HomeMy WebLinkAboutAgenda Report - May 3, 2023 H-01CITY OF
00,0 Z
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM H40 I
AGENDA TITLE: Adopt Resolution Awarding Contract for Tony Zupo Field Grandstand Seating & Press
Box Replacement Improvements Project to AM Stephens Construction, Inc., of Lodi
($4,054,031); Authorize City Manager to Execute Change Orders ($300,000); Authorize
City Manager to Execute Amendment No. 3 to Professional Services Agreement with
WMB Architects, Inc. ($29,840); and Appropriate Funds ($2,447,534)
MEETING DATE:
PREPARED BY:
May 3, 2023
Public Works Director
RECOMMENDED ACTION: Adopt Resolution Awarding Contract for Tony Zupo Field Grandstand
Seating & Press Box Replacement Improvements Project to AM Stephens
Construction, Inc., of Lodi ($4,054,031); Authorize City Manager to
Execute Change Orders ($300,000); Authorize City Manager to Execute Amendment No. 3 to Professional
Services Agreement with WMB Architects, Inc. ($29,840); and Appropriate Funds ($2,447,534).
BACKGROUND INFORMATION: Tony Zupo Field was damaged by an arson fire in September 2019. On
January 19, 2022 Council approved a Professional Services Agreement
with WMB Architects, Inc., of Stockton to perform the design services. The
design services included a project site survey, project design and project bidding support services for the
construction of new grandstands, dugouts, bullpen areas, and associated Americans With Disabilities Act
Improvements (ADA). City staff has worked with WMB Architects to complete the design, permit and bid
documents.
Originally constructed in 1924 as Lawrence Park, the baseball field was dedicated as Tony Zupo Field in 1986.
This project includes new ADA compliant grandstands, dugouts, bullpens, and paths of travel to bring the facility
to current Building and ADA Code requirements. The current project schedule would enable opening day 2024
to occur in the Centennial year of the park.
Staff is requesting to execute Amendment No. 3 to the Professional Services Agreement with WMB Architects,
Inc., to provide construction support services in the amount of $29,840.00.
City staff is working with our insurance carrier on a mutually agreeable settlement. Staff is also working with the
contractor and architects to determine Value Engineering concepts that create savings but do not alter the
design intent of the project.
The plans and specifications for this project were approved on February 1, 2023 and publicly advertised as
required. The City received the following bid for this project on March 30, 2023:
Above/(Below)
Bidder Location Bid Engineer's Estimate
Engineer's Estimate $3,664,947.00
A.M. Stephens Construction Lodi $4,054,030.59 $389,083.59.00
Staff recommends Awarding Contract for Tony Zupo Field Grandstand Seating & Press Box Replacement
Improvements Project to AM Stephens Construction, Inc., of Lodi ($4,054,031); Authorizing City Manager to
APPROVED:
Stephen Schwabauer, City Manager
Y:\Shared\cityclerkWgenda\2023\05 03.23\PW - Zupo Field\C award Zupo Grandstand AK SS docx
4/28/2023
Adopt Resolution Approving Plans and Awarding Contract for Tony Zupo Field Grandstand Seating & Press Box Replacement Improvements Project to A.M. Stephens
Construction, Inc., of Lodi ($4,054,031); Authorize City Manager to Execute Change Orders ($300,000); Authorize City Manager to Execute Amendment No 3 to Professional
Services Agreement with WMB Architects, Inc ($29,840); and Appropriate Funds ($2,447,534)
May 3, 2023
Page 2
Execute Change Orders ($300,000); Authorizing City Manager to Execute Amendment No. 3 to Professional
Services Agreement with WMB Architects ($29,840); and Appropriate Funds ($2,447,534).
FISCAL IMPACT: This project will replace the fire damaged structures and bring the facility to
current ADA code Compliance. The total cost to complete the project with this
contract award and necessary staff time is estimated to be $4,575,230.82.
Existing appropriations are available in the amount of $2,127,697.35 in the Fiscal Year 2022-23 budget. An
additional estimate of $2,447,533.47 is necessary to complete the project. Staff is requesting an additional
$2,447,533.47 in appropriations from the Parks Capital fund to complete the project and award the contract.
These additional appropriations are anticipated to be fully reimbursed by insurance settlement so there is no net
impact to existing capital funds from this action.
Staff anticipates the combined insurance settlement and existing appropriations may be larger than the amount
necessary to finish the project, which would free up additional funds for future parks projects. The final
insurance settlement will not be known until June, which is past the current contract -bidding period.
There is no requirement that the insurance settlement or existing Parks Capital appropriations be used for Zupo
Field. The only restricted funding on the project is $750,000 secured from a state grant for the reconstruction of
Zupo Field. In addition, the estimated settlement includes code compliance improvements that are funded if the
City replaces the damaged field with a like field. The City has the option to accept the payout on the actual
cash value of the loss and use those funds for any purpose. That amount is $389,818.30, approximately $2.1
million less than the estimated settlement to construct the field, including code upgrades, as shown. Should the
Council elect not to move forward with Zupo reconstruction as presented, approximately $1.8 million would be
available to reprogram towards any parks project including a potentially revisioned Zupo Field.
FUNDING AVAILABLE Additional appropriations requested are funded by an insurance settlement. The
settlement will be booked into the General Liability account and transferred out to
Parks Capital for spending on the project.
Source of Funding:
66000000-57701 Damage to Property $2,447,533.47
66025000-76220 Operating Transfer Out $2,447,533.47
43200000-50001 Operating Transfer In $2,447,533.47
Project Level Funding after recommended action:
Budgeted Fiscal Year 2022-2023
PKCP-2204 Internal Labor: $ 30,000.00
PKCP-2204 Materials: $ 250,000.00
PKCP-2204 Contracts: $ 825,257.35
PKCP-2204 General Liability $1,022,440.00
Requested Appropriation:
PKCP-2204 Contracts (43299000.77020)
11011r -11W
$2,447,533.47
$4,575,230.82
Y:\Shared\cityclerk\Agenda\2023\05.03.23\PW - Zupo Field\C award Zupo Grandstand.AK.SS.docx 4/28/2023
Adopt Resolution Approving Plans and Awarding Contract for Tony Zupo Field Grandstand Seating & Press Box Replacement Improvements Project to A.M. Stephens
Construction, Inc., of Lodi ($4,054,031); Authorize City Manager to Execute Change Orders ($300,000); Authorize City Manager to Execute Amendment No. 3 to Professional
Services Agreement with WMB Architects, Inc. ($29,840); and Appropriate Funds ($2,447,534)
May 3, 2023
Page 2
Andrew KeV5 fAor 2A, 20230:36 PATI
Andrew Keys
Deputy City Manager/Internal Services Director
dLfta2
Charbe5wlmlr- A r h12308;APDT)
Charles E. Swimley, Jr.
Public Works Director
�
51r,f Vi i f,i C11In In•an :ry [Apr 19, �Qi3 ❑6;18 PEI
Christina Jaromay
Parks, Recreation and Cultural Services Director
Prepared by Gary Wiman, Construction Project Manager
CES/GRW/cd
Attachment
Cc: Public Works Management Analyst WMB Architects
PRCS Management Analyst AM Stephens Construction, Inc.
Y:\Shared\cityclerk\Agenda\2023\05.03.23\PW - Zupo Field\C award Zupo Grandstand AK SS.docx 4/28/2023
CITY OF LODI
ZUPO FIELD GRANDSTAND SEATING & PRESS BOX REPLACEMENT CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as
the "City," and A.M. STEPHENS CONSTRUCTION CO., INC., a California corporation, herein referred
to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do covenant
and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated herein by this
reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Specifications
Bid Proposal
Contract
Contract Bonds
Plans
City of Lodi Standard Plans and Specifications
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to
be made and performed by the City and under the condition expressed in the two bonds bearing even
date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's
cost and expense, to do all the work and furnish all the materials except such as are mentioned in the
specifications to be furnished by the City, necessary to construct and complete in a good workmanlike
and substantial manner and to the satisfaction of the City the proposed improvements as shown and
described in the Contract Documents which are hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby
employ, the Contractor to provide all materials and services not supplied by the City and to do the
work according to the terms and conditions for the price herein, and hereby contracts to pay the same
as set forth in Section 5, Clause 65 "Payment," of the General Provisions, in the manner and upon the
conditions above set forth; and the said parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance of the covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of
the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and
other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay,
apprenticeship or other training programs. The responsibility for compliance with these Labor Code
requirements is on the prime contractor.
Page 1
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced in this
agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action
of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered
in the prosecution of the work until its acceptance by the City, and for all risks of every description
connected with the work; also for all expenses incurred by or in consequence of the suspension or
discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the
manner and according to the Plans and Contract Documents and the requirements of the Engineer
under them, to -wit:
Include furnishing all labor, material, tax, equipment, and services necessary for the construction and
completion of the White Slough Water Pollution Control Facility Electrical Building & Related
Improvements, and associated improvements. Project Documents on file with the Director of Public Works,
City Hall, 221 W. Pine Street, Lodi.
See Division 01200 "Measurement And Payment" for a general description of Bid Items
CONTRACT ITEMS
Item
No.
Description
Unit
LS
LS
LS
LS
LS
LF
LF
LF
LF
LF
EA
LS
LF
Quantity
1
1
1
1
1
186
114
108
136
477
11
1
40
Unit Price Total Price
$ 60,000.00 $ 60,000.00
$ 91,270.00 $ 91,270.00
$ 86,012.00 $ 86,012.00
$ 13,800.00 $ 13,800.00
$ 1,070,222.00 $ 1,070,222.00
$ 1,044.75 $ 194,323.50
$ 128.00 $ 14,592.00
$ 69.00 $ 7,452.00
$ 108.10 $ 14,701.60
$ 155.25 $ 74,054.25
$ 4,255.00 $ 46,805.00
$ 188,318.00 $ 188,318.00
$ 378.35 $ 15,134.00
1-
Bonds & Insurance
2.
Mobilization/Demobilization
3.
Demolition on Park site
Demolition off-site Public way
4.
5-
Grandstand & Press Box
6.
Retaining Wall
7.
5" Channel Drain near backstop
8.
4" Storm Drain
10" Storm Drain
12" Storm Drain on Park site
9.
10.
11,
Storm Drain Catch Basin
12,
Storm Pump Station
13.
6" Storm Force Main
14.
Storm Drain Manhole
LS
1
$
11,500.00
$
11,500.00
15.
12" Storm Drain Washington Street
LF
55
$
$
$
$
$
525.35 $
230,020.00 j $
74,785.00 $
1,009.75 $
14.35 $
28,894.25
460,040.00
149,570.00
125,209.00
40,180.00
16.
Dugout
EA
2
17,
Bullpen
EA
2
18.
Backstop CMU wall and pads
3" thick "rat slab" under
Grandstands
LF
124
19.
SF
2,800
Page 2
Item
No. Description
Unit Quantity Unit Price Total Price
20.
Donor Wall J_LS
1
$ 71,530.00
$ 71,530.00
21. Flatwork between backstop and
Grandstand SF
22. On-site Concrete flatwork SF
870
$ 25.35
$ 22,054.50
12,650
$ 16.96
$ 214,544.00
$ 31,969.14
$ 94,215.15
23.
On-site 6' wide ADA Walkway SF
1,442
$ 22.17
24
7' high wrought iron fence including
18" wide X 4" thick mow strip
LF
405
$ 232.63 i
25
4' Wrought Iron gate
EA
1
$ 15,835.50
$ 15,835.50
26
12' wrought iron double slide gate
EA
1
$ 24,449.00
$ 24,449.00
27
16' wrought iron double slide gate
EA
2
$ 25,012.50
$ 50,025.00
28
Lawrence Ave 7' wide sidewalk
SF
1,568
$ 12.25
$ 19,208.00
29
Lawrence Ave Curb & Gutter
LF
224
$ 97.55
$ 21,851.20
30
Lawrence Ave 16' wide driveway
EA
1
$ 12,360.00
$ 12,360.00
31
Washington Street T wide sidewalk
SF
3,708
$ 12.00
$ 44,496.00
32
Washington Street Curb & Gutter
Washington St 16' wide driveway
LF
412
$ 84.70
$ 34,896.40
$ 22,400.00
33
EA
2
$ 11,200.00
34
10' wide x 10' high chain link double
swing gate w/18' wide mow strip
EA
1
$ 7,927.00
$ 7,927.00
35
8' no -climb chain link fence at Pump
Station
LF
32
$ 387.55
$ 12,401.60
36
4' wide no -climb chain link man gate
EA
1
$ 3,760.50
$ 3,760.50
37
12' no -climb chain link double swing
gate
EA
1
$ 9,386.00
$ 9,386.00
$ 100,000.00
$ 403,000.00
38
Paint existing field lighting poles
ALW
1
$ 100,000.00
39
Electrical Work
All other items Not included in Bid
items 1— 39.
LS
1
$ 403,000.00
40
LS
1
$ 145,644.00
$ 145,644.00
Total Contract Amount (Items 1-40) $ 4 QL4 030.59
Page 3
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of
Section 3700 of the Labor Code, which requires every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of the work of this contract.
ARTICLE Vl - It is further expressly agreed by and between the parties hereto that, should there be
any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this
instrument shall control and nothing herein shall be considered as an acceptance of the said terms of
said proposal conflicting herewith.
ARTICLE VI I - The City is to furnish the necessary rights-of-way and easements and to establish lines
and grades for the work as specified under the Special Provisions. All labor or materials not mentioned
specifically as being done by the City will be supplied by the Contractor to accomplish the work as
outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar
days after the City Manager has executed the contract or the date stipulated in the Notice to Proceed
and to diligently prosecute to completion of Phase 2 (all contract work) within 240 CALENDAR DAYS.
ARTICLE IX- State of California Senate Bill 854 requires the following
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code
section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
ARTICLE X - Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement may be executed in
one or more counterparts, each of which will be deemed to be an original copy and all of which, when
taken together, will be deemed to constitute one and the same agreement or document, and will be
effective when counterparts have been signed by each of the parties and delivered to the other
parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties
included in this Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated
hereby, bearing an original manual or electronic signature by facsimile transmission (including a
facsimile delivered via the Internet), by electronic mail in "portable document format" (".pdf') or similar
format intended to preserve the original graphic and pictorial appearance of a document, or through
the use of electronic signature software will have the same effect as physical delivery of the paper
document bearing an original signature.
Page 4
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO
PAY THE CITY LIQUIDATED DAMAGES of $3,000.00 PER DAY AS SET FORTH CONTRACT
PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE
AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and
date written below.
CONTRACTOR: CITY OF LODI, a municipal corporation
LIM
Title
By:
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
Olivia Nashed
City Clerk
(CORPORATE SEAL) Approved As To Form:
JANICE D. MAGDICH
City Attorney
Page 5
AMENDMENT NO. 3
WMB ARCHITECTS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2023, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and WMB ARCHITECTS, INC., a California corporation (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
February 3, 2022, Amendment No. 1 on August 23, 2022, and Amendment No. 2 on October
17, 2022 (collectively, the "Agreement'), as set forth in Exhibit 1, attached hereto and made
part of; and
2. WHEREAS, CITY requests to increase the fees by an amount not -to -exceed $29,840, for a
total not -to -exceed amount of $93,770 and amend the Scope of Services, as set forth in
Exhibit 2, attached hereto and made a part of; and
3. WHEREAS, CITY requests to extend the term of the Agreement through June 30, 2024; 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. 3 on
the date and year first above written.
CITY OF LODI, a municipal corporation WMB ARCHITECTS, INC., a California corporation
hereinabove called "CITY" hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
�Q
Name: MELANIE VIEUX
Title: Principal Architect
Exhibit 1
to Amendment No. 3
AMENDMENT NO. 2
WMB ARCHITECTS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS ADMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this Jay of UkV' , 2022, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY'), and WMB ARCHITECTS, INC., a California corporation (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
February 3, 2022, and Amendment No. 1 on August 23, 2022 (collectively, the "Agreement"),
as set forth in Exhibit 1, attached hereto and made part of, and
2. WHEREAS, CITY requests to increase the fees by an amount not -to -exceed $9,250, for a total
not -to -exceed amount of $63,930 and amend the Scope of Services, as set forth in Exhibit 2,
attached hereto and made a part of, and
3. 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. 2 on
the date and year first above written.
CITY OF LODI, a municipal corporation
hereinabove called "CITY"
�ai�ii•_ �� rl�
Attest:
OLIVIA NASHED, City Clerk
Approved as to Form:
,3A IG D. AGDICH, City Attorney
WMB ARCHITECTS, INC., a California corporation
hereinabove called "CONTRACTOR"
Name: MELANIE VIEU
Title: Principal Architect
EXHIBIT 1
AMENDMENT NO. 1
WMB ARCHITECTS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this 23gday off- , 2022, by and between the CITY OF LODI. a municipal
corporation (hereinafter "CITY"), an WMB ARCHITECTS, INC., a Caiifomia corporation (hereinafter
"CONTRACTOR-).
IW TNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
February 3, 2022 (the "Agreement), as set forth in Exhibit 1, attached hereto and made part
of; and
2. WHEREAS, CITY requests to increase the fees by an amount not-to-e=eed $8,600, for a total
not -to -exceed amount of $.54,580 and amend the Scope of Services, as set forth in Exhibit 2,
attached hereto and made a part of, and
3. WHEREAS, CITY requested to extend the tern of the Agreement through December 31,
2022; 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'
ri irE
TUnager
Attest:
OLIVIA NASHED, City Clerk
Approved as to Form:
J !CE D. M GDICH, City Attorney
WMB ARCHITECTS, INC., a California
corporation
hereinabove called "CONTRACTOR"
Name: MELANII- VIELI
Title: Principal Architect
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties 17ebrvar y 3
THIS AGREEMENT is entered into an Janus , 2022, by and between the
CITY OF LOU, a municipal corporation (hereinafter CITY"), and WMB ARCHITECTS,
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 Zupo Field Fire
Restoration Project Design Services (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 5cope of SsCvices
CONTRACTOR, for the benefit and at the diredion of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.Z Time For Comrrsencement and Completion of Werk
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 an 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 projed shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of Gad, etc., shall not be counted. CONTRACTOR shall
I
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section U Meeting
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 princiipal& 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 5uhcantracts
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 To=
The term of this Agreement commences on January 20, 2022 and terminates
upon the completion of the Scope of Services or on July 20, 2022, whichever occurs
first.
2
ARTICLE 3
COMPENSATION
Section 3.1 ComAensation
CONTRACTOR's compensation for all work under thls 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 Au d iti nq
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
nodded 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 AAA Cam liance
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.
Seatfon 4.3 indernnificatian and Responsibility, for Damap
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 attomey's fees and costs), arising out of peRonnance 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� PersonaE �iabiliiY
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 4.6 Res onsibilit 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 Reauiremenis 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.
Saction 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: Gary Wiman
To CONTRACTOR: WMB Architects, Inc.
5757 Pacific Ave, Ste 226
Stockton, CA 95207
Attn: Melanie Vieux
Section 4.9 Coo enation 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 Em Ea ee 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 most 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 shag 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 Cgnfidemtialit
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 AApiicable Law, Jurisdiction, Severability, anr! 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 Sen Joaquin County
Superior Court.
6
Section 4.14 CitV Business License eaquirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.021)
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 Integ ration and Modification
This Agreement represents the entire understanding of CRY 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 5evera6ilit
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 pwnershi of pocuments
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 AutfroriV
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.
Section 4.22 Counterparts and Electronic 5i natures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties Included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf") or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
8
IN WITNEss WHEREDF, CITY and CONTRACTOR have executed thlo
AOle nwnl as of the deb flat a11awo w. n.
ATTEST.
4ENNg
f�.s�'t,.srfrzrt C�� �K
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LORI, a munldpol corporallon
Steve Schwabauer
STEPHEN SCHWABAUER
City Manager
WMB ARCHITECTS, INC.
a CallfomlS corporation
BY
<5_�nie Vieux
Am TWa; Principal Architect, CA Licerm SC30857
Attadlmenb:
ExhbN A -!cope of 11111AMIMS
ExhW 0 -Fee FM9oaal
Exhibit C-Ineumnco Requbsmonto
Exhbh D-F"ars1 Transit Furtding Ccndltleee (If applleaare1
Funding Source: Parks CA Hal- Zu 0 Field Improvement- PKCP-220Q4.Contrac�a
Iausinraa Unft i AcwYnt Ha.)
Doc
IO:Nal/A1cvcONM%puhwks$%WPIPROJECTSipSA'a12M%YWAB%20ArddMdalP5A%W MB%20AMNtoW
doe
CAdlevel, lots
9
Exlu'bIt AIB
0
WMB ARCHITECTS
PROPOSAL OF SERVICES
Project Zupo Field Grandstand! Seating i Press HICK
Client City of loth Public Works / Parks I4 Recreation
Project 0 21.019
December 20, 2021
DESCRIPTION OF THE PROJECT
New dugout, bullpen areas, and site amenities to replace existing structures damaged by fire.
Coordination of owner -provided grandstand and press box.
SCOPE OF SERVICES SUMMARY
The scope of services includes:
Task 1— Design Development
Task 2— Construction Documents
Task 3 — Permitting
The proposal includes services of the foIIowing disc 1plimes.
Architecture- WMBArch Rect51nc- Stockton 1 5acramento
Structural Engineering - mnraffarl Eng'neering Inc. • Makdesto
Electrical Engineering - HCS Engfr*ering Inc. - Stockton
SCOPE OF SERVICES
Tact i Design Dlevelopsnent
1.1 Distribute preliminary CAD site plan to design team.
1.2 Conduct a design team meeting atthe site for verification of existing conditions and review of
the proposed site and building design plans.
1.3 Conduct building code compliance evaluation.
1.4 Prepare outline specifications for building systems.
Task 2 construction Documents
2.1 Prepare 90% Construction Documents inciudine drawings, specifications and calculations as
required for obtaining County construction permits and for bidding and constructing the
projects.
2.2 Schedule and conduct internal design team meetings.
2.3 Prepare final finishes design For finish materials and color palettes.
2.4 Complete Title 24 Energy Performance Calcuiatinns'or lighting/power systems,
December 20, 202t
2.5 Coordinate final bank specifications for buddins systems.
16 Provide Client 90% Completion plans set documents for review. Conduct an internal quality
contra review of all documents. Dist rIbUte all rev lew comments to team for ccardinatio n and
development of 100% drawings.
2.7 Prepare 100%construction documents—drawings, specifications and calculatlons-for
permitting.
2.8 Present the final construrtlan documents to the Client.
Deliverables:
A. Project Anticipated Architectural Deliverables:
a. Title sheet /Code compliance Documentation
b. Cal Green Compliance CheckCst
c. Accessibility Compliance Plan and Vetolis
d. Architectural Site Plan and coordination of Site Details
e. Architectural Plans and Detalls for two (2) new dugouts and bulipen areas
f. Door Hardware & Rnish Schedules
g. Archftectura/Specificatians to supplement city of Lodi Specrificotions
B. Anticipated Structural Defiverables:
a. Structural Plans and Details for two (2) new dugouts and bullpen areas
b. Structural Plans and Detailsfor retaining wall, backstop, and fencing
c, Struduraf Notes and Calculations
C Anticipated Electrical Defiverdbles
o. Electrical Site Plan
b. Power and Lighting Plans for two (2) new dugouts and bullpen areas
c. One Line Diagram, PanelSchedules and Details
d. Electrical Details
e. Title 24 Compliance Documents
Task 3 Permitting
3.1 Prepare construction document drawings, specifications and calculations required for City of
Lodi Building Departrnent permit submittal_
3.2 Prepare permit application, and submit document sets for permitting.
33 Retrieve plan revlew comments; distribute comments and plan sets to design team,
3.4 Provide written responses to plan review comments: moddy documentation as required.
3.5 Resubmit documents and responses to the Building Depatment
Deliverobler
A. Building Department applications and Construction Documents; 1009 Drawings,
specifications and calculations required forsubmittal.
B. Review comment modifications to drawings, calculations and specifications as
required; prepare review comment response letters for all disciplines.
Only services 513ecificall described above are included in this ra ❑ al. All other tasks are considered
Additional Services and are subject to a Change in Scope.
Page 2
December 20, 2021
CLIENT'S RESPONSIBILITIES
The following areas are to be the responsibility of and paid for by the Client:
Oeslgnatea representative authorized to ad in the CI?en:'s behalf with respect to the project.
pay all jurlsdlctIona I and utllfty agency costs and fees required for permit approval and
inspection.
Separately contract and pay for all testing and speclal inspections of the project construction as
required by the eullding Code and the jurMictfonal agendes.
PROTECT SCHEDULE
This proposal was developed with the attached schedule timeframe assumptions:
Task 2 Design Development 1,2 weeks —
Task3 Construction Documents 3-4weeks
Task 4 /ermitU
Pne 3
December 20, 2021
FEEPROP03AL
WMB will provide these services for a Fixed Professional Services Fee of $45,380, as itemized by task
and discipline below.
Reimbursable expenses, estimated at $SDO, are in addition to the fee and will be billed as incurred at
cost plus 10 percent.
PMg S
7-960
S
1.750
S 1.000 111115
5 710
OOCUMENT5 S
17.120
S
10.500
5 JJ= S
30.E
S
5,400
S
2.750
J900 5
9.030
S
$
$
Tam
SUPPORT S
S
S--L-mm
S
25.480
S
15.000
S 4,900
PROPOSED CONTRACT VALUE 5 45,880
Invoices shall be rendered monthly in proportion to the amount of services completed.
Reimbursable expenses include costs incurred by the Architect, the Architect's employees and
Consultants directly related to the Project including but not limited to out-of-town mileage, printl ng,
reproductions, plats, renderings, and pastage /shippIng. Printing of drawing sets and associated
documents required fpr permit appiicatic: n and backcheck resubmittals is nat induded in the
Reimbursable Mcwance above. It is assumed that Bid documents will be distributed elertrorically;
printing of Bid Documents Is notinduded in the Reimbursable Allowance above.
if additional services are required beyond the Scope of Services described above, a Change In Project
Scope agreement will be prepared and submitted for the Client's authorization priorto the performance
of Additional Services.
The terms 0f this proposal ore voltd for 90 days
LIMB Architects. Inc.
h'%Jp,,eee All/
Melanie Vieux
Principal Architect I CA License C 30857
PROPOSAL OF SERVICES i CITY OF LODI -ZUPO FIELD I PROIECTx Z1-08 Page
Not to Exceed $45 880
December 20, 2021
0
WMB ARCHITECTS
Stockton I Sacramento
Schedule of Mourly Rates
WMB ARCHITECTS INC.
$200
Senior Princlpal Architect
$260
Principal Architect
$1
Project Architect
40
$1 0
Architect II
$1330
Architect 1
$120
Designer
$100
BIM Technician
$75
Administrative Support
App CONSULTANTS NoLmL r NATO
REIMBURSABLE EXPENSE RATES
Reimbursable expenses are billed at cost + 10%.
Out-of-town mSeage is billed at the current IRS rate.
it Is anttcipated that all permit application fees wig be paid directly by the Client. If requested.
advanced payment of permit fees by WM6 Architects an behalf of the Ciientwill include a 1ST
administrative fee.
Page 5
EXHIBIT C
NOTE: The Clfy of Lodi is now using rhe ar irle insure rrca- prognm r'INS Aova nrage- Once you nave been awarded a
con&Set you wfilreeetve as @moll from the CIVs ongne insurance program requesting you to forward the emaff to your
irrsura►lce provfWs) to sybmtt the required Insurance docurrlenitWon eleetro111100y
Insurance Re ufremente fur Qesl n Profeaslanats- ArchllectslEn fna@rs_
Contractor shall procure and maintain for the duration o`lhe contract insurance against claims for injuries to persons or damages
to property which may arise from or n connection with the performance of the work hereunder and the results of that work by :ho
Conuactcr, his agents, representatives, employees or s0ccritractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial Ge eiraf LfabllICY (CGL): Insurance Serv}ces Office Farm CG 00 01 covering CGL anan'occurrence"basis. including
rad and Com led a rations property damage, bodily injury and personal 3 advertising injury with limits no less than
=7,000,0110 par Occurrence. Il a general aggregate emit applies, either the general aggregate limit shall apply scparetaty to 11115
prajecllbpt an (ISO CC 25 03 or 25 g4) or theaenaral daareaate limit slimit shOtl pO tvnae the reSLuirgd a urrence .
2_ Automobile Liability: ISO Farm Number CA 00 01 covering any auto or if Contractor has no awned autos, then hired, and nen-
owned autos with Emit no less than $1,000,000 per accident hu bodily injury and property damage.
3. Workers' Compensation: as required by the Slate of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than 11,000,000 per accident for bodily Injury or disease.
4. Proleasional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limits not less than
$2,000,000 per occurrence or claim.
Other Mau mnco Prgvizio s'
(a) Addilicrrat N- ed tnsured Status
The City of Lodi, tis elected and appointed boards, cum nr ions. officers. agents. employees, and vOlumeers are to to covered
as additional insureds an the CGL and auto policy with rospect 10 liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment rumkshed in conn ion with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's ins urdnM (at least as broad as ISO Form
CG 20 10 I I a5 a if not avaitabre, through the addition of both CG 2[Ila, CC 26 26, CO 20 33, or CC 20 3a: and CG 20 37 1 a
later edition is used
(b) Prim and N n• n nbIn r nC Endomens
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any clams related to this contract, the Contractor's insurance coverage shoji be primary coverage at feast as broad as ISO CG
20 01 04 13 as raspects Iha Entity. its officers, officials, employees, and volunteers. Any insurance or setfknsurance maintain ad
by the Entity. its officers, officials. emp'ayees, or volunteers Shall be excess of the Co r.tractoris insurance and shall not Contribute
with it.
(c) waiver of ation Contractor hereby grants to City of Lcd a waiver Of any fight to subnogatian which any insurer of saib
Contractor may acquire against the City of Lodi by virtue of the payment Of any loss under such insurance, Contractor agrees to
abta i n any endorsement that may be necessary to affect this waiver orsubrogaiion. but this provision appIles M90roles s of whether
or nos the City of Lodi has received a waiver of submgalion endorsement from the Insurer
NOTE: (1) The street address of the 91IY-QEJJ2QLmust be shown along with (a) and (b) and (c) above: 221 West Pine Street.
Lodi, California, 95240: (2) The insurance certificate must state, an its face or as an endorsement, a description of therD oiect
that it is insuring.
(d) SavMrability of interest Clyu
The term insured' it used severally and not collectively, but the Inclusion heroin 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 Ifablity policies.
(e) NOlice of C ncetle ion w Cban o ,n Cave rDoo t:nd ac nl
This pokey may not be canceled nor the coverage reducad by the company withmt 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manages Gry of Lcdi, 221 West Pine SL: Lodi, CA 95240.
Page 1lot 2 pages
Risk: rev. 3/1/2016
.^� ._. __ ..
(� Cnitinu;ivof Cn�;ulq
All poliefea shall be In affect on a before Oho fi day of the Term of this AgreemenL At leasI Ihtrty (3 DI days pilar b the expire Yon
of each Inaunutceact Icy, Ccrilrador shati fumfeh 8Willlcato(s) showing that a navior axleaded policy has teen obwined which
meals the minknwa requlramanIs of this Agesemen1. canhacior ahatf provide proof or ccriUnuing insurance on at Is mat an annual
bases du* the Term, If Contret:iors Insuranca fepaesor isdlscononIto d for any reason. CcntreclorshaRlmmad ialely notify the
CIry and (mmedle tely ob rein replacement Insurance- CoritraclofagIves and stipulates In at anyfnsurancecavorago provided Io the
City o Lodi shell provida for a deems period rolloyring termination of coverage which in a feast conalstent rrlh the dafms ponied or
ste to IRS of ifm11a11br1 ; found In the CON mea 'fart Claims Act (Cflfarnfe Gmammenr Coda Sacllon 810 at sea. 1.
(9) f P - r tCZ-2�
If Contractorfalfs or rokooa to obtain end maln"fn 1ha required !nsuranca, or leas to provide proof of covarege, duo Cay may obtafn
the fasuran cc. Conlradarshal I reimburse the Cfly torpremiums paid, with in Le re at on Vie premium paldbylhe City at Ihamezlmum
allowable lag sl rate than in effect In CafifomIa. The City shalt notify Ccntrac(or of such 13oyment of premluma Mlhln MOrty (30) days
of payment stating the ameuntpa)d, the name(s) of Jho insurer(s), and rateof fnteresl. Co<nracIarShall City such relmbursemanl
and Inlareat on iha first (let) day of the month folic Wng the City's natka. Nohwlthstanding any other provilIgn of this Agreemont,
If Con lraclot foils or refuSOS i0 abfaln all mafmain insurance as mquked by This agreemant, or rags to prnvfds proof al insurance.
the CItymay tormIrete rhea Agreement upon Such breach. Upon such terminstlon, Conlrector shaft fmmedtatety cease us of No
alto or fadllaaa and commence and dil penny pursue, Na remoyal of any and all of Its personal property from the Ills of faclINE s•
(h) VarL ca2c-,1-'S& v r+nyo
Consultant shelf furnlah Ne 0 l wilh a copy of tha pollcy deciaradan and andorsament pago(s), original certlfcafes and
ams ndatoryandorsamanIs orcopfes of the appitcabto policy tonguags enacting coverage requtred by this dauso. WI caril;cshis.
and endmamenlo are to be received and approvad by the City bo rare workcommen ces. Novravar, f28ura to obtain (hs requ]rad
documents prior to the work beg tnnIng aha 11 not waive the ConsutlanI s obllgaUSn to provide them. The Cily reserves Na right to
requke complete, certified capias of all requIre dlnsurence polices, Induding andor8emanls required byIheaespedficalWfts. at
anytime. Fs hu r• to exorcho thio right: ahelI rtot con atiluto a waIva r of 11h Cltye right to oxerclso atter the affect Iva
Qsfa
(I) 5rff-insueed RgTenifons
Self -Insured retenlons muat be dacfam 1e, and approvoa by Na City, The City may regsfre the Consullanf To provide proof of ablilly
to paylooses and related irsvestiRallans. claim admfnlstrallon,end defense a>tpenses vAinin the retention.The pansylanguage shall
provide, or ba anddrsod to provide, that tha saifansured mtentlon may be eatisned by oithor the named Insured or Clly.
Q) r,isyr�ncC tlm;t�
na limits of Insurance described herein shall not 11mll the liability of the Contractor and Conlracloes officers, employees, agents,
representailves or subcontractors. Contractors obligation Io defend, indemnify and held the City and Its ofncers. offclela,
employees, agents and volunteers harmless uraferthe provfstons of Iris paragraph is rto111mited to orreslncted by any requirement
in IIIc Agreement fair Contracldr Io procure, and maintain a pulley of Insurance.
(k) SubconlraGiar6
Consultant shag mqulto and verity that &Ii suhcmirectore ma(rdein inaurencsmeOnIII an the requirements staled herein, and
Continent shall ensura that City Is an addnlonal ins rued on insuranco required from subconlrecbare
If any of the required pollclea prnvtdd coverage on a cPalms. msdo basis:
1_ The Retroaclhre Date meet he shown and must bo befofe the date of the con:tsd or the boeInn irtg of nnntract work.
2. lroeuranca must be ma(MaIned Land avidance of Insurance mUsl be provided for at least five (5) years after completion of the
conlrectof work.
3. Ifcove req e Is canceled or no IT. ran owe d, and not replaced with anolharrua'rna-made policy Fong Wlth a Relroacilve Bale prior
to the eontracI effective date, the Consultant must purchasa'extendsd roporling' Coverage fora ntlnfmuIn of five (5) years after
completion of canbacl work.
(m) unhfiad rnsurar�s}
All Ingo ranoe required by lha Jarmo of this Agreement must h e provided by fnrxrrars Ike nsed to do business In the Stets of
Callramla which ere rated at fassl "A., W by the AM Beal Ratlngs Guide. and vrhicTi are acceptable to Na Clly- Non.admttiod
surp(ua ifnas carriers may be eccaptad provided they are Included on the most recant Ilat of Cailfornfa eftibta surplus Ilnes
insurers (LESLI list) and otherwise meat City toquire menls-
Signature-
Email: sschwabauer@lodi.gov
Page Z I of 2 pages ~~ - Flek; raw. 31112018
PW - WMB Architects_Zupo Field Fire
Restoration
Final Audit Report 2022-02-03
Created: 2022-02-03
By; Linda Tremble Qfrernble@lodl.gov)
Slalus: Signed
Transaction ID: CBJCHBCAABAAwbgh86KXZUFN1XTvr-Y2aGH03Fiz4
"PW - WMB Architects Zupo Field Fire Restoration" History
Document created by Linda Tremble (Itremble@lodi.gov)
2022-02-03 -1:13:25 AM GMT- IP address: 209.23,214.254
L�,4 Document emailed to Steve Schwabauer (sschwabauer@lodi.gov) for signature
2022.02-03 - 1:14;06 AM GMT
Email viewed by Steve Schwabauer (sschwabauer@lodi.gov)
2022-02-03 - 4:14:43 AM GMT- IP address: 174.194.209.139
100 Document e -signed by Steve Schwabauer (sschwabauer@lodi.gov)
Signature Date: 2022-02-03 -4:15:04 AM GMT - Time Source: server- IP address: 174.194.209.139
O Agreement completed.
2022-02-03 - 4:15:04 AM GMT
0 Adobe Sign
Change in Project Scope
SCOPE CHANGE NUMBER:
01
PROJECT NAME:
2upo Field
PROJECT NUMBER:
21-089
INMATION DATE;
0415-22
CONTRACT DATE:
02-03-22
OWNER
City of Lodi
Proposed Cha -&e in Protea Scope
�xHiB�r 2
r
WMB ARCHITECTS
5757 Pa dfic Auenue 2000 LStreet
Suwte 226 5uite 125
Stacktor CA 95207 Sazrament❑ CA 95811
209.944 9110 416.254.5546
3D modeling and renderings of proposed improvements of 2upo field - $5,600
Assistance with coordinating prints as required for fundraising efforts - S500
(Costs of printing to be the responsibility of City of Lod 1)
Revisions to architectural drawings to incorporate donor waif design $1,200
Structural calculations and details for donor wall - $1,500
Change in Architectural LEng,neenn- Contract Fees: $45,880
• Original Fee $0
• Previous scope changes $45,880
• Fee prior to this scope change $8,800
• Fee will be increased by $51,680
• New fee
COMMENTS:
Date: 04-15-22
Architect Signature:
Owner Signature: Date:
'MY�W 'N iltla Cr Ql .,-ti Com
Proposed Change in Pro6ect Sco e
Civil Engineering services provided by Baumbach & Piazza, Inc. (as described on Proposal /
Agreement dated 07-29-2022) - $6,500
Additional coordination by WMB Architects - $2,750
- Note: It is expected that the drafting work for this Scope Change is to be performed by City
of Lodi. WMB will modify Architectural Drawings to accommodate minor design revisions to
Civil Scope. Major revisions to overall design and layout may be subject to additional
Changes in Project and Scope.
Cha nee in Architectural / Eneineerine Contract Fees:
• Original Fee
e Previous scope changes
• Fee prior to this scope change
• Fee will be increased by
New fee
COMMENTS:
Architect Signature: Date:
Owner Signature: Date:
$45,880
$8,800
$54,680
$9,250
$63,930
08-10-22
www.wmbarchitectS.com
EXHIBIT 2
■,
WMB ARCHITECTS
5757 Pacific Avenue 2000LStreet
Suite 226 Suite 125
Stockton CA 95207 Sacramento CA 95811
Change in Project Scope
209.944.9110 916.254.5546
SCOPE CHANGE NUMBER:
02
PROJECT NAME:
Zupo Field
PROJECT NUMBER:
21-089
INITIATION DATE:
08-10-22
CONTRACT DATE:
02-03-22
OWNER:
City of Lodi
Proposed Change in Pro6ect Sco e
Civil Engineering services provided by Baumbach & Piazza, Inc. (as described on Proposal /
Agreement dated 07-29-2022) - $6,500
Additional coordination by WMB Architects - $2,750
- Note: It is expected that the drafting work for this Scope Change is to be performed by City
of Lodi. WMB will modify Architectural Drawings to accommodate minor design revisions to
Civil Scope. Major revisions to overall design and layout may be subject to additional
Changes in Project and Scope.
Cha nee in Architectural / Eneineerine Contract Fees:
• Original Fee
e Previous scope changes
• Fee prior to this scope change
• Fee will be increased by
New fee
COMMENTS:
Architect Signature: Date:
Owner Signature: Date:
$45,880
$8,800
$54,680
$9,250
$63,930
08-10-22
www.wmbarchitectS.com
Change in Project Scope
SCOPE CHANGE NUMBER:
Exhibit 2
PROJECT NAME:
to Amendment No. 3
r
21-089
WMB ARCHITECTS
5757 Pacific Avenue
2000 L Street
Suite 226
Suite 125
Stockton CA 95207
Sacramento CA 95811
209.944.9110
916.254.5546
SCOPE CHANGE NUMBER:
03
PROJECT NAME:
Zupo Field
PROJECT NUMBER:
21-089
INITIATION DATE:
03-29-23
CONTRACT DATE:
02-03-22
OWNER
City of Lodi
Proposed Change in Protect Scope
- Construction Support Services as described on the attached Proposal, dated 03-29-2023
Chanee in Architectural 1 Engineerine Contract Fees:
• Original Fee
• Previous scope changes
• Fee prior to this scope change
• Fee will be increased by
• New fee
COMMENTS:
Architect Signature
Owner Signature:
Date: 03-29-2023
Date:
$45,880
$18,050
$63,930
$29,840
$93,770
www.wmbarchitects.com
PROPOSAL OF SERVICES
Project Name
Client
Project #
March 291h 2023
M
WMB ARCHITECTS
Zupo Field Improvements
City of Lodi Public Works / Parks & Recreation
21-089
DESCRIPTION OF THE PROJECT
Construction support services for Zupo Field Improvements project.
SCOPE OF SERVICES SUMMARY
The scope of services includes:
Task , Des gR gevei.,pngent - Completed
ask G6R5t.-.,,.t*9R D9C-bi ffieRtS - Completed
,T -ask 3rg - Completed
Task 4 — Constuction Support
The proposal includes services of the following disciplines:
Architecture — WMB Architects Inc. - Stockton I Sacramento
Civil Engineering— Baumbach & Piazza, Inc. - Lodi
Structural Engineering— Mozaffari Engineering. - Modesto
Electrical Engineering — HCS Engineering Inc. - Stockton
SCOPE OF SERVICES
Task 1 Construction Support (estimated construction timeframe: 18 calendar weeks, plus 16 week lead
time for prefabricated metal grandstand. It is not anticipated that construction support services will be
required during grandstand lead time.)
1.1 Ten (10) Construction site meetings and observation by architect.
1.2 Construction site visits for civil engineer (3) , electrical engineer (2), and structural engineer (2).
1.3 Process and document as required General Contractor's Requests for Information (BFI's)
1.4 Process product submittals and shop drawings
1.S Review and evaluate substitutions to products and equipment submitted by the General
Contractor.
1.6 Prepare Architect's Supplemental Instructions as required.
1.7 Conduct Punch -list site and building evaluation at substantial completion. Develop punch list of
items for correction.
OniV services specifically described above are included in this proposal. All other tasks are considered
Additional Services and are subject to a Change in Scope.
www.wmbarchitects.com
March 29, 2023
CLIENT RESPONSIBILITIES
The following areas are to be the responsibility of and paid for by the Client:
A. Designate a representative authorized to act on the Client's behalf with respect to the
project.
B. Pay all jurisdictional and utility agency costs required for approvals and inspections.
FEE PROPOSAL
WMB will provide these services for a fixed fee of $29,840, as itemized by discipline below, including
reimbursable expenses estimated at $550.
ITOTAL PROFESSIONAL SERVICES FEE zv zbly 1
550
PROPOSED CONTRACT VALUE S 29,840
Invoices shall be rendered monthly in proportion to services performed.
Reimbursable expenses include costs incurred by the Architect, the Architect's employees and
Consultants directly related to the Project including but not limited to mileage, printing, reproductions,
plots, renderings, and postage/shipping.
If additional services are required beyond the Scope of Services described above, a Change in Project
Scope agreement will be prepared and submitted for the Client's authorization prior to the performance
of Additional Services.
The terms of this proposal are valid for 90 days.
Thank you for providing us with the opportunity to present you with this proposal. The terms shall be
the same as those under our current contract with City of Lodi.
Sincerely,
WMB Architects, Inc.
Melanie Vieux
Principal Architect I CA License C 30857
PROPOSAL OF SERVICES I ZUPO FIELD CONSTRUCTION SUPPORT I PROJECT NO. 21-089 Page 2
WM81
B&PI
Mozaffarll
Hcsl Totals
TASK
Arrhkect
Civil
Structural
Ekctrlcal By Task
4
CONSTRUCTION SUPPORT
$ 14,490
$ 5,2501
$ 6,2501
$ 3,300 $ 29.E
ITOTAL PROFESSIONAL SERVICES FEE zv zbly 1
550
PROPOSED CONTRACT VALUE S 29,840
Invoices shall be rendered monthly in proportion to services performed.
Reimbursable expenses include costs incurred by the Architect, the Architect's employees and
Consultants directly related to the Project including but not limited to mileage, printing, reproductions,
plots, renderings, and postage/shipping.
If additional services are required beyond the Scope of Services described above, a Change in Project
Scope agreement will be prepared and submitted for the Client's authorization prior to the performance
of Additional Services.
The terms of this proposal are valid for 90 days.
Thank you for providing us with the opportunity to present you with this proposal. The terms shall be
the same as those under our current contract with City of Lodi.
Sincerely,
WMB Architects, Inc.
Melanie Vieux
Principal Architect I CA License C 30857
PROPOSAL OF SERVICES I ZUPO FIELD CONSTRUCTION SUPPORT I PROJECT NO. 21-089 Page 2
Schedule of Hourly Rates
Architect
WMB ARCHITECTS
Senior Principal Architect
Principal Architect
Project Architect
Architect II
Architect
Designer
BIM Technician
Administrative Support
Civil Ern i
BAUMBACH & PIAZZA
Principal Engineer
Senior Engineer
Engineer
Chief Draftsman
Draftsman
Clerical
Structural Eneineerine
MOZAFFARI ENGINEERING
Structural Engineer
Engineer
Drafting
Administration
Electrical Engineer
HCS ENGINEERING
Principal
Principal Electrical Engineer
Electrical Engineer
Designer
Draftsman
Project Administration Support
March 29, 2023
F
WMB ARCHITECTS
Stockton I Sacramento
$215
$190
$170
$150
$140
$130
$110
$80
$190
$148
$124
$108
$76
$76
$275
$200
$110
$95
$225
$195
$165
$125
$90
$75
Page 3
March 29, 2023
REIMBURSABLE EXPENSE RATES
Reimbursable expenses are billed at cost + 10%.
Mileage is billed at the current IRS rate.
It is anticipated that all permit application fees will be paid directly by the Client. If requested,
advanced payment of permit fees by WMB Architects on behalf of the Client will include a 15%
administrative fee.
PROPOSAL OF SERVICES I ZUPO FIELD CONSTRUCTION SUPPORT I PROJECT NO. 21-089 Page 4
Capital Improvement Plan
FY 2022-2023
Project Title: Tony Zupo Field
I Munis Project Code: PKCP-22004 #193
Section I: Description District Nos: 2 Project Length multi-year lPriority High
Repair and restore the grandstand, press box, storage rooms, backstop, underground infrastructure, and path of travel needs all of which are insurance items most of which will be
coverd by the insurance policy. Additional construction not covered by the insurance deductible includes: Washington Street improvements, storm water and pavement, construction of
new bull pen areas at the ends of the new proposed accessible dugouts, replacement of out of play baseline chain link fencing on the first and third base sides, underground utilities
(storm, electrical, water and sewer) and miscellaneoous concrete flat work.
Justification/factor driving project
On Sept. 16, 2020 at the regular city council meeting, staff updated council members on Tony Zupo Field regarding insurance settlement projects, ADA compliance and building code
requirements related to the arson fire that destroyed the main grandstand area, storage room space and press box. Based off of that meeting the consensus was to restore Tony Zupo
Field up to current building code requirements.
Additional Information
Phase 1--#15 (conceptual plan) -Construct new bullpen areas at the end of the new dugouts, Phase 1--16 (conceptual plan) Replace out of play baseline chain link fencing on on 1st and
3rd base sides (In total #15 and #16 cost $105,000 *misc-currently looking at funding through donations pushed out to FY 2023) --Future Phases include Phase 2 ($900K-$1.2
mill), Phase 3 ($550K -$650K), Phase 4 ($600K -$700K), Phase 5 ($450K to $525K), Phase 6 ($325K -$400K), and Phase 7 ($280K -$320K) *calling all future phases Miscellaneous
(see attachment for Phase 2-7 details)
Section II: Estimated Project Costs
Expenditure
Contracts
Miscellaneous
Internal Staff
Prior Years
FY 21122 FY 22123 FY 23124 FY 24125 FY 25126
Estimate Budget
$ 1,897,440 $ 2,447,534
FY 26127 Future Yrs Total
$ 4,344,974
$ 30,000
$ -
$ -
$ 30,000
$ -
$ 250,000 $ 30,000 $ 30,000 $ 30,000
$ 90,000 $ 430,000
Miscellaneous
$ 77,567
$ 1,200,000 $ 650,000 $ 700,000
$ 1,245,000 $ 3,872,567
_ $
Total Capital Costs $ 77,567
I $ -
$ 2,177,440 $ 2,447,534 $ 1,230,000 $ 680,000 $ 730,000
$ - $ 1,335,000 1 $ 8,677,541
Section III: Funding Sources/Methods of Financing
Funding Source(s) Prior Years FY 21122 FY 22123
Estimate Budget
200 - Parks Operating $ 13,237
432 - Parks&Rec Capital $ - $ 1,155,000 $ 2,447,534
660 - General Liability_ $ 64,330 $ 1,022,440
FY 23124 FY 24125 FY 25126 FY 26127 Future Yrs Total
$ 13,237
$ 1,230,000 $ 680,000 $ 730,000 $ 1,335,000 $ 7,577,534
$ 1,086,770
Total Project Financing $ 77,567 $ 2,177,440 $ 2,447,534
$ 1,230,000 $ 680,000 $ 730,000 $ - $ 1,335,000 $ 8,677,541
RESOLUTION NO. 2023-88
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING CONTRACT FOR
TONY ZUPO FIELD GRANDSTAND SEATING AND PRESS BOX
REPLACEMENT IMPROVEMENTS PROJECT TO A.M. STEPHENS
CONSTRUCTION, INC., OF LODI; AUTHORIZING THE CITY MANAGER TO
EXECUTE CHANGE ORDERS; AUTHORIZING THE CITY MANAGER TO
EXECUTE AMENDMENT NO. 3 TO THE PROFESSIONAL SERVICES
AGREEMENT WITH WMB ARCHITECTS, INC., OF STOCKTON; AND
FURTHER APPROPRIATING FUNDS
WHEREAS, Tony Zupo Field was damaged by an arson fire in September 2019; and
WHEREAS, on January 19, 2022 Council approved a Professional Services Agreement
with WMB Architects, Inc., of Stockton to perform the design services; and
WHEREAS, this project includes new ADA -compliant grandstands, dugouts, bullpens,
and paths of travel to bring the facility to current Building and ADA Code requirements
WHEREAS, plans and specifications for this project were approved on February 1,
2023. The City received the following bid for this project on March 30, 2023:
Above/(Below)
Bidder Location Bid Estimate
A.M. Stephens Construction Lodi $4,054,030.59 $389,083.59
WHEREAS, staff recommends awarding the contract for the Tony Zupo Field
Grandstand Seating and Press Box Replacement Improvements Project to A.M. Stephens
Construction, Inc., of Lodi, in the amount of $4,054,031; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $300,000; and
WHEREAS, staff further recommends authorizing the City Manager to execute
Amendment No. 3 to the Professional Services Agreement with WMB Architects, Inc., to
provide construction support services in the amount of $29,840; and
WHEREAS, staff further recommends recognizing an anticipated insurance settlement
in the amount of $2,447,534 into the General Liability Fund, transferring those funds to the
Parks Capital Fund, and appropriating funds in the amount of $2,447,534 to the Parks Capital
Fund for project completion; and
WHEREAS, staff recommends the City Council direct the City Manager to recognize
and transfer the full amount of the insurance settlement to the Parks Capital Fund for future
Council appropriation should the amount exceed the anticipated amount and that the City
Council direct the City Manager to return to Council for direction should the amount be less than
the anticipated amount.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Tony Zupo Field Grandstand Seating and Press Box Replacement
Improvements Project to A.M. Stephens Construction, Inc., of Lodi, California, in the amount of
$4,054,031; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract and change orders in an amount not to exceed $300,000;
and
BE IT FURTHER
City Manager to execute
WMB Architects, Inc., of
amount of $29,840; and
RESOLVED that the Lodi City Council does hereby authorize the
Amendment No. 3 to the Professional Services Agreement with
Stockton, California, to provide construction support services in the
BE IT FURTHER RESOLVED that the Lodi City Council hereby recognizes estimated
revenue from property damage settlement in the amount of $2,447,534 (66000000-57701) and a
transfer out of the General Liability fund in the amount of $2,447,534 (66025000-76220) and into
the Parks Capital Fund in the amount of $2,447,534 (43299000.50001); and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $2,447,534 to the Parks Capital Fund (43299000.77020); and
BE IT FURTHER RESOLVED that the Lodi City Council recognizes the revenue from
insurance settlement is anticipated to be equal to or greater than the $2,447,534 needed to
award this contract and finalize the project; however, due to timing of the bid open window, it is
necessary to award the contract in advance of a final insurance settlement; and
BE IT FURTHER RESOLVED that the Lodi City Council recognizes there is risk that the
insurance settlement is higher or lower than the requested amount and hereby directs the
City Manager to bring an update regarding the final settlement amount requesting updated
Council direction should the amount be less than anticipated; and
BE IT FURTHER RESOVLED that should the insurance settlement exceed the
anticipated amount, the Lodi City Council authorizes the City Manager to recognize the full
amount of the revenue received from insurance settlement in the General Liability Fund 660
and transfer the full amount from the General Liability Fund 660 to the Parks Capital Fund 432
for future City Council programming; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: May 3, 2023
------------------------------------------------------------------------
-----------------------------------------------------------------------
I hereby certify that Resolution No. 2023-88 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 3, 2023 by the following votes:
AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, Yepez, and
Mayor Hothi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2023-88