HomeMy WebLinkAboutAgenda Report - March 1, 1995 (59)OF
oQ CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Approve Professional Services Agreement for Downtown Multimodal Station
MEETING DATE: March 1, 1995
PREPARED BY: Assistant City Manager
RECOMMENDED ACTION: That the City Council authorize the City Manager to execute a profs:
services agreement with Wilbur Smith Associates for Phase II of the
Downtown Multimodal Station Project and appropriate $283,400 in F
Transit Assistance and Measure K funds for the project.
BACKGROUND INFORMATION: On February 1, 1995, the City Council concurred with the
recommendation of the selection committee to retain the firm of
Wilbur Smith Associates (WSA) to perform the next phase of the
Downtown Multimodal Station project. Phase II consists of master
site planning, environmental review and preliminary engineering. As indicated in that staff report, the
cost in WSA's proposal was $272,930. Since this left only $10,000 for contingencies and there are a
number of uncertainties regarding the hazardous materials investigation needed for the environmental
clearance, staff worked with WSA to reduce the scope of work and cost to $256,930. This leaves a
reasonable minimum contingency amount. The agreement calls for the work to be done on a time -and -
materials basis up to the maximum amount of $256,930 and provides for the City Engineer and
City Manager to approve any extra work, which will be limited to the budgeted amount.
The professional services agreement is attached; however, the exhibits detailing the work plan,
schedule and cost total over thirty pages and are not included. Attached are two figures from the
original proposal which show the major project tasks, the subconsultants and preliminary schedule.
These are being updated to conform with the final work plan and actual starting date.
FUNDING: Federal Transit Assistance $226,720
Measure K $ 56,680
rry L. Glenn
Assistant City Manager
Prepared by Riche C. Prima, Jr., City Engineer
JLG/RCPAm tt��
Attachments
cc: City Engineer
San Joaquin County Public Works, Stacey Mortensen
Wilbur Smith Associates
San Joaquin County Council of Governments
APPROVED:
THOMAS A. PETERSON recycled paper
City Manager
C
5C 1
CSMITHCOAOC 02n2/9
Figure 2
Project Schedule
WILBUR SMITH ASSOCIATES / ENVIRONMENTAL SQENCE ASSOCIATES, Inc. / FREEDMAN, TUNG & BOTTOMLEY / PITTMAN & NAMES ASSOCIATES / THOMPSON & ASSOCIATES / TRANSMETRICS, Inc.
ARCHAEOLOGICAL SERVICES, Inc. / BAUMBACH & PIAZZA, Inc. / ESPANA GEOTECHNICAL CONSULTING / RAYMOND E. LINDAHL, Inc. / TAKAHASHI CONSULTING ENGINEERS, Inc.
FEB
MAR
APR
MAY
JUNE
JULY
AUG
SEPT
OCT
NOV
DEC
MASTER SITE PLANNING
Project Orientation
Haz Mat & Geotechnical
Needs Assessment
Conceptual Design
_
Traffic Circulation
Financing/Joint Development
Financing
Joint Development
ENVIRONMENTAL ANALYSIS
Preliminary Environmental
Technical Analyses
Documentation
7;
PRELIMINARY ENGINEERING
Architecture
Engineering
Landscape
Survey b Basemap
Cost Estimates
PROJECT REPORTS
Draft Reporl
Final
PUBLIC WORKSHOPS
0
0
0
0 City Council Presentation
WILBUR SMITH ASSOCIATES / ENVIRONMENTAL SQENCE ASSOCIATES, Inc. / FREEDMAN, TUNG & BOTTOMLEY / PITTMAN & NAMES ASSOCIATES / THOMPSON & ASSOCIATES / TRANSMETRICS, Inc.
ARCHAEOLOGICAL SERVICES, Inc. / BAUMBACH & PIAZZA, Inc. / ESPANA GEOTECHNICAL CONSULTING / RAYMOND E. LINDAHL, Inc. / TAKAHASHI CONSULTING ENGINEERS, Inc.
r -- r—
LODI RAIL/MULTIMODAL STATION - PHASE II
WSA - Wilbur Smith Associates
ESA - Environmental Science Associates, Inc.
FTB - Freedman, Tung & Bottomley
P&H - Pittman & Hames Associates
TA Thompson & Associates
TM Transmetrics, Inc.
ASI -Archaeological Services, Inc.
BP Baumbach & Piazza, Inc.
EGC - Espana Geotechnical Consulting
RL Raymond E. Lindahl, Inc.
TK Takahashi Consulting Engineers, Inc.
SAN JOAQUIN COUNTY
Stacey Mortenson
"""""7
PROJECT MANAGER
Dick Tilles, P.E., AICP
3 (WSA)
Figure 3
Consultant Team
Organization
CITY OF LODI
TRANSPORTATION
SITE ENGINEERING
BUILDING
ENVIRONMENTAL
SITE PLANNING/
FINANCIAL
ARCHITECTURE/
MANAGER
WORKSHOPS
TRANSIT
P. Martin, P.E. (wsA)
CIVIL
F. Addiego, P.E. (TM)
ENGINEERING
S. Gordon (ESA)
MANAGER/LANDSCAPE
FINANCING
ARCHITECTURE
LAND USE
T. Bottomley (FTB)
L. Hames (P&H)
TRAFFIC
RAIL
R. Thompson ITA)
R. Klousner (ESA)
P. Ho, P.E. (wsA)
J. Schuchardt, P.E. (TM)
WORKSHOPS
JOINT DEVELOPMENT
RAIL
UTILITIES
STRUCTURAL
R. Lindahl (RI.)
HAZARDOUS MTRLS
M. Rodel (ESA)
M. Freedman IFTe)
D. Pittman (P&H)
R. Tower (wsA)
N. Tiamzon, P.E. (TM)
MECHANICAL
AQ, NOISE, ENERGY
URBAN DESIGN
BICYCLES
COST ESTIMATES
J. Karmiris (TK)
J. Wehling (ESA)
A. Burns (FTB)
M. DeRobertis, P.E. (wsA)
H. Tavokoly, P.E."(TM)
GEOTECHNICAL
ELECTRICAL
C. Espana (Ecc)
Z. Dairkee, P.E. (TK)
CULTURAL RESOURCES
/ ENVIRONMENTAL
& BOTTOMLEY
R. Werner (ASI)
ASSOCIATES
WILBUR SMITH ASSOCIATES
SCIENCE ASSOCIATES,
Inc. / FREEDMAN, TUNG
/ PITTMAN & NAMES
/ THOMPSON & ASSOCIATES
/ TRANSMETRICS, Inc.
ARCHAEOLOGICAL
SERVICES,
Inc. / BAUMBACH & PIAZZA,
Inc. / ESPANA GEOTECHNICAL
CONSULTING
/ RAYMOND E. LINDAHL,
Inc. / TAKAHASHI CONSULTING
ENGINEERS, Inc.
PROFESSIONAL SERVICES AGREEMENT
LODI MULTIMODAL STATION
THIS AGREEMENT, made and entered into , by and between the
CITY OF LODI, a political subdivision of the State of California, hereinafter referred to as
"CITY" and Wilbur Smith Associates, hereinafter referred to as "CONSULTANT";
WITNESSETH:
WHEREAS, the CITY requires consulting services for Master Site Planning, Environmental
Review and Preliminary Engineering Transportation Facilities in Lodi, hereinafter referred to as
"PROJECT"; and
WHEREAS, CONSULTANT is engaged in the profession of furnishing technical and expert
services for transportation planning, engineering, rail operations, urban design and
environmental analysis and hereby warrants and represents that Wilbur Smith Associates are
professionally capable of performing the services called for by this Agreement; and
N
WHEREAS, CITY has entered into a separate agreement with San Joaquin County to
provide project administration hereinafter referred to as "Project Administrator"; and
WHEREAS, CITY desires to retain and employ the services of CONSULTANT to complete
said PROJECT.
NOW, THEREFORE, the parties hereto mutually agree as follows
1. Scope of Work
CONSULTANT shall perform in accordance with Exhibit A, "Work Plan and Schedule",
attached hereto and incorporated by reference herein. It is understood and agreed that
the Consultant's Project Manager shown in Exhibit A, shall coordinate the performance
of all required services under this Agreement with the Project Administrator and the
City Engineer on a monthly basis or as determined by the CITY.
2. Additional Services
a. Additional services may be required by the CITY in connection with PROJECT and
with implementation of PROJECT. Said additional services shall be performed as
CNSLTAGR.DOC 1
set forth in EXTRA WORK ORDERS which shall be authorized and issued by CITY.
EXTRA WORK ORDERS will be issued as necessary and shall constitute a
supplement to this Agreement.
b. The CONSULTANT shall perform or coordinate additional services as requested by
CITY only after receipt of EXTRA WORK ORDER from the CITY signed by the City
Engineer and City Manager.
c. Each EXTRA WORK ORDER shall list the scope of services to be performed, state
the time within which the work is to be completed, delineate any special conditions,
state the compensation in accordance with compensation terms as stated in Article
3 Compensation of this Agreement.
d. CITY reserves the right to reduce the amount of work yet to be done in subsequent
tasks in order to maintain the project budget.
3. Compensation
a. CONSULTANT shall perform all work described in Exhibit A of this Agreement for
an amount not to exceed $256,930 dollars which shall be the total compensation
paid to CONSULTANT by CITY, including all applicable surcharges such as taxes,
insurance, and fringe benefits as well as indirect costs, overhead and profit
allowance, materials and supplies. Compensation for additional services, as may
be required, shall be as outlined in supplemental EXTRA WORK ORDERS issued
for said additional services.
b. Payment for CONSULTANT's services in each TASK shall be based on the rates
and charges shown in Exhibit B, up to the maximum amount indicated for the task
upon acceptance by CITY of the final copy of the deliverables described in Exhibit
A. In addition to the foregoing deliverables, CONSULTANT will be required to
formally report on study progress, findings and recommendations at meetings of
concerned parties.
c. CONSULTANT shall submit monthly invoices, specifying hours and expenses for
each sub -consultant and person, summarized by task. The CITY will make best
efforts to reimburse CONSULTANT within sixty (60) days of receipt of an
acceptable invoice approved by the Project Administrator. CONSULTANT shall
submit invoices in writing and in triplicate. All invoices will be delivered or mailed to
the Project Administrator as follows:
CNSLTAGR.DOC 2
San Joaquin County
Public Works Department
Attn: Stacey Mortensen
P. O. Box 1810
Stockton, CA 95201-1810
The CITY will withhold ten (10) percent of each payment. The final ten (10) percent
of the total compensation for CONSULTANT work performed will be paid per
Section 3 b. However, payments for the final task "Reports" will be held until the
CITY makes the determination that all contract requirements have been
satisfactorily fulfilled and formal approval and acceptance of the Final Report by the
Lodi City Council.
d. The CONSULTANT and CITY mutually understand that this contract may have .
been written before ascertaining the availability of legislative and local appropriation
of funds for the mutual benefit of both parties in order to avoid program and fiscal
delays that would occur if the contract were executed after the determination was
made. The contract is valid and enforceable only if sufficient funds are made
available to the CITY for the purpose of this PROJECT. The CONSULTANT and
CITY mutually agree that if sufficient funds are not appropriated for this project, the
contract shall be amended to reflect any reductions in funds. The CITY has the
option to void the contract under a thirty (30) day cancellation clause or to amend
the contract to reflect any reduction of funds.
4. Project Schedule
The time for performance by CONSULTANT will begin upon the issuance of a Notice to +"
Proceed by CITY. All work described in Exhibit A shall be completed within twelve (12)
months. The specified time will include reviews by the CITY. The date of completion
for additional services required in Section 2 will be outlined in EXTRA WORK ORDERS
for said additional services. This Project Schedule may be extended by the written
consent of CONSULTANT and CITY and only in the event that such extension is
necessary due to revisions in the PROJECT scope and/or schedule caused by CITY or
other reviewing agency.
CNSLTAGR.DOC 3
5. Responsibility of Consultant
a. CONSULTANT shall be responsible for the professional and technical services
rendered, recommendations made, and all required services. CONSULTANT
agrees that it employs, or will employ, at its expense all personnel required in
performing the services under this Agreement. There shall be no change in the
CONSULTANT's Project Manager or members of the project team without the prior
written approval by the Project Administrator. Such personnel shall not be
employees of, or have any contractual relationship with CITY or COUNTY. The
CONSULTANT shall disclose any financial, business or other relationships with the
CITY that may have an impact on the outcome of this contract. Should the
CONSULTANT establish or become aware of such a financial interest during the
course of contract performance, they must inform the CITY in writing within ten (10)
days.
b. All of the services required by this Agreement shall be performed by
CONSULTANT or sub -consultants under their direct supervision and all personnel
engaged in the performance of such activities shall be fully qualified and shall be
authorized or permitted under federal, state, and local law to perform such services.
No discrimination shall be made by CONSULTANT in employment of persons to
work under this contract because of race, color, national origin, ancestry, sex, or
religion of such person.
c. The CONSULTANT, sub -consultants and the CITY shall maintain all books,
documents, papers, accounting records, and other evidence pertaining to
performance of the contract, but not limited to the costs of administering the
contract. All parties shall make such materials available at their respective offices
at all reasonable times during the contract period and for three years from the date
of final payment under the contract.
d. Any dispute concerning a question of fact arising under this contract, which is not
disposed of by Agreement, shall be decided by the CITY who may consider any
written or verbal evidence submitted by the Consultant. The decision of the CITY,
issued in writing, shall be conclusive and binding on both parties to the contract on
all questions of fact considered and determined by the CITY. Neither the pendency
of a dispute nor its consideration by the CITY will excuse the CONSULTANT from
full and timely performance in accordance with the terms of the contract.
CNSLTAGR.DOC 4
e. The CONSULTANT and any sub -consultants shall permit the CITY and its
designees to review and inspect the project activities at all reasonable times during
the performance period of this contract including review and inspection on a daily
basis.
f. Upon completion of all work under this contract, ownership and title to all reports,
documents, plans, specifications, and estimates produced as part of this contract
will automatically be vested in the CITY and no further agreement will be necessary
to transfer ownership to the CITY. The CONSULTANT shall furnish the CITY all
necessary copies of data needed to complete the review and approval process. No
material prepared in connection with the contract shall be subject to copyright in the
United States or any other country.
g. All financial, statistical, personal, technical or other data and information relative to
the CITY's operations, which is designated confidential by the CITY and made .
available to the CONSULTANT in order to carry out this contract, shall be protected
by the CONSULTANT from unauthorized use and disclosure. The CONSULTANT
shall not comment publicly to the press or any other media regarding the contract,
or the CITY's actions on the same, except to the CITY staff, the CONSULTANT's
own personnel involved in the performance of this contract, or at public hearings, or
in response to questions from a legislative committee. The CONSULTANT shall
not issue any news release or public relations item of any nature whatsoever
regarding work performed or to be performed under this contract without prior
review and approval of the contents thereof by the CITY.
h. CONSULTANT agrees to perform all work in compliance with applicable
Federal Transit Administration regulations.
6. Indemnity
CONSULTANT agrees to defend, indemnify and hold harmless CITY, the members of
its governing board, their officers, agents, and employees from and against all
demands, claims, damages, losses, liability, expenses, and/or costs, including
attorneys' fees and court costs arising out of CONSULTANT's negligent acts, errors or
omission of services contemplated by this Agreement, except, however, for any such
demands, claims, damages, losses, liabilities, expenses, and/or costs resulting from
the sole and exclusive negligence of CITY and/or its prorata share of active negligence.
CNSLTAGR.DOC 5
7. Insurance
CONSULTANT will not commence any work until he obtains, at his own expense, all
required insurance. CONSULTANT shall furnish certification of insurance within fifteen
(15) days after this Agreement is executed and prior to issuance of the Notice to
Proceed. Such insurance must have the approval of CITY as to limit, form and
amount. The types of insurance CONSULTANT is required to obtain and maintain for
the full period of this Agreement will be Professional Negligence and General Liability
Insurance, including contractual and automobile liability, and Worker's Compensation
Insurance. As evidence of specified insurance coverage, CITY may, in lieu of actual
policies, accept certificates issued by the insurance carrier showing such policies are in
force for the specified period during which services will be provided by CONSULTANT.
Each policy, or certificate, will bear an endorsement or statement waiving right of
cancellation or reduction in coverage without thirty (30) days notice in writing to be
delivered by registered mail to CITY.
a. Commercial General Liability Insurance:
CONSULTANT shall submit written evidence that he has obtained, for the period of
this Agreement, full and comprehensive general liability insurance coverage,
including motor vehicle insurance. This coverage will provide for both bodily injury
and property damage. The bodily injury portion will include coverage for injury,
sickness or disease, and death, arising directly or indirectly out of, or in connection
with, the performance of work under this Agreement, and will provide for a limit of
not less than $500,000.00 for all damages arising out of bodily injury, sickness or
disease, or death of one person, and a total limit of $1,000,000.00 for damages
arising out of bodily injury, sickness or disease, and death of two or more persons
in any one occurrence. The property damage portion will provide for a limit of not
less than $500,000.00 for all damage arising from injury to or destruction of
property of others arising directly or indirectly out of or in connection with the
performance of work under the Agreement and in any one occurrence. The policies
shall name CITY, its officers, agents, their employees, and representatives as
additional insured.
b. Professional Liability Insurance: CONSULTANT shall also obtain professional
liability insurance in the amount of $250.000.00.
c. Worker's Compensation Insurance: CONSULTANT will submit written evidence
that he has obtained, for the period of this Agreement, full Worker's Compensation
CNSLTAGR.DOC 6
Insurance coverage for all persons whom they employ or may employ in carrying
out the work under this Agreement. This insurance will be in strict accordance with
the requirements of the most current and applicable State Worker's Compensation
Insurance laws.
S. Termination
CITY reserves the right to terminate this Agreement at any time prior to completion by
CONSULTANT of the work outlined in Exhibit A, upon ten (10) calendar days' written
notice to CONSULTANT. In such event, CITY shall pay to CONSULTANT the sums
then due CONSULTANT before notice is received for which payment has not been
made, except that total paid shall not exceed ninety (90) percent of the cost of work
performed or ninety (90) percent of the payment due CONSULTANT according to the
compensation schedule given in Section 3, whichever is less. After such payment, ' all .
supporting studies, materials, plans and other documents, whether furnished or not,
shall become the property of CITY and shall be immediately delivered to CITY by
CONSULTANT. After all documents are received by CITY, CITY shall pay
CONSULTANT the remaining ten (10) percent due CONSULTANT. Stich payment
upon termination shall be accepted by CONSULTANT as complete compensation of
CONSULTANT for all services. CITY agrees that, if CITY substantially and materially
alters any of the instruments of service, including supporting studies, materials, plans,
and other documents delivered to CITY by CONSULTANT upon termination of the
Contract, any use by CITY of such instrument of services for this or any other project
shall be at CITY's sole risk and responsibility.
9. Assignment
Both parties shall give their personal attention to the faithful performance of this
Agreement and shall not assign, transfer, convey, or otherwise dispose of this
Agreement or any right, title, or interest in or to the same or any part thereof without the
prior written consent of the other party and then only subject to such terms and
conditions as the other party may require. A consent to one assignment shall not be
deemed to be a consent to any subsequent assignments. Any assignments without
such approval shall be void, and at the option of the other party, shall terminate this
Agreement and any license, right or privilege granted herein. This Agreement and
CNSLTAGR. DOC 7
A�
interest herein shall not be assignable by operation of law without the prior written
consent of the other party.
10. Modification
Unless otherwise provided herein, no changes, additions, deletions, alterations or
modifications of the terms and conditions of this Agreement shall be made without
written consent of both parties.
11. Waiver
In the event that either CITY or CONSULTANT shall at any time or times waive any
breach of this Agreement by the other, such waiver shall not constitute a waiver or any
other or succeeding breach of this Agreement, whether of the same or any other
covenant, condition or obligation.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed
the day and year first above written.
CITY OF LODI
Attest:
Jacqueline L. Taylor, Acting City Clerk
Stephen J. Mann, Mayor
Approved as to form:
Bob W. McNatt, CiTy Attorney
C NSLTAGR. DOC S
CONSULTANT
Wilbur Smith Associates
By