Loading...
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