HomeMy WebLinkAboutAgenda Report - January 20, 2016 C-05AGENDA ITEM C5
CITY OF LODI
COUNCIL COMMUNICATION
• TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Petralogix Engineering, of Galt, for Engineering Services for White
Slough Water Pollution Control Facility Expansion Pond Project ($474,380), and
Appropriating Funds ($525,000)
MEETING DATE: January 20, 2016
PREPARED BY: Interim Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Petralogix Engineering, of Galt, for
engineering services for White Slough Water Pollution Control Facility
Expansion Pond Project, in the amount of $474,380, and appropriating funds, in the amount of $525,000.
BACKGRUND INFORMATION: In October 2015, the City was conditionally awarded a Proposition 84,
Delta, San Joaquin River, and Sacramento River Water Quality
Program Grant by the California Department of Water Resources
(DWR), to receive $4,600,000. The grant is only offered to agencies located within the Sacramento San
Joaquin Delta Area.
Upon final approval by DWR, the grant will fund up to 75 percent of the total proposed costs (environmental,
design, and construction) of onsite recycled water storage facilities, intended to improve groundwater quality
in the region. The City will be responsible for the remaining 25 percent match. The City is eligible to
receive credit for pre -project costs that were incurred after November 2008 toward the 25 percent match.
Petralogix Engineering is currently under contract to provide grant funding award assistance and to prepare
the environmental review of the proposed project in conformance with California Environmental Quality Act
guidelines. This work is nearing completion.
The next phase of work includes geological, geotechnical, and groundwater quality investigations,
preliminary design work to establish the most suitable location of the storage improvements, and a task to
prepare the documentation needed to support a minor modification to the City's discharge permit to account
for the changes in treatment and discharge operations. This work must be performed prior to embarking on
the final design and construction phases to demonstrate project feasibility and to refine the estimated costs.
The proposed Professional Services Agreement includes the scope of services to perform the specialized
tasks referenced above. Staff recommends authorizing City Manager to execute Professional Services
Agreement with Petralogix Engineering, of Galt, for engineering services for White Slough Water
Pollution Control Facility Expansion Pond Project, in the amount of $474,380, and appropriating funds, in
the amount of $525,000 to cover the contract work and associated staff time.
1/4/2016
KAWP\C0UNCIL\2016\CC# Petralogkdoc
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Petralogix Engineering, of Galt, for Engineering Services for White Slough
Water Pollution Control Facility Expansion Pond Project ($474,380), and Appropriating Funds ($525,000)
January 20, 2016
Page 2
FISCAL IMPACT: The expenditures will be applied to the City's 25 percent local share obligation
of the grant award.
FUNDING AVAILABLE: Wastewater Plant Operating Fund (53053003)
Jordan yers
Deputy City Manager/Internal Services Director
c._ Qc,�
Charles E. Swimley, Jr.
Interim Public Works Director
Prepared by Charles E. Swimley Jr., Interim Public Works Director
CES/CES/tdb
Attachment
K:\WP\COUNCIL\2016\CC# Petralogix.doc 1/4/2016
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 20 , by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
PETRALOGIX ENGINEERING (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 technical
services for the White Slough Water Pollution Control Facility Expansion Pond Project
(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
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 December 1, 2015 and terminates
upon the completion of the Scope of Services or on November 30, 2017, whichever
occurs first.
z
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 Assigns
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: Wally Sandelin
To CONTRACTOR: Petralogix Engineering
26675 Bruella Road
Galt, CA 95632
Attn: Daniel Kramer
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 all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
PETRALOGIX ENGINEERING
By: By:
Name: DANIEL E. KRAMER
Title: President
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: 53053003
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2015\Petralogix PSA 12.1.15
CA:Rev.01.2015
8
Petralogix Engineering, Inc.
26675 Bruella Road, Galt, Ca 95632
(T) 209-400-5729
dkramerOpetralogix.com
www.12etralogix.com
December 11, 2015
Proposal No. 10046
Attn: Charles Swimley
City of Lodi - Public Works
221 West Pine Street
Lodi, CA 95240
4WEe,tralogix
Subject: Technical Services Proposal for the White Slough Water Pollution Control
Facility Expansion Pond Project - DWR Grant Funding
Mr. Swimley,
We appreciate the opportunity to provide you with our proposal to perform technical services,
project review services, and project management services to the City of Lodi for the White Slough
Water Pollution Control Facility Expansion Pond Project. Below you will find a brief project
description and a detailed cost estimate for Petralogix Engineering, Inc.'s proposed work scope.
Petralogix will provide both project management and technical review services for all of the tasks
which will be required to complete the Pond Expansion as planned. We are currently providing
oversight services to facilitate final Department of Water Resources (DWR) Proposition 84 Grant
receipt assistance, and CEQA consulting assistance for the project.
Petralogix will sub -consultant with various companies to provide the City with the needed
geotechnical, general surveying, and civil services to complete the over-all project technical studies
(preliminary). Each of the required tasks is discussed in detail, with a broken out budget, a detailed
timeline and schedule, and a not to exceed fee. All of these items have been developed in conjunction
with the Grant Application that we prepared on behalf of the City when the Proposition 84 Grant
application was submitted.
Project Summary
The need for additional storage pond area at the White Slough WPCF is well documented. Long-term
there are no justifiable alternatives. Current discharge is above the stated capacity for the site as
designed, and overages are released to the Delta. There are a variety of potential options which will
allow for sufficient on-site storage. However, only one single approach will accomplish a maximum
benefit which allows for minimized transport assembly costs (piping), minimized land acquisition
costs and impacts, minimized environmental impacts, and maximized water reuse and recharge
strategies. As you know, the City of Lodi has been awarded Proposition 84 Grant Funding in order to
facilitate construction of the project.
www.petraIogix.com
Page 12
City of Lodi
Proposal No. 10046
The project consists of the final design and construction of the proposed 70 acre expansion pond.
Two potential locations are currently being considered for the pond. The first location is near the
existing onsite storage ponds. The secondary location to the southeast is also being considered. The
final pond is planned to be unlined with roughly 8 foot high berms that allow for a total of 6 feet of
water storage by height and 2 additional feet of freeboard. The bottom of the ponds are planned to
be at grade or only slightly below. The berms will have riprap lining along the inside wall and will be
designed as one to three ponds which are spread across the entire 70 acre area. .
Scope of Work
Petralogix will work in conjunction with a local Geotechnical Engineer, Surveyor, and Civil Engineer
to provide the required services to complete the preliminary pond designs that will be required to
bring the project to construction. A detailed description of these services follows:
TASK #1- Petralogix Engineering, Inc.
Geological Site Characterization Services
Petralogix will prepare two detailed cross sections for each proposed pond site, provide a detailed
review of the subsurface soils at each site (+15 feet below ground surface), and provide detailed
percolation testing. The geological site characterization will utilize soil borings and samples (taken
during the geotechnical study), limited resistivity profiling (dipole -dipole), standard falling head
percolation tests, and double ring infiltrometer testing. The resistivity profiling will aid in
determining major lateral soil changes across the pond transects. These profiles will consist of two
perpendicular test lines which cover the general proposed pond location for each site. The
percolation and double ring infiltrometer testing will aid in determining water flow rates in the
subsurface soils. They will be focused at multiple depths, and will be in locations that are spread
across each of the proposed pond sites. Data taken from these tests (and the geotechnical soil logs)
will be combined. From this data a detailed 2 -Dimensional (2D) cross section will be performed for
each of the pond sites. The geological and hydrological conclusions from these site interpretations
will be used for final pond design.
Deliverables: Site G of Percolation T a Its 2D Pr file r s
cb Site
,). and GeneralRe-commendations for Final out Based on Cin
City of Lodi
Proposal No. 10046
TASK #2 - Terracon
Page 13
Geotechnical Engineering - Pond Expansion Scope of Services
We are currently proposing to use Terracon, Inc. as the lead geotechnical engineer of record.
Multiple bids have been collected and reviewed. Based on our experience with the responsive nature
of this firm, their price point, local presence, and general understanding of the projectwe believe they
are currently the best fit for the project. They have proposed the following task/service items for
completing the Geotechnical Engineering for the project.
Preliminary Geotechnical Services - Field Program (Conducted at Each Site)
Propose to perform a total of nine or ten (9 or 10) borings.
• Two borings will be drilled to a depth of 50 feet below the existing ground surface (bgs).
• Two borings will be drilled to a depth of 20 feet bgs.
• Two borings will be drilled to a depth of 10 feet bgs.
• Two borings will be drilled to a depth of 5 to 10 feet bgs.
The two 50 -ft. deep borings will be used in performing a liquefaction analysis of the site. The deep
borings and 20 -ft. deep borings will be used to determine the soil stratigraphy beneath the likely
locations of the embankments. Data from all the borings will be used to characterize the upper soils
for possible use in the embankments.
Test samples will be collected during drilling in general accordance with the appropriate ASTM
methods. Standard Penetration Testing (SPT) and sampling using either standard split -spoon or
Modified California samplers will be performed at approximately 212 -foot intervals for the upper 10
feet followed by samples at 5 -foot intervals to the maximum depths drilled. In the shallow borings,
dry core of punch core samplers will be used to obtain continuous samples of the upper soils. This
method allows for continuous sampling which is more effective in determining a more detailed
characterization of the soil lithology. In addition, we will observe and record groundwater levels
during and after drilling. Once the samples have been collected and classified in the field, they will be
placed in appropriate sample containers for transport to our laboratory.
In addition, two (1) bulk samples of the near surface soils will be collected from the site. These
samples will be tested for the maximum dry density and optimum moisture contents as determined
in the ASTM D1557 test method. The results of these tests will be used in the slope stability analyses
of the embankments. Two (2) bulks samples will also be obtained to provide R -value testing in order
to provide recommendations for gravel/paved access roads.
Laboratory Testing - (Conducted for Each Site)
The samples will be tested in our laboratory to determine physical engineering characteristics.
Testing will be performed under the direction of a licensed geotechnical engineer and may include
visual classification, moisture content, dry density, sieve analysis, Atterberg limits, direct shear,
Page 14
City of Lodi
Proposal No. 10046
strength, and consolidation as appropriate. As previously mentioned, two samples of the near surface
soils will be tested to determine the maximum dry density and optimum moisture content.
Preliminary Engineering Analysis and Report
The results of our field and laboratory programs will be evaluated by a professional geotechnical
engineer licensed in the State of California. We will perform slope stability and seepage analyses of
the proposed embankments. These analyses will be based on the methods and criteria contained in
the Urban Levee Design Criteria published by the California Department of Water Resources (DWR).
Based on the results of our evaluation, a preliminary geotechnical engineering report will be
prepared detailing the results of the testing performed, provide logs of the borings, and contain a
diagram of the site/boring layout for each site. The report will include the following:
• Computer generated boring logs with soil stratification based on visual soil classification.
• Summarized laboratory data.
• Groundwater levels observed during and after completion of drilling.
• Boring location plan.
• Subsurface exploration procedures.
• Soil conditions encountered.
• Drainage recommendations.
• Faulting, estimated ground motions, and liquefaction potential.
• Slope stability and seepage analyses of the proposed embankments (up to 1 models).
• Site preparation/earthwork recommendations.
• Seismic site class and design parameters per 2013 CBC.
Final geotechnical reporting will be performed under a separate task order and scope of work. We
understand that such work will be directed toward the final pond site which is most feasible based
on preliminary design review services have been completed.
City of Lodi
Proposal No. 10046
TASK #3 - Baumbach and Piazza
Page 15
Civil Engineering and Surveying - Pond Expansion Scope of
Services
Surveym"g:
We are currently proposing to use Baumbach and Piazza Engineering as the lead
engineer/surveyor of record. Multiple bids have been collected and reviewed. Based on our
experience with the responsive nature of this firm, their price point, local presence, and general
understanding of the project we believe they are the best fit for the project. They have proposed the
following task/service items for completing the Civil Engineering and Surveying for the project.
Topographic Survey
Accurately locate existing features and contours as necessary for design work. Topography to include
existing ground features, swales, ditches, fences, power poles and roadways.
Boundary Survey
Establish sufficient survey control to identify boundaries of project site. Survey to tie into existing
City of Lodi datum, and set sufficient control within boundary limits for construction.
neliverables: Survey Base Maps for Each Site, Electronic Data (CAD Format]
Page 16
City of Lodi
Proposal No. 10046
TASK #4 - West Yost and Associates
Preliminary Civil Engineering Design Services
West Yost will provide a variety of services as described below. They will act as the primary design
engineer for the proposed preliminary pond design services at each of the two sites. They have been
working at the site for over10 years and performed the initial site feasibility studies that were used
in the City's original grant application.
CEQA Review
West Yost will provide support to Petralogix in the development of the California Environmental
Quality Act (CEQA) documents for this pond expansion project. These services will include reviewing
the Hydrology and Water Quality section of the CEQA document and providing comments/input
where needed; facilitation of a meeting with Regional Boards staff regarding their comments on the
draft Initial Study; and miscellaneous input related to Petralogix's evaluation of the potential impacts
of the project - such as pump station sizing, energy demands, water rights and other subjects.
Report of Waste Discharge
Project Description Letter Report
To support a meeting with Regional Board staff responsible for the renewal of the City's permit (prior
to submission of the ROWD and permit modification request), West Yost will prepare a Project
Description letter report summarizing the proposed facility modifications, providing a
characterization of the tertiary effluent data in comparison to available shallow groundwater quality
data, and providing appropriate references to the City's recently submitted Antidegradataion
Analysis presented in the City's Background Characterization Report and BPTC Evaluation Report.
This letter report should be submitted to Regional Board staff from the City along with a request for
a meeting to discuss the proposed project. The purpose of this initial effort will be to gain Regional
Board acceptance of a streamlined process for permitting the treatment plant modifications.
Report of Waste Discharge
West Yost will develop the ROWD documentation needed to support a minor modification to the
Waste Discharge Requirements and Master Reclamation Permit (Order 115-2007-0113-01). The
following specific documentation will be included: a ROWD report summarizing the proposed facility
modifications (from the letter report described above); the required ROWD forms; a characterization
of the tertiary effluent data in comparison to available shallow groundwater quality data (from the
letter report described above); references to the City's recently submitted Antidegradataion Analysis
presented in the City's Background Characterization Report and BPTC Evaluation Report. West Yost
will also provide a draft cover letter from the City to the Regional Board for the City's use. Note that
if the Regional Board concludes that a more comprehensive ROWD is required to support a complete
permit revision, the scope of services and associated fee estimate for this effort will need to be revised
accordingly.
Page 17
City of Lodi
Proposal No. 10046
Report of Waste Discharge Meetings
Two meetings are included in this task: one meeting with Regional Board to discuss the Project
Description letter report and the City's proposed approach to revising the current permit and one
meeting with City to discuss the draft ROWD.
Preliminary Design
Conveyance System Evaluation
The conveyance system evaluation will consist of evaluating the improvements necessary to convey
disinfected tertiary recycled water to each of the two potential pond sites and distribute the stored
water back to the City's existing irrigation facilities. Preliminary layouts and opinions of construction
and operating costs associated with each alternative will be prepared. This information will be
presented to the City and Petralogix (along with the costs associated with pond construction at each
site) in a workshop setting to support a decision regarding the preferred pond location.
Storage Pond Evaluation
The storage pond evaluation will consist of evaluating the earthwork necessary to construct storage
pond at each of the two potential sites and developing pond configurations that are most
advantageous with respect to costs or other factors. Preliminary layouts, conceptual grading plans
based on available topographic information, and opinions of probable construction cost will be
prepared. This information will be presented to the City and Petralogix (along with the costs
associated with conveyance to and from each site) in a workshop setting to support a decision
regarding the preferred pond location.
Preliminary Design Technical Memorandum
Following City selection of the preferred pond location, West Yost will prepare a Preliminary Design
Technical Memorandum (TM) that summarizes the information described above. In addition,
preliminary drawings will be prepared for the recommended pumping, conveyance, and storage pond
facilities. The TM will be submitted to the City and Petralogix for review, and following a review
meeting, a final TM will be prepared that incorporates your comments and suggestions.
Preliminary Design Phase Meetings
The following meetings are assumed to be required during the preliminary design phase:
1. Kickoff Meeting: Overall project goals and assumptions will be presented and discussed. One
primary objective of this meeting is to confirm the approach for the Predesign task.
2. Predesign Evaluation Workshop: The purpose of this workshop is to select the preferred
storage and conveyance system alternative. It is assumed that West Yost and Petralogix will
work together to present a cost and benefits analysis associated with the alternatives, and the
City will select the preferred approach based on the information presented.
Page 18
City of Lodi
Proposal No. 10046
3. Predesign TM Comments: The purpose of this meeting will be to receive comments from the
City and Petralogix regarding the Predesign TM and establish direction (as appropriate) for
the facilities design.
Engineering Bid Documents
West Yost will provide bidders documents and assistance in answering questions during preliminary
project bidding for final design and construction services.
! 111111 1 111 Z111! Pill I B @o�r!lNTW=- :
IMIT. v IJ 1- M .0 @O 1!., 1Mor. i a .. ,
M_ @.
Page 19
City of Lodi
Proposal No. 10046
TASK #S - Petralogix Engineering, Inc.
Project Management Services - Pond Expansion
Petralogix will act as the main project management company for the pond expansion project. We will
provide all oversight and review to the City. Our services will include both general project work flow
management and technical oversight for all issued construction related design documents (i.e.
geotechnical, civil, surveying, etc.). The overall life of the project will include a period of roughly 2
years in total length. Herein, we are proposing our services for the (first phase) design and initial
technical services contract portion of the project. These services will run from approval of this
proposal until roughly May of 2016. Construction related bidding requests should be issued by the
City in April or May of 2016, and will be based on the preliminary design documents presented via
this proposal's scope. Construction related services (including project management services and post
construction monitoring services) will be included in a later project phase and will be covered under
a separate proposal.
DeIlverables: Detailed Reporting of Ongoing Activities (Weekly and Monthly Progress Report). Bid
Assistance Services NVritten Scopes for RFPs and Attendance_atMeebng Billing and Cost Tracking
(Monthly Progress Reportsl.
TASK #6 - Petralogix. WYA. Moore Biological. Inc. and
Legal Team
Water Petition Biology Consultation Services
Petralogix and West Yost Associates will work together to prepare a petition for a "Change in Use" for
the WPCF's tertiary treated waters which are currently applied to the delta. This tertiary treated
water will instead be used to fill the proposed expansion pond. Long-term it could be used for
irrigation and be beneficial for in -lieu groundwater recharge efforts. Moore Biological will provide
the required environmental monitoring services to assist West Yost Associates and Petralogix in
completing the petition. As part of the petition, environmental impacts pertaining to biological
receptors must be fully addressed. Moore Biological will consult with a specialty Giant Garter Snake
(GGS) consultant, and a fisheries expert (Fish -Bio). They plan to use existing temperature studies
and discharge water quality data to fully evaluate the impact of removing this water source from the
delta. Their initial review has indicated that the removal of this water would likely result in a net -
benefit for water quality and fish habitat. As part of this West Yost Associates and Petralogix will
retain a legal expert in this field to review and consultant on the final petition filing.
DeRyerables: Final report from Moore Biological, Reviewed Document by Legal. and Petition
Completed and Filed on Behalf of the Cit.
Page 110
City of Lodi
Proposal No. 10046
Service Fees - (Not to Exceed)
The fees for each service are illustrated on the attached spread sheet. These are not to exceed
amounts that will be billed on a 30 day basis, with a 10 percent markup for Petralogix Engineering.
Additional management services and time have been added where applicable. All fees are based on
hourly billing rates and previously quoted services from the respective vendors. Additional
modification have been made in part by Petralogix's experience with similar project of this type, and
our experience with the represented sub -consultants. A composite (All Company Average) hourly
rate sheet has been attached for review. These rates will be the hourly maximums associated with the
project, and will remain in effect for the duration of the project.
The total fee for the relative project components listed in the attached spreadsheet amount to
$474,380. We recommend that a cost share of 25 percent be accepted by the City of Lodi, as per the
state requirements for Proposition 84 Grant funding. Therefore, the City of Lodi will be responsible
for $118,595, while DWR (and Proposition 84 Grant) will be responsible for the remaining $ 355,785.
Schedule of Services
Below is a broken down timeline for review. This is a tentative timeline that is based on our best
estimation in combination with DWR, and the current project status.
Services Timeline
'Task No.
Task Description
Start Date
End Date
1 to 3
Geological, Geotechnical, and Surveying- includes work by
1/20/2016
3/20/2016
Petralogix, Terracon, and Baumbauch and Piazza.
4
Preliminary Design Services - Includes work by Petralogix and
1/20/2016
3/20/2016
West Yost.
5
Project Construction Solicitation Services - Includes RFP
4/20/2016
5/15/2016
development and project management services by
Petralogix.
6
Project Petition Services - Includes Bio/Legal/Processing
1/20/2016
4/15/2016
work by Petralogix, West Yost, Moore, and Subs.
We have thoroughly enjoyed working with the City, and recognize that this is a great opportunity for
our community to re-evaluate how water is used in our region. We appreciate the opportunity to
propose on this project and look forward to working on it. If you have any questions feel free to call
or write at any time.
City of Lodi
Proposal No. 10046
Warm Regards,
Page X11
Daniel E. Kramer, President
Professional Geologist #8657
Certified Engineering Geologist #2588
Professional Geophysicist #1078
Modified Rate Sheet
Combined Consultant Pricing for Use on Project
(Based on all Consultant Rates)
COMAPNY
SERVICE
RATE
Petralogix
Engineering, Inc.
Professional Geophysicist sicist
$185 Hour
Senior Reviewer PhD Geologist
$155 Hour
Certified Engineering Geologist
$145 Hour
Professional Geologist
$135 Hour
Senior Staff Geologist
$125 Hour
Project Manager
$115 Hour
Field Technician - GEO
$115. Hour
West Yost Associates
Senior Review Engineer
$225 Hour
Principal Civil Engineer
$185 Hour
Senior Civil Engineer
$165 Hour
Draftsman
$105 Hour
Page 112
City of Lodi
Proposal No. 10046
Baumbach and
Piazza
Principal Civil Engineer
$155. Hour
Senior Civil Engineer
$125 Hour
Draftsman
$85 Hour
Survey Party Chief
$150 Hour
Field Tech I
$145 Hour
Field Tech II
$140 Hour
Field Tech III
$135 Hour
Terracon
Senior Geotechnical En ineer
$195 Hour
Geotechnical Engineer
$165. Hour
Staff Geotechnical Engineer
$145. Hour
Lead Driller
$105: Hour
Driller Helper
$95 Hour
City of Lodi Proposal
Prop 84 Technical Services
12-11-15
feasxi6est, is5-N2.
zu w -Pine snele -son! dz
Lodi, California 95x40
City of Lodi - Proposition 84 Grant Funding - Technical Services Proposal
Task No.
Consultant Name
Task Detail and Description
oun Units
Sill Not to
Exceed Maximum Percent
of Total
25% -City of Lodi
75%- DWR
ask -1
onsultant
PmllmlnarV Pond Chancterication-Subsurface
40,600.00 i
1 0.00.
3 450.00
LI
I
rcolallon Teslln-Oouble Ri Infift-e.r Taaln DRI
5
185.00 F
] 00.00
16
moaS
5.5som
IIL
Maser n
S
fif1R
'Lx
S
a:dgEftm
bwwft k L
] 4ano
1.
tat-
P.WR QW and
Sa355DS
S
a4o
loabt Fn�naedna lnc.
I
$
ap 600.00
a. $
mim.00
30 .00
oak -2
nsnlp4tgft!�ftserdoes
S
67730.00
14.3
16932.50 S
50797.50
is S
Ism S
3
1404m S
4140+.0
zJ
s
4 s
m40S
s
e9tama
eae;oo _WS
S.
]
e Stabili-nd S.
165-0 5
740000
I.G. S
m s
5550.00
91 S
1" S
LA S
a5so.ro S
s.se0.m
2A
*N*fh
3 s-
136;05 It
WM00
S
fti,= S:
4. niki
1
S
4ou
f
D S'
4 75D.
2
to rnan and wars
z
1.00
moo
G,514 1
szs,ao
e7s.m
ub ! I
'K
lawas
16.a3E50 s
50.79750
ask -3 Wosultaot
on Pood-5 amt -Fined CdID
00"
14.4 S
17.M.00 S
5 75.00
eaumharnaade aaa
m
SsG-
'Woo.
]5 S
9.om.00 5
a] m
3 umbachand Pram
16
150m S
2 00.D0
51
Ea
t
W
1]141
1EOOL0
OS
615.00
>54D
LAI
a�,1
0400
IC4W S
17,125.00
5 Ism
'•4 [a0n841te
EOA Assistance. Preliminary Pond DesiM Bid Documents
S
13 170.00
27.79d S
W92.50 S
9%377,50
ldseeasaaYla
I�GO.
S
1 750
.. iaa .
sa4iaPaAsPq:lres
S
116-00
17
Se
-
1x50
esLYostAssoriatn
1 O.00
5 S
1150
15437 0
'Yost Associates
relimina D!s' -Pond Enluatian
9
18500
16s-00
3.5
616x50
1x487.50
w.laeladaes'
:Twnakil3swae
!
LLod 1
1
S
474040 S.
. It.0
91o4seYaaL+Olfitke611s1E
5:
.tas40 S14,so¢g0
3]
33 S'
4
Oii
1 :1
70.00
6750 S
by;
rd -n ment and Oven t
]1500
SOm.m
11
1 SO.
75000
91a�Me0tG3�
bT k u4 1
17J $
3 79250 f:
+5:
Ss8aka3
$
S 00.00
11.3$
1 425.00
275.00
Sar.
alma
0D
s,m S
m
kv.
1 5
12540
z oa Do
4•x
sm4m
Ssmam
&3
404
S
7
1
S:
S�trt
-
I
113
13425.00
ask- 6
onsultant
etldon Services
56 340.00
11. $
1 085.00: $
4 255.00
M
S
tim S
7
S
S
Yo Assoua
040
10040
63
aa4sib
1&5.00
1 0000
&9 5
46x5•m 5
11875-m
01ast
Yost Associatess
Sa5.00 S
1 10000
139as
2775•m 5
632540
960%• .. dkriits[as
S 4.44940 S
4,a4p{vx.
S
. Ltl0.40 S.
SSl0.o4
raGnaeguenirnaaarm-
50 - SIM -UT
=
11.
100a5.m. P
TOTAL CONTRACT AMOUNT -NOT TO EXCEED
$
474,380.00
30 $
118,595.00 $
355,785.00
urai�l.7mi2k..
owx-7s14slun
feasxi6est, is5-N2.
zu w -Pine snele -son! dz
Lodi, California 95x40
Exhibit C
Insurance Requirements for Consultant The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
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.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) 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� oject that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 I of 2 pages I Risk: rev.08.2015
(e) 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.
(f) 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.
(g) 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.
(h) 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 allowable 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 names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (15) day of the month following the City's notice. Notwithstanding and 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.
(i) Qualified Insurer(s)
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.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced 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.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.08.2015
1. AA#
2. JV#
6.'REQUEST•ADJ,{7STMENT'OFAPP.
CITY' OF .LODI =
:a.:.- ; •': _:, " {.
■ �` :=
A.
SOURCE OF
FINANCING
$.,t�
::;:APPROPRIATION`4DJ.USTMENT'REQUEST�
TO:
Internal Services Dept. - Budget Division
B.
USE OF
FINANCING
3. FROM:
Rebecca Areida-Yadav 5. DATE:
12/16/2015
4. DEPARTMENT/DIVISION: Public Works
Date
6.'REQUEST•ADJ,{7STMENT'OFAPP.
OPRIATIO,N.ASLISTED�BELOW r ':t• __•:==} "-�:i-�c ;-=A�}
�. — - - —
r +:' : '%� ri i',
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A.
SOURCE OF
FINANCING
531 32205 Fund Balance $ 525 000.00
B.
USE OF
FINANCING
531 53199000 77020 Wastewater Capital Projects 525 000.00
Deputy City Manager/Internal Services Manager
Date
7 REQUEST IS,MADE TO'FUND THE FOLLOWING PROJECT_NOT INCLUDED5 I.NJHE.CURRENT.BUDGET- _.•_•_;,�
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
Contract with Petralogix for technical services for the White Slough Water Pollution Control Facility pond expansion project.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: Res No: Attach copy of resolution to this form.
Department Head Signature: cj-J ,
8:'APPROYAL SIGNATURES --J r �•rti :v
i ,+::y- :x:iYy:+i'•
r +:' : '%� ri i',
`` S:_
t':FY.+' �'.�7?f �r=C�
Deputy City Manager/Internal Services Manager
Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2016-05
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH PETRALOGIX ENGINEERING, OF GALT, FOR
ENGINEERING SERVICES FOR THE WHITE SLOUGH WATER
POLLUTION CONTROL FACILITY EXPANSION POND PROJECT,
AND FURTHER APPROPRIATING FUNDS
WHEREAS, in October 2015, the City was conditionally awarded a Proposition 84,
Delta, San Joaquin River, and Sacramento River Water Quality Program Grant, in the amount of
$4,600,000, by the California Department of Water Resources (DWR); and
WHEREAS, upon final approval by DWR, the grant will fund up to 75 percent of the total
proposed costs (environmental, design, and construction) of onsite recycled water storage
facilities, intended to improve groundwater quality in the region; and
WHEREAS, Petralogix Engineering is currently under contract to provide grant funding
award assistance and to prepare the environmental review of the proposed project in
conformance with California Environmental Quality Act guidelines; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute a Professional Services Agreement with Petralogix Engineering, of Galt, for engineering
services for the White Slough Water Pollution Control Facility Expansion Pond Project, in the
amount of $474,380; and further recommends appropriating funds in the amount of $525,000;
and
WHEREAS, Council is only willing to authorize the execution of the agreement if it is
amended to allow termination by the City in the event that the grant is not awarded with
payment to Petralogix for work directed by staff through termination.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Petralogix
Engineering, of Galt, California, for engineering services for the White Slough Water Pollution
Control Facility Expansion Pond Project, in the amount of $474,380 subject to the revision set
forth above; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $525,000 for the project.
Dated: January 20, 2016
I hereby certify that Resolution No. 2016-05 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held January 20, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Nakanishi, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
NIFER . FERRAIOLO
City Clerk
2016-05