HomeMy WebLinkAboutAgenda Report - April 19, 2023 C-04CITY OF
•a o z
s
CALIFORNIA
AGENDA ITEM C -o4
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following
Entities for the White Slough Water Pollution Control Facility Electrical Building Associated
Improvements Project ($14,400,000) and Appropriate Funds ($6,400,000):
MEETING DATE:
PREPARED BY
A. Amendment No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of
Davis, for Engineering Services ($841,683)
B. C. Overaa & Co. of Richmond, for Construction ($11,408,000); Authorize the City
Manager to Execute Change Orders, in an Amount Not -to -Exceed $1,326,000
C. Amendment No. 1 with Terracon Consultants, Inc, of Lodi, for Construction Testing
and Inspection Services ($100,000)
April 19, 2023
Public Works Director
RECOMMENDED ACTION: Adopt Resolution Authorizing City Manager to Execute Agreements with
the Following Entities for the White Slough Water Pollution Control Facility
Electrical Building Associated Improvements Project in the amount of
$14,400,000 and Appropriate Funds in the amount of $6,400,000:
A. Amendment No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of Davis, for Engineering
Services ($841,683)
B. C. Overaa & Co. of Richmond, for Construction ($11,408,000); Authorize the City Manager to Execute
Change Orders, in an Amount Not -to -Exceed $1,326,000
C. Amendment No. 1 with Terracon Consultants, Inc., of Lodi, for Construction Testing and Inspection
Services ($100,000)
BACKGROUND INFORMATION: On November 16, 2022, Council approved plans and specifications and
authorized advertisement for bids for the White Slough Water Pollution
Control Facility Electrical Building Associated Improvements Project.
The White Slough Water Pollution Control Facility (WSWPCF) South Electric Building (SEB) was constructed in
1990. The existing building is located downwind of the headworks facility and has been subjected to poor air
quality due to hydrogen sulfide gas exposure from the headworks. This has accelerated corrosion of the internal
switchgear, conduit, wire, and other electrical components of the SEB.
The construction work associated with this complex project is expected to take up to 36 months from notice to
proceed due to lingering supply chain interruptions, and long lead times associated with obtaining the specialty
electrical equipment being installed. The costs for both the design and construction of this project are
programmed into the City's wastewater utility rate model through Fiscal Year 2023/24 but may extend to Fiscal
Year 2024/2025.
APPROVED:
Stephen Schwabauer, City Manager
R:\GROUPWDMIN\Council\2023\04052023\WPCF Electrical Building\Electrical Building CC.doc
4/5/2023
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the White Slough Water Pollution Control Facility Electrical Building Associated
Improvements Project ($14,400,000) and Appropriate Funds ($6,400,000):
A. Amendment No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of Davis, for Engineering Services ($841,683)
B C Overaa & Co. of Richmond, for Construction ($11,408,000); Authorize the City Manager to Execute Change Orders, in an Amount Not -to -Exceed $1,326,000
C. Terracon Consultants, Inc, of Lodi, for Construction Testing and Inspection Services ($100,000)
April 19, 2023
Page 2
A. Amendment No. 2 To Task Order No. 48 With West Yost & Associates Of Davis, for Engineering
Services ($841,683)
On October 2, 2019, Council authorized Task Order No. 48 with West Yost & Associates, Inc., of Davis, for
design of the White Slough Water Pollution Control Facility (WSWPCF) Electrical Building Project (Project). If
approved, Amendment No. 2 will add an additional $841,683 to the current task order to address the following:
A portion of the current budget for assisting the City during the bid phase and construction phase of the
project was utilized for obtaining a building permit for the Project. This cost was under estimated in the
original agreement. In addition, the construction period for the Project is expected to be almost 1 -year
longer than initially anticipated resulting in an overall increase in the level of effort required for providing
engineering services during construction (ESDC) for the Project. ($119,143)
The City has requested the design team provide control system programming services during
construction. These services were not included in the original contract and require a substantial amount of
programming and control system integration effort, as nearly every critical process function will be controlled
from signals originating from the building's new electrical components. This element of work will also
include staff training and commissioning support. ($722,540).
B. C. Overaa & Co. of Richmond for Construction ($11,408,000); and Authorize the City Manager to
execute change orders in an amount not -to -exceed $1,100,000.
The New Electrical Building Project includes replacing the existing SEB (South Electrical Building) with a new
building to house new electrical distribution and motor control equipment. In addition, the New Electrical Building
will include a new satellite control room, and a redundant SCADA HMI server. The project will also include
control network infrastructure improvements to integrate the New Electrical Building control elements into the
existing plant SCADA system. Staff recommends awarding the construction contract to the low bidder, C.
Overaa & Co. in the amount of $11,408,000.
Plans and specifications for this project were approved on November 16, 2022. The City received the following
three bids for the project on February 2, 2023:
Above/(Below)
Bidder
Location
Bid
Estimate
Engineer's Estimate
$12,000,000.00
C.Overaa & Co.
Richmond
$11,408,000.00
($592,000.00)
Diede Construction
Woodbridge
$12,105,000.00
$105,000.00
Myers & Sons Construction
Sacramento
$12,188,000.00
$188,000.00
C. Amendment No. 1 with Terracon Consultants, Inc., of Lodi, for Construction Testing and Inspection
Services ($114,080)
The City currently contracts construction testing and inspection services with Terracon Consultants, Inc., of Lodi.
Staff utilizes these services on an on-call basis for conducting testing and inspections on various projects
throughout the City. Amendment No. 1, if approved will add $100,000 to the existing contract that will be
available to provide the construction testing and inspection services required to complete the WSWPCF
electrical building improvements.
\\cvcfilv02\pubwks$\WP\COUNCIL\2023\Electrical Building CC.doc 4/5/2023
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the White Slough Water Pollution Control Facility Electrical Building Associated
Improvements Project ($14,400,000) and Appropriate Funds ($6,400,000):
A. Amendment No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of Davis, for Engineering Services ($841,683)
B. C. Overaa & Cc of Richmond, for Construction ($11,408,000); Authorize the City Manager to Execute Change Orders, in an Amount Not -to -Exceed $1,326,000
C. Terracon Consultants, Inc, of Lodi, for Construction Testing and Inspection Services ($100,000)
April 19, 2023
Page 3
Contingencies, Equipment and Project Administration ($2,036,237)
This element of the project includes a contingency allowance of approximately 10% of the contract price to
provide funds needed to address unforeseen changes in the work. Unforeseen changes in the work are
expected due to the age of the treatment plant infrastructure that was installed approximately 60 years ago. Lodi
Electric will be providing primary power for the new facility so this item also includes the anticipated cost to
procure electrical transformers, vaults and primary wire needed to get power to the new electric building. Finally,
this item includes the City's project administration and construction management staff time costs.
Budget Item
Amount
West Yost Associates (Engineering Services During
Construction)
$841,683
C. Overaa & Co. (Construction Contract)
$11,408,000
Terracon (Construction Testing & Inspections)
$100,000
Equipment, Project Administration, and Electric Utility
Work and Materials
$725,000
Subtotal Construction Project
$13,074,683
10% Project Contingency
$1,325,317
$14,400,000
Total Construction Project
Staff recommends adopting a resolution authorizing City Manager to execute agreements with the following
entities for the White Slough Water Pollution Control Facility Electrical Building Associated Improvements Project
in the amount of $14,400,000 and Appropriate Funds in the amount of $6,400,000:
A. Amendment No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of Davis, for Engineering
Services ($841,863)
B. C. Overaa & Co. of Richmond, for Construction ($11,408,000); Authorize the City Manager to Execute
Change Orders, in an Amount Not -to -Exceed $1,326,000
C. Amendment No. 1 with Terracon, of Lodi, for Construction Testing and Inspection Services ($100,000)
FISCAL IMPACT: The cost for constructing the Electrical Building is included in the 5 -Year CIP and
the Wastewater Financial Plan over FY 2022/23 and FY 2023-24. The additional
appropriation request is to appropriate the necessary funds in the current fiscal
year budget in order to award the contract.
FUNDING AVAILABLE: Appropriation Requested:
Wastewater Capital Fund (53199000.77020): $6,400,000
ojrveL�r X&IOhy
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
CES/LR/cd
Attachment
cc: Lance Roberts, Utilities Manager
Gary Wiman, Construction Project Manager
Terracon
\\cvcfilv02\pubwks$\WP\COUNCIL\2023\Electrical Building CC.doc
4/5/2023
AMENDMENT NO. 2
WEST YOST & ASSOCIATES, INC.
TASK ORDER NO. 48
THIS AMENDMENT, made and entered this day of , 2023, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WEST YOST &
ASSOCIATES, INC., a California corporation (hereinafter called "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into Task Order No. 48 on October 15, 2019,
and Amendment No. 1 on December 9, 2020, (collectively the "Agreement') on attached
hereto as Exhibit 1, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the agreement by $841,683, for a
total not -to -exceed amount of $2,269,317, and amend the existing scope of services to include
additional improvements to the Electrical Building Project at White Slough Water Pollution
Control Facility, attached hereto as Exhibit 2 and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under 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"
By:
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
WEST YOST & ASSOCIATES, INC., a California
corporation
Hereinabove called "CONTRACTOR"
0
Name
Title:
EXHIBIT 1
to Amendment No. 2
AMENDMENT NO, 1
WEST YOST & ASSOCIATES, INC.
TASK ORDER NO. 48
THIS AMENDMENT, made and entered this day of-Pleveaaaer, 2020, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and WEST YOST & ASSOCIATES,
INC., a California corporation (hereinafter called "CONTRACTOR").
WITNESSETW:
1. WHEREAS, CONTRACTOR and CITY entered into Task Order No. 48 (the "Agreement") on
October 15, 2019, attached hereto as Exhibit 1, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the agreement by $72,006, for a total
not to exceed amount of $1,427,634, and amend the existing scope of services to Include
additional improvements to the Electrical Building Project at White Slough Water Pollution
Control Facility, attached hereto as Exhibit 2 and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under 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. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation
Herein above called "CITY"
By:
Steve Schwabauer
STEPHEN SCHWABAUER
City Manager
Attest;
JENNIFER CUSMIR
City Clerk
Approved as to Form:
Janice D. Magdich
JANICE D. MAGDICH
City Attorney jdm
WEST YOST & ASSOCIATES, INC., a California
corporation
Hereinabgve called "CONTII C
B/
--JEF—FREY_PELZ—�y�sJ12� e _j_JvWcf4a
'dice President � C C a
AMENDMENT NO. 1
WEST YOST & ASSOCIATES, INC.
TASK ORDER NO. 48
THIS AMENDMENT, made and entered this day of November, 2020, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WEST YOST & ASSOCIATES,
INC., a California corporation (hereinafter called "CONTRACTOR").
WITNESSETH.
1. WHEREAS, CONTRACTOR and CITY entered into Task Order No. 48 (the "Agreement") on
October 15, 2019, attached hereto as Exhibit 1, and made a part hereof; and
2. WHEREAS, CITY requested to increase the fees under the agreement by $72,006, for a total
not to exceed amount of $1,427,634, and amend the existing scope of services to include
additional improvements to the Electrical Building Project at White Slough Water Pollution
Control Facility, attached hereto as Exhibit 2 and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under 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. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation
Herein above called "CITY"
By:
STEPHEN SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney jdm
WEST YOST & ASSOCIATES, INC., a California
corporation
Hereinabove called "CO RACTOR"
B:
Y
ic—rrcrr�rccT'�LZ �f1412 L-e� v / �iyJ
VftnaPresident j c c—a
Exhibit 1
Task Order No. 48
City of Lodi
White Slough Water Pollution Control Facility
Design of Screening, Receiving Station, and Electrical Improvements
West Yost Job Number 213 -fir rte' I-
In accordance with the Task Order Agreement between City of Lodi (Client) and West Yost
Associates, Inc. (Consultant), dated January 13, 1999, Consultant is authorized to complete the
work scope defined in this Task Order according to the schedule and budget defined herein.
WORK SCOPE
Consultant shall provide design services related to:
e New South Electrical Building and Appurtenances;
Interconnection to PG&E Power System, and
a Site Improvements.
These services are described in detail in Attachment A to this Task Order.
BUDGET
The costs for Consultant's services as defined herein shall not exceed $1,355,628.
COMPENSATION
Compensation shall be in accordance with the provisions of the Task Order Agreement between
Client and Consultant.
The compensation limit for services performed under this Task Order shall not exceed $1,355,628.
If additional funds are required to complete the services defined herein beyond this limit,
Consultant shall notify Client, in writing, prior to reaching the authorized limit and will not proceed
with work in excess of the limit without the prior written approval of Client.
ANTICIPATED SCHEDULE
Detailed design services will be performed in accordance with the following anticipated schedule:
Submit 50 percent Complete Design Submittal 12
Submit 90 percent Complete Design Submittal 28
Submit 100 percent Complete Design Submittal 38
August 14, 2019 1 n\akc1K-01Lod120IMT048
West Yost Task Order
Engineering services during construction are anticipated to occur between mid -2019 and the end of 2020.
WEST YOST ASSOCIATES, INC.
5' urt �
Printed Name
I/jc /,s0 %%Av�
Title
Date �.
CITY OF LOD[
aj-4- 1�
Signature
Prt�nted Q6Lm-
Qt (Azsr—>)
Title
I-01 din
Date
T
ed as to Form: E) AGDICH
u ey
ATTEST:
OIFER Nl F RRAIOLO
tyy'Clerk
August 14, 2019 2 n1aUK-01Lodi20 I 8IT04R
West Yom Prssk Order
Attachment A, Page l
SCOPE OF DESIGN SERVICES
LODI WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
ELECTRICAL AND SITE IMPROVEMENTS
INTRODUCTION
West Yost Associates (West Yost) has completed a Preliminary Design Report that addressed
potential improvements at the City of Lodi's (City's) White Slough Water Pollution Control
Facility (WPCF), and City staff have determined that the following improvements are of the
highest priority.
New South Electrical Building and Appurtenances; including:
• Concrete -masonry -unit structure, with satellite control room and space for future
facilities
• Motor control centers, communication/security/lighting panels, and switchgear; all
with modern diagnostic, reliability and safety features
a Heating, ventilation, and air conditioning system
• Interior lighting, grounding, raceway
• Two new step-down pad mounted transformers
• Conduit and wire from the new south electrical building to end -loads. Additional
conduits will be included for future expansion and control system network.
Interconnection to PG&E Power System, including:
• Agreements and facilities necessary to allow the WPCF to operate using PG&E
power when other sources of power are unavailable.
General Site Improvements, including:
• Access, parking and fencing
• Underground utilities
• Area lighting
Attachment A, Figures 1-3 (at the end of this attachment) are a preliminary site plan and
preliminary floor plan and elevations -of the new south electrical building.
Attachment A, Page 2
SCOPE OF SERVICES
Task 1. Project Management and Quality Control
SUC:IaSk 1 1 Pfo eGl Mann(Jernef)
This subtask includes overall program management, coordination of activities and communication
with City staff, and coordination and management of West Yost subconsultants.
Subtask 1 2 quality Control
A detailed quality control review of the 90 percent design drawings, specifications, and
construction cost estimate will be completed by senior level engineering personnel not involved in
the design of the project. The review wil I check for correctness of the documents as well as provide
a constructability review of the documents.
Task 2. Design -Related Coordination and Field Work
Subtask 2 1 Centechnical fnvG�ytl�r :coon
The geotechnical investigation will evaluate subsurface conditions at sites of the new electrical
building and provide geotechnical engineering design parameters and construction
recommendations for the project. Services will include:
Pre -field Activities
Perform a limited geologic literature review to aid in evaluating the geologic
conditions present at the site.
■ Review available design plans to select exploratory boring locations.
• Perform a site reconnaissance to review project limits, determine drill rig access, and
mark exploratory boring locations for subsequent utility clearance.
■ Notify subscribing utility companies via Underground Service Alert a minimum of 48
hours (as required by law) prior to performing exploratory excavations at the site.
• Pay required fees and obtain a soil boring permit from the San Joaquin County
Environmental Health Department (SJCEHD).
■ Retain the services of a California C57 -licensed drilling subcontractor to perform
exploratory borings.
Field Exploration Program
Perform two exploratory borings using a truck -mounted drill rig equipped with
solid -flight or hollow -stem augers to depths ranging from approximately 5 to 50 feet.
• Obtain representative samples from the exploratory borings.
m Log the borings in accordance with the Unified Soil Classification System.
i Upon completion, backfill the borings with neat cement grout in accordance with
SJCEHD permit requirements.
Attachment A, Page 3
Laboratory Testing Program
To evaluate the index and engineering properties of the soils encountered, we anticipate the
following laboratory tests will be conducted:
+ In-situ Moisture/Density, American Society for Testing and Materials (ASTM)
D2937 Test Procedure
• Grain Size Distribution, ASTM D1140 and D422
■ Atterberg Lim its, ASTM D43 18
• Shear Strength, ASTM D2850 or D3080
• Maximum Dry Density/Optimum Moisture Content, ASTM D1557
• Soil Corrosion Parameters (pH, Resistivity, Sulfate, Chloride), Caltrans Test Methods
417, 422, and 643
+ Resistance Value (R -Value), Caltrans Test Method 301/ASTM D2844
Engineering Analysis and Report
Field and laboratory testing data will be evaluated, and recommended design parameters will be
developed. A summary report will be prepared, which will include:
■ Site Plan showing the locations of the exploratory borings
• Logs of the exploratory borings, including depth to groundwater (if encountered)
• Laboratory test results
+ Summary of geotechnical constraints and mitigation alternatives (if necessary)
Seismic hazards evaluation (e.g. faulting, liquefaction potential)
• Anticipated excavation conditions, grading recommendations
+ Temporary excavation recommendations
• Shoring methods and design loads
+ Dewatering considerations
+ Recommended foundation type(s) and associated foundation design parameters,
estimated settlement
• Slab -on -grade recommendations
• Lateral earth pressures
• Seismic design criteria (2016 California Building Code)
• Flexible pavement structural section design
• Screening level soil corrosion protection (pH, minimum resistivity, chloride, sulfate,
sulfide, and redox potential)
Attachment A, Page 4
SUMA_5k 1 2 _ i upugraphic Survey
The City has completed a topographic survey of the project area; however, a supplemental
topographic survey will be performed to obtain more detailed topographic information in critical
areas.
Sut}4a53c 2 3 Vent{calEOR of xESlEjif�Poyyt3ll tgnal Wire Routing and Control FunclEnnaht
The design team will work with City electricians to establish circuit routing and functionality for
equipment being powered from the new South Electrical Building. The intent is to replace all
existing power and control circuits from the relocated motor control equipment to the end use
equipment under this Contract.
Work will include acquisition of available documentation, field site visits, access to pull boxes and
equipment, and interviews with electricians and operators to establish control requirements where
documentation is lacking.
Sut)task.kA__Coyrdinate interconne E r to PG&E Power 5 stern
The design team will coordinate with PG&E to reactivate the existing PG&E service to the plant
as a standby power source to the existing City of Lodi/NCPA service. The design team will register
the project on the PG&E web -based service portal, coordinate site meetings with PG&E service
representatives, provide necessary documentation for PG&E engineering design to proceed, and
respond to technical questions from PG&E regarding re-energization of the existing service. The
estimated fees to complete this subtask and design tasks are based on the following assumptions:
4 City will provide the PG&E standard release document to allow the design team to
request information and act in the City's behalf regarding the new service work.
• The existing PG&E service is viable and complies with current PG&E requirements
for medium voltage, distribution system utility service.
4 New service will be classified as a "standby service" and is not intended to be the
primary service to the facility. Primary service will continue to be provided from
NCPA and the City of Lodi Electrical Department.
• All fees for engineering services from PG&E shall be paid by the City.
Task 3. 50 Percent Complete Design Submittal
This task will involve preparing 50 percent complete design drawings for the improvements identified
in the Introduction. The design team will prepare and present 50 percent complete design documents
fdr the City's review: All anticipated design diawitigs are listed in Table 1. Drawings will be developed
in AutoCAD Version 2018 format, incorporating West Yost drafting standards. Drawings that are
italicized are expected to be submitted with the 50 percent complete design documents.
The 50 percent complete design submittal will also include an outline of technical specifications
and front-end specifications required to assist the City in pre -qualifying construction contractors.
Attachment A, Page 6
Table 1. Anticipated Design Drawings
New South Electrical Building- Sections and Details 2
New South Electrical Building - Sections and Details 3
Transformer Pad - Plan and Sections
HVAC _.._- --- --- - --- -
HVAC Legend, Symbols, Sheet Index
HVAC Equipment Schedules
HVAC Details _
Title_24 Compliance__. _
New South Electrical Building HVAC Floor Plan
Process and Instrumentation
P&ID Legend and Abbreviations 1 -
P&D Legend and Abbreviations 2
Typical Instrumentation Details l
Typical Instrumentation Details 2 _
Control and Aret►vyrking Legend and Abbreviations
Existing_ SC_ADA Block Diagram
Control System Architecture Diagram l
Control System Architecture Diagram 2 -
Control System ArchitectureDiagram3
Ty i��PLC & I/O Control Panel Power Distribution
Instrumentation Sample Wiring .Diagram - Discrete lrnp-.:'.
Instrumentation Sample Wiring Diagram =Discrete Output
Instrumentation Sample Wiring Diagram - Analogy, Input
Instrumentation Sample Wiring Dia*ram - Analog Output_
P&ID — Electrical System Monitoring
P&ID — Network System Monitoring
Electrical -- -- _-- - -- - -- - --
Electrical Legend and Abbreviations 1
Electrical Lend and Abbreviations 2-
Electrical Construction Details 1
Electrical _Construction Details 2_
Electrical Construction_ Details 3
Electrical Construction Details _4_
Overall Site Planaand Lighting
Site Plan l and Lighting
Site Plan 2 and Lighting
Single Line Diagram - Demolition Sheet 1 of 3
Attachment A, Page 7
Table 1. Anticipated Design Drawings
Single Line Diagram - D_emolition Sheet 2 of 3 -
Single Line Diagram - Demolition Sheet 3 of 3 _
Single Line Diagram - Facility 1 -line Diagram 4vervie w _
Single Line Diagram - 12.47 W PG&E Service and Generator 1 -Line Dieegrat r ModFficaefans
_ Single Lure Diagram -13.8 kV NCPA Service l -Line Diagram Modtfrcations_ _ W
48V DC Distribution and Battery Connections
PG&E Service Metering and_[ elay Diagram_
Single Line D Lagrqm — SW itchgettr-
Single LiraD}ugranr - MCC -D - - -
Sigle Line Diagram--_.-
S_inleLine Diagra►n - MCC -HI
Single Line Diagram - MCC -H2 - -
Side Line Diara►n - MCC -H3
Single Line Diagram - UPS Distribution
Swito ear Elevation
MCC Elevations 1
MCC Elevations_2
MCC Elevations 3
MCC Elevations 4 - T Grounding Schematic 1
Grounding Schematic 2 -
Control Schematics 1
Control Schematics 2
Control Schematics 3
Control Schematics 4
Control Schematics 5 _ -
~Control Schematics 6
Control Schematics 7
Control Schematics -8
Control Schematics 9 '
Control Schematics lQ -
_Duct Bank Sections l� - - — -
__ _- - Duct Bank Sections 2 -
Duct Bank Sections 3 "
Duct Bank Sections 4
_ Handhole Schedule
Panelboard Schedules 1
Panelboard_Schedules 2
Panelboard Schedules 3
Attachment A, Page 8
Table 1. Anticipated Design Drawings
Special Systems Riser Diagram - Fire Alarm
Special Systems Riser Diagram - Security Access System
Special Systems Riser Diagram - CCTV
New South Electrical Building - Power and Signal Plan
New South Electrical Buikling - Lighting Plan
Existing Digester No, 1 and 2 - Power and Signal Plan
Existing Digester No. 3 and 4 - Power and Signal Plan -
Existing Digester Control Building - Power and Signal Plan
Existing Digester Bailer Area - Power and Signal Plan
Existing DAF Thickeners No. l and 2 - Power and Signal Plan
Existing Supernatant Pump Station - Power and Signal Plan
Existing Headworks - Power and Signal Plan 1
Existing Headworks - Power and Signal Plan 2
Existing Primary Sludge Pump Room - Power and Signal Plan
Existing Control Building - Power and Signal Plan Modifications
Electrical Demolition, South Electrical Building
Electrical Demolition: Sheet 1 of 2
Electrical Demolition: Sheet 2 of 2
Existing South Electrical Building Electrical Renovation Power and Signal Plan
Existing South Electrical Building Electrical Renovation Lighting Plan
Interconnection Diagrams 1
Interconnection Diagrams 2
Task 4 — 90 Percent Complete Design Documents
The design team will prepare and submit 90 percent complete design documents for the City's
review. The submittal will reflect comments received from the City on the 50 percent design
submittal and will include:
m 90 percent complete design drawings
e Proper diescriptien, Bid Schedule, and Supplemental General Conditions (For
incorporation by others into City's standard Division 0)
+ Draft technical specifications (Division I through 16) in CSI format
Y Opinion of probable construction cost
The 90 percent design submittal will be presented to City staff along with an explanation as to how
50 percent design submittal comments have been addressed.
Attachment A, Page 9
The design team will complete a quality control review of the 90 percent design drawings,
specifications and construction cost estimate.
Task 6 —100 Percent Design Documents
We will prepare 100 percent design documents by incorporating review comments from City staff
and from the independent quality control check. The 100 percent design submittal shall also
include an updated engineer's cost estimate to be used for the bidding phase.
The completed design will allow for public bidding and construction of the proposed project.
Design drawings will be prepared, stamped and signed by California Registered Professional
Engineers of the applicable discipline.
Task 6. Design Engineering Services During Bid Phase
This task will involve assisting the City, as required, during the bid phase of the Project. We
understand that assistance may include:
• Preparing a presentation, attending, and providing other assistance at the City -led pre-
bid meeting.
• Providing technical assistance to support City staff's response to bidder's inquiries
during the bidding process.
■ If it becomes necessary, the design team will develop addenda that may be needed to
document responses to bidders' inquiries. Addenda will be prepared and delivered to
the City for distribution.
• Assisting the City in reviewing the bids for conformance and possible irregularities
with regard to the contract documents.
• Preparation of conformed design drawings and technical specifications that
incorporate any changes made by addenda during the bidding period.
Task 7. Design Engineering Services During Construction Phase
This task will involve providing design engineering support during the construction phase of this
Project. Subtasks are as follows:
Subtask71 - aubnn ttat Review
The design team will review submittals for compliance with the design concepts and
specifications, certificates, samples, tests, methods, schedules, and manufacturers' installation and
other instructions required, to be submitted by the Contract Documents,
Attachment A, Page 10
Sublasa ' Deuverables Subrmtra review Inrms wiln comments and/or .nd Cahn -qr, tit •.; actions
Subtask 7.2 - late—r-PT -tatson and Clarification of Contract Documents
The design team will prepare written interpretation and clarifications of the Contract Documents
in response to written requests for information (RFVs) from the Contractor.
Subtask 7 3 Change artier Support
We anticipate that there could be changes to the project. Some typical examples are: differences
in conditions, Contractor suggestions approved by the City, additions to the work, changes in
methods of construction, omissions, and Contract Document conflicts. As requested by the
Construction Manager, the design team will issue design engineer -initiated clarifications (DEICs),
prepare new or amend contract documents.
SuOIaS♦', r �S ,-JejPrApIf75 ui-lcr ,mrUnr revised OE -;i. • dnCumen15 'U SLl Llrtl1 CU)Wract c:nan•:- OfQefS
Sugtask 7 4_ Aj#end Constru onM21LncLj
At the Construction Manager's request, a design team member will attend onsite progress meetings,
or other construction related meetings, with the Construction Manager and others. We have assumed
that design team members will attend a total of 30 meetings during the construction period.
Subtask 7 5 - Pre are Record Drawings
Upon completion of the project, the design team will produce formal project record drawings. This
task will be performed using information provided from the Contractor's working record drawings.
MIR
ANTICIPATED SCHEDULE
It is anticipated that services will be performed in accordance with Table 2.
Table 2. Anticipated Design Milestones
Submit 50 percent Complete Design Submittal 12
Submit 90 percent Complete Design Submittal 28
Submit 100 percent Complete Deslgn Submittal 38
ESTIMATED FEE
Services will he performed on a time and materials basis in accordance with design team's standard
rates at the time the services are performed. The estimated fees for each Task and Subtask are
shown in Table 3. We will not exceed the Total Estimated Fee without prior authorization from
City.
Attachment A, Page I l
Table 3. Estimated Fee by Task and Subtask
Task 1. Project Management and Quality Control
1.1
Project Management
$46,710
1.2
Quality Control
$68,082
Subtotal, Task 1
$114,792
Task 2. Design Related Field Work
2.1
Geotechnical Investigation
$14,266
2.2
Topographic Survey
$7,504
2.4
Verification of Existing Power/Signal Wire Routing
and Control Functionality
$45,082
2.5
1 Coordinate Interconnection to PG&E Power System
$13,688
Subtotal, Task 2
$80,540
Task 3. 50 Percent Complete Design Submittal
HE3.2
Drawings & Specifications
$262,998
Coordination and Review Meetings (2)
$13,258
Subtotal, Task 3
$276,256
Task 4. 90 Percent Complete Design Submittal
4.1
TDrawings & Specifications
$290,360
4.2
Preliminary Construction Cost Estimate
$17,482
4.3
Res onse to Comments
$17,647
4.4
Coordination and Review Meetings (2)
$13,258
Subtotal, Task 4
X33$,747
Task 5. 100 Percent Com fete Design Submittal
5.1
Drawings & Specifications
$150,747
5.2
Final Construction Cost Estimate
$11,522
5.3
Response to Comments
$11,764
5.4
Coordination and Review Meetings (l)
$9,268
Subtotal, Task 5
$183,301
Task 6. Design Engineering Services During Bidding
6.1
Pre are-For/Attend Pre -Bid Meeting
$7,702
6.2
Respond to Bidder's Inquiries
$10.804
6.3
Prepare Addenda
$6,650
6.4
Review Bids, Make Recommendations
$1,827
6.5
1 Prepare Conformed Drawings
$11,496
Subtotal, Task 6
$38,479
Task 7. Design Engineering Services During Construction
7.1
Submittal Review
$176,263
7.2
Respond to Requests for Information
$67,224
Attachment A, Page 12
Table 3. Estimated Fee by Task and Subtask
7.3 Change Order Support
$24,618
7.4 Attend Progress Meetings
$32,469
7.5 Prepare Record Documents
$23,539
Subtotal, Task 7
$323,513
TOTAL 1
$1,355,628
OV,
+sw.e�r.w vee•eunra.rm.ae.�
�
aj
.p .
4i
f
••1
S
!a
KfM1
A
00
-
*111
WEST■ YOST
wolor "�nglneefc'd
9/25/2020
Mr. Lance Roberts
Utilities Manager
City of Lodi, Public Works Department
221 W. Pine Street
Lodi, CA 95240
Exhibit 2
SENT VIA: EMAIL
SUBJECT: White Slough Water Pollution Control Facility (WPCF) Electrical
Building Project — Scope, Fee, and Schedule Amendment Request
Dear Mr. Roberts,
As described in the Summary of improvements Technical Memorandum (TM), dated September
4, 2020, the City has requested changes to the scope of improvements included in the White
Slough Water Pollution Control Facility (WPCF) Electrical Building Project (Project). This letter
presents a summary of the design budget and schedule modifications that West Yost is
requesting to accommodate the requested changes in scope, for the City to review.
SUMMARY OF SCOPE CHANGES
The changes to the scope of improvements that will be designed under this Project are as follows:
It has been determined that re -connection of the PG&E standby service is not
feasible. So, the improvements needed to re -connect the PG&E service will be
.deleted from the Project and replaced with a scheme to provide convenient
connections to a standby generator(s). Development of the new scheme will require
additional coordination with City staff to determine standby generator needs.
■ Existing power and control circuits will be connected to the new Electrical Building
by intercepting the circuits within several site handholes rather than intercepting
the circuits within the existing South Electrical Building. Additional work required to
accommodate this change includes breakout of equipment locations and circuit
routes, revised duct bank runs, site visits, and record drawing reviews to investigate
existing site handholes and conduit routing.
A redundant virtualized server will be provided in the new Electrical Building.
Lance Roberts
9/25/2020
Page 2
• The existing RIO racks serving the Main Pump Room, Digester Control Room, North
Electrical Room, Secondary Electrical Room, and Irrigation Control Room will be
replaced with new CompactLogix programmable automation controllers (PACs)
installed in a distributed control topology. The original scheme, developed under
the SCADA Planning Report and Initially included in the design, was three sets of hot
standby redundant ControlLogix controllers installed in a hybrid
distributed/redundant topology.
■ The existing DH+ copper wiring between the existing Control Building and the
Biosolids Dewatering & Storage Facility and the existing DH+ wiring between the
North Electrical Room, Secondary Electrical Room, and Irrigation Control Room will
be replaced with fiber optic cable.
• Thin clients will be provided for local operator access in the Main Pump Room,
Digester Control Room, North Electrical Room, Secondary Electrical Room, and
Irrigation Control Room.
• Wireless, web -based SCADA access will be provided.
■ A CCTV and card -reader door access system will not be installed in the new Electrical
Building.
The West Yost/TJCAA design team will incorporate the changes listed above into the 90% and
100% design submittals.
BUDGET MODIFICATION REQUEST
The West Yost/TJCAA design team is requesting additional design budget to include the
Improvements listed above in the 90% and 100% design submittals. West Yost/TJCAA is also
requesting additional budget to cover the labor associated with preparation of the Summary of
Improvements TM, development of design concepts and construction cost estimates included in
the Summary of Improvements TM, and project management time related to the schedule
extension discussed in the next section. The additional budget being requested by West
Yost/TJCAA is summarized in Table 1.
Table 1. Summary of Additional Budget Request
Summary of Improvements TM 18 $4,869 24 $5,496 $10,365
Preliminary Design of Changes & Cost Estimates
Additional 90% & 100% Design Effort
1#11WEST YOST
144 $42,359 20 $4,580 $46,939
44 $13,328 0 $0 $13,328
Lance Roberts
9/25/2020
Page 3
Table I. Summary of Additional Budget Request
Project Management
Total Project Hours and Budget
0 L $06 $1,374 $1,374
556 44 i $11,450 $72,006
206 F$60,
OVERALL PROJECT.BUDGET EVALUATION
Table 2 summarizes the impact of the additional budget request on the overall Project Budget.
Table 2. Overall Budget Evaluation
Task 1. Project Management and QA/QC
Task 2. Design Related Field Work
Task 3.50 Percent Design Submittal
Task 4.90 Percent Design Submittal
Task 5.100 Percent Design Submittal
Task 6. Engineering Services During Bidding
Task 7. Engineering Services During Construction
Total Project Hours and Budget
SCHEDULE MODIFICATOIN REQUEST
$114,792 !
$1,374
$116,1661
$80,540
$0
$80,540 1
$276,256
$57,304
$333,560
$338,7471
$13,328
$352,0751
$183,301
$0
$183,3011
$38,479
$0
$38,479 {
$323,513
$O1
$323,513
$1,355,628
$70,632
$1,427,634
The 90 percent and 100 percent design submittals were originally scheduled for completion on
September 18, 2020 and December 4, 2020, respectively. However, the West Yost/TJCAA Design
Team has put several elements of the 90 percent submittal on hold to give the City time to
consider and approve the changes to the project scope described above. Therefore, West
Yost/TJCAA requests that the dates for completion of the 90 percent and 100 percent submittals
be revised to the December 4, 2020, and February 26, 2020.
*�� WEST YOST
Lance Roberts
9/25/2020
Page 4
Please review our request and call me at your earliest convenience if you would like to discuss In
more detail. Thank you for -your consideration in this matter.
Sincerely,
WEST YOST
Bill Schilling, PE
Senior Engineer
Signature: G
7.n5n<u, rar�;dnl��p,i lV, dfn li dl ApL
Email: Imagdich@lodi.gov
011WEST YOST
Tim Banyai, PE, PMP
Principal Engineer
IV)1WEST YOST
IF Water. Engineered.
March 15, 2023
Lance Roberts
Utilities Manager
City of Lodi — Public Works
1331 S. Ham Lane
Lodi, CA 95242
EXHIBIT 2
to Amendment No. 2
8950 Cal Center Drive 916.306 2250 phone
Bldg. 1, Suite 363 530 756.5991 fax
Sacramento CA 95826 westyost.com
SENT VIA: EMAIL
SUBJECT: Budget Amendment Request for City of Lodi White Slough Water Pollution Control Facility
(WPCF) Electrical Building and Related improvements Project
Dear Mr. Roberts,
The purpose of this letter is to request additional budget to provide engineering services for the City of Lodi
(City) White Slough Water Pollution Control Facility (WPCF) Electrical Building and Related Improvements
Project (Project). Additional budget is required to complete the Project for the following reasons:
■ A portion of the budget for engineering services during construction (ESDC) for the Project
was utilized for assisting the City in obtaining a building permit for the Project. Therefore,
the budget for ESDC needs to be replenished.
• The construction period for the Project is longer than initially anticipated, which results in an
overall increase in the level of effort required for providing ESDC for the Project.
• The City has requested that the design team provide control system programming services
during construction. These services were not included in the original contract.
To determine the additional budget required to complete the Project, West Yost first confirmed the scope
of ESDC and additional programming services. Then, West Yost evaluated the remaining budget in the
Project and determined total additional budget required to complete the Project. Detailed information on
the proposed scope of the bid period services and ESDC and the additional budget being requested is
provided below.
SCOPE OF SERVICES
West Yost proposes to provide the services described below during the the construction phase of the
Project.
Task 7. Engineering Services During Construction
West Yost will provide the following engineering services during construction.
Lance Roberts
March 15, 2023
Page 2
7.1 Review Submittals
The West Yost team will review Contractor submittals (e.g., shop drawings, product data, samples, O&M
manuals, etc.), as required by the technical specifications, for work related to our scope of design services.
This work will be conducted as follows:
• West Yost will review the submittals for the limited purpose of checking for conformance
with the design concept and the information expressed in the contract documents.
■ West Yost's review will not include review of the accuracy or completeness of details, such
as quantities, dimensions, weights or gauges, fabrication process, construction means or
methods, coordination of the work with other trades, or construction safety precautions; all
of which are the sole responsibility of the Contractor.
• Review of a specific item will not indicate that we have reviewed the entire assembly of
which the item is a component.
• We will not be responsible for any deviations from the contract documents not brought to
the attention of us in writing by the Contractor.
• We will not be required to review partial submissions nor those for which submissions of
correlated items have not been received.
The budget assumes West Yost will provide responses to up to 110 submittals (8 civil submittals,
20 architectural submittals, 20 structural submittals, 4 mechanical submittals, and 58 electrical
submittals). The budget also assumes the submittal review process will be conducted in PDF format and
the process will be coordinated by the City's Construction Manager using an industry standard
construction document management software (e.g. Procore, EADOC, etc.).
7.2 Respond to Requests for Information
The West Yost team will prepare written responses to up to 75 requests for information (RFIs) from the
Contractor (8 civil RFIs, 20 architectural RFIs, 12 structural RFIs, 4 mechanical RFIs, and 31 electrical RFIs).
It is assumed that the RFI process will be conducted in PDF format and the process will be coordinated by
the City's Construction Manager using an industry standard construction document management
software (e.g. Procore, EADOC, etc.).
7.3 Design Clarifications & Change Order Assistance
When requested by the Construction Manager, the West Yost team will issue design engineer -initiated
clarifications (DEICs) and provide new or amended contract documents for inclusion in a change order
when necessary. The budget for this task includes preparation of up to nine (9) design clarifications (2
civil, 2 architectural, 2 structural, 1 mechanical, and 2 electrical) and assumes up to 62 hours of
engineering time for this subtask.
7.4 Progress Meetings
The West Yost team will attend bi-weekly construction progress meetings with City staff, the Construction
Manager, and Contractor's representatives. Progress meetings are assumed to be conducted via
conference call and be up to 60 minutes in length. The West Yost Project Manager will attend each call.
One other team member will attend every other call. It is assumed that the construction period will be up
to 30 months long.
WEST YOST N-213-50-19-"-WPAP Amend No.2 Additional 0udget
Lance Roberts
March 15, 2023
Page 3
In addition, at the Construction Manager's request, West Yost and subconsultant representatives will visit
the project site to provide advice and assistance or answer questions that arise concerning design intent.
Up to sixteen (16) on-site meetings have been budgeted. One (1) West Yost team member will be present
at each site visit. It is assumed that each meeting will be approximately two (2) hours in length.
7.5 Record Drawings
Upon completion of the Project, the design team will produce project record drawings. This task will be
performed using information provided from the Contractor's working record drawings. Record drawings
will omit the engineer's stamp and signature.
7.6 ESDC Project Management
This task will include overall team coordination; management of scope, schedule, and budget; and
preparation of monthly invoices and progress reports during the construction phase of the Project.
Task 7 Assumptions
■ It is assumed the construction period will be approximately 30 months
• The submittal and RFI review process will be coordinated by the City's Construction Manager
• The City will use an industry standard construction document management software
■ Construction coordination meetings will be bi-weekly, conducted virtually, and be 60 minutes long
Task 7 Deliverables
• Submittal Reviews — One (1) electronic copy of review form and related materials per submittal.
• RFI Responses — One (1) electronic copy of response form and related materials per RFI.
Design Clarifications — One (1) electronic copy per design clarification.
• Record Drawings — One (1) electronic copy in pdf format.
• Progress Reports, Invoices, Schedule — One (1) electronic copy per month
Task 8. Control System Programming
West Yost's subconsultant, TJCAA, will provide Controls System Programming (CSP) services for the
Project. The CSP services will be provided under the subtasks listed below. West Yost will provide
support and oversight of the CSP services as noted below.
Task 8.1 Reprogramming
Task 8.1.1 Review of Existing Software
TJCAA personnel will review existing PAC programs, control descriptions, and SCADA software and
develop a preliminary list of data structures, common equipment controls, and variable tagging that will
be used as the basis of the PAC software standardization for the upgraded SCADA system.
Task 8.1.2 Control Strategies & 1/O List Development
TJCAA personnel will develop detailed Control Strategies that define how each process system, subsystem,
and piece of equipment is to be controlled. Control Strategies shall be written on a loop -by -loop basis and
include a brief narrative of the control system, a list of available manual controls, automated controls,
monitored system parameters, process alarms, setpoints, and interlocks. Control strategies will be based
on existing control strategies included in Section 13400—Appendix C of the Project Bid Documents. West
WEST YOST N -213 -50 -19 -44 -WP -LP Amend Nat Additional Budget
Lance Roberts
March 15, 2023
Page 4
Yost staff will review and provide comments on TJCAA draft Control Strategies. West Yost comments will
be incorporated into the final Control Strategies delivered to the City. The budget for this task assumes
that the list of control strategies included in Section 13400 — Appendix C represents the full list of
strategies that need to be developed and that the strategies include in Section 13400—Appendix C are an
accurate representation of the current process control.
Task 8.1.3 Preprogramming Workshop
TJCAA personnel will facilitate a four-hour Pre -Programming Workshop with City staff. The workshop will
include discussions and recommendations for PAC programming standards, asset tagging approach for
existing equipment, HMI graphics development, and remote monitoring and control capabilities of the
system. The West Yost Project Manager will also participate in this workshop.
Task 8.2 PAC and HIM/OIT Programming
Task 8.2.1 Develop PAC Data Structures and Common Function Blocks
TJCAA personnel will develop Rockwell Studio 5000 add-on instructions (AOI) that will be used for the
upgraded PAC programs and will map directly into the existing FactoryTalk View Site Editions global
objects and faceplates. AOIs will be developed for a fully functional process control system.
Developed AOIs will include, but not limited to:
• Analog scaling
• Discrete alarms
• Analog alarms
• Flow totalizers
• Equipment runtime meters & start counters
• Pump rotation
• Communications controls and monitoring
• Pumps
• Blowers
* Valves
Task 8.2.2 Modifications to existing FactoryTalk View SE SCADA
The existing FactoryTalk View SE HMI system was migrated from RSView 32 in 2018-2019. The approach for
the HMI development was to reverse engineer the equipment control in the RSLogix 5, RSLogix 500 and
RSLogix 5000 PAC applications and develop common HMI graphical objects for monitoring and control.
The HMI graphical objects were developed with the idea that when the legacy PLC applications are
upgraded, the existing global objects and faceplates can be reused to the greatest extent possible. While
this is still the case, there will be some modifications to the HMI database and graphics to allow for
mapping the new AOI instructions for additional monitoring and control for equipment.
WEST YOST N -213 -5019 -44 -WP -LP Amend No 2 Additional Budget
Lance Roberts
March 15, 2023
Page 5
Task 8.2.3 PAC Programming
TJCAA personnel will use the standards developed during Task 8.1 and PAC AOIs developed in Task 8.2.1
to upgrade PAC applications for the following PAC programs:
• Control Building (MIP)
• South Electrical Building (PAC -GA)
• South Electrical Building (PAC -GB)
■ Influent/Headworks (PAC -H)
• Digester Control Building (PAC -D)
• North Electrical Building (PAC -C)
■ Secondary Sludge Pump Station (PAC -S)
• Irrigation Control Room (PAC -E)
While there will be features and functions incorporated into the new programs that were not available in
the previous programs, the operation and function of the PAC controlled process equipment will not be
changed as part of this programming effort. The process control logic will continue to function identically
to current operations. Modifications to existing processes functions may be accomplished when
specifically directed by the City Project Manager as an Additional Services.
Task 8.2.4 Local OIT Configuration
TJCAA personnel will configure local Operator Interface Terminals for the local monitoring and control of:
• South Electrical Building (PAC -GA)
• South Electrical Building (PAC -GB)
• Influent/Headworks (PAC -H)
■ Digester Control Building (PAC -D)
■ North Electrical Building (PAC -C)
• Secondary Sludge Pump Station (PAC -S)
• Irrigation Control Room (PAC -E)
OIT graphics will use the same graphic standards and layout that are used for the development of SCADA
graphic displays.
Task 8.2.5 Project Workshops and Meetings
TJCAA personnel anticipate attending three (3) 4 -hour project workshops at the job site, or City of Lodi
offices during software implementation. Workshops will be held at 50 percent completion, 95 percent
completion, and prior to performing on site startup and commissioning.
TJCAA personnel anticipate participating in five (5) teleconference calls for project coordination. These
are in addition to one-on-one phone calls with members of the design team.
The West Yost Project Manager and up to one additional team member will attend the workshops and
teleconference calls itemized above.
WEST YOST N -213 -513 -19 -44 -WP -LP Amend No 2 Additional Budget
Lance Roberts
March 15, 2023
Page 6
Task 8.3 Coordination and Project Management
TJCAA's Project Manager will monitor the schedule and budget, allocate internal resources, and meet with
City staff (via conference calls) to ensure that the project is implemented as planned and to the
satisfaction of the City. We have assumed that project meetings will be held two times per month.
TJCAA will provide Project Management associated with the programming and software development
elements of the project, including but not limited to the following:
• Coordination with City staff throughout the duration of the project as well as Quality
Assurance/Quality Control (QA/QC) activities for project deliverables.
• Coordination with the Construction Manager so that software elements meet the
requirements of the project schedule.
• Coordination with process engineers to ensure that the process control system meets the
requirements of the treatment plant process.
• Coordination with contractor, PCSI, and packaged system suppliers to ensure that
programming developed for this project meets minimum criteria for consistency and
documentation.
The West Yost Project Manager will participate in 30 -minute bi-weekly coordination calls with the TJCAA
Project Manager to discuss the status of the control system programming services. The project is
anticipated to be 130 weeks long. So, 65 meetings have been assumed for this task.
Task 8.4 Testing, Commissioning, and Training
Task 8.4.1 Program Installation and Factory Testing Support
Priorto witnessingthe FactoryTesting, to be provided bythe PCSI perthe requirements of Electrical Building
Project Specification Section 13400, TJCAA programmers will download the latest version of the PAC
programs to the PAC processors to monitor the PCSI's FactoryTest for control panels provided as part of the
Electrical Building Project (i.e., LCP-GA and LCP-GB). Upon completion of the PCSI's factory testing, TJCAA
will perform a complete software factory test on the PACs that TJCAA is programming for this project.
Task 8.4.2 Operational Readiness Testing Support
During the PCSI's Operational Readiness Testing, TJCAA programming personnel will confirm signals and
scaling parameters from the field devices to the SCADA graphic displays. Installation of the upgraded PAC
programs will be performed during a scheduled five-day plant shutdown. The new programs will be
downloaded to the PACs, one at a time along with updates to the existing SCADA Server applications and
tested for communications to the SCADA servers and communications to the other PAC systems. Loop check
of the instrumentation readings and equipment status will be performed from each 1/0 point in the process
system to ensure that the new programs are handling data and communicating correctly.
Task 8.4.3 Functional Acceptance Testing & Commissioning Support
TJCAA personnel will perform automated Functional Acceptance Testing of the PAC and SCADA software
while the contractor is hardwiring systems, one control loop 1/O point at a time. When all of the PAC and
SCADA work has been completed and the City is ready to resume normal operation, TJCAA programmers
will remain on site for a period of five days to perform functional testing on all of the existing process
systems that are modified.
WEST YOST N -213 -50 -19 -44 -WP -LP Amend No 2 Additional Budget
Lance Roberts
March 15, 2023
Page 7
The West Yost Project Manager and up to one additional team member will provide up to eight (8) hours
of on-site support during the Functional Acceptance Testing & Commissioning.
Task 8.4.4 Training
In addition to the training provided by the contractor, TJCAA staff will provide two (2) 8 -hour training
sessions to City operations and maintenance staff. The first training session will be directed towards plant
operations personnel and describe how to monitor and control the treatment process from the SCADA
system. The second training session will be directed toward plant maintenance staff and describe how to
maintain and troubleshoot the process control system.
Task 8.4.5 Technician and Operator Training
TJCAA programmers will provide a four-hour training to City technicians and operators on how the new
PAC programming is implemented, configuration of A01 instructions and how they are mapped to the HMI
graphics. This training will be provided at TJCAA's Concord office and include both classroom and hands-on
instruction using both FactoryTalk View SE and Studio 5000 software.
Task 8.5 Documentation and Quality Assurance
In addition to the program source files and configuration files, the primary documentation for the project
software will be the detailed Control Descriptions and 1/0 list developed during Task 8.1. These documents
will be maintained in the current status throughout the construction and testing phases of the project and
final versions will be turned over to City staff at the completion of the project.
Quality control and quality assurance will be performed by TJCAA and West Yost staff by reviewing
programming development, providing oversight during testing, and documenting checking throughout the
development process.
Task 8 Assumptions
• It is assumed the work will commence in 2023 and be completed in 2024
• The programming work will be performed remotely or out of the TJCAA Concord office
• TJCAA Programming Staff will conduct in-person workshops at the White Slough WPCF, unless noted
otherwise
• Progress meetings will be conducted via conference calls and screen sharing applications will not
require travel by TJCAA programmers and engineers
■ City of Lodi will provide TJCAA with a CompactLogix rack, power supply, battery pack and CPU for
development and testing of the new software
• City of Lodi will provide access to current copies of the PLC and SCADA applications
• Existing programs resident on the legacy Allen Bradley SLC5/05 and CompactLogix distributed
control system will remain as is and not reprogrammed to use the new standard PAC AOI objects
developed
■ City of Lodi will ship PAC equipment provided under the Electrical Building Project to TJCAA's
Concord office, for development
• Items NOT included with the Scope of Services: workstation computer systems and associated
monitors, PACs, network switches, cables and printers, mobile devices, tablets, cellular network
hardware and modems, record drawings, software licenses for applications installed on the City's
new or existing equipment, installation of network cables or other building wiring, configuration of
network equipment including but not limited to wireless or hardwired switches and routers
WEST YOST N -213 -50 -19 -44 -WP -LP Amend N¢2 Additional Budget
Lance Roberts
March 15, 2023
Page 8
PROPOSED BUDGET
West Yost's proposed budget for the bid period services and ESDC tasks described above is summarized
in Table 1. A more detailed breakdown of labor hours and budget is provided in Attachment A.
Table 1. Proposed Budget for Task 7 — Engineering Services During Construction (ESDC) &
Task 8 — Control System Programming
Task Proposed Budget, dollars
Task 7 — Engineering Servlces During Construction
Task 7.1— Submittals
183,402.00
Task 7.2 — Requests for Information
88,720.00
Task 7.3 — Design Clarifications
19,330.00
Task 7.4 —Progress Meetings
65,662.00
Task 7.5 — Record Drawings
29,460.00
Task 7.6 — Project Management
32,334.00
Task 7 Subtotal
$418,908.00
Task 8 — Control System Programming
Task 8.1— Preprograming
89,974.00
Task 8.2 — PAC Programming & HIM/01T Programming
313,864.00
Task 8.3 — Coordination and Project Management
56,332.00
Task 8.4—Testing, Commissioning, and Training
190,753.00
Task 8.5 — Documentation and Quality Assurance
71,627.00
Task 8 Subtotal T
$722,540.00
BUDGET EVALUATION
A summary of the tasks and budget currently included in West Yost's contract for the Project is
summarized in Table 2. Table 2 also shows the budget remaining in each task, the estimate to complete
each task, and the additional budget required to complete each task. As shown, West Yost is requesting
an additional $841,681.35 to complete the Project.
WEST YOST N -213 -50 -19 -44 -WP -LP Amend No.2 Additional Budget
Lance Roberts
March 15, 2023
Page 9
1. Project Management
Table 2. Overall Project Budget Evaluation
Cur rent Budget Budget Remaining Estimate to
Complete.
116,166.40 5,425.12 5,425.12
clitional Budget
0.00
2. Prelim Investigations
80,539.80
0.51
0.51
0.00
3. 50 percent Submittal
333,559.70
24.92
24.92
0.00
4. 90 percent Submittal
352,075.90
0.12
0.12
0.00
5. 100 percent Submittal
183,301.90
-2,287.25
0.00
2,287.25
6. Bid Period Services
38,479.00
-2,588.16
0.00
2,588.16
7. ESDC
323,511.30
304,641.36
418,908.00
114,266.64
8. Programming
0.00
0.00
722,540.00
722,540.00
Total
1,427,634.00
305,216.62
1,146,898.67
841,682.05
Thank you for the opportunity to be of continued service to the City of Lodi. We look forward to continuing
to work with you on this important project. Please call if you have any questions or require additional
information.
Sincerely,
WEST YOST
Bill Schilling, PE
Principal Engineer
Attachment A: Detailed Fee Breakdown
Tim Banyai, PE
Treatment Business Sector Leader
WEST YOST N -213 -5619 -44 -WP -LP Amend Nat Additional 0udpt
CITY OF LODI
WSWPCF ELECTRICAL BUILDING & RELATED IMP CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred
to as the "City," and C. OVERAA & CO., a California corporation, herein referred to as the
"Contractor."
WITNESSETH
That the parties hereto have mutually covenanted and agreed, and by these presents do covenant
and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated herein by this
reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Specifications
Bid Proposal
Contract
Contract Bonds
Plans
City of Lodi Standard Plans and Specifications
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with
the City, at Contractor's cost and expense, to do all the work and furnish all the materials except
such as are mentioned in the specifications to be furnished by the City, necessary to construct
and complete in a good workmanlike and substantial manner and to the satisfaction of the City
the proposed improvements as shown and described in the Contract Documents which are
hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractor to provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts to
pay the same as set forth in Section 5, Clause 65 "Payment," of the General Provisions, in the
manner and upon the conditions above set forth; and the said parties for themselves, their heirs,
executors, administrators, successors and assigns, do hereby agree to the full performance of
the covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2
of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage
rate and other employer payments for health and welfare, pension, vacation, travel time, and
subsistence pay, apprenticeship or other training programs. The responsibility for compliance
with these Labor Code requirements is on the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced
in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or
from the action of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by the City, and for all
risks of every description connected with the work; also for all expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the Plans and Contract
Documents and the requirements of the Engineer under them, to -wit:
Include furnishing all labor, material, tax, equipment, and services necessary for the construction and
completion of the White Slough Water Pollution Control Facility Electrical Building & Related
Improvements, and associated improvements. Project Documents on file with the Director of Public
Works, City Hall, 221 W. Pine Street, Lodi.
See Division 01200 "Measurement And Payment" for a general description of Bid Items
CONTRACT ITEMS
Item
No.
1.
Description
Mobilization/Demobilization, Bonds &
Insurance
Worker Safety, Shoring, and Bracing
Estimated
Unit Quantity
Unit
Price
Total Price
LS
1
NA
$ 675,000.00
2.
LS
1
NA
$ 20,000.00
3.
Civil Site Work
LS
1
NA
$ 600,000.00
4.
New Electrical Building
LS
1
NA
$ 2,800,000.00
5.
Modifications to Existing S. Electrical Building
LS
1
NA
$ 75,000.00
6,
Major Electrical Equipment
LS
LS
1
1
NA
NA
$ 3,300,000.00
$ 350,000.00
$ 1,400,000.00
7, Medium Voltage Feeders, Duct Banks,
Handholes, and Connectors
8. Low Voltage Feeders, Control Wiring, Duct
Banks, Handholes, and Splices
9. Control Systems
10. Studies, Startup, and Testing
LS
1
NA
LS
1
NA
$ 1,250,000.00
LS
1
NA
$ 300,000.00
11.
All work in accordance with the contract
documents, not included under Base Bid Items
1 through 10 LS
Alternate Bid Item 1 Fiber Optic Duct Bank 1 LS
Alternate Bid Item 2 Fiber Optic Duct Bank 2 LS
Alternate Bid Item 3 Fiber Optic Duct Bank 3 LS
Total Contract Amount (Items
1
NA
$ 450,000.00
12,
1
NA $ 60,000.00
NA $ 101,000.00
NA $ 27,000.00
11 408,000.00
13,
1
14.
1
1-14)--$
2
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions
of Section 3700 of the Labor Code, which requires every employer to be insured against liability
for workers' compensation or to undertake self-insurance in accordance with the provisions of that
code, and I will comply with such provisions before commencing the performance of the work of
this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then
this instrument shall control and nothing herein shall be considered as an acceptance of the said
terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish
lines and grades for the work as specified under the Special Provisions. All labor or materials not
mentioned specifically as being done by the City will be supplied by the Contractor to accomplish
the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15
calendar days after the City Manager has executed the contract or the date stipulated in the Notice
to Proceed and to diligently prosecute to completion within 730 CALENDAR DAYS.
ARTICLE IX- State of California Senate Bill 854 requires the following
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public
works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
ARTICLE X - 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.
3
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES of $3,000.00 PER DAY AS SET FORTH
CONTRACT PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI, a municipal corporation
M
Title
By:
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
OLIVIA NASHED
City Clerk
(CORPORATE SEAL) Approved As To Form:
JANICE D. MAGDICH
City Attorney
4
AMENDMENT NO. 1
TERRACON CONSULTANTS, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2023, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), TERRACON CONSULTANTS, INC., a Delaware corporation,
qualified to do business in California (hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
August 25, 2022 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of;
and
2. WHEREAS, CITY requested to extend the term of the Agreement through June 30, 2024;
3. WHEREAS, CITY requested to increase the fees by an amount not -to -exceed $100,000, for a
total not -to -exceed Agreement amount of $159,000; 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 TERRACON CONSULTANTS, INC. a Delaware
corporation, qualified to do business in California
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
TROY SCHIESS, P.E.
Office Manager, Principal
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2022, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
CONSULTANTS, INC., a Delaware corporation, qualified to do business in California
(hereinafter "CONTRACTOR").
Section 1.2 Purnose
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 On -Call
Construction Materials Testing and Inspection 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 Com letion 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
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments_
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on July 1, 2022 and terminates upon the
completion of the Scope of Services or on June 30, 2023, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of 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 Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
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 Assicins
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Lyman Chang
To CONTRACTOR: Terracon Consultants, Inc.
902 Industrial Way
Lodi, CA 95240
Attn: Troy M. Schiess, P.E.
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 "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction,_ Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
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 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.
7
Section 4.20 Authori
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LODI, a municipal corporation
TERRACON CONSULTANTS, INC., a
Delaware corporation
By:
Name: Troy M. Schiess
Title: PE, Office Manager, Principal
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:llcvcfilv021pubwks$1WPIPROJECTSIPSA's\20221Terracon\Terracon PSA.doc
CAoRevAL2015
9
By:
CITY OF LODI, a municipal corporation
TERRACON CONSULTANTS, INC., a
Delaware corporation
By:
Name: Troy M. Schiess
Title: PE, Office Manager, Principal
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:llcvcfilv021pubwks$1WPIPROJECTSIPSA's\20221Terracon\Terracon PSA.doc
CAoRevAL2015
9
August 8, 2022
City of Lodi
Public Works Department
P.O. Box 3006
Lodi, CA 95241
Attn: Lyman Chang
Deputy Works Director
(209) 269-4889
Ichang!Rlodi.g
Exhibit A/B
lFrerracon
Re: Proposal for Materials Testing & Special Inspection Services
Terracon is pleased to submit a proposal to provide materials testing and inspection services
for the City of Lodi Various Projects 2022-2023, project located at various locations within the
City of Lodi, California. We have extensive experience providing construction materials testing
and inspection services.
The following table provides prevailing wage rates per California prevailing wage
determinations.
Item
Description
Rate
Group 2 Wage Determination
ICC Certified Structural Inspector, CWI
Welding Inspections
$134.00/hr
Group 3 Wage Determination
Soils/Asphalt, Earthwork Grading
$126.00/hr
Group 4 Wage Determination
ACI Concrete, Torque Testing
$114.00/hr
TOTAL NOT TO EXCEED
J$59,000
Note: Inspections that are not subject to prevailing wages will be based on the artached Scneduie of Services and
Fees which provides non -prevailing wage rates. Services for individual projects will be as requested by the City.
Total contract services not -to -exceed $59,000.
We are confident that Terracon will provide the City of Lodi with a high level of service and
look forward to working with you. Should you have any questions regarding the attached
proposal, please contact me at (209) 367-3701 or email me at Iroy.schiessaterracon.rorn.
Thank you for your time and consideration.
Sincerely,
TERRACON CONSULTANTS, INC.
�411111%
Troy M Schiess, P.E.
Principal
Schedule of Services and Fees
Environmental, Geotechnical, Structural, and Materials Services
This fee schedule may be changed without notice.
ENGINEERING SERVICES
Senior Principal Engineer
250.00/hr
Principal Engineer/Geologist
225.00/hr
Associate Engineer/Geologist
195.00/hr
Senior Engineer / Geologist / Scientist
175.00/hr
Project Engineer / Geologist/ Scientist
165.00/hr
Staff Engineer / Geologist / Scientist
135.00/hr
Expert Consulting
275.00/hr
Expert Testimony
495.00/hr
Asphalt Concrete Consulting
145.00/hr
ACI Technician (Epoxy and Sampling only)
88.00/hr
ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing)
94.00/hr
AC/Soils Inspector
92.00/hr
Certified Field/Shop Welding Inspector (AWS/CWI)
108.00/hr
DSA Masonry Inspector
108.00/hr
CAD Designer
100.00/hr
CAD Drafter
88.00/hr
Accountant
95.00/hr
Administrative Assistant
85.00/hr
HOT MIX ASPHALT (HMA) SERVICES
HMA Placement Inspector
94.00/hr
HMA Density Process Control
94.00/hr
HMA Density Cores
110.00/hr
HMA Data Cores
110.00/hr
HMA Production Inspector
94.00/hr
HMA Design Review
200.00/ea
Lead Project Inspector
Request Quote
Building/Construction Project Inspector
Request Quote
Caltrans Certified Laboratory Technician
94.00/hr
CTM125 Sample Hwy Material
94.00/hr
Quality Control Manager
165.00/hr
Quality Control Plan
500.00/ea
GEOPHYSICAL
Seismic Refraction ID -3D, Seismic Source DAQlink III, 24 Channel Acquisition System, 2 man crew
280.00/hr
Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQlink III, 24 Channel Acquisition
System, 2 man crew
280.00/hr
Ground Penetrating Radar, special antennas may warrant additional charge
225.00/hr
GEOPHYSICAL(co_nt.)
In-situ Soil Resistivity Testing, Mini -res tester
185.00/hr
Responsive 0 Resourceful 0 Reliable 2022 Fee Schedule
902 Industrial Way Lodi, CA 95240
IF rracon
Schedule of Services and Fees (Continued)
Post Processing and Analysis 165.00/hr
DRILLING
Drilling/Sampling (D50/1390 Track mounted rigs, 2 -person crew)
285.00/hr
Drilling/Sampling (D50/1390 Auger)
275.00/hr
Drilling/Sampling (D50/D90 Mud Rotary w/desander)
325.00/hr
Drilling/Sampling (DSO/D90 Rock Coring)
Request Quote
Drilling/Sampling (CME75 Track mounted rigs, 2 -person crew)
285.00/hr
Drilling/Sampling (CME75 Auger)
275.00/hr
Drilling/Sampling (CME75 Mud Rotary w/desander)
325.00/hr
Drilling/Sampling (CME75 Rock Coring)
Request Quote
Borehole Grouting
285.00/hr
Hand -Auger Soil Sample (1 -person Crew)
135.00/hr
Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator)
145.00/hr
Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator)
165.00/hr
Bit Charges per 6" max core length, 4" max core diameter
34.00/ea
Support Truck not including mileage (500 gallon water tank)
250.00/day
2"x6" Stainless -Steel Tubes and Caps, recycled
10.00/each
Permitting Fees
Cost + 20%
Bailers (disposable)
10.00/ea
Sampling Supplies (gloves, water, rope, etc.)
25.00/day
Photo -ionization Detector (PID)
125.00/day
Water Level Indicator
30.00/day
ph/Conductivity/Temp Meter
50.00/day
Dissolved Oxygen Meter
50.00/day
Steam Cleaner
100.00/day
Cement Pump and Mixer
100.00/day
Drums
75.00/ea
Drilling Supplies
Cost + 25%
Laboratory Analysis
Cost + 30%
MISCELLANEOUS
Automobile Mileage
1.20/mile
Subsistence and Lodging
cost + 20%
Equipment Rental
cost + 20%
PM/PE Review/Admin Support (per report)
90.00/each
Pad Certification Report
150.00/each
Final Letter (Testing/Inspections)
200.00/each
Additional Copy of Report (wet -signed)
50.00/each
Miscellaneous Item Charge
Cost +200/a/each
Air & Ground Transportation
Cost +20%/each
CAD — Prints
10.00/sheet
Responsive 0 Resourceful CI Reliable 2022 Fee Schedule
Page 2 of 5
902 Industrial Way Lodi, CA 95240
IF rracon
Schedule of Services and Fees (Continued)
LABORATORY SERVICES
AGGREGATES
Sieve Analysis Fine Agg.
(ASTM C136, AASHTO T27, CTM 202)
120.00/ea
Sieve Analysis Coarse Agg.
(ASTM C136, AASHTO T27, CTM 202)
100.00/ea
LA Abrasion
(ASTM C131, AASHTO T96, CTM 211)
275,00/ea
Sand Equivalent
(ASTM D4319, AASHTO T176, CTM 217)
150.00/ea
Determining % Crushed Particles
(ASTM D5821, AASHTO T335, CTM 205)
195.00/ea
Bulk Specific Gravity & Absorption - Coarse Agg.
(ASTM C127, AASHTO T85, CTM 206)
125.00/ea
Bulk Specific Gravity & Absorption - Fine Agg.
(ASTM C128, T84, CTM 207)
145.00/ea
Cleanness Value - Coarse Agg
(CTM 227)
165.00/ea
Durabillty Index — of Coarse and Fine Agg.
(ASTM D3744, AASHTO T210, CTM 229)
235.00/ea
Angularity of Fine Agg.
(ASTM C1252, AASHTO T304, CTM 234)
215.00/ea
Flat and Elongated Particles
(ASTM D4791, CTM 235)
225.00/ea
Moisture Content of Aggregate by Oven Drying
(ASTM C566, AASHTO T255, CTM 226)
40.00/ea
Sodium Sulfate Soundness Coarse or Fine
(ASTM C88, AASHTO T104, CTM 214)
600.00/ea
Unit Wt. and Voids in Aggregate
(ASTM C29, AASHTO T19, CTM 212)
115.00/ea
Organic and Injurious Impurities
(ASTM C40, AASHTO T21, CTM 213)
105.00/ea
Percent Clay Lumps & Friable Particles per size fraction (ASTM C142, AASHTO T112)
125.00/ea
% Finer than #200 sieve in Agg. By washing
(ASTM C117, AASHTO T11, CTM 202)
85.00/ea
Caltrans Class II Aggregate Base
980.00/ea
Conformance Testing Suite (Gradation, SE, Durability, R -Val)
SOILS
Atterberg Limits (wet prep. As reed)
(ASTM D4318, AASHTO T90, CTM 204)
140.00/ea
Atterberg Limits (dry prep. pulverize)
(ASTM D4318, AASHTO T90, CTM 204)
175.00/ea
Specific Gravity Determination
(ASTM D854, AASHTO T100, CTM 209)
130.00/ea
% Finer than #200 sieve in soil by Washing
(ASTM D1140)
85.00/ea
Sieve Analysis
(ASTM D6913)
130.00/ea
Mech Analysis of Soil by hydrometer (with sieve)
(ASTM D422)
325.00/ea
(No sieve)
230.00/ea
Maximum Dry Density
Standard Proctor 4" Mold
(ASTM D698, AASHTO T99)
235.00/ea
Standard Proctor 6" Mold
(ASTM D698, AASHTO T99)
245.00/ea
Modified Proctor 4" mold
(ASTM D1557, AASHTO T180)
255.00/ea
Modified Proctor 6" mold
(ASTM D1557, AASHTO T180)
265.00/ea
Relative Compaction, Untreated and Treated Soils
(CTM 216)
225.00/ea
R -Value of Treated and Untreated Samples
(ASTM D2844, AASHTO T190, CTM 301)
375.00/ea
pH Test — Corrosivity
(ASTM D4792, G51, AASHTO T289)
95.00/ea
pH Test — for lime determination
(ASTM D6276)
175.00/ea
Resistivity and pH of Soil and Water
(CTM 643)
185.00/ea
Corrosivity (pH, Sulfates, Chlorides, Resistivity)
185.00/ea
Unconfined Compression of Undisturbed Sall
(ASTM D2166, AASHTO T208)
135.00/ea
Swell Test (Expansion Index)
(ASTM D4829)
385.00/ea
Consolidation Test — without Time Rate
(ASTM D2435)
375.00/ea
with Time Rate, per load increment (additional charge)
90.00/ea
Responsive CI Resourceful [3 Reliable
2022 Fee Schedule
Page 3 of 5
902 Industrial Way Lodi, CA 95240
Schedule of Services and Fees (Continued)
SOILS (cont.]
Direct Shear Test
Unconsolidated — Undrained (ASTM D3080)
150.00/point
Consolidated — Undrained (ASTM D3080)
175.00/point
Consolidated — Drained (ASTM D3080)
195.00/paint
Triaxial Compression Test
Unconsolidated — Undrained (ASTM D2850)
140.00/point
Consolidated — Undrained (ASTM D4767)
Request Quote
Consolidated — Drained (ASTM D4767)
Request Quote
Unconf. Comp. Strength of Lime treated Soil (CTM 373)
300.00/ea
Unconf. Comp. Strength of Cement treated Soil (ASTM D1633)
300.00/ea
Percent Lime/Cement Design, based on compressive strength 3 point plot
3500.00/ea
(includes Proctors, R -value, pH Lime Determination and Unconfined Compressive Strength tests)
Thermal Resistivity — by Thermal Needle Probe (ASTM D5334)
In-situ tube sample up to 5 dry out moisture points
275.00/ea
Recompacted set of up to 5 dry out moisture points
900.00/ea
MASONRY BRICK BLOCK TILE MORTAR GROUT
Compression Tests Masonry Mortar & Grout' (Same price for untested 'ho/d" specimens)
Compression Test 27x2" Grout Cube (ASTM C140)
45.00/ea
Compression Test 47x8" Grout Cylinder (ASTM C39)
45.00/ea
Compression 2"x4" Mortar Cylinder (ASTM C39)
45.00/ea
Compression Test Cast Masonry Prism (ASTM C1314)
255.00/ea
Compression test on Masonry Cores (ASTM C39)
75.00/ea
Compression test on cut Masonry Coupons (ASTM C140)
175.00/ea
Absorption Compression Test Masonry Standard Unit 8"x8"x16" (full set) (ASTM C140)
295.00/ea
Masonry Lineal Shrinkage with Absorption (set of 3) (ASTM C140)
260.00/ea
Masonry Shrinkage with Absorption and Compression (ASTM C140)
540.00/ea
Bond Shear Test Masonry Core 4" and 6" diam
145.00/ea
Mortar Bar Shrinkage Lineal (ASTM C1148)
195.00/ea
CONCRETE
Compression Test Concrete Cylinders (ASTM C39, AASHTO T22, CTM 521)
28.00/ea
(same price for untested "hold".specimens)
Flexural Strength of Concrete Beams 6"x6'1x24" (ASTM C78, AASHTO T177, CTM 523)
165.D0/ea
Cylinder Molds (6"x12'1
7.00/ea
Compression Test on Shotcrete Panel Cores (ASTM C1140, C42, C39)
90.00/ea
Includes coring, saw cutting, and capping
Shrinkage of Hardened Concrete (3 bars per set) (ASTM C157)
420.00/set
Cement Content of Hardened Portland Cement Concrete (ASTM C85)
Request Quote
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Request Quote
STEEL AW5 ASTM ASME ANSI API
Tensile & Bend Tests:
Reinforcement Steel Tensile, Bend & Elongation Bar Nos 1-8 (ASTM A370, A615, A706)
210.00/ea
Reinforcement Steel Tensile, Bend & Elongation Bar Nos 9-12 (ASTM A370, A615, A706)
235.00/ea
Reinforcement Steel Tensile, Bend & Elongation Bar Nos 13and larger (ASTM A370, A615, A706)
260.00/ea
High-strength Bolt (HSB), Nut & Washer Testing Per DSA (Set of 3)
750.00/set
Responsive 0 Resourceful O Reliable 2022
Fee Schedule
Page 4 of 5
902 Industrial Way Lodi, CA 95240
IF rracon
Schedule of Services and Fees (Continued)
STEEL AWS/ASTM/ASM.EI_ANST/APT [tont
Rockwell Hardness Test (ASTM E18)
70.00/ea
HSB Torque Wrench/Impact Wrench Calibration, Skidmore -Wilhelm
320.00/ea
HSB Assembly Torque Determination, Skidmore -Wilhelm
320.00/set
HOT MIX ASPHALT
Asoha/t Binder Content
Ignition Furnace Calibration (ASTM D6307, AASHTO T308, CTM 382)
480.00/ea
Asphalt Binder Content by Ignition (ASTM D6307, AASHTO T308, CTM 382)
165.00/ea
Mechanical Analysis of Extracted Agg. (ASTM D5444, AASHTO T30, CTM 202 App. A)
155.00/ea
Asphalt Binder Content by Solvent Ext. (ASTM D2172)
195.00/ea
Moisture Content in HMA by oven dry (AASHTO T329)
55.00/ea
pecric Grayity (Soar) resting
Theoretical Maximum Density (Rice) (ASTM D2041, AASHTO T209, CTM 309)
185.00/ea
Bulk Spgr. Gravity of Compacted HMA (wax) (AASHTO T275, CTM 308A)
55.00/ea
Bulk Spgr. Gravity of Compacted HMA (SSD) (ASTM D2726, AASHTO T166, CTM 308C)
50.00/ea
Bulk Spgr. Field core specimens (All Methods)
60.00/ea
HMA Testing by HVEEM Nlethods
Stability "S" --Value (set of 3) (ASTM D1560, AASHTO T246, CTM 366)
395.00/set
Test Maximum Density (CTM 375, 5.13)
430.00/ea
Stability and Air Voids Determination
650.00/ea
(includes S -Value, Rice, Bulk spgr wax (3), and report)
Full Hveem Mix Design
Request Quote
HMA Te5tlno by Marshall Methaos
Stability and Flow (set of 3) (ASTM D6927, AASHTO T245)
375.00/set
Stability, Flow and Air Voids Determination (ASTM D3203, AASHTO T269)
625.00/ea
(includes Stability & Flow, Rice, Bulk spgr SSD (3), and report)
Full Marshall Mix Design
Request Quote
HMA Testing by fg2=ave Gyratory Methods
Compaction of Gyratory Specimens (ASTM D6925, AASHTO T312) Dense grade
85.00/ea
Gap Grade Rubber
120.00/ea
Mix Air Voids Determination (VA) (Includes Dense Grade Mix
720.00/ea
Compaction & Bulks (3), Rice(2), and report) Gap Grade Rubber
830.00/ea
Mix Volumetrics Report (AV, VMA, VFA, DP) Dense Grade Mix (w/RAP)
845.00/ea
(includes all Mix and Agg testing requirements) Dense Grade (no RAP)
785.00/ea
Gap Grade Rubber
875.00/ea
Hamburg Wheel Tracker Test (HWT) (AASHTO T324) Dense Grade Mix
1150.00/ea
(Includes compaction and bulk spgr of specimens) Gap Grade Rubber
1400.00/ea
Pre -compacted samples Any Mix
$825.00/ea
Moisture Induced Damage (TSR) (ASTM D4867, AASHTO T283) Dense Grade Mix
1000.00/ea
Gap Grade Rubber
1250.00/ea
Production Startup Evaluation per Caltrans Section 39 Dense Grade Mix (w/RAP)
4250.00/ea
(includes all Mix Volumetrics, TSR, HWT, Agg Qualities, Report) Dense Grade (no RAP)
3815.00/ea
Prices will be adiusted for tests excluded at clients written Gap Grade Rubber
4265.00/ea
Full Superpave Mix Design
Request Quote
Responsive 0 Resourceful 0 Reliable Nat -To -Exceed $59,000
2022 Fee Schedule
Page 5of5
902 Industrial Way Lodi, CA 95240
EXHIBIT C
NOTE. The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Professional Services
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence' basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
projectAocation (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services.
Other insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) PrimaEy and Nor -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as 150 CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogatian which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of thero oiect
that it is insuring.
(d) Severabilitv of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine SL, Lodi, CA 95240. .
Page 11 of 2 pages l W_ a V Risk: rev. 3/1/2018
Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comoly
If Contractorfails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment staling the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause, All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
anytime. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors_ Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) Qualified Insurer(st
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
..Page 2 1 of 2 pages . �""`_...._......_.....�..,........L..�.�t�.,....,�v...k,.,�...-Riskr revw3/1 /2018 � ....
Capital Improvement Plan
FY 2022-2023
Project Title:
WSWPCF Design Elec Bldg & Impri
Munis Project Code: PWWS-0010
#85
Section I: Description
District Nos: Citywide Project Length 11/19-6/24 Priority
High
Includes engineering and design of all elements of the South Electric Building (SEB) including the building structure, motor control centers, communications/security and switchgear systems,
heating, ventilating and air conditions system, pad mount transformers, wire and conduit runs and general site improvements such as access, parking fencing underground utilities
and area
lighting.
Justification/factor driving project
The SEB was originally constructed in 1990. The existing building is located downwind of the headworks facility and has been subjected to poor air quality due to hydrogen sulfide gas
exposure from the headworks. This has accelerated corrosion of the internal switchgear, conduit, wire, and other electrical components of the SEB.
Additional Information
Of the FY 19/20 $1,614,631 total, $114,631.36 is carried forward and the remaining $1,500,000 was a FY 20 budget adjustment per Resolution 2019-209.
Section II: Estimated Project Costs
Expenditure
Prior Years FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 FY 26127 Future Yrs
Total
Estimate Budget
Contracts
$ 2,571,698 $ 1,444,913 $ 12,734,000
$
16,750,610
Internal Staff
$ 55,224 $ - $ 41,000
$
96,224
Miscellaneous
$ 15,000 $ - $ 625,000
$
640,000
$
$
-
$ -
$
-
Total Capital Costs
$ 2,641,922 $ 1,444,913 $ 13,400,000 $ - $ - $ - $ - $ -
$
17,486,835
Section III: Funding Sources/Methods o
Funding Source(s)
Prior Years FY 21122 FY 22123
FY 23124
FY 24125
FY 25126
FY 26127
Future Yrs
Total
Estimate Budget
531 - WastewaterCapitalOutlay
$ 2,641,922 $ 1,444,913 $ 13,400,000
$
17,486,835
$ -
$
-
Total Project Financing
$ 2,641,922 $ 1,444,913 $ 13,400,000
$ -
$ -
$ -
$ -
$ -
$
17,486,835
RESOLUTION NO. 2023-70
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO TASK ORDER NO. 48
WITH WEST YOST & ASSOCIATES, INC., OF DAVIS, A CONTRACT WITH
C. OVERAA & CO., OF RICHMOND, AND AMENDMENT NO. 1 TO THE
PROFESSIONAL SERVICES AGREEMENT FOR CONSTRUCTION TESTING
AND INSPECTION SERVICES WITH TERRACON CONSULTANTS, INC., OF
LODI, FOR THE WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
ELECTRICAL BUILDING ASSOCIATED IMPROVEMENTS PROJECT; AND
FURTHER APPROPRIATING FUNDS
WHEREAS, on October 2, 2019, Council authorized Task Order No. 48 with West Yost
& Associates, Inc., of Davis, for design of the White Slough Water Pollution Control Facility
Electrical Building Project; and
WHEREAS, on November 16, 2022, Council approved plans and specifications and
authorized advertisement for bids for the White Slough Water Pollution Control Facility
Electrical Building Associated Improvements Project; and
WHEREAS, the City
received the
following three bids
for the project on
February 2, 2023:
Above/(Below)
Bidder
Location
Bid
Estimate
C. Overaa & Co.
Richmond
$11,408,000
($592,000)
Diede Construction
Woodbridge
$12,105,000
$105,000
Myers & Sons Construction
Sacramento
$12,188,000
$188,000
WHEREAS, the City currently contracts construction testing and inspection services with
Terracon Consultants, Inc., of Lodi; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 2 to Task Order No. 48 With West Yost & Associates, Inc., of Davis, for engineering
services, in the amount of $841,683; and
WHEREAS, staff recommends authorizing the City Manager to execute a contract with
C. Overaa & Co., of Richmond, for construction in the amount of $11,408,000 and change
orders in an amount not to exceed $1,326,000; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with Terracon, of Lodi, for construction testing
and inspection services in the amount of $100,000; and
WHEREAS, staff further recommends appropriating funds in the amount of $6,400,000
to Wastewater Capital Fund (53199000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 2 to Task Order No. 48 with West Yost
& Associates, Inc., of Davis, California, for engineering services in the amount of $841,683; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract with C. Overaa & Co., of Richmond, California, for
construction of the White Slough Water Pollution Control Facility Electrical Building Associated
Improvements Project in the amount of $11,408,000 and change orders in an amount not to
exceed $1,326,000; and
BE IT FURTHER RESOLVED that th
City Manager to execute Amendment No. 1
Terracon Consultants, Inc., of Lodi, California,
in the amount of $100,000; and
Lodi City Council does hereby authorize the
to the Professional Services Agreement with
for construction testing and inspection services
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $6,400,000 to Wastewater Capital Fund (53199000.77020); 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: April 19, 2023
I hereby certify that Resolution No. 2023-70 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 19, 2023 by the following votes:
AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, and Yepez
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Hothi
ABSTAIN: COUNCIL MEMBERS — None
Q)�t't41a"
OLIVIA NASHED
City Clerk
2023-70