Loading...
HomeMy WebLinkAboutAgenda Report - October 5, 2022 C-07C 7 CITY OF AGENDA ITEM4 i CALIFORNIA COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to the Professional Services Agreement with WMB Architects, of Stockton, for Tony Zupo Field Fire Restoration Project Design Services ($20,000) MEETING DATE: October 5, 2022 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to Execute Amendment No. 2 to the Professional Services Agreement with WMB Architects, of Stockton, for Tony Zupo Field Fire Restoration Project Design Services, in an amount not -to -exceed $20,000. BACKGROUND INFORMATION: Zupo Field is located at 350 N. Washington Street. The facility was damaged by an arson fire in September 2019. City staff is working with WMB Architects to complete the design, permitting and bid documents. At the January 19, 2022 meeting City Council authorized a Professional Services Agreement with WMB Architects of Stockton to perform the design services in the amount of $45,880. The scope of work includes project site survey, project design and project bidding support services for the construction of new dugouts, bull pen areas, and associated American With Disabilities Act (ADA) Improvements. Staff requested Amendment No. 1 in the amount of $8,800 for the design of a "Donor Wall" feature to be added to the project on August 23, 2022. The amendment was executed under the current City purchasing policy. After review of the project plans by the City Building Department it has been determined that the services of a Civil Engineer is required to complete the design of certain site elements that are outside the scope of this contract. Amendment No, 2, if approved, will cover the cost of the services of Baumbach & Piazza, Inc. The cost of this service is $9,250, which brings the total contract amount to $63,930. Once the project design is complete, staff will bring the project back to City Council for plan approval and authorization to bid. Staff recommends authorizing City Manager to execute amendments to the Professional Services Agreement with WMB Architects, of Stockton, for Zupo Field Fire Restoration Project design services in an amount not -to -exceed $20,000. FISCAL IMPACT: This project will replace the fire damaged structures and bring the facility to current ADA code Compliance. Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$\WP\PROJECTS\PARKS\ZupoField\Fire Restoration Project 2022\CC Amend WMB PSA—Zupo Field Fire Restoration_Design Services_10-5-22.docx 9121/2022 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with WMB Architects, of Stockton, for Tony Zupo Field Fire Restoration Project ($45,880) January 19, 2022 Page 2 FUNDING AVAILABLE: Parks Capital - Zupo Field Improvements PKCP-22004. Contracts: $20,000 l Andrew Keys Deputy City Manager/Internal Services Director cl-�� Charles E. Swimley, Jr. Public Works Director CAr"f&WJ" Christina Jaromay Parks, Recreation and Cultural Services Director Prepared by Gary Wiman, Construction Project Manager CES/GRW/cd Attachment Cc: Public Works Management Analyst WMB Architects PRCS Management Analyst \\cvcfilv02\pubwks$\WPkPROJECTSkPARKS\ZupoField\Fire Restoration Project 2022\CC Amend WMB PSA—Zupo Field Fire Restoration_Design Services_10-5-22.docx 9/21/2022 AMENDMENT NO. 2 WMB ARCHITECTS, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WMB ARCHITECTS, INC., a California corporation (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on February 3, 2022, and Amendment No. 1 on August 23, 2022 (collectively, the "Agreement'), as set forth in Exhibit 1, attached hereto and made part of; and 2. WHEREAS, CITY requests to increase the fees by an amount not -to -exceed $9,250, for a total not -to -exceed amount of $63,930 and amend the Scope of Services, as set forth in Exhibit 2, attached hereto and made a part of; and 3. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 on the date and year first above written. CITY OF LODI, a municipal corporation WMB ARCHITECTS, INC., a California corporation hereinabove called "CITY" hereinabove called "CONTRACTOR" STEPHEN SCHWABAUER City Manager Attest: OLIVIA NASHED, City Clerk Approved as to Form: JANICE D. MAGDICH, City Attorney Name: MELANIE VIEUX Title: Principal Architect EXHIBIT 1 AMENDMENT NO. 1 WMB ARCHITECTS, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this naday of Aw u6 , 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), an WMB ARCHITECTS, INC., a California corporation (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on February 3, 2022 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of, and 2. WHEREAS, CITY requests to increase the fees by an amount not -to -exceed $8,800, for a total not -to -exceed amount of $54,680 and amend the Scope of Services, as set forth in Exhibit 2, attached hereto and made a part of, and 3. WHEREAS, CITY requested to extend the term of the Agreement through December 31, 2022; and 4. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation WMB ARCHITECTS, INC., a California corporation hereinabove called "CITY" hereinabove called "CONTRACTOR" S UE Nasrie: MELANIE VIED City Manager Title: Principal Architect Attest: 0)11�k� - OLIVIA NASHED, City Clerk Approved as to Form: J ICE D. M GDICH, City Attorney EXHIBIT 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties 17ebrLzLey 3 THIS AGREEMENT is entered into onjaaaa, 2022, 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 Zupo Field Fire Restoration Project 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 IL 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. Sectlon 2.4 S, taffina 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 January 20, 2022 and terminates upon the completion of the Scope of Services or on July 20, 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 8 and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 indemnification and Responsibility for 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 Liabilit 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: Gary Wiman 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 Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof_ Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidentiar' 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 dab first above writbn. ATTEST. -dEfilE#�Eft .GtyG1191k APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney CrrY OF LODI, a municipal corporation Steve Schwabauer STEPHEN SCHWABAUER City Manager WMB ARCHITECTS, INC. a California corporation By: fit C t f"" Name:Melanie Vieux Tltie: Principal Architect, CA License #C30857 Attachments: ExhlbN A — Scope of Services Exhlbli B — Fee Proposal Exhibit C — Insurance Requilmenta Exhbh D —Federal Transit Funding Conditions (If applicable) Fending Source: Parks Ca ital; ZUj3D Field Improvement MCP-22004.Contracts (duaineea Unit i Aacoulrt K0.) Doc ID:Ma:ifA1cvdlvC 21pubwk@$AWP%PROJECTSIPSA'8120221WMB%20Archftecto%PSA%20WMB%20Archlteds. doe CAtMv.01,7015 9: -- jdm CrrY OF LODI, a municipal corporation Steve Schwabauer STEPHEN SCHWABAUER City Manager WMB ARCHITECTS, INC. a California corporation By: fit C t f"" Name:Melanie Vieux Tltie: Principal Architect, CA License #C30857 Attachments: ExhlbN A — Scope of Services Exhlbli B — Fee Proposal Exhibit C — Insurance Requilmenta Exhbh D —Federal Transit Funding Conditions (If applicable) Fending Source: Parks Ca ital; ZUj3D Field Improvement MCP-22004.Contracts (duaineea Unit i Aacoulrt K0.) Doc ID:Ma:ifA1cvdlvC 21pubwk@$AWP%PROJECTSIPSA'8120221WMB%20Archftecto%PSA%20WMB%20Archlteds. doe CAtMv.01,7015 Exhibit AIB ■ ri WMB ARCHITECTS PROPOSAL OF SERVICES Project Zupo Field Grandstand Seating & Press Box Client City of Lodi Public Works / Parks & Recreation Project It 214089 December 20, 2021 DESCRIPTION OF THE PROJECT New dugout, bullpen areas, and site amenities to replace existing structures damaged by fire. Coordination of owner -provided grandstand and press box. SCOPE OF SERVICES SUMMARY The scope of services includes: Task 1— Design Development Task 2— Construction Documents Task3— Permitting The proposal includes services of the following disciplines: Architecture - WMB Architects Inc- Stockton I Sacramento Structural Engineering - Mozaffari Engineering Inc. - Modesto Electrical Engineering - HCS Engineering Inc. - Stockton SCOPE OF SERVICES Task I Design Development 1.1 Distribute preliminary CAD site plan to design team. 1.2 Conduct a design team meeting at the site for verification of existing conditions and review of the proposed site and building design plans. 1.3 Conduct building code compliance evaluation. 1.4 Prepare outline specifications for building systems. Task 2 Construction Documents 2.1 Prepare 90% Construction Documents including drawings, specifications and calculations as required for obtairing County construction permits and for bidding and constructing the projects. 2.2 Schedule and conduct internal design team meetings. 2.3 Prepare final finishes design for finish materials and color palettes. 2.4 Complete Title 24 Energy Performance Calculations for lighting/power systems. December 20, 2021 2.5 Coordinate final book specifications for building systems. 2,6 Provide Client 90% completion plans set documents for review. Conduct an internal quality control review of all documents. Distribute all review comments to team for coordination and development of 100% drawings. 2.7 Prepare 100% construction documents — drawings, specifications and calculations- for permitting. 2.8 Present the final construction documents to the Client. Deliverables : A. Project Anticipated Architectural Deliverables: a. Titie Sheet/ Code Compliance Documentation b. Cal Green Compliance Checklist c. Accessibility Compliance Plan and Details d. Architectural Site Plan and coordination of Site Details e. Architectural Plans and Details for two (2) new dugouts and bullpen areas f. Door Hardware & finish Schedules g. Architectural Specifications to supplement City of Lodi Specifications B. Anticipated Structural Deliverables: a. Structural Plans and Details for two (2) new dugouts and bullpen areas b. Structural Plans and Details for retaining wall, backstop, and fencing c. Structural Notes and Calculations C. Anticipated Electrical Deliverables a. Electrical Site Plan b. Power and lighting Plans for two (2) new dugouts and bullpen areas c. One Line Diagram, Panel Schedules and Details d. Electrical Details e. Title 24 Compliance Documents Task 3 Permitting 3.1 Prepare construction document drawings, specifications and calculations required for City of Lodi Building Department permit submittal. 3.2 Prepare permit application, and submit document sets for permitting. 3.3 Retrieve plan review comments; distribute comments and plan sets to design team. 3.4 Provide written responses to plan review comments: modify documentation as required. 3.5 Resubmit documents and responses to the Building Depatment Deliverables: A. Building Department applications and Construction Documents: 100% Drawings, specifications and calculations required forsubmittal. B. Review comment modifications to drawings, calculations and specifications as required; prepare review comment response letters for all disciplines. Only services s ecificali described above are included in thisro ❑sal. All other tasks are considered Additional Services and are subject to a Change in Scope. Page 2 December 20, 2021 CLIENT'S RESPONSIBILITIES The following areas are to be the responsibility of and paid for by the Client: 1. Designate a representative authorized to act in the Client's behalf with respect to the project. 2. Pay all jurisdictional and utility agency costs and fees required for permit approval and inspection. 3. Separately contract and pay for all testing and special inspections of the project construction as required by the Building Code and the jurisdictional agencies. PROJECT SCHEDULE This proposal was developed with the attached schedule timeframe assumptions: Task 2 Design Development T':-1-2 weeks Task 3 Construction Documents 3-4 weeks Task4 Permitting TAD Page 3 December 20, 2021 FEE PROPOSAL WMB will provide these services for a Fixed Professional Services Fee of $45,380, 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. 1 DESIGN DEVELOPMENT S 2,460 S 1.750 S i.WO S 5.710 2 CONSTRUCTION DOCUMENTS 5 17.120 S 10.500 5 3,0011 S 30,620 3 PERMITTING 5 5,460 5 2,754 S 900 5 91050 4 BIDDING S 5 S T&M S CONSTRUCTION SUPPORT S $ $ r M S 75,480 S 15.1106 $ 4,900 '0FAL PROFE55(0ftAL 5t:R"ICC5 cc RUMBURSABLES _ S 50D PROPOSED COfMACT VALUE 5 4S,88a 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 out-of-town mileage, printing, reproductions, plots, renderings, and postage/shipping. Printing of drawing sets and associated documents required for permit application and backcheck resubmittais 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 priorto the performance of Additional Services. The terms of this proposal are valid for 90 days WMB Architects, Inc. Melanie Vieux Principal Architect I CA License C 30857 PROPOSAL OF SERVICES I CITY OFLODI-2UPOFIELD I PROJECT N21-08 Page4 Ndt 10 Exceed $45 860 Schedule of Hourly Rates WMB ARCHITECTS INC. Senior Principal Architect Principal Architect Project Architect Architect II Architect Designer BIM Technician Administrative Support December 20, 2021 M POO WMB ARCHITECTS Stockton I Sacramento $200 $18D $165 $140 $130 $120 $100 $75 ADD CONSULTANTS HOUR[ r RATES REIMBURSABLE EXPENSE RATES Reimbursable expenses are billed at cost + 10%. Out-of-town mileage is billed at the current IRS rate. It is anticipated that all permit application fees will be paid directly by the Ciient. If requested, advanced payment of permit fees by WMB Architects on behalf of the Client will include a 15% administrative fee. Page 5 EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contractyou will receive an email from the City's online Insurance program requesting you to forward the email to your Insurance provlder(s) to submit the required insurance documentation e►actnonically insurance Require menIs for Deslarr Profs ssionals- Are hitec 1EnaInears 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 con neclion 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 rad acts and completed oeraliq property damage, bodily injury and personal & advertising injury with limits no less than :2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projecUlocation (ISO CG 25 03 or 25 04) o► the gena rat aaaregate limit shall be twice the re4uiro occurrence limn. 2- Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no awned 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 Slate of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,600,000 per accident for bodily injury or disease. 4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limits not less than $2,000,000 per occurrence or claim. Other insurance Provisions: (a) Addilion t Named Insured Status The City or 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 fumished 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 2010 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CC 20 38: and CG 20 37 if a later edition is used (b) Primary and Non-Cantribulory lnsurance Endarsemenl The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to the 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 shalt be excess of the Contractoes insurance and shall not contribute with it. (c) Waiver of Sybriglailan 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 Gt7Y OF 6QDI 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 oia that it is insuring. (d)aver hAil f lnteresl Cle The tens "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 C ncelfalion or han a in vpfaga Endorsement This policy may not be canceled nor the coverage reduced by lne company without 30 days' prior written notice of such cancellation or reduction In coverage to the Risk Manager, City of Lodi, 221 West Plne St., Lodi, CA 95240. Page 1 I of 2 pages Risk: rev, 311/2018 M Cnn[inuiiyof CnLrw All pollcfes shall be in effect on or before the first day of the Term of this Agreement. Al least thirty (30) days prior to the explration of each Insurance policy, Contractor shall fumish a certificates) showing that a new or extended policy has been obtained which meals the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on of 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 Lodl shall provide for a claims period following lermInallon of coverage which is at least consistent with the claims period or statutes of limitations found In the Cellromla Tort Claims Act (California Government Code Section 810 at seq.). (g) F i r t C m! If Contractor falls or refusea to obtain and maintain the required Insurance, or falls to provide proof of covorege, 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 rale then in affect In California. The City shall notify Conlrac(orof such payment of premiums within thirty (30) days of payment staling the amount paid, the name(s) of the Insurer(s), and rate of Interest. Contractor shall pay such reimbursement and Interest on the Orsi (let) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, If Contractor falls or refuses to obtain or maintain Insurance as required by this agreement, or fags to provide proof or 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) Vori is lian of Covariyn Consultant shall furnish the City with a copy of the policy declarallon and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language affecting 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 Consvilant'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 shell not conslltute a waiver of the City's night to exercise after the effective date. (I) Sclf-insured RgFeltllons Self-insured retentions must be doctored to and approved bylhe City. The City may require the Consultant to provide proof of ability to pay louses and related Investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-Ineured retentlon may be satisfied by either the named Insured or City. ()) rnSUr nc Imus The limits of insurance described heroin shall not limit the liability of the Contractor and Contractors officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, Indemnify and told the City and Its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or reshicled by any requirement In the Agreement for Contractor to procure and maintain a policy of Insurance. (k) Subconlraclors Consultant shall require and verify that all subcontractors maintain Insurance meeting all the requirements staled herein, and Consultant shall ensure that City Is an additional insured on insurance required from subcontractors (1)t ins. -M& - RolWeS If any of the required policies provldo coverage on a clelms-made basis: 7- The Retroactive Date must be shown and must be before the date of the contred 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 eancaled or non-renewad, and not replaced with another darme-made poiicy farm with a Relroactive hate prior to the contract erfective date, the Consultar+l must Purchase 'extended reporting' coverage for a minimum of five (5) years after completion of contract work. (m) Qualirliud Insure Is 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•admllted surplus lines carriers may be accepted provided they are Included on the most recent list of California ellglble surplus lines Insurers (LESLI list) and otherwise meet City requirements. Signature: Email: sschwabauer@lodi.gov Page 2 1of 2 pages —�- --~— - - . ~ _ ^�� f - – - . � - -• � --�-- - Risk; rev, 3/1/2018 Change in Project Scope SCOPE CHANGE NUMBER: 01 PROJECT NAME: Zupo Field PROJECT NUMBER: 21-089 INITIATION DATE: 04-15-22 CONTRACT DATE: 02-03-22 OWNER City of Lodi Propose Chan a in Pro'ect 5co e r WMB ARCHITECTS 5757 Pacific Avenue 2000LStreet Suite 226 Suite 125 Stockton CA 95207 Sacramento CA 95811 209.944.9110 916.254.5546 3D modeling and renderings of proposed improvements of Zupo field - $5,600 - Assistance with coordinating prints as required for fundraising efforts - $500 (Costs of printing to be the responsibility of City of Lodi) Revisions to architectural drawings to incorporate donor wall design - $1,200 Structural calculations and details for donor wall - $1,500 Chanpe in Architectural Fn ineerin Contract Fees: $45,880 Original Fee Previous scope changes Fee prior to this scope change $45,880 Fee will be increased by $8,800 $ o New fee 54,680 COMMENTS: Architect Signature: Owner Signature: Date: 04-15-22 Date: www.wmbarchitects com Change in Project Scope SCOPE CHANGE NUMBER: 02 PROJECT NAME: Zupo Field PROJECT NUMBER: 21-089 INITIATION DATE: 08-10-22 CONTRACT DATE: 02-03-22 OWNER: City of Lodi Proposed Change in Project Scope EXHIBIT 2 F-1 WMB ARCHITECTS 5757 Pacific Avenue 2000 L Street Suite 226 Suite 125 Stockton CA 95207 Sacramento CA 95811 209.944.9110 916.254.5546 Civil Engineering services provided by Baumbach & Piazza, Inc. (as described on Proposal / Agreement dated 07-29-2022) - $6,500 - Additional coordination by WMB Architects - $2,750 Note: It is expected that the drafting work for this Scope Change is to be performed by City of Lodi. WMB will modify Architectural Drawings to accommodate minor design revisions to Civil Scope. Major revisions to overall design and layout may be subject to additional Changes in Project and Scope. Change in Architectural / EneineerinR Contract Fees: • Original Fee ■ Previous scope changes • Fee prior to this scope change ■ Fee will be increased by • New fee COMMENTS: Architect Signature: Date: Owner Signature: Date: $45,880 $8,800 $54,680 $9,250 $63,930 08-10-22 www.wmbarchitects.com RESOLUTION NO. 2022-232 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH WMB ARCHITECTS, OF STOCKTON, FOR TONY ZUPO FIELD FIRE RESTORATION PROJECT DESIGN SERVICES WHEREAS, Zupo Field is located at 350 North Washington Street and the facility was damaged by an arson fire in September 2019; and WHEREAS, on January 19, 2022, City Council authorized a Professional Services Agreement with WMB Architects, of Stockton, to perform the design services in the amount of $45,880; and WHEREAS, the scope of work includes project site survey, project design and project bidding support services for the construction of new dugouts, bull pen areas, and associated American With Disabilities Act (ADA) improvements; and WHEREAS, on August 23, 2022, staff executed Amendment No. 1 in the amount of $8,800 for the design of a "Donor Wall" feature to be added to the project under the current City purchasing policy; and WHEREAS, after review of the project plans by the City Building Division, it has been determined that the services of a Civil Engineer are required to complete the design of certain site elements that are outside the scope of this contract; and WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 2 to the Professional Services Agreement with WMB Architects, of Stockton, for Zupo Field Fire Restoration Project design services in an amount not to exceed $20,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 2 to the Professional Services Agreement with WMB Architects, of Stockton, California, for the Zupo Field Fire Restoration Project design services in an amount not to exceed $20,000; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution 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 5, 2022 I hereby certify that Resolution No. 2022-232 was passed and adopted by the City Council of the City of Lodi in a regular meeting held October 5, 2022 by the following votes: AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None aka� OLIVIA NASHED City Clerk 2022-232