Loading...
HomeMy WebLinkAboutAgenda Report - March 1, 2017 C-08TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C- AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Ergonomic and Fire Suppression Upgrades for Lodi Electric Utility Operations Center and SCADA Control Room with WMB Contractors of Oakland ($300,000) MEETING DATE: March 1, 2017 PREPARED BY: Electric Utility Director RECOMMENDED ACTION: BACKGROUND INFORMATION: Adopt a resolution authorizing the City Manager to execute a professional services agreement for ergonomic and fire suppression upgrades for Lodi Electric Utility Operations Center and SCADA Control Room with WMB Contractors of Oakland in an amount not to exceed $300,000. On May 7, 2015 an ergonomic study of the Lodi Electric Utility (LEU) Operations Center was completed by PRN/CARR Ergonomic Services Division through a referral from Lodi's Risk Manager, Kirk Evans. It identified a number of issues needing to be addressed in order to mitigate workers' compensation claims. The LEU Operations Center is staffed 10 hours per day, seven days a week, and operators are called to work additional hours on an as -needed basis when trouble occurs on the LEU distribution system. Due to the nature of their work, the operators are quite often confined to their workstations for lengthy periods of time. In addition, the stature of the operators can vary significantly. As a result of these conditions, the study recommended a number of ergonomic enhancements, such as adjustable workstations, ergonomic placement of keyboards and monitors, improved lighting, and better accessibility to the LEU system status board. An additional workstation is also required to accommodate all operator positions. Adjacent to the Operations Center is the Supervisory Control And Data Acquisition (SCADA) Control Room for the master server. It currently has a sprinkler fire suppression system. If it were to deploy there would be catastrophic damage to the master SCADA servers that would prevent remote operation of the electric distribution system until relocation to the emergency operations center could be accomplished. In order to prevent this, a dry agent fire suppression system (such as Halon) should be installed and the water system removed. The ventilation system also needs to be upgraded in order to ensure the dry agent, which can be toxic, does not enter the Operations Center in the event it is deployed. Finally, some security upgrades are needed to meet current electric utility best practices. Although the Operations Center is secured by access keypads on the doors, the doors are themselves are over 35 years old and could easily be compromised. There is also a window to the front office area that needs to be secured in order to prevent forced entry. A request for proposal to address the ergonomic and security issues for the Operations Center and SCADA Control Room was issued on June 23, 2016, and a mandatory job walk for all contractors APPROVED: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Ergonomic and Fire Suppression Upgrades for Lodi Electric Utility Operations Center and SCADA Control Room with WMB Contractors of Oakland ($300,000) March 1, 2017 Page 2of2 planning to submit proposals was conducted on July 11, 2016. Proposals were received on August 1, 2016. Only one qualifying proposal was submitted from WMB General Contractors of Oakland. FISCAL IMPACT: FUNDING AVAILABLE: Not to exceed $300,000. Included in FY 2016/17 Budget Account No. 50199000.77020. S san Bjork u Supervising Budget Analyst EIi beth A. Kirkley Electric Utility Director PREPARED BY: Jules Marchesseault, P.E., Engineering and Operations Manager EAK/JM/Ist AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 20 , by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WMB (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 City of Lodi Electric Utility Operations Center Upgrade (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 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 March 2, 2017 and terminates upon the completion of the Scope of Services or on June 30, 2018, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Prevailing Wage 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. Section 3.3 Contractor Registration — Labor Code §1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) 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. Section 3.4 Contract Bonds CONTRACTOR shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of one hundred percent (100%) of the contract price; and 2. A labor and materials bond in the amount of one hundred percent (100%) of the contract price. These bonds will be required at the time the signed contract is returned to the City. Section 3.5 (AB 626) Public Contract Code Section 9204 — Public Works Project Contract Dispute Resolution Procedure Section 9204 of the California Public Contract Code (the "Code") provides a claim resolution process for "Public Works Project" contracts, as defined, which is hereby incorporated by this reference, and summarized in the following: Definitions: 3 "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City under a contract for a Public Works Project. (B) Payment of money or damages arising from work done by, or on behalf of, a contractor pursuant to a contract for a Public Works Project and payment for which is not otherwise expressly provided or to which a claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the City. "Public Works Project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Claim Resolution Process: (1) All Claims must be properly submitted pursuant to the Code and include reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will conduct a reasonable review, and within a period not to exceed 45 days, will provide the claimant a written statement identifying the disputed and undisputed portions of the Claim. The City and contractor may, by mutual agreement, extend the time periods in which to review and respond to a Claim. If the City fails to issue a written statement, paragraph (3) applies. Any payment due on a portion of the Claim deemed not in dispute by the City will be processed and made within 60 days after the City issues its written statement. (2) If the claimant disputes the City's response, or if the City fails to respond to a Claim within the time prescribed in the Code, the claimant may demand in writing, by registered mail or certified mail, return receipt requested, an informal conference to meet and confer for settlement of the issues in dispute, which will be conducted within 30 days of receipt. If the Claim or any portion thereof remains in dispute after the meet and confer conference, the City will provide the claimant a written statement, within 10 business days, identifying the remaining disputed and undisputed portions of the Claim. Any payment due on an undisputed portion of the Claim will be processed and made within 60 days after the City issues its written statement. Any disputed portion of the Claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, as set forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a civil action or binding arbitration, as applicable. (3) A Claim that is not responded to within the time requirements set forth in the Code is deemed rejected in its entirety. A Claim that is denied by reason of such 4 failure does not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by the Code will bear interest at 7 percent per annum. (5) Subcontractors or lower tier subcontractors that lack legal standing or privity of contract to assert a Claim directly against the City, may request in writing, on their behalf or the behalf of a lower tier subcontractor, that the contractor present a Claim to the City for work performed by the subcontractor or lower tier subcontractor. The request shall be accompanied by reasonable documentation to support the Claim. Within 45 days of receipt of such written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the Claim to the City and, if the original contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so. The Claim resolution procedures and timelines set forth in the Code are in addition to any other change order, claim, and dispute resolution procedures and requirements set forth in the City contract documents, to the extent that they are not in conflict with the timeframes and procedures the Code. Section 3.6 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 3.7 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 3.8 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information 5 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. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations 6 required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Jay Marchesseault, P.E., Eng & Ops Manager To CONTRACTOR: WMB General Contractors 1999 Harrison Street, Ste. 180 Oakland CA 94612 Attn: Sean Haas, Vice President 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. 7 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. 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. 8 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. 9 Section 4.21 Federal Transit Funding Conditions If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: CITY OF LODI, a municipal corporation JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: WMB GENERAL CONTRACTORS JANICE D. MAGDICH, City Attorney By: By: Name: SEAN HAAS Title: Vice President Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 50199000.77020 EUCP-15006.EXTLabor.EXTLabor (Business Unit & Account No.) Doc ID: CA: Rev.02.2017 10 EXHIBIT A W%13 GENERAL CONTRACTORS Construction Proposal WMB General Contractors 1999 Harrison Street Suite 1800 Oakland, California 94612 United States 209-479-0513 415-520-2588 February 15, 2017 City of Lodi Operation center and ergonomic upgrades 1331 South Ham Lane Lodi, California 95242 Proposal February 15, 2017 Between the Owner: And the Contractor: For the Project: Jay Marchesseault 1331 South Ham Lane Lodi, California 95242 209-333-6820 WMB General Contractors 1999 Harrison Street Suite 1800 Oakland, California 94612 United States 986240 209-479-0513 City of Lodi Operation center and ergonomic upgrades 1331 South Ham Lane Lodi, California 95242 SCOPE OF WORK: Design, Build of Operation Center work space, and IT room upgrade. Provide Architectural design and engineering for renovation. Upgrade Lighting in the Equipment Battery, and Operation Center with dimmable LED Light fixtures. Modify existing Fire protection system in Equipment Battery to a "Dry Agent" Fire protection system. Provide and install (N)ew Hollow metal fire rated doors at Operation Center (3) and at Equipment Battery (1) Provide and install New Ergonomic Work stations at Operation Center (4). Provide Line and Low voltage Electrical wiring for each Workstation. Paint Walls, Doors, and trim with Owner selected colors. All work based on the Department of Industrial Relations Prevailing wage rates for San Joaquin County. SPECIAL CONDITIONS: All work to be during Normal Working hours. Anything not specified in the Scope of Work is not included in this proposal. TOTAL BASE PRICE: $297,492.14 Project Totals: MOBILIZATION Mobilization PM $2,000.00 Superintendent $3, 800.00 Laborer $2, 600.00 Journeyman Carpenter $1,700.00 Mobilization $10,100.00 SUBTOTAL MOBILIZATION $10,100.00 DEMOLITION Demolition Labor $8,532.48 Demolition $8,532.48 SUBTOTAL DEMOLITION $8,532.48 MASONRY Masonry infill at doors and windows Brick Layer $3,200.00 Brick Tender $2,800.00 Material $4,000.00 Masonry infill at doors and windows $10,000.00 SUBTOTAL MASONRY $10,000.00 FRAMING AND DRYWALL Framing and drywall budget Material $4, 000.00 Journeyman Carpenter $6,800.00 Apprentice Carpenter $3, 840.00 Framing and drywall budget $14,640.00 SUBTOTAL FRAMING AND DRYWALL $14,640.00 DOORS Interior and Exterior doors Fire rated hollow metal doors with full hinge installed $25, 000.00 Interior and Exterior doors $25,000.00 Roll down security shutter Installed $5, 000.00 Roll down security shutter $5,000.00 SUBTOTAL DOORS $30,000.00 ELECTRICAL Electrical Material $8, 000.00 Journeyman Labor $7,565.00 Apprentice Labor $4,437.00 Electrical $20,002.00 SUBTOTAL ELECTRICAL $20,002.00 MECHANICAL Mechanical Install Ventilation Exhaust fan at equipment battery $20,000.00 Mechanical $20,000.00 SUBTOTAL MECHANICAL $20,000.00 PAINTING Painting Labor $8,783.36 Material $5,047.04 Painting $13,830.40 SUBTOTAL PAINTING $13,830.40 ACCESS CONTROL AND SECURITY Access Control Install 3 point access control system $12,000.00 Access Control $12,000.00 SUBTOTAL ACCESS CONTROL AND SECURITY $12,000.00 FIRE PROTECTION Fire sprinkler modification Install Clean agent Fire suppression system $25, 000.00 Fire sprinkler modification $25,000.00 SUBTOTAL FIRE PROTECTION $25,000.00 SYSTEM FURNITURE System furniture Install Ergonomic workstations at Op Center $16,500.00 System furniture $16,500.00 SUBTOTAL SYSTEM FURNITURE $16,500.00 ARCHITECTURAL AND ENGINEERING Design and Engineering A/E Plans $20,000.00 Design and Engineering $20,000.00 SUBTOTAL ARCHITECTURAL AND ENGINEERING $20,000.00 PROJECT MANAGEMENT Project Management Project Management $20, 000.00 superintendent $21,850.00 Project Management $41,850.00 SUBTOTAL PROJECT MANAGEMENT $41,850.00 COMPANY OVERHEAD & MARGIN Company Overhead Company Overhead Percentage $24, 245.49 Company Overhead $24,245.49 Company Margin Company's Profit Margin $24, 245.49 Company Margin $24,245.49 Performance Bond Other Percentage $6, 546.28 Performance Bond $6,546.28 SUBTOTAL COMPANY OVERHEAD & MARGIN $55,037.26 GRAND TOTAL $297,492.14 Acceptance of Agreement Contractor Signature Owner Signature Notes A Name B Mobilization Mobilization PM Superintendent Laborer Journeyman Carpenter Total: Mobilization Total: Mobilization Demolition Demolition Labor Total: Demolition Total: Demolition Masonry Masonry infill at doors and windows Brick Layer Brick Tender L_ Material Total: Masonry infill at doors and windows Total: Masonry Framing and Drywall Framing and drywall budget Material Journeyman Carpenter Apprentice Carpenter Total: Framing and drywall budget Total: Framing and Drywall Doors Interior and Exterior doors Fire rated hollow metal doors with full hinge installed Total: Interior and Exterior doors Roll down security shutter Installed Total: Roll down security shutter Total: Doors Electrical Electrical Material Type D Method E Classification F Qty K Cost L EXHIBIT B Unit M Total Price T Estimate Detailed Labor 0 Each $0.00 Labor 16 125.00 Each $2,000.00 Labor 40 95.00 Each $3,800.00 Labor 40 65.00 Each $2,600.00 Labor 20 85.00 Each $1,700.00 $10,100.00 $10,100.00 Estimate Detailed Labor 0 Each $0.00 Labor 132 64.64 Each $8,532.48 $8,532.48 $8,532.48 Estimate Detailed 0 Each $0.00 Labor 40 80.00 Each $3,200.00 Labor 40 70.00 Each $2,800.00 Material 1 4,000.00 Each $4,000.00 $10,000.00 $10,000.00 Estimate Detailed 0 Each $0.00 Material 1 4,000.00 Each $4,000.00 Labor 80 85.00 Each $6,800.00 Labor 80 48.00 Each $3,840.00 $14,640.00 $14,640.00 Estimate Detailed Subcontractor 0 Each $0.00 Subcontractor 4 6,250.00 Each $25,000.00 $25,000.00 Estimate Detailed Subcontractor 0 Each $0.00 Subcontractor 1 5,000.00 Each $5,000.00 $5,000.00 $30,000.00 Estimate Detailed 0 Each $0.00 Material 1 8,000.00 Each $8,000.00 Notes A Name B Journeyman Labor Apprentice Labor P Total: Electrical Total: Electrical Mechanical Mechanical Type Method D E JEstimate Install Ventilation Exhaust fan at equipment battery Total: Mechanical Total: Mechanical I Painting Painting Labor Material Total: Painting Total: Painting Access control and Security Access Control Install 3 point access control system Total: Access Control Total: Access control and Security Fire protection Fire sprinkler modification Install Clean agent Fire suppression system Total: Fire sprinkler modification Total: Fire protection System furniture System furniture Classification F Labor Labor Detailed Subcontractor Qty Cost K L Unit M Total Price T 89 85.00 Each $7,565.00 87 51.00 Each $4,437.00 $20,002.00 $20,002.00 Subcontractor 1 Estimate Detailed Labor Material Estimate Detailed Subcontractor Install Ergonomic workstations at Op Center Total: System furniture Total: System furniture rArchitectural and engineering Design and Engineering A/E Plans Total: Design and Engineering Total: Architectural and engineering Project management Project Management Project Management Subcontractor Estimate Detailed Subcontractor Subcontractor Estimate Detailed Subcontractor Subcontractor Estimate Detailed Subcontractor Subcontractor 0 Each $0.00 20,000.00 Each $20,000.00 $20,000.00 $20,000.00 0 Each $0.00 146 60.16 Each $8,783.36 1 5,047.04 Each $5,047.04 $13,830.40 $13,830.40 0 Each $0.00 3 4,000.00 Each $12,000.00 $12,000.00 $12,000.00 0 Each $0.00 1 25,000.00 Each $25,000.00 $25,000.00 $25,000.00 0 Each $0.00 4 4,125.00 Each $16,500.00 $16,500.00 $16,500.00 800 Estimate Detailed Labor 0 Each $0.00 25.00 Each $20,000.00 $20,000.00 $20,000.00 0 Each $0.00 Labor 160 125.00 Each $20,000.00 Notes Name B superintendent Total: Project Management Total: Project management Type D Method E Project Subtotal: Company Overhead & Margin Company Overhead Company Overhead Percentage Fixed Amount Total: Company Overhead Company Margin Company's Profit Margin Fixed Amount Total: Company Margin Contingency Contingency Reserve Fixed Amount Total: Contingency Performance Bond Other Percentage Other Fixed Amount Total: Performance Bond Architectectural Design Other Percentage Other Fixed Amount Total: Architectectural Design Total: Company Overhead & Margin Unclassified QuickBooks Expenses Classification F Labor Estimate Detailed N/A N/A N/A Unit M Total Price T 230 95.00 Each $21,850.00 $41,850.00 $41,850.00 $242,454.88 $242,454.88 0 estimate $0.00 10% 0.00 Percent of Costs $24,245.49 0.00 estimate $0.00 $24,245.49 Estimate Detailed N/A 0 estimate $0.00 N/A 10% 0.00 Percent of Costs $24,245.49 N/A 0.00 estimate $0.00 $24,245.49 Estimate Detailed N/A 0 estimate $0.00 N/A 0% 0.00 Percent of Costs $0.00 N/A 0.00 estimate $0.00 $0.00 Estimate Detailed Other 0 estimate $0.00 N/A 2.7% 0.00 Percent of Costs $6,546.28 N/A 0.00 estimate $0.00 $6,546.28 Estimate Detailed Other 0 estimate $0.00 N/A 0 0.00 Percent of Costs $0.00 N/A 0.00 estimate $0.00 $0.00 $55,037.26 �' ,297,492.14 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1 COMPREHENSIVE GENERAL LIABILITY $2,000,000 Each Occurrence $4,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. 3. PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS $2,000,000 Each Occurrence All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. AU deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.) A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. An additional named insured endorsement is also required for Auto Liability. (b) Primary and Non -Contributory insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the proiect that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. Page of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. (e) 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. (f) 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. (g) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (h) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (i) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (15`) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (j) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City, Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. (k) Builder's Risk During the term of this contract, Contractor shall maintain in force, at its own expense, Builder's Risk / Course of Construction/Installation Floater covering contractor's labor, materials and equipment to be used for completion of the work performed under this contract against all risks of direct physical loss, excluding earthquake and flood, for an amount equal to the full amount of the contract improvements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 j of 2 pages Risk: rev.03.2016 RESOLUTION NO. 2017-27 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT FOR ERGONOMIC AND FIRE SUPPRESSION UPGRADES FOR LODI ELECTRIC UTILTY OPERATIONS CENTER AND SCADA CONTROL ROOM WITH WMB CONTRACTORS, OF OAKLAND WHEREAS, on May 7, 2015, an ergonomic study of the Lodi Electric Utility (LEU) Operations Center was completed by PRN/CARR Ergonomic Services Division, which identified a number of issues needing to be addressed in order to mitigate workers' compensation claims; and WHEREAS, the LEU Operations Center is staffed 10 hours per day, seven days a week, and operators are often called to work additional hours on an as -needed basis when trouble occurs on the LEU distribution system; and WHEREAS, due to the nature of their work, the operators are quite often confined to their workstations for lengthy periods of time; and WHEREAS, the stature of the operators can vary significantly, and as a result of these conditions, the study recommended a number of ergonomic enhancements, such as adjustable workstations, ergonomic placement of keyboards and monitors, improved lighting, and better accessibility to the LEU system status board; an additional workstation is also required to accommodate all operator positions; and WHEREAS, adjacent to the Operations Center is the Supervisory Control and Data Acquisition (SCADA) Control Room for the master server, which currently has a sprinkler fire suppression system; if it were to deploy, there would be catastrophic damage to the master SCADA servers that would prevent remote operation of the electric distribution system until relocation to the emergency operations center could be accomplished. In order to prevent this, a dry agent fire suppression system, such as Halon, should be installed; the water system removed; and the ventilation system upgraded in order to ensure the dry agent, which can be toxic, does not enter the Operations Center in the event it is deployed; and WHEREAS, security upgrades are needed to meet current electric utility best practices; although the Operations Center is secured by access keypads on the doors, the doors themselves are over 35 years old and could easily be compromised; and a window to the front office area needs to be secured in order to prevent forced entry; and WHEREAS, a request for proposal to address the ergonomic and security issues for the Operations Center and SCADA Control Room was issued on June 23, 2016, and a mandatory job walk for all contractors planning to submit proposals was conducted on July 11, 2016; and WHEREAS, proposals were received on August 1, 2016, with only one qualifying proposal submitted from WMB General Contractors, of Oakland; and WHEREAS, the fiscal impact will not exceed $300,000, with funding available in FY 2016/17 Budget Account No. 50199000.77020. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement for ergonomic and fire suppression upgrades for the Lodi Electric Utility Operations Center and SCADA Control Room with WMB Contractors, of Oakland, California, in an amount not to exceed $300,000. Dated: March 1, 2017 I hereby certify that Resolution No. 2017-27 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 1, 2017, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Johnson ABSTAIN: COUNCIL MEMBERS — None NNIFER- FERRAIOLO ity Clerk 2017-27