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