HomeMy WebLinkAboutAgenda Report - April 19, 2023 C-07CITY OF
Ir
zoo
C A L I F O R N I A
COUNCIL COMMUNICATION
AGENDA ITEM
• 7
AGENDA TITLE: Adopt Resolution Authorizing the City Manager to Execute Amendment No. 2
to the Professional Services Agreement with NJ Associates, Inc., of Lodi, and
Extending Term to December 31, 2024, for the Access Center, Training
Center, and Entire Site Design Development, Civil Engineering, Construction
Documents, Bid Documents, and Construction Administration in an Amount
Not to Exceed $225,185
MEETING DATE: April 19, 2023
PREPARED BY: Community Development Director
RECOMMENDED ACTION: Adopt resolution authorizing the City Manager to execute
Amendment No. 2 to the Professional Services Agreement with
NJ Associates, Inc., of Lodi, and extending Term to December
31, 2024 for the Access Center, Training Center, and entire site design development, civil
engineering construction documents, bid documents, and construction administration in an amount
not to exceed $225,185.
BACKGROUND INFORMATION: On October 6, 2021, City Council approved the location of the
Lodi Access Center and Emergency Shelter (Access Center).
To complete the project, architectural design services are
needed.
On December 01, 2021, City Council authorized the City Manager to enter into a professional
services agreement of NJ Associates, Inc. (NJA) for related architectural design services. On
October 19, 2022, City Council authorized the execution of Amendment No. 1 for the development
of the Access Center construction/bid documents, and construction administration. On December
13, 2022, the San Joaquin Board of Supervisors awarded the City an additional $8.2 million to
complete all phases of the project. Staff now wishes to amend the NJA agreement to include all
phases of the Access Center project. The additional phases will include the Training Center and all
site landscaping design and construction. As NJA has been working with CDD on the Access Center
project since its inception, they are uniquely qualified to provide the necessary services and work
product that meets our needs within the timelines provided.
Staff recommends that the City Council adopt a resolution authorizing the City Manager to execute
Amendment No. 2 to the Professional Services Agreement with NJ Associates, Inc., of Lodi, and
extend Term to December 31, 2024, for Access Center, Training Center, and entire site design
development, civil engineering construction documents, bid documents, and construction
administration in an amount not to exceed $225,185.
Total contract not to exceed amount will be $980,000.
APPROVED: sty uer(Apr 10, 202310:44 PDT
Stephen Schwabauer, City Manager
Adopt Resolution for NJA PSA Amendment No.2
April 19, 2023
Page 2 of 2
FISCAL IMPACT: It is anticipated costs for this project will be funded from the San
Joaquin County Capital Outlay funds designated to the Access Center.
There is no impact to the City's General Fund.
FUNDING AVAILABLE: ARPA-22001. Contracts. County ($225,185)
Andrew Keys
Andrew Keys
Deputy City Manager/[ internal Services Director
John . Della Monica, Jr.
Com unity Development Director
Attachments: Amendment No. 2 to NJ Associates, Inc. Professional Services Agreement
Signature: QM,d� xvgbi
Email: akeys@lodi.gov
CONTRACT AMENDMENT No. 2
NJ Associates, Inc.
THIS CONTRACT AMENDMENT No. 2 is made and effective this day of April, 2023, by and
between the CITY OF LODI, a municipal corporation, hereinafter called "CITY", and NJ Associates, Inc., a
California Corporation, hereinafter called "Contractor."
WITNESSETH:
CONTRACT: Contractor and City, entered into an Agreement for Professional Services on December
23, 2021 and Amendment No. 1 on November 11, 2022 (collectively the "Agreement"), attached hereto
as Exhibit A and made a part hereof as though fully set forth herein. Contractor and City now desire to
expand the scope of services to include all phases of work for the project as outlined in Attachment A
in an amount not to exceed $225,185, for a total amount not to exceed of $980,000 over the term of
the Agreement.
2. EXTENSION TERM: Contractor and City enacted the Option to Extend Term of Agreement and extend
the Term limit to December 31, 2023. Contractor and City now desire to extend the Term limit to
December 31, 2024 to allow adequate time to complete the buildout of the project.
3. TERMS AND CONDITIONS: All other terms and conditions of the Agreement except as set forth above,
will remain unchanged.
Counterparts and Electronic Signatures. This Agreement and other documents to be delivered pursuant to this
Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all
of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be
effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party
agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are
intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of
this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by
facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document
format" (".pdf") or similar format intended to preserve the original graphic and pictorial appearance of a document, or
through the use of electronic signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
CITY OF LODI, a municipal corporation CONTRACTOR
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
NJ ASSOCIATES, INC.,
a California Corporation
By: JOHN A. VIERRA
Title: Owner/Architect
\\cvcfilv02\Departments$\Community Development\Contracts\Design Architectural Services\NJ Associates, Inc\NJA Amendment 2\030623 NJA PSA Amendment2.doc
N J NJA
A / ARCHITECTURE
REGARDING Additional Service #1
DATE February 28, 2023
CLIENT City of Lodi
221 W Pine Street
Lodi CA 95240
PROJECT Lodi Access Center Construction Documents
SERVICE NJ Associates, Inc. DBA (NJA Architecture & NJA)
PROVIDER Licensed Architect John Vierra (License No. C35199)
Licensed Architect Nick Seward (License No. C38947)
Amendment to original Service Agreement, made and entered into on September 19th, 2022 by and between the
client listed above and NJA Architecture.
NJA shall provide additional services based on the project scope listed below.
1.1 PROJECT SCOPE
Expanded phases
1. Phase 1.3 & 1.4: Inner Courtyard & South Lawn Area
Private Residence outdoor seating, herb garden, and bicycle parking (shown as 1, in
exhibit C)
Outdoor dog enclosure (shown as 2, in exhibit C)
Outdoorgreen space (shown as 3, in exhibit C)
Stormwater quality requirements
Site lighting & power requirements
2. Phase 2: 3,000 SF Education Center (warm shell)
Prefab metal building
(4) education classrooms
(2) single use restrooms
New electrical service
Mechanical units
Additional Services
4. Convert Warming Kitchen to Commercial Kitchen
Full service kitchen with walk-in cold and freezer storage, pantry storage, full cook line,
prep area, and dish washing area
New grease interceptor
5. Outside security consultant for entire 22,500 Access Center & site exterior
The security design scope will focus on controlling access to the building entries and video monitoring
of the facility. The systems will include video surveillance, video intercom, access control, and intrusion
monitoring.
Access control system
IP -based video surveillance system (closed-circuit television)
Intrusion detection system
Entry video intercom system
Emergency exit door monitoring
6. Off-site improvement drawings
Civil frontage improvement drawings - showing new sidewalk improvements. Objective is to keep
the existing curb/gutter, but may need replacement if required by public works. Scope includes full
sidewalk replacement. Prior scope was patch & replace at driveway locations.
2.1 COST BREAKDOWN
CIVIL ENGINEERING
$37,600
$22,100
LANDSCAPE
$12,600
$36,835
ARCHITECTURE
DESIGN DEVELOPMENT FEE
$80,000
$20,000
CONSTRUCTION DOCUMENTS FEE
$110,000
$30,000
BID DOCS & BID NEGOTIATION
$26,000
$5,000
STRUCTURAL ENGINEERING
$38,000
$20,000
MECHANICAL/PLUMBING ENGINEERING
$58,000
$12,500
ELECTRICAL ENGINEERING
$26,500
$18,500
FF&E DRAWINGS/SPEC/KITCHEN CONSULTANT
$14,000
$4,000
INTERIORS
$15,250
NO CHANGE
COST ESTIMATING CONSULTANT
$17,000
$7,500
REIMBURSEMENT EXPENSES
$3,000
$250
SECURITY
N/A
$33,500
CONSTRUCTION ADMINISTRATION T&M
$189,500
$15,000
TOTAL FOR ABOVE SERVICES $627,450 $225,185
3
r --
0
EXHIBIT C
4
�. Na
i
i
P.OPOSU
3 SNEOG
1
KE 7
RESIN[ FNCE — FUME
IRT — BUILDING
umw F3I -
nccssscenreR
COU-41D
—
s� _ Noz Is•arE zeE ss I
4
CONTRACT AMENDMENT No
NJ Associates, Inc.
THIS CONTRACT AMENDMENT No. 1 is made and effective this 11' -'—day of November, 2022, by and
between the CITY OF LODI, a municipal corporation, hereinafter called "CITY", and NJ Associates, Inc., a
California Corporation, hereinafter called "Contractor."
WITNESSETH:
1. CONTRACT: Contractor and City, entered into a Construction Services Agreement for Professional
Services on December 23, 2021 (Collectively the "Agreement"), attached hereto as Exhibit A and made
a part hereof as though fully set forth herein. Contractor and City now desire to expand the scope of
services to include additional work as outlined in Attachment A in an amount not to exceed $630,000,
for a total amount not to exceed of $755,000 over the term of the Agreement.
2. EXTENSION TERM: Contractor and City now desire to enact the Option to Extend Term of Agreement
and extend the Term limit to December 31, 2023.
3. TERMS AND CONDITIONS: All other terms and conditions of the Agreement except as set forth above,
will remain unchanged.
Counterparts and. Electronic Signatures.. This Agreement and other documents to be delivered pursuant to this
Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all
of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be
effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party
agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are
intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of
this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by
facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document
format" (".pdf') or similar format intended to preserve the original graphic and pictorial appearance of a document, or
through the use of electronic signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
CITY OF LODI, a municipal corporation CONTRACTOR
l 1 r—
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
tAN CE D. AGDICH
ty. ' <ey
John V rra (Oct 31, 2022 15:57 PDT)
NJ ASSOCIATES, INC.
a California Corporation
By: JOHN A. VIERRA
Title: Owner/Architect
\\cvcfilv02\Departments$\Community Development\Contracls\Design Architectural ServicesWJ Associates. Inc\NJA Amendment 1\101922 N.IA PSA Amendmentt doe
ACCESS
CENTER CD
SERVICES AGREEMENT
N J
A /
01 ARCH ITECTU RAL SERVICES
DATE September 19th, 2022
CLIENT John Della Monica
City of Lodi
221 W Pine Street
Lodi CA 95240
PROJECT Lodi Access Center
LOCATION 710 N Sacramento Street
Lodi CA 95240
SERVICE NJ Associates, Inc. DBA (NJA & NJA Architecture)
PROVIDER Licensed Architect John Vierra (License No. C35199)
Licensed Architect Nick Seward (License No. C38947)
1.1 PROJECT SCOPE
Proposed Shelter & Access Center- Approximately 20,926 SF (Existing Building)
Congregate Housing -with support restrooms and medical sleeping area
Dining & Common Room
Tote Storage & Service Area (including Laundry)
Warming Kitchen
Resource Center
Admin & Access Center
Public Lobby
Security Check -In & (2) Restrooms
Covered locker & charging area
Covered Outdoor Dining Area
Secured Courtyard - 5,000 SF
Secured On-site Parking
Future Training Facility Pad (future phase, not part of this scope)
1.2 DESIGN DEVELOPMENT
Client meeting(s) to review and discuss design
Refine site plan showing public path of travel and total parking requirements
Develop floor plan in accordance with the necessary code requirements
Develop exterior elevations
-2-
01 ARCH ITECTU RAL SERVICES
Coordination with the following design consultants - civil, landscape, structural,
mechanical, plumbing and electrical
(2) revisions are factored into this phase
Cost Estimate breakdown
1.3 CONSTRUCTION DOCUMENTS
Client Meeting(s) to review Construction Documents
Cover sheet with project information, building code analysis, vicinity Map & general notes
Civil Engineering
On -Site
Phase
1. Construction Notes & Details referring to City of Lodi standards
2. Topographic Survey & Demolition Plan
3. Striping, Signage, & Horizontal Control Plan
4. Grading (complete site), drainage, pavement and concrete curb design
5. Sanitary Sewer Conveyance
6. Domestic Water/ Fire Water
7. Stormwater Conveyance
8. Erosion Control Plan
Prepare specifications, details, and cost estimates for all of the above.
Identify stormwater quality BMP's and coordinate details with project team
Meet with design team as needed in Lodi or via Internet/conference calls
Process plans through City of Lodi for approval
One site visit to meet with city staff to discuss any outstanding issues,
concerns, etc. for plan approval
Storm Water Pollution Prevention Plan (SWPPP)
Prepare SWPPP to meet NPDES General Permit No. 2009-0009-DWQ.
Prepare Permit Registration Documents (PRD's)
Assist LRP in uploading PRD's to SMARTS website
Assist LRP in electronic submittal of Annual Report
Assist LRP in preparing Notice of Termination (NOT)
Post -Construction Storm Water Plan
Prepare Post -Construction SWP to City Standards
Process through city for approval
Project Approval Coordination
Address plan check comments beyond 3rd Submittal
Prepare Estimate for Bonding Purposes
Facilitate plan submittals for permitting purposes
-3-
O1 ARCH ITECTU RAL SERVICES
Landscape Plans
Architectural Plans
Site plan showing public path of travel and parking requirements
Floor plan and general notes
Reflected ceiling plan
Roof plan and general notes
Exterior elevations with material keynotes
Building sections and wall sections as required
Enlarged restroom plans and interior elevations as required
Door and window/storefront schedules
Architectural design details as required
Interiorfinish schedules as required
Finish floor & ceiling plans
Finish schedules and materials
Life safety plan with occupancy load analysis and plumbing fixture count
Accessibility standards & details
Mechanical Engineering
Plumbing Engineering
Electrical Engineering
Title 24 energy calculations
Structural Engineering
Plan check revisions as necessary to secure permit approval
Cost Estimate Breakdown
1.4 BID DOCUMENTS
Bidding Requirements
Contract Forms
Conditions of Contract
Specifications
Drawings
Addendum
Contract Modifications
Cost Estimate Report
1.s CONSTRUCTION ADMINISTRATION
RFI's
Submittal review
C�
Review shop drawings
Site visits
i1C�_\:Zy:1��x�i�>_7_\�•9�_Z�I[�1�•��[����:Z�1�I1�]��7
Changes in the project's program defined in 1.1 Project Scope
Fire sprinkler plan / fire alarm (to be provided by design -build subcontractor during
construction)
Building Commissioning
Geotechnical or any Survey (if required)
Hazardous material reports and abatement if necessary
Joint trench design
Solar design and engineering
Any governmental fees required by this work
NJA cannot assume responsibility for construction means, methods, techniques,
sequences or procedures, safety precautions, programs connected with the work, or for
acts and omissions by the Contractor, subcontractors, or others.
162
02 FEE SCHEDULE
2.1 COST BREAKDOWN
CIVIL ENGINEERING
$37,600
LANDSCAPE
$12,600
ARCHITECTURE
DESIGN DEVELOPMENT FEE
$80,000
CONSTRUCTION DOCUMENTS FEE
$110,000
BID DOCS & BID NEGOTIATION
$26,000
STRUCTURAL ENGINEERING
$38,000
MECHANICAL/PLUMBING ENGINEERING
$58,000
ELECTRICAL ENGINEERING
$26,500
FF&E DRAWINGS/SPEC/KITCHEN CONSULTANT
$14,000
INTERIORS
$15,250
COST ESTIMATING CONSULTANT $17,000
REIMBURSEMENT EXPENSES $3,000
TOTAL FOR ABOVE SERVICES $437,950
CONSTRUCTION ADMINISTRATION T&M $189,500 (ALLOWANCE)
-6-
02 FEE SCHEDULE
2.2 ADDITIONAL SERVICES
At the request of Client, NJA shall provide additional services not included in the Architectural
Services specified above. Additional services shall be provided on an hourly basis in accordance
with the following hourly rate, and shall be billed on a monthly basis:
Architectural
$160/hour
Principal
$195/hou r
Project Architect/Manager
$175/hour
Project Designer
$150/hour
Draftsperson
$125/hou r
Admin Staff
$80/hour
Landscape
Principal Landscape Architect
$160/hour
Project Manager Landscape Architect
$ 120/hour
Project Manager
$95/hour
Senior Drafter
$75/hour
Junior Drafter
$65/hour
Intern
$45/hour
Clerical
$65/hour
Electrical
Principal $200/hour
Senior Engineer $185/hour
Senior Project Manager $170/hour
Project Engineer $150/hour
Structural
Senior Structural $225/hour
Project Manager $185/hour
Mechanical/Plumbing
Principal
$230/hour
Senior Engineer
$200/hour
Senior Project Manager
$170/hour
Project Engineer
$150/hour
Designer
$125/hour
-7-
Civil Engineering
$ 180.00
Engineering:
$ 60.00
PRINCIPAL............................................................................................................................
$ 225.00
CIVIL ENGINEER.............................................................................................................
$ 180.00
PROJECT MANAGER...................................................................................................
$ 165.00
DESIGNER...........................................................................................................................
$ 140.00
CADTECHNICIAN.........................................................................................................
$ 115.00
COURTTESTIMONY....................................................................................................
$ 300.00
Administration:
$ 180.00
CLERICAL...............................................................................................................................
$ 60.00
ADMINISTRATIVE ASSISTANT............................................................................
$ 75.00
Construction Management:
$ 300.00
CONSTRUCTION MANAGER................................................................................
$ 165.00
CONSTRUCTION INSPECTOR............................................................................
$ 130.00
QUALIFIED SWPPP DEVELOPER (QSD)....................................................
$150.00
QUALIFIED SWPPP PRACTITIONER(QSP).............................................
$110.00
Surveying
OFFICE SURVEYOR......................................................................................................
$ 180.00
ASSISTANT OFFICE SURVEYOR.......................................................................
$ 130.00
ONE-PERSON SURVEY CREW...........................................................................
$ 200.00
TWO -PERSON SURVEY CREW..........................................................................
$ 300.00
THREE-PERSON SURVEY CREW.....................................................................
$ 380.00
COURTTESTIMONY....................................................................................................
$ 300.00
Reimbursable Expenses: Reimbursable expenses
Note - Amendments to Article 2.3 Payment Schedule will be updated at the time of approved
additional services if any.
-8-
02 FEE SCHEDULE
�W_\'A&Iis►1&�•1C1isN1�JNO
$20,000 initial deposit must be received by NJA prior to starting Architectural Services
Remaining balance will be invoiced monthly on progress to date
Final drawings will be issued to Client upon receipt of payment of remaining balance
2.4 REIMBURSABLE EXPENSES
Printing wiII be treated as a reimbursable expense on a per sheet basis noted below. Allowance for
this project is not to exceed $3,000 in printing cost.
24 x 36 Black & White
$4.00 ea.
8.5 x 11 Color
$0.50 ea.
8.5 x 11 Black & White
$0.25 ea.
12 x 18 Color
$1.50 ea.
12 x 18 Black & White
$1.00 ea.
11 x 17 Color
$1.00 ea.
11 x 17 Black & White
$0.75 ea.
Client Meetings -A total of (10) client meeting(s) (and/or site visits) are included in the flat fee.
Any meeting or site visit exceeding the amount specified will be billed a minimum of 1 hour at the
hourly rate as specified in Article 2.2.
Any invoice amounts disputed in good faith by Client and the reasons therefore will be reported to
NJA within five (5) calendar days after receipt of the applicable invoice, and Client and NJA agree to
work diligently to resolve the dispute within ten (10) calendar days of NJA's receipt of the notice of
dispute from Client.
Payments are due and payable within (30) calendar days of Client's receipt of NJA's invoice.
Undisputed amounts unpaid (30) calendar days after the invoice date shall bear interest from the
date payments are due at a rate of 10% per annum (.833% per month), or the maximum amount
allowed by applicable law.
-9-
EXHIBIT A
we]
IOAMMIl:11■MV
wsmxs
SERVICE ACCESS
m �nx
g u e I
e e > > >
I
I
-SHADE - --- OUTDOOR
- STRUCTURE ACiIVIiIES
�%u. r7 en
p _ L
I
E7 7
- I - - CAll
�= nm E OOam
ax SECURED
s = COURTYARD
iR11
o oOc' ---
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and NJ ASSOCIATES,
INC, a California Corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Architectural
Services for Access Center and Affordable Housing Projects (hereinafter "Project") as
set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR
acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
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, 2021 and terminates upon the
completion of the Scope of Services or on December 31, 2022, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional one
(1) one (1) -year extension; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
2
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed two and one-half (2.5) years.
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 1999, 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 Assiqns
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 300E
Lodi, CA 95241-1 91 0
Attn: John R. Della Monica, Jr.
To CONTRACTOR: NJ Associates, inc.
212 W Pine St, Suite 1
Lodi, CA 95240
Attn: John Vierra
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY. however, retains the right to
M
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.
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.
6
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 a#tered 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 Sever
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit ❑ apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
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.
IN WITNESS WHEREOF* CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODi, a municipal corporation
ATTEST-
JEN ERC MIR qSt$C�HXA
CiX Clerk City Manager
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
NJ ASSOCIATES, INC., a California Corporation
By
Name: J A IE
Title- Architect
Attachments: �1
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: Various grant funding
(Business Unit & Account iso.)
8
N J NJA
A / ARCHITECTURE
SERVICES AGREEMENT
OCTOBER 15th, 2021
LOBI ACCESS CENTER
MULTI SITE STUDY
COMPANY
PREPARED BY
JOHN A VIERRA
ARCHITECT (C35199)
NICHOLAS M SEWARD
ARCHITECT (C38947)
NJA ARCHITECTURE
212 W PINE ST, SUITE i
LODI. CA 95240
Exhibit A & B
CLIENT
PREPARED FOR
JOHN DELLA MONICA
COMMUNITY DIRECTOR
CITY OF LODI
221 W PINE STREET
LODI CA 95240
ARTICLE 1
ARCHITECTU RAL SERVICES
NJA shall Provide ARCHITECTURAL SERVICES for the LODI ACCESS CENTER project located at
VARIES SITE LOCATIONS covering the following project requirements described in Article 1,1
Project Scope.
1.1 PROSECT SCOPE
• WASHINGTON STREET SITE MASTER PLAN
• Graphic Site Plan
• 3d Street Scape Design
• 3d Massing Studies
• KETTLEMANITHURMANJCENTURY SITE MASTER PLAN
• Graphic Site Plan
• SACRAMENTO STREET
• Graphic Site Plan
3d Street Scape Design
3d Massing Studies
1.2 PRELIMINARY DESIGN DELIVERABLES
• Provide conceptual site design studies for review by Owner
• Provide conceptual exterior building elevation design studies for review by
owner
• Develop conceptual site plan showing path of travel and parking
requirements
• Provide conceptual renderings showing materials and finishes
• our proposal includes a maximum of two (2) revisions to initial concepts
• Client meetings) to review and discuss design
1.3 ARCHITECTURAL SERVICES SHALL NOT INCLUDE
• Changes in the project's program defined in 1.1 Project Scope
• Fire sprinkler plan. fire alarms and fire suppression system
• Boundary Survey and Topo
• Civil Engineering
• Geotechnical engineering and reports
• Existing Environmental Analysis - Phase 1 & 2 reports
• Mechanical Engineering
• Electrical Engineering
Plumbing Engineer
• Program Requirements
Schematic Design of buildings
2
ARTICLE T
ARCHITECTURAL SERVICES
• Construction Documents
• Equipment design and layout
• Building commissioning
Hazardous material reports and abatement if necessary
Preparing estimates of construction
• NJA cannot assume responsibility for construction means, methods,
techniques, sequences or procedures, safety precautions, programs
connected with the work, or for acts and omissions by the Contractor,
subcontractors, or others
3
ARTICLE 2
FEE BREAKDOWN
BREAKDOWN2.1 COST
ARCHITECTURAl-
- INVOICE 20023-1 57,500
INVOICE 20023-2 $5,687.50
INVOICE 21006-1 $5,800
TOTAL FOR ARCHITECTURAL SERVICES $19,987.50
2.2 PAYMENT SCHEDULE
Remaing balance will be invoiced monthly on progress to date
Final drawings will be issued to Client upon receipt of payment of remaining
balance
2.3 ADDITIONAL SERVICES
At the request of Client, NJA shall provide additional services not included in the
Architectural Services specified above. Additional services shall be provided on an
hourly basis in accordance with the following hourly rate, and shall be billed on a
monthly basis:
Principal Architect
$175/hour
Project Architect/Manager
$165/hour
Project Designer
$155/hour
Draftsperson
$135/hour
Admin Staff
$80/hour
Note: Amendments to Article 2.2 Payment Schedule will be updated at the time of approved
additional services if any.
4
ARTICLE 2
FEE BREAKDOWN
2.4 REIMBURSABLE EXPENSES
NJA shall be compensated for reimbursable expenses such as reproductions and
postage.
24 x 36 Black & White
$4.00 ea.
8.5 x 11 Color
$0.50 ea.
8.5 x 11 Black & White
$0.25 ea.
12 x 18 Color
$1.50 ea.
12 x 18 Black & White
$1.00 ea.
11 x 17 Color
$1.00 ea.
11 x 17 Black & White
$0.75 ea.
Client Meetings. A total of (10) client meetings) (and/or site visits) are included
in the fiat fee. Any meeting or site visit exceeding the amount specified will be
billed a minimum of 1 hour at an hourly rate of $175 for each Architect and Design
Principal present.
Any invoice amounts disputed in good faith by Client and the reasons therefore
will be reported to NJA within five (5) calendar days after receipt of the applicable
Invoice. and Client and NJA agree to work diligently to resolve the dispute within ten
(10) calendar days of NJA's receipt of the notice of dispute from Client.
Payments are due and payable within (30) calendar days of Client's receipt of NJA's
invoice. Undisputed amounts unpaid (30) calendar days after the invoice date shall
bear interest from the date payments are due at a rate of 10% per annum (,833% per
month), or the maximum amount allowed by applicable law.
Not to exceed $125,000-00
11
EXHIBIT C
NOTE. The City of Lodi is now using the online insurance program FINS 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 Req uirements for Design Professionals- Arc h€tects/Enginee rs
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
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limits not less than
$2,000,000 per occurrence or claim.
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 $5 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition Is used
(b) Primary and Nori-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 ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the NODI 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 ther❑ oiect
that it is insuring.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240,
Page 1 J of 2 pages I Risk: rev. 3/1/2418
(f] 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 certificates) 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 [apses 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 Cal ifomia Tort Claims Act (Ca lifomia Gov emment Code Section 810 et seq.).
jg) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
aIlowabte legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other {provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. 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 {sl
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City_ Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLi list) and otherwise meet City requirements.
Page 2 1 of 2 pages I Risk: rev. 31112018
AMENDED
RESOLUTION NO. 2023-73
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH NJ ASSOCIATES, INC., OF LODI, FOR THE
ACCESS CENTER, TRAINING CENTER, AND ENTIRE SITE DESIGN
DEVELOPMENT, CIVIL ENGINEERING, CONSTRUCTION DOCUMENTS, BID
DOCUMENTS, AND CONSTRUCTION ADMINISTRATION
WHEREAS, the Community Development Department had a need for architectural
design services for special projects, including, but not limited to, the Access Center and
Emergency Shelter; and
WHEREAS, NJ Associates, Inc., has been fundamental in several key projects and has
been working with staff since the inception of the Access Center project, and City Council
authorized the City Manager to enter into a Professional Services Agreement with
NJ Associates, Inc., on December 1, 2021, for an amount not to exceed $125,000; and
WHEREAS, City Council authorized the City Manager to execute Amendment No. 1 with
the NJ Associates, Inc., on October 19, 2022; and
WHEREAS, on December 13, 2022, the San Joaquin Board of Supervisors awarded the
City an additional $8.2 million to complete all phases of the project. San Joaquin County Capital
Outlay grant funds will be utilized to support this contract with no General Fund impact; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute Amendment No. 2 to the Professional Services Agreement with NJ Associates, Inc., of
Lodi, in an amendment amount not to exceed $225,000 and total contract amount not to exceed
$980,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 2 to the Professional Services
Agreement with NJ Associates, Inc., of Lodi, California, in an amount not to exceed $225,000,
for the Access Center, Training Center, and entire site design, civil engineering, construction
documents, bid documents, and construction administration, thereby extending the term of the
agreement to December 31, 2024; 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. 2023-73 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 19, 2023, by the following vote:
AYES: COUNCIL MEMBERS — Bregman, Nakanishi, and Yepez
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Hothi
ABSTAIN: COUNCIL MEMBERS — Craig
OLIVIA NASHED
City Clerk
2023-73