HomeMy WebLinkAboutAgenda Report - June 19, 2013 C-17AGENDA ITEM Co 1
CITY OF LODICOUNCIL COMMUNICATIONOq<%FOEtia`P
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement for Design Development and Construction Administration Services for
White Slough Water Pollution Control Facility Women's Locker Room and Building
Improvements Project with WMB Architects, of Stockton ($43,540)
MEETING DATE:
PREPARED BY:
June 19, 2013
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement for design development and construction
administration services for White Slough Water Pollution Control
Facility Women's Locker Room and Building Improvements Project with WMB Architects, of Stockton, in
the amount of $43,540.
BACKGROUND INFORMATION: The women's locker room at the White Slough Water Pollution
Control Facility (WSWPCF) was part of the original operations - - -
building construction in 1966. The wastewater treatment industry is
no longer a male -dominated workplace, and the existing building does not provide the required locker
space and bathroom facilities to accommodate the number of female employees at WSWPCF. The
hazards associated with wastewater treatment require that employees have locker and bathroom facilities
that provide lockers for separation of work and personal clothing, and cleanup facilities for all personnel.
WMB Architects worked with staff to develop preliminary design concepts for expanding the women's
locker room, and this project will develop design documents for soliciting construction bids. The proposed
building modifications include relocation of the maintenance office to comply with current building codes
and replacement of existing conference room space that will be used for locker room expansion. The
modifications will also provide compliance with American with Disabilities Act requirements.
Staff recommends approval of the WMB Architects Professional Services Agreement for the WSWPCF
Women's Locker Room and Building Improvements Project in the amount of $43,540.
FISCAL IMPACT: Not applicable.
FUNDING AVAILABLE: WastewPyers
Maintenance Fund (170403)
Jordan
Deputy City Manager/Internal Servi s Director
Wally S delin
Public Works Director
Prepared by Larry Parlin, Deputy Public Works Director— Utilities
FWS/LP/pmf
cc: Wastewater Plant Superintendent
Bartlam, City Manager
K:\WP\PROJECTS\SEWER\WSWPCF\WomensLockerRoom\CAward WMB.doc 5/23/2013
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on . 2013,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
WMB ARCHITECTS (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 White Slough
Water Pollution Control Facility Women's Locker Room and Building Improvements
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on July 1, 2013 and terminates upon the
completion of the Scope of Services or on December 31, 2014, whichever occurs first.
z
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditina
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement. -
Section 4.6 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
4
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Wally Sandelin, Public Works Director
To CONTRACTOR: WMB Architects
5757 Pacific Avenue, Suite 226
Stockton, CA 95207
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
5
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction. Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of; litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
6
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon 'CITY'S request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CONTRACTOR:WMB ARCHITECTS
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By: OK .
Attachments: -
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:170403
(Business Unit & Account No.)
Doc ID:WP\Projects\PSAs\WMB WSWPCF Locker
CA:rev.01.2012
8
By: _
Name:
Title:
Exhibit A/B
rp,
WMB ARCHITECTS
5757 Pacific Avenue Suite 226
Stockton CA 95207
209.944-9110
PROPOSAL OF SERVICES
City of Lodi
White Slough Water Pollution Control Facility
Women's Locker Room & Building Improvements
May 10, 2013
DESCRIPTION OF THE PROJECT
The project consists of an interior remodel and facility expansion to increase the capacity of the
women's locker/shower room and create two additional offices.
SUMMARY SCOPE OF SERVICES
The scope of services includes:
• Design development
• Construction documents
• Building Department processing
• Bidding/negotiation
• Construction administration services
The proposal includes services of the following disciplines:
• Architectural.
• Structural engineering
• Mechanical engineering (plumbing and HVAC)
• Electrical engineering
The proposed fee is based upon tasking the time anticipated for each phase of the work. Our proposal
for architectural / engineering services is divided into the following phases:
SCOPE OF SERVICES BY PHASE
Phase 1 Design Development
• Prepare design development documents to fix and describe the size and character of the
entire project based on the schematic design drawings approved in the previous scope
of work.
• Review meeting with Client for development of all building systems - including cut -
sheets of proposed fixtures and equipment.
• Prepare design development documents for all building systems. Drawings to represent
60% completion of system documentation. Provide key details, systems and equipment
selection cut -sheets.
• Develop outline specifications.
www.wmbarchitects.com
Phase 2 Construction Documents
• Based upon the approved design development documents and budget, develop working
drawings, specifications and calculations as required for obtaining the building permit,
and for bidding and constructing the building.
• Review meeting with Client to finalize interior finishes selections and furnishing
selections and finishes.
• Review meetings with Client to finalize outstanding equipment and building systems
selections issues.
Phase 3 Building Department
• Prepare construction document drawings, specifications and calculations required for
Building Department permit submittal.
• Provide back check documentation as required to secure the Building Department
permit.
Phase 4 Bidding / Negotiation
• Provide assistance for answering questions during the bidding period.
• Prepare addendum to the bid documents as required for Building Department changes.
Changes to design / documents for value engineering caused by General Contractor
error in cost estimating will be invoiced as additional services.
Phase 5 Construction Administration
• Eight (8) construction site meetings with architect.
• Two (2) site visits for mechanical and electrical engineer; 3 site visits for structural
engineer.
• Process and document, as required, General Contractor's Requests for Information
(RFI's).
• Process product submittals and shop drawings.
• Review and evaluate substitutions to products and equipment submitted by the General
Contractor.
• For RFI, submittal and substitution review and processing, this proposal assumes 4 hours
per week of Project Manager time; 2 hours per week Principal time. (in addition to
construction meetings and punch list services). Administration services required for this
work that exceed 20% of the aggregate hours provided for in this proposal will be
invoiced as additional services.
• Provide General Contractor payment request and progressive lien waiver review. Sub-
contractor lien waiver documentation and verification responsibility of the General
Contractor.
• Punch -list site and building evaluation at substantial completion. Develop punch list of
items for correction. Fallow -up site and building evaluation of punch list items at final
completion.
• Review of General Contractor's Operations and Maintenance Manual and warranties.
• WMB Architects will not make exhaustive or continuous on-site inspections to check the
quality or quantity of the work. The firm will also not be responsible for construction
means, methods, techniques or procedures or for safety precautions and programs in
Page 2
Exclusions:
connection with the work, and will not be responsible for the contractor's failure to
carry out the work in accordance with the contract documents.
• On-site and off-site civil engineering including NOI and SWPPP documentation, drainage
report and Best Management Practices Plan, and wetlands pinflagging
• Topographic and wet /dry utility research and mapping
• Geotechnical studies and reports
• Arborist reports
• CEQA environmental studies or EIAQ documentation
• Payment of City, County, school district or utility agency fees for the project
• Printing of construction documents for purposes of bidding or construction
Client Responsibilities:
The following are to be provided as a responsibility of the Client and be paid for by the Client:
A. The Client shall designate, when necessary, a representative authorized to act in the Client's
behalf with respect to the project. The Client or such authorized representative shall
examine the documents submitted by the Architect and shall render decisions pertaining
thereto promptly, to avoid unreasonable delay in the progress of the Architect's services.
B. The Client shall furnish a legal description and a certified land survey of the site, giving, as
applicable, grades and lines of streets, pavements, and adjoining property, rights-of-way,
restrictions, boundaries and contours of the site; locations, dimensions and complete data
pertaining to existing buildings, other improvements and trees; and full information
concerning available services and utility lines both public and private, above and below
grade, including inverts and depths.
C. The Client shall furnish the services of soils engineers as required.
FEE PROPOSAL
WMB will provide these services for a fixed fee of $43,540.00 as incurred based on the Schedule of
Hourly Rates attached and as itemized by phase and discipline below. Reimbursable expenses are in
addition to the fee and will be billed at cost plus 10 percent. The consultants we have selected will
provide you with the highest quality service at a competitive price.
This proposal does not include civil engineering, landscape architecture, production sound/lighting
design, geotechnical testing, special inspections or site construction visits by engineering consultants.
Page 3
WMa
Mozaffarl
Scheflo
HCS
Totals
Phase of Work
Architect
seNcm,al
Mechankal
Electrical
By Phase
DESIGN DEVELOPMENT
$ 2,935
$ 1,800
575
$ 400
$ 5,710
CONSTRUCTION DOCUMENTS
$ 11,580
$ 4,000
$
1,2601$
1,500
$ 18,340
BUILDING DEPARTMENT
$ 2,400
$ 500
$
295
$ 250
$ 3,445
BIDDING/NEGOTIATION
$ 2,580
$ 500
$
295
$ 250
$ 3,625
CONSTRUCTION ADMINISTRATION
$ 10,110
$ 1,000
$
560
$ 750
$ 12,420
TOTAL
$ 29,605
$ 7,800
$
2,985
$ 3,150,$
43,540
This proposal does not include civil engineering, landscape architecture, production sound/lighting
design, geotechnical testing, special inspections or site construction visits by engineering consultants.
Page 3
Statements shall be rendered monthly and paid in proportion to amount of services completed.
Additional services required beyond the scope of work will be billed on a time plus materials basis per
the attached fee schedule.
Reimbursable expenses include printing and copying documents to develop design and review the
project, promotional rendering display boards (if required) and sets required for building department
processing, and bid and construction sets of drawings and specifications. WMB does not charge for
mileage for client meeting or construction meeting travel.
This proposal assumes a traditional construction process bid to several contractors or negotiated with a
pre -selected contractor. Another option is a design/build process in which the Owner negotiates with a
general contractor that brings to the team his own design/sub-contractors for electrical, mechanical and
landscape. In that case those engineering fees would be deducted from our services and the
architectural scope of work and fee may change slightly.
We look forward to the opportunity to work with you through the successful completion of this
construction project.
The terms of this document are valid for 90 days from date on page 1. If the proposal is not agreed to
within 90 days and a contract signed, the proposal, including proposed fee and schedule, is void and
the terms will be re -negotiated.
Page 4
ME,
WMB ARCHITECTS
5757 PacificAvenue Suite 226
Schedule of Hourly Rates — 2013 Stockton CA 95207
X9.44.9»0
WMB ARCHITECTS
Senior Principal Architect
$160.00/hour
Principal Architect
$135.00/hour
Project Architect
$125.00/hour
Staff Architect
$110.00/hour
Project Manager
$100.00/hour
Interior Designer
$100.00/hour
CADD Draftsperson / Project Support
$85.00/hour
Clerical
$55.00/hour
Structural Engineering
MOZAFFARI ENGINEERING
Principal Engineer $250.00/hour
Staff Engineer $150.00/hour
CAD Operator $100.00/hour
Office $65.00/hour
Mechanical Engineering
ALEXANDER SCHEFLO & ASSOCIATES
Principal
$140.00/hour
Engineering
$120.00/hour
Designer
$95.00/hour
Drafting
$85.00/hour
Computer Input
$75.00/hour
Secretarial
$65.00/hour
HCS ENGINEERING
Principal Electrical Engineer $140.00/hour
Project/Electrical Engineer $105.00/hour
Project/Electrical Designer $75.00/hour
Project Support $50.00/hour
REIMBURSABLE EXPENSE RATES
Reimbursable Expenses are in addition to compensation for basic and additional services.
Reimbursable expenses such as computer plots, reproduction, color prints, presentation materials,
conference calls, postage, and shipping include actual expenditures incurred by WMB Architects in
the interest of the project. Reimbursable expenses are billed at 1.1 times direct cost.
Page 5
PROPOSED FLOOR PLAN
SCALE : 1/8" = V-0"
A
•
i
White Slough WPCF -
•• Women's Locker Room & Building Improvements
13-005 04.24,13
r
WMB ARCHITECTS
Exhibit C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractors'operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Ea. Occurrence $1,000,000 - Ea. Occurrence
$2,000,000 Aggregate
3. PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS
$1,000,000 Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of theru oject that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractors employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. A waiver of subrogation is required for workers compensation
insurance. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
RESOLUTION NO. 2013-111
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH WMB ARCHITECTS FOR
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
WOMEN'S LOCKER ROOM AND BUILDING IMPROVEMENTS
WHEREAS, the women's locker room at the White Slough Water Pollution Control
Facility (WSWPCF) was part of the original operations building construction in 1966. The
existing building does not provide the required locker space and bathroom facilities to
accommodate the number of female employees at WSWPCF. The hazards associated with
wastewater treatment require that employees have locker and bathroom facilities that provide
lockers for separation of work and personal clothing and cleanup facilities for all personnel; and
WHEREAS, WMB Architects worked with staff to develop preliminary design concepts
for expanding the women's locker room, and this project will develop design documents for
soliciting construction bids. The proposed building modifications include relocation of the
maintenance office to comply with current building codes and replacement of existing
conference room space that will be used for locker room expansion. The modifications will also
provide compliance with American with Disabilities Act requirements; and
WHEREAS, staff recommends approval of the Professional Services Agreement with
WMB Architects for the WSWPCF Women's Locker Room and Building Improvements Project.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with WMB Architects,
of Stockton, California, for the White Slough Water Pollution Control Facility Women's Locker
Room and Building Improvements Project in the amount of $43,540.
Dated: June 19, 2013
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-111 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 19, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
RA JOHL
City Clerk
2013-111