6j { lry r� {S
City ofLod
Tank lag* ,d Lk/i Vigor Rand and Glad Avsnw lnt4-nwcilon
3753.60 STIMsa
eu►Hr Cbalartaa
rxs liur
nlInn (IOC71-. .y -.WC' p..- .'r - -•`.7
— . atikSt!%V , I
t c= :
113
1n111Ms 12ig= s r.s927a s 2.19200 $ s.3vaz0 ENI=M1 s mvsao
99800 i 7.111X0
4
rxemvna7rKBc.6nrylf
$4.1:011:12
;vecvb acre em
Priam 2e}ns, fReest.rag+vc Perv:9.
Mi•
pi
1.211 01
re'uA[C7 1Y-1..LL x01.;0 t7'Gi:a
d3�inla�atllmrAaac
1)8YasutAiiatbtar No ppeat rr.6salmfo Ye luded limas masa
ait. mtbploasisisledfrau Migeq ara
*Ta god dpapai O! inlets Odium mm Morbid *Win dielomY=UM Iva h Oma.
41Taism bppYr M¢IIa Isammed nit be pole/Ids pryomi.
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 Contractors operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Each Occurrence
$4,000,000 General Aggregate
2. 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.
3 PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS
$2,000,000 Each Occurrence
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 epecified in these insurance
requirements; or (11) 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 LODIt 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 protect that it is insuring.
(c) Waiver of Subroaatiort
Include a waiver of subrogation against the City of Lodl, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability,
Page 1 1 of 2 pages j Risk: rev.03 2016
Jneurance Requireme is for Contractor (continued)
(d) Limits of Coveraste
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 shalt 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) 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 Loth.
(f) Severability of Intergst 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.
Notiw of Cian5rellalipn 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 Plne St., Lodi,
CA 95240,
(g)
(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 fumish 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 Terni. 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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1°) 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 falls
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Slte 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(a)
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 tatters 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 Lodl, 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
1 Risk: rev_03.2016
!BKFIOOE
■ YEARS
ENGINEERS . SURVEYORS . PLANNERS
April 25, 2017
Dorothy Kam
Associate Traffic Engineer
City of Lodi
221 W. Pine Street Lodi, CA 95240
Exhibit 2
Subject: Proposal for Additional Design Services for Victor Road and Guild
Avenue Traffic Signal and Lighting Project
Dear Ms. Kam:
BKF Engineers (BKF) is submitting this extra work service request for civil engineering work regarding the Victor
Road and Guild Avenue Traffic Signal and Lighting Project. To arrive at the estimated effort required for the Work,
we have outlined a proposed scope of service and associated level of effort fee based on the required Work.
I. BACKGROUND
The basis of this extra work service request is as follows:
Per the pre- encroachment submittal meeting with Caltrans, dated March 28, 2017, Caltrans requires the
following two tasks to be performed as part of the permit process,
• Task 1, ICE (Intersection Control Evaluation)
• Task 2, PEER(Permit Engineering Evaluation Report)
Both tasks are not defined in the City's original Request for Proposal for the subjected project and therefore are
not covered under BKF's fee proposal submitted to the City on Septemberl5, 2016.
II. PROJECT SCOPE OF WORK & EFFORT
Task 1— ICE (Intersection Control Evaluation)
Two steps process, 1)Assessment / Screening and 2)Engineering Analysis, is typically required by but Caltrans
indicated during the meeting only step 1 would be required for this project since the existing right of way
constrains and heavy truck traffic along HWY 12. Caltrans also required the ICE be part of traffic study for this
project therefore Kittelson will provide the analysis with an exhibit showing right of constrains.
Estimate Fee Cost: $1,000
Task 2 — PEER(Permit Engineering Evaluation Report)
BKF will prepare the PEER per Caltrans standards. BKF will also address Caltrans comments to obtain Caltrans
approval on the PEER.
Estimate Fee Cost: $2,000
4670 Willow Road, Suite 250, Pleasanton, CA 94588 1 925.396.7700
BKF100+
Fr.
YEARS
ENGINEERS. SURVEYORS. PLANNERS
SUMMARY
BKF proposes to provide the work described in the above Project Scope of Work & Effort for an estimated not to
exceed fee of $3,000. And these additional tasks would not require contract extension. Should any additional
services be requested or required which are not included in our Scope of Work above, we will prepare a letter for
additional service and fee and forward it to you for approval and processing prior to executing any additional
work task. All fees, including our base services and additional work, shall be paid on a time and material basis in
accordance with our schedule of Professional Personnel Service Fees expiring on December 31, 2017 which is
attached for reference.
Very truly yours,
BKF ENGINEERS
ids
Jeff Wang, PE
Associate / Project Manager
Page 2 of 2
RESOLUTION NO. 2018-205
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE CONTRACT EXTENSION
NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT
WITH BKF ENGINEERS, OF PLEASANTON, FOR
GUILD AVENUE AND VICTOR ROAD INTERSECTION
TRAFFIC SIGNAL AND LIGHTING DESIGN SERVICES
WHEREAS, on November 2, 2016, City Council authorized a Professional Services
Agreement with BKF Engineers, of Pleasanton, for the design of the Guild Avenue and
Victor Road Intersection signal and lighting improvements; and
WHEREAS, the scope of work includes preliminary engineering, alternative geometric
designs for the closely -spaced Lockeford Street and Guild Avenue intersection, coordination
with Caltrans, and final plans and specifications; and
WHEREAS, staff recommends authorizing the City Manager to execute Contract
Extension No. 1 to the Professional Services Agreement with BKF Engineers, of Pleasanton, for
Guild Avenue and Victor Road intersection traffic signal and lighting design services.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Contract Extension No. 1 to the Professional Services
Agreement with BKF Engineers, of Pleasanton, California, for Guild Avenue and Victor Road
intersection traffic signal and lighting design services, extending the term of the Agreement
through June 30, 2019, within the existing contract amount of $38,484.
Dated: November 7, 2018
I hereby certify that Resolution No. 2018-205 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 7, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
-Thpnr-75--AA,0".4
NIFER T. FERRAIOLO
City Clerk
2018-205