Loading...
HomeMy WebLinkAboutAgenda Report - October 5, 2022 C-09r CITY OF AGENDA ITEM l bw ., 0 D Z C A L I FORN IA COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 with Carollo Engineers, Inc., of Walnut Creek, for Solids Handling Facility Improvements Design and Engineering Services ($170,000) MEETING DATE: October 5, 2022 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt Resolution authorizing City Manager to execute Amendment No. 2 with Carollo Engineers, Inc., of Walnut Creek, for Solids Handling Facility Improvements Design and Engineering Services, in the amount of $170,000. BACKGROUND INFORMATION: On April 15, 2020, Council authorized the City Manager to execute a Professional Services Agreement with Carollo Engineers to provide assistance with the procurement and installation of a new dewatering screw press, ancillary equipment, and Digester No. 3 pump mixing system for improvements at the White Slough Water Pollution Control Facility, in the amount of $162,500. The intent of the original agreement was to procure the project improvements utilizing a progressive design build process. Staff later determined the design bid build process would better fit the project scope and result in more control over the design process. Amendment No. 1, approved by Council on September 1, 2021 added $110,922 of additional funding to prepare final design documents and extended the contract term through September 30, 2022. The design is now complete and staff will request Council approve plans and specifications and authorize bidding at the October 19, 2022 meeting. If approved, Amendment No. 2 will add additional funding for engineering services during construction in the amount of $170,000, for a total contract amount not -to -exceed $443,422. Engineering services during construction includes the review of construction submittals, responding to contractors requests for information, and the preparation of record drawings upon project completion. The project estimate is $2,000,000. Staff recommends authorizing City Manager to execute Amendment No. 2 with Carollo Engineers, Inc., of Walnut Creek, for Solids Handling Facility Improvements Design and Engineering Services, in the amount of $170,000. FISCAL IMPACT: This project is necessary to maintain wastewater treatment compliance and to avoid potential fines and penalties from the State. This does not impact the General Fund. FUNDING AVAILABLE: /n�1 Wastewater Capital (53199000.77020) l Andrew Keys Deputy City Manager/Internal Services Director M- IN -Q Charles E. Swimley, r. Public Works Director Prepared by Lance Roberts, Utilities Manager CES/LR/tw Attachment APPROVED: Stephen Schwabauer, City Manager \\pwadc02\msc$\GROUP\ADMlN\Council\2022\10052022\Solids Handling\CC_Solids Handling_LR.doc 9/22/2022 AMENDMENT NO. 2 CAROLLO ENGINEERS, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT, made and entered this day of October, 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CAROLLO ENGINEERS, INC., a Delaware corporation, qualified to do business in California (hereinafter called "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into Professional Services Agreement on April 30, 2020 and Amendment No. 1 on September 22, 2021, (collectively the "Agreement"), attached hereto as Exhibits 1 and 1A, respectively, and made a part hereof; and 2. WHEREAS, CITY requested to extend the term of the Agreement to September 30, 2023; and 3. WHEREAS, CITY requested to increase the fees by $170,000, for a total not to exceed amount of $443,422; and 4. WHEREAS, CITY requested to amend the existing scope of services to include Task Order No. 2 for Solids Handling Facility Improvement Design and Engineering Services during construction, as set forth in Exhibit 2, attached hereto and made a part of; and 5. WHEREAS, CONTRACTOR agrees to said amendments; and NOW, THEREFORE, the parties agree to extend the term of the Agreement to September 30, 2023, increase the not to exceed amount of the Agreement, and expand the scope of services 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 Herein above called "CITY" 0 STEPHEN SCHWABAUER City Manager Attest: OLIVIA NASHED City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney CAROLLO ENGINEERS, INC., a Delaware corporation Hereinabove called "CONTRACTOR" By: A SCOTT E. PARKER, P.E. Senior Vice President CHRISTOPHER T. CLEVELAND, P.E. Senior Vice President Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.i Parties THIS AGREEMENT is entered into on Ilf]ri 2020, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CAROLLO ENGINEERS, INC., a Delaware corporation. qualified to do business in California (hensinaRer "CONTRACTOR'). Secdon 1.2 Purizose CITY selected the CONTRACTOR to provide the services required in accordance with attsched Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter Into an agreement with CONTRACTOR for solids handling equipment and installatlon assistance 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 5ao}zn of 5arvlce 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 'rune. For Commencement and Complation 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 timellne or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated In the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 remain In contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Maetinns CONTRACTOR shell attend meetings as may be set forth In the Scope of Services. Section 2.4 Stafflna 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 Servfces 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 On 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 tern of this Agreement commences on April 1, 2020 and terminates upon the completion of the Scope of Services or on September 30, 2021, whichever occurs first. Section 2.7 Oxon to E=xtend Term of A reament At its option, City may extend the terms of this Agreement for an additional one (1) one (1) -year extension; provided. City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. in the event City 2 exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain In full farce and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed two (2) years and six (6) months, for a total of thirty (30) months. ARTICLE 3 COMPENSATION ATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved In advance and in writing by CiTY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without Ilmitatlon, 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 Costes 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 rurnish 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 3 this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years a ter final payment under this Agreement. ARTICLE 4 MiSCELLANEOUS PROVISiONS Section 4,11 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the angagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital statue, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Cornpilanca In performing services under this Agreement, CONTRACTOR shalt 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, sale 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 arlsing under this Agreement. 4 Section 4.6 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 Redu4rements far CQNTRACTOR 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 Asslans 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 otles Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sander 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 3009 Lodi, CA 95241-1910 Attn: Chariie SWmley To CONTRACTOR: Carollo Engineers, Inc. 2795 Mitchell Drive Walnut Creek, CA 94598 Attn: Larry Partin Section 4.9 Cooperation of CITY CiTY shell 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 Employag 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 5 require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Secdon 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 CanfidentfalitY CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by few or permitted In writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and dearly 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. SocUon 4.13 Applicable Law, Jurlsdiction, Soverabillt3L Arid Attorria!'s l=eas 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 shell 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 Sart Joaquin County Superior Court. Section 4.14 City Business i_Iconue 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. 6 Section 4.16 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 Torms Frevall 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 Saverabiilty The invalidity in whole or in part of any provision of this Agreement shall not void or affeet the validity of any other provision of this Agreement. Section 4.19 Ownership of i]ocurnents Alt 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, shalt be deemed the property'of CITY. Upon CITY's request, CONTRACTOR shall allow CiTY to Inspect ail 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. Suction 4.20 ALdhorlty The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit r` ending CandIt€ons ❑ 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. 7 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. CITY OF LODI, a municipal corporation ATTEST: Steve Schwabauer PAMELA M. FARRIS STEPHEN SCHWASAUER Assistant City Clark City Manager APPROVED AS TO FORM: CAROLLO ENGINEERS, INC., a California JANICE D. MAGDICH, Clty Attorney corporation Janice D, Magdlch - By: By: ,r, Name LARRY PARLIN Title: Senior Vie President Attachmv nts: V Exhibit A — Scope of Services Exhibit 8 — Fee Proposal A&&L 4/17/2020 Exhibit C— Insurance Requirements Name: everly Hann Exhibit D — Federal Transit Funding Condltions (if applicable) Title: Associate vice president Funding Source: 53198000.77020 (Business Unit S Account No.) Doc ID;K:IWPIPROJECTSIPSA'a12020tCarcHo Salld Handling PSA,doo CAiRev,01.2015 Exhibit AiB C CO w` ■r.* Engineers, . L7ll, Mitchell Urge, Walnut Creek, California 94M o IM 937. 1710 Much 3, 2020 Charles Swimley City of Lodi 221 W. Pine Street Lodi, CA 95240 Subject: Proposal for Solids Handling Equipment Procurement and Installation Assistance Services Dear Mr. Swimley: We propose the following scope of work for services to be completed at the request of the City of Lodi (City). SCOPE OF SERVICES CONSULTANT shall assist the City with the procurement and installation of a new dewatering screw press and ancillary equipment, and Digester No -3 pump mixing system Improvements. Improvements will be obtained through a progressive design -build delivery approach, based an a guaranteed maximum price. CONSULTANT's role on project shall include 1dentillcatlon of appropriate equipment meeting City's needs, development of appropriate design criteria and preliminary process Row diagrams, and development of appropriate procurement documents. All detailed design shall be completed by the successful dealgn build contractor. TASK 1 - PROJECT DEVELOPMENT 1.1- Prepare Procurement Guidance Document CONSULTANT will prepare a guidance document for the project Including the proposed project equipment design criteria, performance specifications, and simple process flow diagram drawings. Qualifled Equipment Suppliers and Contractors will be Iden(Med In the guidance document that meet City procurement requirements. TASK 2 - REQUEST FOR PROPOSALS (RFP) PROCESS 2.1 - Develop Project Description and Requestfor Proposal Document CONSULTANT will develop a project description for Inclusion in the Request for Proposals (RFP) document. CONSULTANT will prepare project concepts and other technical work products to the level of completion necessary to enable the preparation of thorough and responsive proposals by Equipment Suppliers and Contractors. CONSULTANT will prepare the RFP document based an the Water Design Build Council Progressive Design Build Guidance Document, supplemented with City procurement requirements, as appropriate. 2.2 - Distribute Draft RFP for City Comment CONSULTANT will distribute draft RFP for review and comment by City staff and meet with City staff to discuss comments and suggested revisions. 2.3 - Finalize RFP Document CONSULTANT will incorporate revisions to the draft RFP document and prepare tinal RFP document. 2.4 - Issue RFP to QuslW Equipment Suppliers and Contractors CONSULTANT will support Clty in the formal issuance of tate final RFP to the guallfled Equipment Suppllera and Contractors. CONSULTANT v+lll provide oversight support to City including facilitation of a pro -proposal meeting, responses to quest{ons and requests for Informovon, and the Issuance of addenda to the RFP, K necessary. TASK 3 - PROPOSAL EVALUATION 3.1 - Conduct Proposal Completeness Check CONSULTANT will conduct a completeness check of proposal submittals to confirm all information requested in the RFP has been provided and to the proper format. At the City's discretion, CONSULTANT will prepare formal requests to proposers as necessary to acquire missing Information. 3.2. Evaluate Proposal Submittals CONSULTANT will provide the technical, financial, and contractual evaluation of proposal submittals In accordance with the requirements of the RFP. 3.3 - Finalize Proposal Evaluation / Rank Proposals CONSULTANT will facilitate the flrraiixatlon of the proposal evaluation process and the ranking of proposal submittals In accordance with the directives of the IFP. City staff will prepare any necessary staff reports for Council award of Contract TASK 4 — PROJECT DESIGN OVERSIG14T 4.1 — Project Design Oversight CONSULTANT will supportthe City in overseeing the Contractor's advancement of the proposed project detailed design and cost estlm0nq, and provide value englosoring Input as necessary. TASK 5 — CONSTRUCTION AND COMMISSIONING SERVICES Construction Management activities and Inspection oversight of the Contractor will be the responsibility of the City. 5.1 —Site Visits CONSULTANT will conduct monthly observations of the construction in progress to confirm compliance with the contract. INIE - C - It is anticipated these services will be complete within twelve (12) months from the effective date of this Task Order. PAYMENT Lump sum of $162,500 with services to he Invoiced monthly as a percentage of the total of work completed. EXHIBIT C NOTE. rhe Clty of Lodi is now us/ng fM on/!ne Insurance program PINS Advantage. Once you have been &waded a conbac f you will recelw an enwdl from fhs City's Gallas lawrance prolymni requasong you to fbrrvard M* small to your Insurance provida(i) to suemlt aha mquUad fnsurenae dbcamontatfon errecrrorrrcalfy Insuraace Requirements for Profoesfonal Sorvlcag Contractor shall procure and maintain for the duration Of the Contract insurance against claims forinjuries to persons ordemagea to property winch may arise from orin conneclton with the parforrnanca of the wane hereunder end that results of that work by the Contractor, his agents, rapresentativae, employees or subcontractors. MINIMUM SCOPE AND LIMIT Or INSURANCE Coverage shall be at least as broad as: 1. Commercial General Llcthlllty (CGL): insurance Services Offloe Fenn CG 00 01 covering CGL on an "occurrence' basis, Including pro ducta and comp late d operations, property damage, bodily injury and persona+ & adverlIsing injury with limns no leas than $1,000,000 par occurrence, if;) gensral aggregate limit appliou, aflhor the general sggregafe limit shaft apply separately to this projecWocall art (ISO CG 25 03 or 25 04) or the general aggregate limit shag be twice the required occurrance IfmIt. 2. Automobile Liability; 130 Form Number CA W 01 covering any auto as it Contractor has no owned autos, then hired, and non -owned autos with limit no less than 51,00,000 par accidentfor badly injury and properly 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 Llablllty (Errors and Omissions): Insurance appropriates to the Contractor's profession, with limit no tees than $1,000,000 per occurrence or claim. ¢t4er insurance ProvIllons: (a) RddJJrQp{II �I£r�d Ina;rrad Status The City of Ladi, its etectad and appointed boards, commissions, officers, agents, employees, and voiuntsers are to he covered as additional Inaureds on 11h CGL and auto pallay with respect to liability adel ag out of work or oparallcpa perfermad by or on behalf aFtha Contractor inciudfrig mate rlala, parte, a equIprnont Furnished in connection with selch work or 0parntlone. General liability coverage can be provided In that `arm of an endarsemont to the Conlractw s Insurance (at feast an brand as ISO Farm CG 20 10 11 85 or If not avaitable, through the addition of both CG 20 10, CG 20 26. CG 20 33, or CG 20 38; n CG 20 3T if a later ediffon is used (b) f-'rfalary_and Nan•CantnNutnJtsuraFIC- 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 respads the Entity, its officers, officials, employees, and volunteers. Any insurance or sefr-Insurance maintained by the Entity, its officers, offlclais, employees, or volunteers shall be excess of the Contractor's Insurance and shall not contribute with it. (c) V1laivur of La mr allQY) Contractor haraby grants to City of Lodi a waiver of any right to Subrogation which any insurer of said Contractor may acquire a9ainat the City of Lodi by virtue of the payment ❑f say loss under such Insurance. Contractor agoras to obtain any endorsement that may be necananry to Ofcct this wRivar of subrogatlon, but this provision applies regardless of whelherar not the City of Lodi has received a waiver of subrogation endorsement from the Insurer NOTE: (1) The street address of the Crry 2 Loot 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 the protect that It Is insuring, (d) imveRtkillty-0 4 The term "Insured" to used severally and nol cafie(xively, but the inclusion herefn of more than one insured shall not operate to increase the'.imlt of the company's liability under the Contractors commercial general liability acid automoUe liability policies. (9) hut_ _nFCar�rollcilrgn ur,�Itptiya_ni Gov uaya LptlnrsnrleLtt 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. ((j ISZ< I cj F¢h :icie - Risk: rev, W1201 All pollcies shatf be in effect on or before the first day of the Term of Ibis Agreement. A( least thirty (30) days prior to the expiregon of each Insurance pollcy, Contractor shall fumleh a carliffcale(s) showing that a new Or extended policy has been obtained which meets the minimum requirements of this Agreement Conlmcrar shall provide proof of cnnhnuing Insurance on at feast an annual basis during the Term, If Contractor's Insurance lapses or Is discontinued ror any reason, Canhactor shall immediately, nollty the C4 and immedia(ely obtafn replacament Insurance. Contractor agrees and alfpulates that any insuranca coverage provided to the City of Lod] shall provide for a ctaifns period following lownfriation of coverage which is at feast consistent with the claims period or sta(utea of limitaltons found In the Cali(omfa Tart Claims Act (California Government Cods Section 010 et seq.). (p) Pilre mi if Contractor falls or refuses to obtain and maintain lire required Insurance. or fails to provide proof of coverage, the City may obtain the Insurance. Contractor shall raimbume the City for prarilums paid, vAlh interest on the premium paid by the City at the maximum affawable legal rate lhen In effect in Callfomin. The City shall paltry Conlrtactor of Stich payment of premluma within thirty (3 0) days of payment staling the amount paid, the name(a) of the Irind rar(s), and rate of interest. Contractor ahot I pay such ralm b u rs am a at and In to re at on Etta first (tat) day of the month foitowing the City's nol Joe, Nolvalh9tanding any all her provision of this Agreement, if CcntraCEO r faits or refuses to obtain or me InIaIn insurance as required by this ardreernent, or faits to 9roVida 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 orfacIlitles. (h) V 'f f n r y r Consultant shall furnish the City with a copy of (he policy declaration and endorsement page(s), Original certlHcates and amendatory endo rsemsnto or copies o (he applice Ulu paicy Tanguage effect{ng coverage required by thl3 clause. All Carl] ficates and and arsemente are Io be received and approved by the City before work commence9. However, failure (a obtain the required documents prior to I h a work bag inning aha11 not Halva the Cc, nsuIto ill's oblig aIfon to prov[do them. The Clty ressrvas the right to require complete, eertfUsd cop lea of all required Ensure no& patlGras, including andomainonts raquired by Ihese so act ficntfans, at tiny time. Faflu m to exercise this right shall not canICWte a waiver of the City's right to exercise after the arreclive date. (I) EF- rt tired R n la s $elf -insured rotontlons must be declared to and approved by the City. The City may require the Cansullant to provide proof of abllity to pay losses and related investigations. claim administration, and defonsa expenres within the retention. The policy languago shall provide, or be endorsed to provide. (hot iho Self-Insurad retention may be sallsred by affhar the named insured or City. U) Inau�B,ylmlt� TIte limits of Insurance described herein shall not limit the liability of the Contractor and Contraclai's officers, employaas, agents, ropresontativoa or subconiraciam. Contractors obligation to defend, indemnify and hold the City and tis officers, officials, amployeas, agents and volunteers harmless under the provisions of 1n13 paragraph Is not limited to or restricted by any mquframent in the Agraarnent for Contractor to procure and maintain a policy of insurance (k) Qfafrns madq P It i a irany of the required policfes provide claims -made coverage: 1. The Retroactive fate must be shown. and must be before the date of the contract or the beginning of contract work. 2. Insurance must he maintained and evidence of Insurance must be provided rbr atlasstave (S) yearn a0lor r:ompfeUon offhe con(mctofworlir. 3. if coverage le canceled or non -renewed, and not replaced whh another clafms•msdo policy fermi with a Ratrnaolve Data prlorto the contract effective date, the Contractor must purchase "extended reporting" coverage for a minimum of Bve (5) years after completion of work, (I) $t�Qontractors Consultant shell require and verify that all subcontractors maintain Insurance meeting air the requirements stated heroin, and Consultant shall ensure that City In an additional Ensured on Insurance raquired from subcontractors (m) gi�iNf(s;�i !t- rsurrL(�1 All Inaurarice requEred by the'erms of this AgreamenI mus10 a provIdled by i usurers !!tensed to do businaas in the StaIa of Callfornrn whrct7 are rated at Ianst 'A-, Vi' t,y the AM best Ratings Guide, and which are acceplahle to lire City. Non-admilled surplus lines carriers may he accepted provided shay era included on the most recent Ila( nt California eligible surplus lines it13urers (LESLf list) <rnd 0the nvise meal CIty requIrarnan19. Signature: • ••-- Signature: Emaflt jmagdich@lodi,gov Email: sschwabauer@iodi.gov Page 2 1 of 2 pages l Risk: rev. 3/1/2018 AMENDMENT NO. 1 CAROLLO ENGINEERS, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT, made and entered this lay of September, 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CAROLLO ENGINEERS, INC., a Delaware corporation, qualified to do business in California (hereinafter called "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on April 30, 2020 ( the "Agreement"), attached hereto as Exhibits 1, and made a part hereof; and 2. WHEREAS, CITY requested to extend the term of the Agreement to September 30, 2022; and 3. WHEREAS, CITY requested to increase the fees under the Agreement by $110,922, for a total not to exceed amount of $273,422, and amend the existing Scope of Services to include final design of White Slough Water Pollution Control Facility solids handling facility improvements and digester no. 3, as set forth in Exhibit 2, attached hereto and made part of; and 4. WHEREAS, CONTRACTOR agrees to said amendments; and NOW, THEREFORE, in paragraph 3 parties agree to amend the not to exceed amount under the Agreement as set forth above and extend the term of the Agreement to September 30, 2022. 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 Herein above called "CITY" By: 04,4,., 2"r STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR r City Clerk Approved as to Form: -yr~ rAN[C-E MAGDICH G:fit orney CAROLLO ENGINEERS, INC., a corporation Hereinabovetcalled "CONTRACTOR" By: Scott E. Parker. P.E. Senior Vice President Y Christ pher T. Cleveland, P.E. Senior Vice President Delaware C Car"1/-1 CITY OF LODI White Slough Water Pollution Control Facility Solids Handling Facility Improvements Design SCOPE OF SERVICES BACKGROUND/PURPOSE Exhibit 2 to Amendment No. 1 White Slough Water Pollution Control Facility (Plant) is owned and operated by the City of Lodi (City). The current Annual Average Daily Flow (AADF) forthe Plant influent is approximately 4.5 million gallons per day (MGD) and expected to increase to approximate 5.o MGD in next 5 years. The existing solids handling system in the Plant uses anaerobic digestion to stabilize the primary sludge from primary sedimentation basin and thickened wasted activated sludge (WAS) from the Dissolved Air Flotation Thickener (DAFTs)_ Digested sludge is transferred and stored in two sludge storage lagoons, and then dewatered by two rotary fan presses located in biosolids dewatering facility. The dewatered cake is conveyed by screw conveyors system to biosolids storage area or hauling truck for offsite disposal. Total of 4 digesters (No.:L — No. 4) were constructed in the Plant. Digester No. z, 2 and 4 are in service during operation. Digester No. 3 is currently offline because the previous gas mixing system was demolished during a recent improvement project, but new mixing system has not been installed. In the same project, the previous floating cover of Digester No. 3 for gas mixing has been also removed and replaced with fixed cover as well. City has decided to design and install a new pump mixing system for Digester No. 3 which shall be similar with that for Digester No. 2. After the installation, the Plant will have additional digester capacity and improved operation flexibility. The plant staff reported operational issues with the rotaryfan press systems in recent years. The overall dewatering performance is notstable, and the cake dryness is lowerthan design value. In 2o19, City started pilottesting screw press systems with different manufacturers. The pilottesting results showed promising performance for screw press to dewater the digested sludge in the Plant. Therefore, City has decided to install a new screw press system to improve the dewatering process performance. Existing rotary fan press will be maintained as a backup system in case thatthe screw press system needsto be offline. To address the issues above, the CITY engaged Carollo Engineers, Inc. (ENGINEER) in 2020 to perform an evaluation and conceptual design for the solids handling facility improvements. The improvements include following: Install pump mixing system for Digester No, 3, including: o One mixing pump o Pipes, nozzles and associated mechanical components o Required electrical, instrumentation and control (EI&C) equipment Install one screw press system in current Solids Dewatering Facility, including: o One screw press system o One cake conveyor o Sludge feed pump station o Polymer sto rage and feed system Design Scope of Services C Ca,.o. fay,% o Associated pipes, fittings, and other mechanical components o Required EI&C equipment City has decided to obtain the improvements through a design -bid -build delivery approach. The ENGINEER will provide design services and coordination as described in the following scope of services. SCOPE OF SERVICES The Scope of Services includes the following major tasks: Task 100 - Project Management and Meetings Task 300 - Detailed Design Task 500 - Bid -Phase Coordination Construction -phase and post -construction services are not included in this scope and will be developed later. TASK 100—PROJECT MANAGEMENT AND MEETINGS ENGINEER will perform project management and monitoring activities, including conducting progress meetings; development of a work plan; development of budget status tables to be included with monthly invoices; and coordination and collaboration with CITY management and operations staff. Kickoff Meeting ENGINEER will conduct a project kickoff meeting with the CITY to confirm the design goals and objectives, work plan, and schedule, and will provide an agenda in advance to the CITY along with data requests. Progress Meetings/Workshops throughout Design The ENGINEER will conduct three progress meetings with the CITY's project team to collect relevant information, present progress to date, receive guidance on the design efforts, discuss issues and concerns, and monitorthe progress of the work. The ENGINEER will develop the meeting agenda and discussion materials. Following each progress meeting, the ENGINEER will develop meeting minutes, including relevant action items, for distribution to the CITY prior to the next progress meeting. These meetings will typically have a duration of approximately one to two hours. Up to two out of the 3 progress meetings may be used as rolling design review workshops and will be 1- 2 hours per workshop to accommodate the discussion topics. The preliminary list of progress meetings includes: 60% Design Review Workshop: 1- 2 hours • 90% Design Review Workshop:1- 2 hours • Additional Progress Meeting as needed: 1-2 hours Work Plan ENGINEER will prepare a work plan to be presented at the project kickoff meeting, including important coordination information for both ENGINEER's team and CITY staff: Key project goals/objectives. ENGINEER team and CITY staff roles and responsibilities. Design Scope of Services June 4, 2021 C Cir.—II^ ■ Contact information for ENGINEER and CITY project team members. • Communication protocols. • List of deliverables. • Document management. • Project schedule (Gantt chart), including time required for CITY review of deliverables. Required modifications identified in the kickoff meeting will be incorporated in the work plan, which will be distributed with the kickoff meeting minutes. Deliverables • Meeting agendas (electronic PDF prior to meeting, paper copies for attendees) • Meeting minutes and exhibits (electronic PDF) ■ Monthly invoices (electronic PDF) TASK 300 -DETAILED DESIGN The ENGINEER will prepare design drawings for the project, including the following disciplines: • General Demolition • Civil • Structural • Process/Mechanical Electrical ■ Instrumentation and Controls ENGINEER will prepare detailed design submittals at the 60%,90%, and 100% design stages. Each design package will include drawings and technical specifications. The ENGINEER will also provide an opinion of probable construction cost at the 90% design level. ENGINEER's cost opinion at the 90% design stage will be consistent with Class 3 estimates as defined by the American Association of Cost Engineers (AACE) International, which typically have an expected mid-range accuracy of-15%to+20%. Final design will include appropriate supporting calculations and code requirements. The CITY's review comments will be received within two weeks following each submittal. Drawings will be provided to the CITY project manager as noted below: • Pre -final drawings will be provided in the following format: - PDF files formatted for printing at 11 x 17 inches • Pre -final specifications will be provided electronically in MS Word format to allow CITY review comments using Track Changes function • Final submittal will include: - One electronic set of final design drawings (AutoCAD 2016) with seals and signatures removed - Two electronic sets of final design drawings with seals and signatures (PDF): one each formatted for printing at 22 x 34 inches and at 11 x 17 inches - One electronic set of technical specifications (PDF) Design Scope of Services _ lune 4, 2021 C Ca a-- II,% One full size 22x34 inches bond paper hard copy of final design drawings suitable for bidding purposes TASK 500- BID -PHASE COORDINATION The CITY will be delivering the project through a public bidding process. The ENGINEER will be responsible for developing a Bid Tabulation, Bid Schedule, Bid Drawings, Bid Specifications, attending a Pre -Bid conference, answering Bidder's questions, and preparation of a Bid Addendum (if necessary). It is assumed that the CITY intends to bid the project in one package and issue one construction contract. PROJECT ASSUMPTIONS This Scope of Services is based on the following assumptions: 1. The Digester No. 3 structural demolition and modification has been finished in previous improvement project. There will be no major structural changes for installing the mixing pump system. 2. The new screw press will be installed in the space which is originally reserved for 31 rotary fan press. Other associated facilities, including sludge feed pump stations, polymer storage and feed system and cake conveyors will be installed underthe existing sludge dewatering canopy. The screw press feed sludge will be withdrawn from existing sludge storage tank. No new storage tank is needed. 3. The electrical equipment for the new screw press system will be installed in the existing electrical equipment area under the sludge dewatering canopy. 4. The CITY will participate in progress meetings to facilitate the sharing of information, provide guidance, and respond to requests for information. 5. CITY will provide relevant drawings, design reports, plant operating data, and master plan documents to ENGINEER forthe project site. 6. ENGINEER will perform QA/QC of deliverables prior to submitting deliverables to the CITY. 7. CITY will provide timely review of deliverables in accordance with the project schedule. CITY will provide review comments on deliverables in writing within two weeks of delivery. 8. CITY staff will perform integration of controls for the mixing pump system, the new screw press system and all other associated equipment. 9. It is assumed that no floodplain use permits, or acquisition of rights-of-way or easements will be required for the project, and these items are not included in this scope. 10. It is assumed that City will provide site survey and geotechnical study if needed, and these items are not included in this scope. 11. Emergency Response Plan updates and Hazardous Materials Management Plans, if required, will be completed by CITY and are not included in this scope. 12. In providing opinions of probable construction cost and schedules for potential projects, ENGINEER has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Design Scope of Services i June 4, 2021 Therefore, ENGINEER makes no warranty that the CITY's actual project costs or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. Design Scope of Services • 5 • June 4, 2021 U [If a N U. LL xwu o vw r o U U)W O c U) U)a $ .0 H ? J ? N hO O N IL C9 23 w�v�;a �zLL 3 LLI =O Z J O mC7G y z w= r U) 3 J O N Exhibit 2 to Amendment No. 2 TASK ORDER NO. 2 CITY OF LODI (CITY) AND CAROLLO ENGINEERS, INC. (CONSULTANT) This Task Order is issued by the CITY and accepted by CONSULTANT pursuant to the mutual promises, covenants and conditions contained in the Agreement between the above named parties dated the 30th day of April, 2020, in connection with: Solids Handling Facility Improvements Design (Project) PURPOSE The purpose of this Task Order into provide engineering services supporting CITY during construction of the Project. ENGINEER'SSERVICES TASK 1- PROJECT MANAGEMENT Project administration, bimonthly phone calls, preparation of progress reports, management of staffing needs, and the preparation of contracts are included in this Task. Task 1.01- Project Administration. CONSULTANTshall administerthe projectto maintain staffing needs and budget. Project invoices shall be issued monthly. Task 1.02— Bimonthly Phone Calls. CONSULTANTwill be available for bimonthly phone calls to discuss construction progress and concerns. It is anticipated that these phone calls would begin once construction has "broken ground" and would occur over a 12 month period. Task 1 Assumptions: ■ 12 months active construction. • 6 bimonthly phone calls. Task 1 Deliverables: ■ Monthly invoices. pwWO-M-INTcarollo.local:Carollo\Doame n6\0enACA\Lodi\ Page i of3 TASK 2— ENGINEERING SERVICES DURING CONSTRUCTION Task 2.01— Review Submittals CONSULTANTshall review submittals for constructability, minimization of impactto operations, compliance with schedule and budget, and compliance with plans and specifications. Seventy-two (72) technical submittals and eighteen (18) resubmittals are budgeted at an average of four (4) hours for each submittal review, on average. Reference the attached submittal list indicating which submittals are to be reviewed by the CONSULTANT. Contract document and Contractor means and methods related submittals are assumed to reviewed by the CITY or Construction Manager. Submittals will be reviewed within 2 weeks of receipt of submittal. Task 2.02— Respond to Requests for Information (RFI) CONSULTANT shall respond to Contractor generated requests for information. It is assumed that a total of thirty-five (35) requests for information will be reviewed under this task, requiring an average of four (4) hours for processing each RFI. BFI's will be responded to within one week of receipt of RFI. Task 2.03— Prepare Design Clarifications CONSULTANT sha II prepare design clarifications for CITY requested changes, orto correct conflicting information within the Contract Documents (as needed). Three (3) design clarifications are included under this taskwith an average of eight (8) hours per clarification assumed. Task 2.04—Site Visits CONSULTANT shall visit the site as requested by CITYto address construction concerns, identify potential solutionsto construction issues, and answertechnical questions. Two (2) half-day and one (1) full day site visits are included under this task. Task 2.05— Start-up and Testing Support CONSULTANT shall support CITY during start-up, commissioning, and testing, as needed. No sitevisits are included in this task. Task 2.06— Prepare Record Documents CONSULTANT shall incorporate Contractor generated "as -built" markups of Bid Documents into CAD to finalize the Record Documents. Task .2 Assumptions: The number of submittals, RFI, and Design Clarifications are estimates based on scopes of similar types of projects. Should the actual quantities of these tasks significantly exceed the estimated number identified in this scope, and amendment to the scope and budget maybe required. CITY or Construction Manager will track contractor Record Drawing markups during construction. • Contractorwill provide one-setof compiled, legible Record Document markups. pw:\\10-PW-INT.carollo.local:Carollo\Document\Client CA\Lodi\ Page 2 of 3 Task Deliverables: ■ Electronic submittal responses uploaded into CITY's construction management software. ■ Request for Information responses uploaded into CITY's construction management software. ■ Design clarifications uploaded into CITY's construction management software • Electronic pdf files of Record Documents will be submitted. TIME OF PERFORMANCE CONSULTANT shall perform the above-described tasks in support of the overall construction schedule, which is assumed not to exceed 14 months. PAYMENT Payment to CONSULTANTfor services performed under this Scope of Services is detailed in the ESTIMATED ENGINEERING HOURS AND COSTS and shall not exceed the amount of one hundred and sixty-nine thousand, seven hundred and forty-eight dollars ($169,748), unless the scope of work is changed and an increase is authorized by CITY. EFFECTIVE DATE This TaskOrder No. 2 is effective as of the day of 2022. IN WITNESS WHEREOF, duly authorized representatives of the CITY and of the CONSULTANT have executed this TaskOrder No. 2 evidencing its issuance by City and acceptance by CONSULTANT. CAROLLO ENGINEERS, INC. Cityof Lodi, a municipal corporation Acceptedthis day of , 2022 By: By: Senior Vice President By: Senior Vice President STEPHEN SCHWABAUER City Manager Approved As To Form. JANICE D. MAGDICH City Attorney '_< Attest: OLIVIA NASHED City Clerk pw:\\IO-PW-INT.carallokcal:Carollo\Dowmen5\Client\CA\Lodi\ Page 3 Of City of Lodi Solids Handling Facility Improvements Design Engineering Services During Construction PRELIMINARY DESIGNER REVIEW SUBMITTAL LIST Spec Section Number Title No. of Submittals Div 0 Assume City of Lodi/CM will review all Div 0 submittals. SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 Div 1 03055 01110 Summary of Work CITY/CM 01116 Contract Document Language CITY/CM 01140 Work Restrictions CITY/CM 01210 Allowances CITY/CM 01220 Measurement and Payment CITY/CM 01260 Contract Modification Procedures CITY/CM 01292 Schedule of Values 1 01294 Applications for Payment CITY/CM 01312 Project Meetings CITY/CM 01321 Schedules and Reports CITY/CM 01330 Submittal Procedures CITY/CM 01340 Photographic and Videographic Documentation CITY/CM 01410 Regulatory Requirements CITY/CM 01450 Quality Control CITY/CM 01455 Regulatory Quality Assurance CITY/CM 01460 Contractor Quality Control Plan CITY/CM 01500 Temporary Facilities and Controls CITY/CM 01600 Product Requirements CITY/CM 01738 Selective Alterations and Demo CITY/CM 01756 Commissioning 1 01770 Closeout Procedures CITY/CM 01782 Operation and Maintenance Manuals CITY/CM 01783 Warranties and Bonds CITY/CM 01850 Design Criteria CITY/CM Div 2 02260 Excavation Support and Protection CITY/CM 02772 Concrete Curbs, Gutters, and Sidewalks 1 Div 3 03055 Adhesive -Bonded Reinforcing Bars and All Thread 1 03071 Epoxies 2 03072 Epoxy Resin/Portland Cement Bonding Agent 1 03102 Concrete Formwork 1 03150 Concrete Accessories 1 03154 Hydrophilic Rubber Waterstop 1 03200 Concrete Reinforcing 2 03300 Cast -In -Place Concrete 1 03366 Tooled Concrete Finishing 1 03600 Grouting 1 03905 Concrete Restoration 1 Lodi Solids Handling Facility Improvements ESDC Fee Estimate.xlsx 8/19/2022 City of Lodi Solids Handling Facility Improvements Design Engineering Services During Construction PRELIMINARY DESIGNER REVIEW SUBMITTAL LIST Spec Section Number Title No. of Submittals 05120 Structural Steel 1 05140 Structural Aluminum 1 05190 Mechanical Anchoring and Fastening to Concrete and 1 05500 Metal Fabrications 2 Div 6 Pipe Identification 1 15110 06611 FRP Fabrications 1 Div 7 Butterfly Valves 1 15114 07900 Joint Sealants 1 Div 9 Plug Valves 1 15117 09960 High Performance Coatings 1 Div 10 Air and Vacuum Relief Valves 1 15120 10400 Signage CITY/CM Div 11 Ductile Iron Pipe: AWWA C151 1 11246 Polymer Blending and Feed Equipment: Liquid 2 113121 Progressing Cavity Pumps 2 11312Q Horizontal Chopper Centrifugal Pumps 2 11384 Dewatering Screw Press System 2 Div 13 13446 Manual Actuators 1 13447 Electric Actuators 1 Div 14 14555 Shaftless Screw Conveyors 1 Div 15 15050 Common Work Results for Mechanical Equipment 2 15052 Common Work Results for General Piping 2 15061 Pipe Supports 2 15062 Preformed Channel Pipe Support System 1 15063 Non -Metallic Pipe Support System 1 15076 Pipe Identification 1 15110 Common Work Results for Valves 2 15111 Ball Valves 1 15112 Butterfly Valves 1 15114 Check Valves 1 15115 Gate, Globe, and Angle Valves 1 15116 Plug Valves 1 15117 Specialty Valves 1 15118 Pressure Reducing and Pressure Relief Valves 1 15119 Air and Vacuum Relief Valves 1 15120 Piping Specialties 1 15121 Pipe Couplings 1 15211 Ductile Iron Pipe: AWWA C151 1 Lodi Solids Handling Facility Improvements ESDC Fee Estimate.xlsx 8/19/2022 Lodi Solids Handling Facility Improvements ESDC Fee Estimate.xlsx 8/19/2022 City of Lodi Solids Handling Facility Improvements Design Engineering Services During Construction PRELIMINARY DESIGNER REVIEW SUBMITTAL LIST Spec Section Number Title No. of Submittals 15230 Plastic Piping and Tubing 1 15244 Polyvinyl Chloride (PVC) Pipe: Pressure 1 15286 Stainless Steel Pipe and Tubing 1 15294 Rubber Hose 1 15430 Emergency Eye/Face Wash and Shower Equipment 1 15956 Piping Systems Testing 1 15958 Mechanical Equipment Testing 1 Div 16 16100 Electrical Requirements 1 Div 17 17100 Control System Requirements 1 17101 Control Strategies 4 17401 PressureNacuum Measurement: Diaphragm and 1 17404 PressureNacuum Measurement: Pressure Gauges, 1 Total Number of submittals: 72 Lodi Solids Handling Facility Improvements ESDC Fee Estimate.xlsx 8/19/2022 (9 � � � 2 � c @ .� U) \ �\ z « ±% § §3 0 4 2 = e-= 0 2E § o#§ w j5 z LL o z f\ w s� w k Q) 7 �W Uco w u 2a � ' -- § - |,■ .ae2a; ° - - - :2� !` ! ; }2§!;[ } �� „ ; - R# f � §2lI22 \ ■ k kI § ;=„--Sk �\ |; a .- k� | _ _ G!\ . § \) \- Eo ib 7=! : RESOLUTION NO. 2022-234 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH CAROLLO ENGINEERS, INC., OF WALNUT CREEK, FOR SOLIDS HANDLING FACILITY IMPROVEMENTS DESIGN AND ENGINEERING SERVICES WHEREAS, on April 15, 2020, Council authorized the City Manager to execute a Professional Services Agreement with Carollo Engineers to provide assistance with the procurement and installation of improvements at White Slough Water Pollution Control Facility. Amendment No. 1 was approved on September 1, 2021 to extend the contract term and include additional design services; and WHEREAS, Amendment No. 2 allows for additional funding for engineering services during construction, including review of construction submittals, responding to contractors' request for information, and preparation of record drawings; and WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 2 with Carollo Engineers, Inc., in the amount of $170,000, for a total not -to -exceed amount of $443,422. 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 Carollo Engineers, Inc., of Walnut Creek, California, in the amount of $170,00, for engineering services during construction and extending the term of the agreement to September 30, 2023; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: October 5, 2022 I hereby certify that Resolution No. 2022-234 was passed and adopted by the City Council of the City of Lodi in a regular meeting held October 5, 2022, by the following vote: AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2022-234