Loading...
HomeMy WebLinkAboutAgenda Report - November 3, 2021 C-08AGENDA ITEM 00 2 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for Aeration Diffuser System Replacements at the White Slough Water Pollution Control Facility ($148,124) MEETING DATE: November 3, 2021 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for Aeration Diffuser System Replacements at the White Slough Water Pollution Control Facility, in the amount of $148,124. BACKGROUND INFORMATION: There are six aeration basins measuring 30 feet wide, 135 feet long, and 18 feet deep at the White Slough Water Pollution Control Facility (WSWPCF). The basins are a part of the secondary treatment process that supply dissolved oxygen for the micro-organisms that work to reduce concentrations of nitrogen and ammonia in the wastewater. Each of the six aeration basins (AB) is equipped with an array of four -foot by 12 -foot membrane diffuser panels that were installed in 2004. The membrane diffuser panels are designed to distribute very fine, diffused air bubbles to efficiently supply the required dosage of dissolved oxygen for treatment, as shown in Exhibit A. Over time, the small holes in the membrane material become obstructed and/or the membrane material fails due to fatigue associated with the air pressure being generated from the blowers supplying the air. To maintain or replace the membranes, each basin must be drained and cleaned, then each membrane panel must be lifted out of the basin by crane and transferred to the shop for replacement. Since each of the six basins have between 32 and 65 membrane panels, the maintenance effort consumes a significant amount of time and resources. The City's existing aeration diffuser system has presented increasingly difficult maintenance and operational challenges for WPCF operations staff since its installation in 2007. Council authorized RBI to prepare a technical memo identifying appropriate replacement options for the aeration system design for replacement of the existing aeration system. In January 2021, RBI completed the technical memo, which recommends replacing the membrane diffuser panels with a system that utilizes an array of disk filters. This technology requires substantially less labor when performing maintenance operations and eliminates the need to employ a crane. Staff recommends adopting a resolution authorizing City Manager to execute Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for aeration diffuser system replacements at the White Slough Water Pollution Control Facility, in the amount of $148,124. APPROVED: Steve Schwabauer Stephen Schwabauer, City Manager \\pwadc02\msc$\GROUP\ADMIN\Council\2021\11032021\RBI\CC .RBI Aeration Basin doc 10/20/2021 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for Aeration Diffuser System Replacements at the White Slough Water Pollution Control Facility, in the amount of $148,124. November 3, 2021 Page 2 FISCAL IMPACT: This project is necessary to minimize maintenance costs, maintain wastewater treatment compliance and to avoid potential fines and penalties from the State. This does not impact the General Fund. FUNDING AVAILABLE: Wastewater Plant Operating Fund (53053003.72450) Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director U__Qlap Charles E. Swimley, Jr. Public Works Director Prepared by Lance Roberts, Utilities Manager CES/LR/tw \\pwadc02\msc$\GROUP\ADMIN\Council\2021\11032021\RBI\CC_RBI Aeration Basin.doc 10/20/2021 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 ROBERTSON - BRYAN, 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 aeration diffuser system replacements (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 remain in contact with reviewing agencies and make all efforts to review and return all comments. 1 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 December 1, 2021 and terminates upon the completion of the Scope of Services or on November 30, 2023, whichever occurs first. 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. z 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. 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. 3 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. 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. 4 Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Ken Capitanich To CONTRACTOR: Robertson -Bryan, Inc. 3100 Zinfandel Drive, Suite 300 Rancho Cordova, CA 96670-6392 Attn: Art O'Brien Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. 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, 5 CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. 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. 6 Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit 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 7 "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. 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 IN CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager ROBERTSON -BRYAN, INC., a California corporation Bv: Name: MICHAEL BRYAN, PHD. Title: 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: 53053003.72450 (Business Unit & Account No.) Doc ID:\\pwadc02\msc$\GROUP\ADMIN\Council\2021\11032021\RBI\PSA.doc CA: Rev.07.2021.elecsign 8 October 5, 2021 DELIVERED BY EMAIL Mr. Charles Swimley, P.E. Public Works Director City of Lodi, CA ROBERTSOM - DRAM, Inc. Solutions for Progress Exhibit A/B Subject: Proposal for Engineering Design Services for the City of Lodi White Slough Water Pollution Control Facility's Aeration Diffuser System Replacement Project Dear Mr. Swimley: As requested, please accept this proposal for Robertson -Bryan, Inc. (RBI) to provide engineering design and support services for the City of Lodi (City) White Slough Water Pollution Control Facility's (WPCF) Aeration Diffuser System Replacement Project (Project). The City's existing aeration diffuser system has presented maintenance and operational challenges for WPCF operations staff since its installation in 2007. As such, the City advanced a preliminary (35%) design for replacement of the existing aeration system. RBI completed this preliminary (35%) design of the aeration diffuser system and associated Basis of Design Report in January 2021. The City has requested RBI to progress the design from its current 35% level to a 100% design level. As such, the services to be provided under this proposal include design progression of the Project, from the current 35% design to a 100% design, and preparation of bidding documents for the Project. It is our understanding that Engineering Services during Construction and Construction Management Services will be considered at a later time. Also, we understand that Programmable Logic Controllers (PLCs) and Supervisory Control and Data Acquisition (SCADA) will be completed by the City's SCADA integrator. RBI's scope of work and budget for these engineering design and support services is based our understanding as described above and is provided below. I. SCOPE OF WORK TASK 1: DESIGN PROGRESSION Under this task, RBI will progress the design of the aeration diffuser system from the current 35% design to a 100% design level. Drawings expected to be provided include: • General 3100 Zinfandel Dr., Suite 300 Rancho Cordova, CA 95670 www.robertson-bryan.com Phone 916.714, 1801 Fax 916.714.1804 Mr. Charles Swimley, P.E. City of Lodi October 5, 2021 Page 2 o Cover sheet, including location and vicinity maps o Index of drawings o Legend o General notes o List of abbreviations o Design Criteria o Equipment schedule ■ Process Mechanical o Aeration basin demolition plans (2 sheets) o Aeration basin demolition details (2 sheets) o Aeration basin plans (2 sheets) o Aeration basin sections and details (6 sheets) • Electrical o Electrical symbols and abbreviations (1 sheet) o Aeration basin electrical plans (2 sheets) o Aeration basin P&IDs (3 sheets) T* 741 + l RoDUMN -BRW INC r.�•� 5oluf10-s for pmgrass RBI will prepare the General and Process Mechanical drawings, while RBI's electrical engineer subconsultant (collectively the Project Team) will prepare the Electrical drawings. The drawings will first be progressed to a 90% level and issued for review by the City. Upon completion of the City's review, RBI will progress the drawings to a 100% level. The drawings produced under this task will be utilized in the City's request for proposals (RFP) to construct the Project. Budget for this task includes time for up to three (3) site visits to the WPCF by the Project Team, coordination with City staff regarding the design progression, and coordination with equipment vendors for information needed to progress the design. TASK 2: PREPARATION OF GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS FOR BIDDING DOCUMENTS Under this task, RBI will prepare the technical specifications for the aeration diffuser system equipment to be included in the RFP to construct the Project. The following list of documents are anticipated but may be modified as needed by the project: GENERAL REQUIREMENTS o Supplemental Conditions (if needed) Mr. Charles Swimley, P.E. City of Lodi October 5, 2021 Page 3 o Field Engineering o Design Requirements o References o Meetings o Submittals o Progress Schedules o Quality Control o Construction Facilities and Temporary Controls o Material and Equipment o Startup and Testing o Contract Closeout o Seismic requirements TECHNICAL SPECIFICATIONS o Aeration basin dewatering o Demolition of existing aeration diffuser equipment o PVC piping and fittings o Miscellaneous metals o Stainless steel piping and fittings o Pipe supports o Aeration diffusers o Aeration air flow control valves and appurtenances o Identification of equipment piping and valves o General electrical work o Electrical wires and cables mm"T libaW"M -BURN, fnc Solutions for Pmgress o Electrical raceway systems o Electrical controls and miscellaneous electrical equipment RBI will provide a draft of the technical specifications to the City for review in Microsoft Word format. Upon receipt of the City's review, RBI will finalize the technical specifications and provide to the City in both Microsoft Word and PDF format for inclusion in the RFP. Budget for this task includes time for RBI to coordinate with the City on the technical specifications. Mr. Charles Swimley, P.E. 7■ • + I ROBERrsvn-BRYON, Inc City of Lodi SoloWns forPmgrsss October 5, 2021 Page 4 TASK 3: PREPARATION OF BIDDING DOCUMENTS RBI will prepare the front-end bidding documents (bid documents) based on the City's standard template and examples provided by the City. These documents will be provided to the City for review in Microsoft Word format. Upon receipt of the City's review, RBI will finalize the bid documents, and together, with the general requirements and technical specifications prepared under Task 2, RBI will prepare the complete Request for Bids for the City to issue. TASK 4: ENGINEERING SERVICES DURING BIDDING Under this task, RBI will assist the City during the bidding process, including answering questions from prospective bidders, conducting up to two (2) site walks with prospective bidders, and assisting the City in issuing RFP addendums as needed. TASK 5: MEETINGS RBI will attend up to five (5) meetings with the City, either in-person or virtually via video/conference call, whichever is preferred by the City. Anticipated meetings include: ■ Project kickoff meeting in 90% design review meeting * 100% design review meeting ■ Initial RFP preparation meeting ■ RFP finalization meeting TASK 6: PROJECT MANAGEMENT This task provides hours for RBI's partner, Art O'Brien, P.E., and project manager, Cyle Moon, P.E., to oversee and direct Project Team efforts on each task, project coordination by phone, email, and fax with other Project Team members, budget and schedule tracking, and other duties to administer the project. II. SCHEDULE RBI can begin providing professional services associated with the tasks defined herein upon receipt of a contract or written authorization to proceed. III. CONTRACT AND BILLING ARRANGEMENT RBI recommends a time -and -materials contract, not to exceed the amount shown in Attachment I without written authorization, to provide the professional services outlined herein (see Attachment 1 for a detailed project budget). RBI will invoice the City monthly Mr. Charles Swimley, P.E. City of Lodi October 5, 2021 Page 5 * ROSWWr-80016 INC. Solu1lons Ion Progress according to the fee schedule in Attachment 2 for all RBI work activities completed in the prior month. If you have any questions regarding this proposal, please do not hesitate to contact me at (916) 405-8944. Sincerely, Art O'Brien, P.E. Partner Attachment 1: Budget Attachment 2: Fee Schedule Cyle Moon, P.E. Project Manager C. 0 j ROBawn - BRYgm, IMC. szW Solutions for Progress ATTACHMENT 1 RBI BUDGET Aeration Diffuser Syslem RColacemenl Enainecring Design Services Ssenior StafFxgwer Partrtet Engineer I II AR O'Brieq I Cyle Mooq Dustin Lee, PE PE E1T Subtotal EAV LN Task 1: Design Progression 16 80 40 $ 31,888.00 Task 2: Preparation of Technical Specifications for Bidding Documents 24 60 16 $ 25,124.00 Task 3: Preparation of Bidding Documents 16 4 $ 5,988.00 Task 4: Engineering Services During Bidding 12 24 8 $ 11,092.00 Task 5: Meetings 16 20 10 $ 11,728.00 Task 6: Project Management 81 30 $ 9.854.00 Total Hours: 92 218 74 Rate: $ 313 $ 245 $ 182 Labor Subtotal: $ 28,796 S 53,410 $ 13,468 $ 95.674 Mileage $ 1,000 Subcoraulig Electrical Engiricer Subconsultant S 49,000 Subcortsultard Total $ 49,000 Subconsultard Markup (5%) $ 2,450 Direct Ex .sea Total 1 52,450 r.W , I RoBER7san - BRron, lnr. ATTACHMENT 2 2022 FEE SCHEDULE Charges for project work performed by Robertson -Bryan, Inc. (RBI) will be calculated and billed at the hourly rates shown below. PROFESSIONAL SERVICES RATE/HOUR ♦ Managing Partner $317.00 ♦ Partner $313.00 ♦ Principal Engineer/Scientist $296.00 ♦ Senior Consultant $289.00 ♦ Resource Director $275.00 ♦ Associate $263.00 ♦ Senior Engineer/Scientist II $258.00 ♦ Senior Engineer/Scientist I $245.00 ♦ Project Engineer/Scientist III $227.00 ♦ Project Engineer/Scientist II $217.00 ♦ Project Engineer/Scientist I $197.00 ♦ Staff Engineer/Scientist II $182.00 ♦ Staff Engineer/Scientist I $170.00 ♦ Technical Analyst $161.00 ♦ Graphics/GIS $148.00 ♦ Laboratory Compliance Specialist $142.00 ♦ Administrative Assistant $105.00 ♦ Intern $68.00 Up to ten percent (10%) of subcontractor charges will be added to cover administrative costs. Hourly rates will be increased by a minimum of fifty percent (50%) for depositions, trials, and hearings. Rates will be adjusted annually. Rates are adjusted annually, effective December 16th. Invoicing and Payments Invoices will be issued on a monthly basis for all work performed on a project. Payment is due upon receipt of the invoice. Not to exceed $148,124 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 nsurance 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 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 Page 1 I of 2 pages a Risk: rev. 3/1/2018 (f) Continuityof Co_v_erac�e 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. 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 anytime. 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 I Risk: rev 3/1/2018 RESOLUTION NO. 2021-288 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH ROBERTSON -BRYAN, INC., OF ELK GROVE, FOR AERATION DIFFUSER SYSTEM REPLACEMENTS AT WHITE SLOUGH WATER POLLUTION CONTROL FACILITY WHEREAS, aeration basin membrane panels are designed to distribute very fine, diffused air bubbles to efficiently supply the required dosage of dissolved oxygen for treatment; and WHEREAS, several new and updated technologies have been developed that can minimize impact to staff and budget; and WHEREAS, staff recommends authorizing the City Manager to execute a Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for aeration diffuser system replacements at White Slough Water Pollution Control Facility, in the amount of $148,124. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, California, for aeration diffuser system replacements at White Slough Water Pollution Control Facility, in the amount of $148,124; 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: November 3, 2021 I hereby certify that Resolution No. 2021-288 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 3, 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 PAMELA M. FARRIS Assistant City Clerk 2021-288