HomeMy WebLinkAboutAgenda Report - October 6, 2021 C-08w6i
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with WMB Architects, of Stockton, for Transit Station Building Repair
Design Services ($35,770)
MEETING DATE: October 6, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with WMB Architects, of Stockton, for Transit
Station Building Repair design services, in the amount of $35,770.
BACKGROUND INFORMATION: The Lodi Transit Station is located at 24 S. Sacramento Street. The
facility serves as a central hub for the various transit services provided
in the City. The original facility was relocated to its current location
and restored in June of 2000. Various maintenance improvements have been performed at the site since.
A recent survey by staff revealed water damage and surface deterioration on the wall sidings and exposed
wooden beams (Exhibit A). These damaged areas should be repaired before further damage results to the
structure and interior spaces.
Staff contacted two architectural firms to provide proposals for the design services of the repair. Based on
past project experience and capacity, staff recommends WMB Architects of Stockton to perform the design
services. The scope of the work will include project site survey, project design, and project bidding and
construction support services. The cost of the service is $35,770. Once the project is designed, staff will
bring the project back to City Council for plan approval and authorization to bid.
Staff recommends authorizing City Manager to execute Professional Services Agreement with WMB
Architects, of Stockton, for Transit Station Building Repair design services, in the amount of $35,770.
FISCAL IMPACT: This project will reduce maintenance costs and Facilities staff time at the
Transit Station. This work does not impact General Fund.
FUNDING AVAILABLE: Transit Fund FY 21/22 Capital (PWTR-20002. Contracts): $47,482
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swim ey, Jr.
Public Works Director
Prepared by Lyman Chang, City Engineer/Deputy Public Works Director
CES/LC/cd
Attachment
Cc: Transportation Manager Facility Superintendent
Public Works Management Analyst WMB Architects
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Transit Exterior Repair 2021\C_PSA doc
9/22/2021
EXHIBIT A
Capital Improvement Program
FY 2021- 2022
Project Title:
Transit Station Structural Repairs
Munis Project Code: PWTR-20002
#79
Section I: Description
District Nos: 3 Project Length 08/21 to 07/22 Priority
High
The Lodi Transit Station is experiencing severe
structural damage in the form of dry rot as a result of extreme weather conditions over the last several years.
This project will provide
for the reconstruction of the dry rot areas and improve the integrity and aesthetics of the building.
Justification/factor driving project
The dry rot is worsening over time and the City is required to keep it's transit facilities in a "state of good repair." Through the use of Prop. 1 B State of Good Repair (SGR) funds, this i
an ideal project that meets the SGR goals of repair and rehabilitation to existing infrastructure.
Additional Information
Funding Sources: SGR and TDA
Section II
Estimated Project Costs
Expenditure Prior Years
FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125
Future Yrs
Total
Estimate Budget L I
1 1
Contracts $ -
$ 160,000 $ 250,000 $ 40,000
$
450,000
Total Capital Costs $ -
$ 160,000 $ 250,000 $ 40,000 $ - $ - $ -
$ -
$
450,000
Section III
Funding Sources/Methods of Financing
Funding Source(s) Prior Years
FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs
Total
Budget
605 - Prob 1 B State of Good $ -
$ 160,000 $ 250,000 $ 40,000
$
450,000
Total Project Financing $ -
$ 160,000 $ 250,000 $ 40,000 $ - $ - $ - $ -
$
450,000
Section IV
Operating Budget Impact
Operating Cost or Prior Years
FY 19120
FY 20121 FY 21122 FY 22123 FY 23124 FY 24125
Future Yrs
Total
(savings)
Budget
Personnel $ -
$
-
Other Operating Costs $ -
$
-
Total Operating Impact $ -
$ -
$ - $ - $ - $ - $ -
$ -
$
-
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and WMB ARCHITECTS, INC. a
California corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Transit Station
Building Repair Design Services (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 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 October 18, 2021 and terminates
upon the completion of the Scope of Services or on October 17, 2022, 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 Pa ment
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 Dama e
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 Assi ns
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: Lyman Chang
To CONTRACTOR: WMB Architects, Inc.
5757 Pacific Ave, Ste 226
Stockton, CA 95207
Attn: Melanie Vieux
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 Em to ee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR 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 Re uirement
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
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER CUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
WMB ARCHITECTS, INC.
a California corporation
By:
Name.-
Title:
ame: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: Prop 1B State of Goon Repair Funds 60599000.77020
(Business Unit & Account No.)
Doc
ID:file://A\cvcfilv02\pubwks$\WP\PROJECTS\PSA's\2021 \WMB%20Architects\PSA%20WMB%20Architects.
doc
CA:Rev.01.2015
9
Exhibit A/B
ii
WMB ARCHITECTS
D i D r rdunc Hvenue .Juu i. xi ee
Suite 226 Suite 125
Stockton CA 95207 Saci amento CA 95811
209944,9110 916 2545546
PROPOSAL OF SERVICES
City of Lodi Transit Station Restoration
Project # 21-064
August 9, 2021
DESCRIPTION OF THE PROJECT
Restoration of exterior building finishes for City of Lodi Transit Station at 24 S. Sacramento Street.
SCOPE OF SERVICES SUMMARY
The scope of services includes:
Task 1— Investigation
Task 2 — Design Development
Task 3 — Improvement Plans
Task 4 — Bidding Assistance
Task 5 — Construction Contract Administration
The proposal includes services of the following disciplines:
Architecture — WMB Architects Inc. - Stockton I Sacramento
Structural Engineering—Siegfried Engineering Inc. -Stockton
SCOPE OF SERVICES
Task 1 Investigation
1.1 Conduct a site visit to verify existing conditions.
1.2 Prepare a CAD based site plan of existing conditions.
1.3 Perform structural analysis to determine extent of damage to building structure.
Meetings:
A. Review meeting to discuss findings of structural analysis and confirm scope of restoration.
Task 2 Design
2.1 Review scope of work.
2.2 Develop exterior design concept.
2.3 Deliver to Client for review and comment (Exterior finishes / details).
2.4 Modify design based on comments.
Deliverables :
A. Concept diagrams/drawings of exterior improvements.
B. Samples and cut sheets of final interior finishes palatte selections/ color scheme.
www.wmbarchitects.com
August 9, 2021
Task 3 Improvement Plans
3.1 Upon approval of the Design documents and authorization from the Client, develop drawings for
bidding and constructing the project
3.2 Improvement Plans will be submitted to Client for review at 95% completion.
3.3 Documents will be revised with Client comments and brought to 100% completion for bidding.
Deliverables :
A. Project Anticipated Architectural Deliverables:
a. Title Sheet
b. Architectural Site Plan
c. Exterior Elevation Diagrams
d. Architectural Details
e. Finishes Schedules
f. Architectural Specifications
B. Client meeting to review Improvement Plans.
Task 4 Bidding Assistance
4.1 Respond to questions from Bidders during the bidding period
4.2 Prepare and issue addenda as required to formalize responses to bid questions and incorporate
plan review revisions
Deliverables:
A. Written response to bid requests for information.
B. Construction documentation in electronic distribution form forbidding
C. Construction Document Addendum and drawings/specifications as required.
Task 5 Construction Contract Administration (anticipate construction timeframe: 6 calendar weeks )
5.1 Two (2) Construction site meetings and observation by architect.
5.2 Process and document as required General Contractor's Requests for Information (RFI's)
5.3 Process product submittals and shop drawings
5.4 Review and evaluate substitutions to products and equipment submitted by the General
Contractor
5.5 Prepare Architect's Supplemental Instructions as required.
5.6 For submittal/shop drawing review, RFI responses and substitution review, the fee includes one
(1) hour per week of Principal Architect time, and seven (7) hours a week of staff architect time.
Time required to complete these tasks beyond 10% of these weekly hour allowances shall be
provided by the Architect as Additional Services.
5.7 Conduct Punch -list site and building evaluation at substantial completion. Develop punch list of
items for correction.
Deliverables:
A. Written response to requests for information.
B. Documentation of submittal reviews
C. Documentation of Architect's Supplemental Instructions
D. Two (2) Client Contractor site meetings + one (1) punch site meeting.
PROPOSAL OF SERVICES I CITY OF LODI TRANSIT STATION I PROJECT NO. 21-064 Page 2
August 9, 2021
Only services specifically described above are included in this proposal All other tasks are considered
Additional Services and are subject to a Change in Scope.
Should it be determined that structural improvements are required based on analysis, a separate
proposal for the work shall be provided and considered Additional Services and subject to a Change in
Scope.
CLIENT RESPONSIBILITIES
The following areas are to be the responsibility of and paid for by the Client:
A. Designate a representative authorized to act on the Client's behalf with respect to the
project.
B. Dimensions and complete data pertaining to existing buildings and improvements.
C. Provide a hazardous materials survey of the existing building.
D. The Client shall pay all jurisdictional and utility agency costs required for permit approval
and inspection as required.
PROJECT SCHEDULE
This proposal was developed with the following schedule timeframe assumptions:
Task 1
Investigation
2-3 weeks
Task 2
Design
3-4 weeks
Task 3
Improvement Plans
3-4 weeks
Task 4
Bidding Assistance
T.B.D.
Task 5
Construction Support
T.B.D
PROPOSAL OF SERVICES I CITY OF LODI TRANSIT STATION I PROJECT NO. 21-064 Page 3
August 9, 2021
FEE PROPOSAL
WMB will provide these services for a fixed fee of $35,270, as itemized by task and discipline below.
Reimbursable expenses, estimated at $500, are in addition to the fee and will be billed as incurred at
cost plus 10 percent.
i Investigation
WMB1
Siegfried
$ 4,5001
I Totals
TASK
Architect
I StructuralI
7,230
By Task
i Investigation
$
3,160
$ 4,5001
1 S
7,660
2 Design
$
7,230
$
$
7,230
3 Improvement Plans
$
10,180
$
$
10,180
4 Bidding Assisance
$
3,240
$
S
3,240
5 Construction Admin
$
$
6,960
30,770
$
$ 4,500
$
6,960
TOTAL PROFESSIONAL SERVICES FEE $ 35,270
REIMBURSABLES S S00
PROPOSED CONTRACT VALUE $ 35,770
Invoices shall be rendered monthly in proportion to the amount of services completed.
Reimbursable expenses include costs incurred by the Architect, the Architect's employees and
Consultants directly related to the Project including but not limited to mileage, printing, reproductions,
plots, renderings, and postage/shipping. Estimated cost of printing drawing sets and associated
documents required for permit application and backcheck is/is not included in the Reimbursable
Allowance above. It is assumed that Bid Documents will be distributed electronically; printing of Bid
Documents is not included in the Reimbursable Allowance above.
If additional services are required beyond the Scope of Services described above, a Change in Project
Scope agreement will be prepared and submitted for the Client's authorization prior to the performance
of Additional Services.
The terms of this proposal are valid for 90 days.
PROPOSAL OF SERVICES I CITY OF LODI TRANSIT STATION I PROJECT NO. 21-064 Page 4
August 9, 2021
Thank you for providing us with the opportunity to present you with this proposal. We look forward to
working with you on this important project.
Sincerely,
WMB Architects, Inc.
Melanie Vieux
Principal Architect CA License C-30857
PROPOSAL OF SERVICES I CITY OF LODI TRANSIT STATION I PROJECT NO. 21-064 Page 5
Schedule of Hourly Rates
Architecture
WMB ARCHITECTS INC.
Senior Principal Architect
Principal Architect
Project Architect
Architect II
Architect I
Designer
BIM Technician
Administrative Support
Structural Engineering
SIEGFRIED ENGINEERING INC.
Managing Principal
Principal
Senior Associate
Associate
Project Engineer
Engineer II
Engineer I
Senior Technician
Technician III
Technician II
Technician I
Clerical
REIMBURSABLE EXPENSE RATES
Reimbursable expenses are billed at cost + 10%.
Mileage is billed at the current IRS rate.
August 9, 2021
F-1
WMB ARCHITECTS
Stockton I Sacramento
$200
$180
$160
$140
$130
$120
$100
$75
$253
$227
$199
$178
$168
$154
$138
$134
$118
$102
$87
$80
It is anticipated that all permit application fees will be paid directly by the Client. If requested,
advanced payment of permit fees by WMB Architects on behalf of the Client will include a 15%
administrative fee.
PROPOSAL OF SERVICES I CITY OF LODI TRANSIT STATION I PROJECT NO. 21-064 Page 6
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Professional Services
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease
4 Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate May be waived by Risk Manager depending on the scope of services.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp oiect
that it is insuring.
(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 under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Chance 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.
Page 1 I of 2 pages Risk: rev. 3/1/2018
(f) 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 Contractors insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. 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.).
(g) 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 (1st) 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.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2 Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) 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.
Page 2 1 of 2 pages Risk: rev 3/1/2018
RESOLUTION NO. 2021-270
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH WMB ARCHITECTS, INC., OF STOCKTON, FOR
TRANSIT STATION BUILDING REPAIR DESIGN SERVICES
WHEREAS, the Lodi Transit Station is located at 24 South Sacramento Street and
serves as a central hub for the various transit services provided in the City. The original facility
was relocated to its current location and restored in June 2000; and
WHEREAS, a recent survey by staff revealed water damage and surface deterioration
on the wall sidings and exposed wooden beams, which should be repaired before further
damage results to the structure and interior spaces; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with WMB Architects, Inc., of Stockton, for Transit Station Building Repair
design services, in the amount of $35,770.
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,
Inc., of Stockton, California, for Transit Station Building Repair design services, in the amount of
$35,770; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: October 6, 2021
------------------------------------------
------------------------------------------
I hereby certify that Resolution No. 2021-270 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 6, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
Ct2�r,�
JENNIF CUSMIR
City Cler
2021-270