Loading...
HomeMy WebLinkAboutAgenda Report - June 21, 2017 C-04CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM Cm -4 AGENDA TITLE: Approve Specifications and Authorize Advertisements for Bids to Generate Engineering Design to Upgrade Existing Facilities at McLane Substation MEETING DATE: June 21, 2017 PREPARED BY: Electric Utility Director RECOMMENDED ACTION: BACKGROUND INFORMATION: Approve specifications and authorize advertisements for bids to generate engineering design to upgrade existing facilities at McLane Substation. The Electric Utility (EU) maintains approximately 131 miles of overhead primary and sub -transmission electric lines, 122 miles of underground cable, and four distribution substations to provide electric service to more than 26,000 customers. The McLane Substation circuit breakers and relay protection equipment are approximately 40 years old and prone to abrupt failure. The EU Capital Improvement Pian includes the replacement of these components. The Request for Proposal, attached as Exhibit -1, outlines the scope of work required by the contractor for design specifications for the upgrades along with a bid document to be used by EU to advertise bids for construction. FISCAL IMPACT: Actual fiscal impact is unknown until bids are received and reviewed by staff. The anticipated not -to -exceed value for the design of the project is $25,000. FUNDING AVAILABLE: Included in FY2017/18 Account No. 50199000.77020. Ot, Andrew C. Keys Deputy City Manager/Internal !Vices Director Elisabeth A. Kirkley Electric Utility Director PREPARED BY: Hasan Shahriar, P.E., Senior Power Engineer EAK/JM/HS/Ist APPROVED: ens'" Schwa r, City Manager Exhibit -1 Request for Proposals Design of McLane Substation Upgrade Lodi Electric Utility Date Issued: May 31, 2017 Issued By: City of Lodi Electric Utility 1331 S. Ham Lane Lodi, CA 95242 Page 1 of 5 INTRODUCTION: The Electric Department of the City of Lodi, California ("Lodi Electric Utility" or "LEU") owns and operates an electric distribution utility with a service territory that overlays the Lodi city limits. This distribution system serves a maximum annual demand of approximately 135 MVA and total annual energy sales of approximately 435 GWHrs. The LEU 12kV distribution system is served by 4 distribution substations, three of which are fed by radial 60kV lines from Industrial Substation. Each substation has two 60/12kV, 18.75/25/31.25MVA power transformers and each transformer normally feeds four 12kV feeders. It is LEU's intent to loop its 60kV sub -transmission system in the future. PROPOSED PROJECT: LEU intends to modernize one of the four distribution substations, McLane Substation located at 2101 W. Turner Road, in Lodi, CA by: • The addition of one 12kV, 1200 amp feeder (#1220) including foundations & footings, structural steel, major equipment (breaker, switches, & insulators), bus & bus hardware, conduits, wiring & grounding modifications, and new metering, relaying, and controls. • Replacement of one 60kV, 2000 amp power circuit breaker (#6021) including removal and disposal of the old breaker; modification of the breaker foundation, high voltage bus, conduits, wiring and grounds to accommodate the new breaker, and metering, relaying and controls. • Replacement of three 12kV, 1200 amp power circuit breakers (#1221, #1222, and #1224), including removal and disposal of the old breaker; modification of the breaker foundation and oil retention basin, high voltage bus, conduits, wiring and grounds to accommodate the new breaker, and metering, relaying and controls. • Replacement of two 12kV, 2000 amp power circuit breakers (#1223 and #1224) , including removal and disposal of the old breaker; modification of the breaker foundation and oil retention basin, high voltage bus, conduits, wiring and grounds to accommodate the new breaker, and metering, relaying and controls. • Modernization of all metering and relaying functions and the placement of new metering and relaying equipment inside a new control house adjacent to the existing control house. Existing electromechanical relays are to be replaced with Schweitzer Engineering Laboratories (SEL) relays. Protection schemes shall show the migration of the line, bus, and transformer protection to a future looped 60kV system. DETAILED DESIGN SERVICES: The City of Lodi requires the professional services of a Detailed Design Engineer to effect the modernization of LEU's McLane Substation. The following is a high level outline of the Detailed Design Scope of Work. • All necessary substation engineering and design required to implement the modernization effort at McLane Substation including, but not limited to, load flow, Page 2 of 5 short circuit and coordination studies, grounding design, production of all necessary drawings and specifications, etc. Modernized McLane substation shall be modeled in Milsoft and Detailed Design Engineer shall verify relay settings provide adequate coordination and fault protection. • Preparation of bidding documents required for equipment procurement. This work will include a schedule analysis and recommendations about major equipment being "LEU furnished" or "contractor furnished". • Preparation of bidding documents required for public works contracting of the modernization effort. LEU will provide contract terms and conditions. The successful proposer will provide all required plans and specifications. Of special interest will be requirements for contractor working in an energized and operational distribution substation. • Work management documents including a detailed statement of work for the Detailed Design Engineer, a critical path method (CPM) schedule of the detailed design effort with milestones indicating Lodi City Council award dates of procurement & construction contracts. • Project control documents for the upgrade project including a CPM schedule of the major procurement and construction activities along with associated costs. • Site visits necessary to become familiar with the work, the utility and the City's contracting practices. Also required are regularly scheduled meetings or conference calls to answer questions about the scope of work in a timely manner and maintain schedule & budget goals. PRICE PROPOSAL: You are requested to submit a price proposal for the Detailed Design Engineering services. Your price proposal should include a re -statement of the Detailed Design Work, along with an estimate of all man-hours and all pass-through expenses required to complete the work. Your hourly rates should be loaded with all appropriate overhead expenses. You should also itemize all pass through expenses such as sub -contracting, travel, and significant purchases. The total cost of your price proposal will become a maximum not to exceed cost in any contract that may result from this proposal. The itemized costs do not imply this is a time and material contract. Itemized costs will be used to estimate percent complete and compute partial payments amounts. CONTRACT FOR DESIGN DEVELOPMENT ENGINEERING SERVICES: The basis of the contract between the City of Lodi and the Detailed Design Engineer will be a Professional Services Agreement. This is an agreement for a specified scope of work to be completed in a specified period of time for an agreed upon "not -to -exceed" amount. A template copy of this agreement is attached. Your price proposal should be uniquely identifiable by proposal number, title, and date. Page 3 of 5 STATEMENT OF QUALIFICATIONS: Proposers are also required to submit a Statement of Qualifications (SOQ). SOQ's should be concise, less than 5 pages and be supplemented by no more than 10 pages of subject matter expert resumes and additional information. REQUEST FOR INFORMATION: Proposers will be given an opportunity to visit the site and ask questions concerning the work. The site visit is not mandatory. All questions must be in writing and submitted to LEU at least 10 working days prior to the deadline for submittal of proposals. LEU's response to any one proposer's question will be sent to all potential proposers. INSTRUCTIONS FOR SUBMITTING PROPOSALS: The Price Proposal should be in the form of a letter addressed to Hasan Shahriar. The Price Proposal should be sealed in a separate envelope and clearly labeled with your company name and "McLane Substation Modernization Project Price Proposal". The Statement of Qualifications should be in the form of a bound, printed report with a cover transmittal letter. An electronic copy in PDF format on CD or USB storage media shall be included so additional review copies can be made and distributed to review team members. The complete submittal (Price Proposal in a sealed envelope and printed and electronic copies of the Statement of Qualifications) shall be enclosed in a single envelope and delivered to: Hasan Shahriar, Sr. Power Engineer City of Lodi, Electric Department 1331 S. Ham Lane Lodi, CA 95240 ess modified in writing y t Page 4of5 AWARD OF CONTRACT: Proposals will be reviewed and ranked by a team of LEU employees and agents before viewing price proposals. Price Proposals will then be reviewed and ranked. The Proposer with the best combination of price and qualifications will be offered the work subject to successful contract negotiations. At this time LEU believes the review period will be 2 to 4 weeks from the deadline for submitting proposals. Any questions about this Request for Proposal may be sent to: Hasan Shahriar Email: hshahriar@Iodi.gov Sincerely, Hasan Shahriar, PE Sr. Power Engineer Attachments: • Drawing Number MB010 — McLane Substation One Line Diagram 60kV & 12kV. • Sketches McLane Modernization 2017 • Pictures of existing substation • Professional Services Agreement Template Page 5 of 5 KENNING C 1 0602 i 10601 MUSIRw. 0603 .OLLE G. 6666 'a: E J1 1300/5 N ® C: 11.1r 1 4 l T YYY®222 / 300/5 0'0 ® 610 1300/5 E_ VOLTAGE 00KV:15.eXv (Y'y'riyyy, (1 NCPA LODI CT 1230 2 BANK A TRANSFORMER/LTC ASIA ELEC. >e cuss 00/FA/FA 16750/2.5000/31250 NA AT 58c 000 260060/0305000 A AT 656 -5/000 6 WLTS 100. — BA NeRFsp�ll x�w U.IA,,.WJ 'YYY"YYYI v AIR 1300, USC 1000/5 5 F 1229 m0 m pMT 1700: 5%1 tTc 07x101% mxolxc TEMP. CO 2 KV TRANSFER BUS Gam 1227 1226 1 BANK TRANSFORMER COOPER % puss OA/FA/F 10� 8000/ 3125c KvA t svc 21 35000 KVA AT 650 60000-120007/6938 voLT5 5/x 6547785-1-1 c 0 sus MRES' `YYY`7YYY1 uu pow%i F 1224 11 `' LL c 00x100. BANK LEGEND: A AMMETER AX AMP TRANSDUCER ✓ VOLTMETER VX VOLT TRANSDUCER KVCR KILOVOLT CHART RECORDER MWCR MEGAWATT CHART RECORDER MVARCR MEGAVAR CHART RECORDER KWH KILOWATT METER WX WATT TRANSDUCER 50/51 PHASE OVERCURRFNT RELAY 50/510 GROUND 0056(0RRENT RELAY SIN TRANSFORMER NEUTRAL OVERCURRENT RELAY 63 FAULT PRESSURE RELAY 79 RECLOSER RELAY 81 UNDER FREQUENCY RELAY 81X UNDER FREOVENCT AUX. RELAY 86T TRANSFORMER LOCKOUT RELAY 871 TRANSFORMER DIFFERENTIAL RELAY 5 5CADA RTU CS CONTROL SWITCH AS AMMETER SWITCH VS VOLTMETER SWITCH 85 BANK SWITCH LO LOCK OUT 1222 1221 PHASE 1 x220 I U T 0 WEST A�C 00. \ 12USE00/5 600/5 600A . s01 I z rOT. TRnxsF ar 3E El 1300 5 XSE 00/0 200. 60. 000/5 VS • G0. 12 17/. MAIN 2000 6000 66.\ 7 600A 200. 20IXw 6000, 120sC0/5 300/5 6o.\ 1100/5 UBC 600/5 60. \ EAST I 1 0000 BUS TO 87T, 00 WEST STA1Ux WK'i R POWER STCR SMlCH 120/ 200V ucHrT R APoma A AIC 602 1/ 0T 0 3E 33t 10/ pV 1,6x172 lox I suaoN6 CITY OF LODI PROVED 8Y ELECTRIC LRILRY DEPARTMENT 01-27-99 BA DATE DRAWN CHECKED AS BUILT Ua 02 RECORD 1 /11/99 RT ABA 01 006006 6 2/00 61 APA xD Ron.. OATS BY CKO NAPO nnE McLANE SUBSTATION <ao 57x1 xis 066. 6O. 66010 SHELF 1 61 2 2161 W. TURNER ONE LINE DIAGRAM 60 KV & 12 KV EXHIBIT - A Picture 1: McLane 12 kV bus and PCB Picture 2: Bus tie breaker Picture 3: Electro -mechanical relay's at PCB Picture 4: Electro -mechanical relay's inside the control room Picture 5: Electro-mechanical relay's inside the control room Picture 6: Electro -mechanical relay's inside the control room Picture 7: Electro -mechanical relay's inside the control room Picture 8: Electro -mechanical relay's at 60 kV PCB (Bank 2) --:-.----s` `v_ . Picture 9: 60 kV oil PCB (Bank 1) Wednesday, May 24, 2017 1230 FDR R5 M5 Sketch 20170523 — Upgrade McLane Substation 6023 8 T N 1229 0 1228 LL FDR 2 MAIN E R2 6022 r 1226 LL FDR Bus Tie Breaker should be able to substitute for either a 12kV Main or 12KV Feeder with appropriate Metering 8 Protection by switching only. M3 1224 FDR Same as FDR 1230 Ct 1223 MAIN c 87 T2 / 0 <1 1220 FDR Same as FDR 1230 Page 1 Wednesday, May 24, 2017 Sketch 20170524 Upgrade McLane Substation McLANE SUBSTATION 2101 W. Turner Road Lodi, CA Page 2 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 (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 (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 , 20 and terminates upon the completion of the Scope of Services or on , 20 , whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: To CONTRACTOR: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit 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. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01,020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions II 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. CITY OF LODI, a municipal corporation ATTEST: JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: By: Name: Title: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: Doc ID: CA: Rev.01.2015 (Business Unit & Account No.) 8