Loading...
HomeMy WebLinkAboutAgenda Report - November 15, 2016 B-10 SMTM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to Professional Services Agreement with Petralogix Engineering, of Galt, for Engineering Services for White Slough Water Pollution Control Facility Expansion Pond Project ($448,383) MEETING DATE: November 15, 2016 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 2 to 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 $448,383. BACKGRUND INFORMATION: In June 2016, the City was awarded a Proposition 84, Delta, San Joaquin River, and Sacramento River Water Quality Program Grant by the California Department of Water Resources, to receive $4,600,000. The grant is only offered to agencies located within the Sacramento San Joaquin Delta Area. The grant funds 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 70 - acre storage pond system will be used to store disinfected tertiary treated effluent to be used for irrigating the City's 890 acres of agricultural land surrounding the treatment plant, and to reduce the volume of effluent being discharged to the Delta. For these reasons it is also expected the project will further enhance the City's position in complying with the State's Sustainable Groundwater Management Act. The City is responsible for the remaining 25 percent in matching funds. On January 20, 2016, Council approved a Professional Services Agreement with Petrologix Engineering in the amount of $474,380 for geological, geotechnical, and preliminary design work to establish the most suitable location for the storage improvements. On April 25, 2016, the City Manager executed Amendment No. 1 that included a minor change in scope related to a required avian study with no change in contract cost. The work reflected above is nearing completion and is necessary prior to starting the final design and construction phases. The proposed Amendment No. 2 includes the scope of services to perform the final design and construction management services for the pond system and associated infrastructure including a recycled water conveyance system and pump station. Final design is expected to be completed in the spring of 2017. Construction is anticipated to start in the summer of 2017 and extend through the summer of 2018. Staff recommends authorizing City Manager to execute Amendment No. 2 to 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 $448,383. APPROVED: 'Ste • '" Schwa s = er, ity Manager K:\WP\PROJECTS\SEWER\WSWPCF\White Slough Prop 84 Grant\CC# Petralogix_amendment .doc 11/7/16 Adopt Resolution Authorizing City Manager to Execute Amendment No 2 to Professional Services Agreement with Petralogix Engineering, of Galt, for Engineering Services for White Slough Water Pollution Control Facility Expansion Pond Project ($448,383) November 15, 2016 Page 2 FISCAL IMPACT: The cost for this work is programmed in the Fiscal Year 2016/17 budget. The City's cost share is 25 percent and the remaining 75 percent will be reimbursed through the Proposition 84 Grant. FUNDING AVAILABLE: Wastewater Plant Operating Fund (53053003). Jordan Ayers Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director CES/CES/jr Attachment K:\WP\PROJECTS\SEWER\WSWPCF\White Slough Prop 84 Grant\CC# Petralogix_amendment 2.doc 11/7/16 AMENDMENT NO. 2 PETRALOGIX ENGINEERING PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PETRALOGIX ENGINEERING (hereinafter "CONSULTANT"). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement on February 10, 2016 and Amendment No. 1 on April 25, 2016 (collectively the "Agreement), as set forth in Exhibit 1 attached hereto and made a part hereof; and 2. WHEREAS, CITY requested to amend the Scope of Services and increase the fees by $448,383, for a total amount of $922,763, as set forth in Exhibit 2, attached hereto and made a part hereof; and 3. WHEREAS, CONSULTANT agrees to said amendment. NOW, THEREFORE, the parties agree to amend the Scope of Services and Fees as set forth in Exhibit 2. All other terms shall be as set forth in the Agreement. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 2 on , 2016. CITY OF LODI, a municipal corporation PETRALOGIX ENGINEERING Hereinabove called "CITY" Hereinabove called "CONSULTANT" STEPHEN SCHWABAUER DANIEL KRAMER City Manager President Attest: JENNIFER M. FERRAIOLO, City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney Exhibit 1 AMENDMENT NO. 1 Petralogix Engineering Professional Services Agreement THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this , .s-th day of r",1 , 2016, by and between the CITY OF LODI, a municipal corporationhereinafter "CITY"), and PETRALOGIX ENGINEERING (hereinafter "CONSULTANT"). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on February 10, 2016 as set forth in Exhibits 1 (attached). 2. WHEREAS, CITY requested to amend the Scope of Services as set forth in Exhibit 2 (attached); and 3. WHEREAS, CONSULTANT agrees to said amendment; NOW, THEREFORE, the parties agree to amend the Scope of Services as set forth in the Agreement. All other terms shall be as set forth in the Agreement. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Amendment No. 1 on .__CL,A , 2016. CITY OF LODI, a municipal corporation PETRALOGIX ENGINEERING Hereinabove called "CITY" Hereinabove called "CONSULTANT" S City Manager Attest: A• R NIFER . FERRAIOLO, City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney `DAN EL RAMER President Exhibit 1 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties, THIS AGREEMENT is entered into on E&o RtrAf 1D , 2011.-. , by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PETRALOG IX 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. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, toss, 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 ovemight 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 Citv 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 Fundinci 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: NIFER Clerk FERRAIOLO APPROVED AS TO FORM: JANICE D. MAGDICH, City Attomey By: ( ) CITY OF LODI, a municipal corporation St'>r'I-lEN SCHWABAUE City Manager PETRALOGIX ENGINEERING 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:\WPIPROJECTS1PSA'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 www,ps raLo lx.inal December 11, 2015 Proposal No. 10046 petralogix I : Yi s .. . ion f ntal= . . Attn: Charles Swirnley City of Lodi - Public Works 221 West Pine Street Lodi, CA 95240 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.petraloglx,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 Geologic Report Percolation Testing Results. 2D l!'ofile Cross Sections (One for l;ac) SiteLand General Recommendations for Final Pond Layout Based on Findings„ Page I3 City of Lodi Proposal No. 10046 TASK #2 - Terracon 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 project we 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 21 -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 (4 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 he directed toward the final pond site which is most feasible based on preliminary design review services have been completed. Deliverables: All Lab Results, Page 15 City of Lodi Proposal No. 10046 IASI{ #3 - Bawmbacb and Piazza Civil Engineering and Surveying - Pond Expansion Scope of Services Surveying: 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. Deliverables: Survey Base Map_siodiach Site. Electronic Data (CAD Formai 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 overl0 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 Pr jgct 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 RS -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 effortwill 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 Evaluatio►1 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 Evandation 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 Deign Phase Meesings 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 Codi 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. Relive a es: Iadite CI QA. Sections [HydruiogyI Meetings with Water Board. Report of Wigg Discharge Amendtllent (Minor Modification). Three (3) hard copies of the prs Iitpinaty layouts anc Qpinitws_V.ls ,n for ISach Sits). Bid Document Assistmire, Page 19 City of Lodi Proposal No. 10046 TASK #5 - 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 Inject il(1►clue e a crloi c f affitay 2 years In I:Uta1 Ie gtb. 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. laelivera les: Detailed Reporting of One r a _aatl Monthly_I n •esti )oi'l's). Bid pal'd114 ° c ' is:4s (Written Scopes for RI'Ps antlAt Jltlance at M_Qetings), 131111si and Cost Tracking (Muuth(y Prog _essJtmorts), TASK #6 -- Petralogix, VVYA, 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. Deliverables: Finan report from Moore Biological. Reviewed Documetll by Legal. and Petition Completed and Filed on Behalf of' the City, 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. 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. Services Timeline Task No. Task Description Start Date End Date 1 to 3 Geological, Geotechnical, and Surveying - includes work by Petralogix, Terracon, and Baumbauch and Piazza. 1/20/2016 3/20/2016 4 Preliminary Design Services - Includes work by Petralogix and West Yost. 1/20/2016 3/20/2016 5 6 Project Construction Solicitation Services - Includes RFP development and project management services by Petralogix. 4/20/2016 5/15/2016 Project Petition Services - Includes Bio/Legal/Processing work by Petralogix, West Yost, Moore, and Subs. 1/20/2016 4/15/2016 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 111 Daniel E. Kramer, President Professional Geologist #8657 Certified Engineering Geologist #2588 Professional Geophysicist #1078 co Pe Engin West Yos Modified Rate Sheet Combined Consultant Pricing for Use on Project (Based on all Consultant Rates) KAPNY ralogix ering, Inc. SERVICE RATE Professional Geophysicist $185/Hour $155/Hour $145/Hour Senior Reviewer PhD Geologist Certified Engineering Geologist Professional Geologist $135/Hour Senior Staff Geologist $125/Hour Project Manager $115/Hour Field Technician - GEO $115/Hour t Associates Senior Review Engineer $22 ]Hour Principal Civil Engineer $185/Hour Senior Civil Engineer $165/Hour Draftsman $10SJHour City of Lodi Proposal No. 10046 Baumbach and Piazza Terracon Page 112 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 Senior Geotechnical Engineer $195/Hour Geotechnical Engineer $165JHour Staff Geotechnical Engineer $145/Hour Lead Driller $105/Hour Driller Nets, er $95/Hour City of Lodi - Proposition 84 Grant Funding - Technical Services Proposal t 0 i b ti a 1s; 1 1 E i P 1 1 W .. >?a i C 111 USxi1 i! e . i;;S1la8� 'd 9 1 t e pp11; - • � 4gx - 11 S 1 N - XRBY .. r Jas F�s8it� g F � . =': ; h kSY X ~ C Pasp .. k i ` a N 1rl 3 ! alSB~! �+ Y n- t; Ytf R 9 , i; 10 Kr.,5.n__51 M I it 1tt;;i!1'1iI1 ;ARS 1— H .. ubbB$88 9 x ii l ItiAIIIiiiiiii i. s r -- : a RJ : �. s i-r_a1.: - iiiii RR t;l'll;1111- ,f,I,. ; 1 q N• .1 :• i,S11i 85 r el - I i M 8 N w A 11 MMyI n xa 8 - s 1 v: ems: WK..z i..�i[.s..�..• wy-r •awn r• :lam- .. _. � a. : iw «, .. !•,•A •ra .vane, w..w..•r .K. ter.. -r. ....[+91 1 1,...• .. •,.rren .....-1., .+.�.vn •. a1 ..LC , • •-•[....•-•[....: •^s :::e OP:1 ].i1➢ N ....",..1......1"......,. e=M-:1:1= •.-..—w s_ saaw.' n.aus MOW. •: rsim [rINALQo![18ACTAhfouwir-NOT TO EXCEED 5 474,3/0.00 /On $` 111, 1] `+] 5111 $ 3$5-7a$03 tl i i. V44, 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 thls 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 (11) 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 shah 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 0413. 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 the project 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 Coveraae 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 j of 2 pages 1 Risk: rev.08,2015 (e) Severabililr_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) Cvnlitiuily 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 falls or refuses to obtain and maintain the required insurance, or falls 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 (1) 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 Insureds) 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 tatter'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 I of 2 pages 1 Risk: rev.08.2015 Exhibit 2 WALLACE ENVIRONMENTAL CONSULTING, INC. P.O. Box 266 Courtland, CA 95615 (916) 775-2380 jimawallaceenvironmental.com Date: March 16, 2016 To: Daniel Kramer Petralogix 26675 Bruella Road Galt, CA 95632 From: Jim Wallace Subject: City of Lodi White Slough Pollution Control Facility Storage Expansion; Wildlife Hazards at the Kingdon Airport Wallace Environmental Consulting appreciates this opportunity to prepare reports that assess the potential of pond expansion at the City of Lodi's White Slough Water Pollution Control Facility to act as a hazardous wildlife attractant for aircraft using Kingdon Airport. The reports are intended to support preparation of a CEQA document, to satisfy the intent of FAA Advisory Circular 150/5200-33B, Hazardous Wildlife Attractants on or Near Airports and evaluate the proposed project's conformity with the ALUCP's consistency determination. The work product includes two sections: 1) Field assessment of the birds attracted to the existing ponds and how additional ponds may impact avian numbers within the flight paths of Kingdon Airport, and 2) a report that assesses potential effects of a wildlife attractant near a private -public use airport and how the City's proposed project relates to the San Joaquin County Airport Land Use Compatibility Plan, FAA Advisory Circular 150/5200-33B, Hazardous Wildlife Attractants on or Near Airports and Kingdon Airport. Our proposal includes meetings with the City, ALUC and airport owners. The field assessment will be conducted by a certified airport wildlife biologist. The land use planning issues will be addressed by a consultant with 40 -years of experience including 20 -years as an airport environmental consultant. We have recently completed FAA approved wildlife hazard management plans for the Mammoth Yosemite Airport, Lake Tahoe Airport and the Tulelake Municipal Airport (Modoc County). Our other airport experience in Califomia's Central Valley includes FAA -compliant environmental and biological reports at municipal airports in Madera, Tracy, Stockton, Visalia, Lincoln, Oroville, Rio Vista and Chico. Wallace Environmental Consulting will prepare the documents for the White Slough project according to the following schedule. All field work and reports will be completed within a mutually agreed upon field schedule which may extend to October 2016. An estimated budget, based on four field survey dates is attached. Thank you for this opportunity. Please contact us if you have any questions or need additional information. Sincerely, Jim Wallace President, Wallace Environmental Consulting, Inc. i Estimated Fee Schedule Task No. Bird Survey Northwest Pond Date of Survey 2016 Task 1 Site Visit #1 & Reporting February Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 50.00 $ 6,500.00 Certified Wildlife Biologist $ 125.00 70.00 $ 8,750.00 Expenses $ 600.00 Sub -Total $ 15,850.00 Task No. Task 2 Bird Survey Northwest Pond Site Visit #2 Staff Professional Airport Environmental Specialist Certified Wildlife Biologist Expenses Sub -Total April Hourly Rate Hours Total 130.00 23.00 $ 2,990.00 125.00 35.00 $ 4,375.00 $ 375.00 $ 7,740.00 Task No. Bird Survey Northwest Pond Task 3 Site Visit #3�f Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 23.00 $ 2,990.00 Certified Wildlife Biologist $ 125.00 35.00 $ 4,375.00 Expenses $ 375.00 Sub -Total $ 7,740.00 Task No. Bird Survey Northwest Pond Task 4 Site Visit #4 October Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 23.00 $ 2,990.00 Certified Wildlife Biologist $ 125.00 35.00 $ 4,375.00 Expenses $ 375.00 Sub -Total $ 7,740.00 Grand Total - Year Long Survey $ 39,070.00 mea ii N N 10 an . p.. an s N a6111 an N q� It M� VI 8s 8 8 an an 8$�e e se,� [ KSe290 $ 355,721.25 I o i an 8 on s s s e �n y. N 1 a /N --f, m a1 -Till 44 .n M �i pp8 an w 4 S M N V ! 8 qn H a1 C 8 n 1 .7 �j S 'N�``-«�'' s'2 y, yN ! i C CYe9 q 8 8 N 411 8'$ d n in N 8 an 8 an 8 Is N n g a VI, N• 8$ 8$ 8 $ 8 8 8 8 8 8 8 8 i £ �i I FLI S a� s 3 F. 60i, I: 3? a s % F of ij Si i Z 8 Y III" n:11 C !I 3 3 N s E 3 i g tY f i. o � 3 C far-�:efx°'Mins ring , 'Additional CEOADevelopment -M.na[[mintand PrafluinP.. — .l Pataita•!'L-t++-(:•(- Nowa] Prided Manaaament I Pe4alegfa IreneerYr Yic ONTRACT AMOUNT - NOT TO EXCEED .gyp W ,n W a a A n n n n n. n O m c 1" $ N 8$ .n .n n 8 an an 'i g an N n 8$ n 8 an an 8 nn ' 2 n N 8$ M N 1 8 B R 8I A 8 8 S Pi !.; $ N 3 Is g 8 an 8. B an N 8 8 v. N g �� M N a a N 0 a U 8 a 0 N• 8 G N 8 M 8 8 N N 8 8 N an 3 I8 a G sn N An 5$Iga 8a18a8 3c m a ; ; m f' ; i yi F -, 31 SE a d.:1i't/ { LI s 1 8 isae B 3 i C 5 f F 4 ; I s j � � 8 al 1 if I ii 1 I I 3 � 2 2 1. I I .1 i it t il t, ONTRACT AMOUNT - NOT TO EXCEED SilliPlaiii- 1 1 !li , ii ; f 1 1 a S a • Y 0 2 .2 2 2 2 „ A y g ,- e 41 a a m RESOLUTION NO. 2016-204 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH PETRALOGIX ENGINEERING, OF GALT, FOR ENGINEERING SERVICES FOR WHITE SLOUGH WATER POLLUTION CONTROL FACILITY EXPANSION POND PROJECT WHEREAS, on January 20, 2016, the City Council approved a Professional Services Agreement with Petrologix Engineering in the amount of $474,380 for geological, geotechnical, and preliminary design work to establish the most suitable location of the storage improvements; and WHEREAS, on April 25, 2016, the City Manager executed Amendment No. 1 that included a minor change in scope with no change in contract cost; and WHEREAS, the proposed Amendment No. 2 includes the scope of services to perform the final design and construction management services for the pond system and associated infrastructure, including a recycled water conveyance system and pump station; and WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 2 to the 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 $448,383. 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 Petralogix Engineering, of Galt, California, for engineering services for White Slough Water Pollution Control Facility Expansion Pond Project, in the amount of $448,383. Dated: November 15, 2016 I hereby certify that Resolution No. 2016-204 was passed and adopted by the City Council of the City of Lodi in a special meeting held November 15, 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 Thiv\ &-owatAA NNIFEflli. FERRAIOLO City Clerk 2016-204 Per Amendment Nc 2, part of Exhibit 1. ' `VALLACE ENVIRONMENTAL CONSULTING, INC. P.O. Box 266 Courtland, CA 95615 (916) 775-2380 lim cr wallaceenvironmental.cam to Exhibit 2 Date: March 16, 2016 To: Daniel Kramer Petralogix 26675 Bruella Road Galt, CA 95632 From: Jim Wallace Subject: City of Lodi White Slough Pollution Control Facility Storage Expansion; Wildlife Hazards at the Kingdon Airport Wallace Environmental Consulting appreciates this opportunity to prepare reports that assess the potential of pond expansion at the City of Lodi's White Slough Water Pollution Control Facility to act as a hazardous wildlife attractant for aircraft using Kingdon Airport. The reports are intended to support preparation of a CEQA document, to satisfy the intent of FAA Advisory Circular 150/5200-33B, Hazardous Wildlife Attractants on or Near Airports and evaluate the proposed project's conformity with the ALUCP's consistency determination. The work product includes two sections: 1) Field assessment of the birds attracted to the existing ponds and how additional ponds may impact avian numbers within the flight paths of Kingdon Airport, and 2) a report that assesses potential effects of a wildlife attractant near a private -public use airport and how the City's proposed project relates to the San Joaquin County Airport Land Use Compatibility Plan, FAA Advisory Circular 150/5200-33B, Hazardous Wildlife Attractants on or Near Airports and Kingdon Airport. Our proposal includes meetings with the City, ALUC and airport owners. The field assessment will be conducted by a certified airport wildlife biologist. The land use planning issues will be addressed by a consultant with 40 -years of experience including 20 -years as an airport environmental consultant. We have recently completed FAA approved wildlife hazard management plans for the Mammoth Yosemite Airport, Lake Tahoe Airport and the Tulelake Municipal Airport (Modoc County). Our other airport experience in California's Central Valley includes FAA -compliant environmental and biological reports at municipal airports in Madera, Tracy, Stockton, Visalia, Lincoln, Oroville, Rio Vista and Chico. Wallace Environmental Consulting will prepare the documents for the White Slough project according to the following schedule. All field work and reports will be completed within a mutually agreed upon field schedule which may extend to October 2016. An estimated budget, based on four field survey dates is attached. Thank you for this opportunity, Please contact us if you have any questions or need additional information. Sincerely, Jim Wallace President, Wallace Environmental Consulting, Inc. Estimated Fee Schedule Task No. Bird Survey Northwest Pond Date of Survey 2016 Task 1 Site Visit 141 & Reporting February Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 50.00 $ 6,500.00 Certified Wildlife Biologist $ 125.00 70.00 $ 8,750.00 Expenses $ 600.00 Sub -Total $ 15,850.00 Task No. Bird Survey Northwest Pond Task 2 Site Visit #2 April, Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 23.00 $ 2,990.00 Certified Wildlife Biologist $ 125.00 35.00 $ 4,375.00 Expenses $ 375.00 Sub -Total $ 7,740.00 Task No. Bird Survey Northwest Pond Task 3 Site Visit #3 Jsly Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 23.00 $ 2,990.00 Certified Wildlife Biologist $ 125.00 35.00 $ 4,375.00 Expenses $ 375.00 Sub -Total $ 7,740.00 Task No. Bird Survey Northwest Pond Task 4 Site Visit #64 October Staff Professional Hourly Rate Hours Total Airport Environmental Specialist $ 130.00 23.00 $ 2,990.00 Certified Wildlife Biologist $ 125.00 35.00 $ 4,375.00 Expenses $ 375.00 Sub -Total $ 7,740.00 Grand Total - Year Long Survey $ 39,070.00 City of Lodi Proposal Prop 84 Technical Services 2-22-16 Task -6 Consultant 1 petidml5ervim S 57,090.00 12.0% 5 14.27250 S 42417.50 67 Parabola Engineering Int. .0•Onsanb+e•..a.I ae!aaaw 6Ct S 125.00 0 7.50000 1.06 0 1.675.00 S 5.625.00 61 .4ha West Yost AMtm ed•0l Pre®6.._0and Censulra6en8,5u S 18500 0 14.60000 31% i 3,70000 0 1110020 63 Mme 0.l.l and Soba I91 la1�_avnadde $ 16500 0 1650000 3.9% 6 4_,R5.01) 5 1.967300 04 West Yost 81004.tes ..e arca rata* ry Ccne:,i ddea*tn Y:Ss S 1050 $ 11.10000 731610 2.77500 S 632520 63' Petralodx-10% Markin. On Services : 0 519000 5 519020 110 5 112750 0 90512-50 1.1abalneeFalermaktiInc pa51YarSanfm 'job7aak-SrbtoW 6 S2A020 17A76 6 149220 0 61617.50 'Task -7 Consultant Petition Services 3 47.001 10.0% S 11.906.25 $ 35,718.75 73 Wallace Consulting Axil r. stud 01 wnlr end atyr.r057511.^-'ru 137)0 lam 5 16750001 7897 s 606150 s 12167307. Wallace Consultings eel 1250 Is 7100.0 16% 6 1.6750 5 36250 7.5 Wallace Consulting lust.366rt,.5750..., &'1S 12520 5 75000 :6t 5 1.67500 S 5625.00 7.4 'Mame ComW.W6 Avian Study 64P&I 107 $ 1210 5 7500.001 :.6% S 16150 5 3090 75veee6000yleee1016na6 690111011x- 10% Markup On Services : 0 36750 5 51750 065Et S 96675 S 260675 7.410.7598.61.098097706 Oro! 10M.,a0ement and oimesr641 4010 12520 S 5.00,0 111E 5 125000 0 3.750.0 71.WWe Careldtbq adEtAINEMIIINI 1WTai-3010e1 0 67.615116 10.206 0 11.90625 5 15716.75 bask - 6 Consultant Petition Saltless S 13730.00 103% $ 12187.50 S 36.562.50 81 '0961,4. EnpMNif61no Nddltlonn CEOA Development -Written 50600. 06 S 22500 5 750020 16% 5 191500 5 5.6250 87 ?ttrai3OCnorinr6y7rm. Additional 1000 Development- Management and Professing 12C 5 12531 $ 15.00000 37% 5 3.750.011 5 112500 63 a00.9886616newb/OK. Se,VA:P0pse1Mls 8[,.o-1 21C 0 1230 0 26.250,0 5IS 0 65050 0 1968750 664vaiagi6Waineeri.4kg. 06116be0_7d ESu1sTa!-6n6noYf 3 40.76000 MIK S 12.1p16 0 1130530 TOTAL CONTRACT AMOUNT - NOT TO EXCEED _ $ 474,295.00 100% $ 118,573.75 $ 355,721.25 r Ogta7Lodi- 15060175.9 OWN-7001Ohm 9 Petrabg5 Engineering Inc 212 Wine Street- Suiten Lodi, California 95240 City of Lodi Proposal Prop 84 Technical Services 2.22-16 'Task -6 Com Petition Services I S 57,090.00 12.0% 5 14.272.50 S 42,817.50 6.1 Ammiegmferneergtmac Pa a .ry.rcm ty Y � rz of 5 123.0 0 750000 1E6 4 Ia7500 S 5.67500 GM= nati ALMOMM H•1 P'Mr.10.9^ arcs cwr,+], ^�a'j� so55 P 0 1550 0 14.30.01 31% S 1.1000 S 111000 6371aace 61abaSul and SuM SCbtlp1LCo5a5H350 100 5 165.0 5 13.3[000 39% 0 4.62500 S 11375.00 6a Wart7eas Amn.:ea pie Prenan3on and Consultation With Sobs 6 $ 13500 5 1110000 23% 1 2.77S00 S 5.32500 51 .40r41001xEnwna.'1n, Inc ',111200.4035 0 5190.0 0 5130.00 :15'!S 1.29750 S 352250 6 Peaab*ndnansq Inc. l�:enenviap 1a67[ak-[1eMal1 9 57.0033 12A1110 14253.53 5 1.55+0 Task .7 int Petition Services S 17.625.001 10O% S 11.90525 $ 95,71175 71 Wallace ConsultingSMan SNdr 01 Wlrner and n5yprt0NConsun125 13I 0 17.30 $ 16.250E 251 5 4.06230 0 12137.50 71 Malan Consuldry amen goat'37%semi 5 12500S 7.50 0 16% 0 1.17600 .MM 0 SS 7.3 'Walla Consulters4307 Soale3l Stamm 5 6( S .. i 700 1 50 S 1CO37500 0 3623 7t Wallace C00011101 awnm5o ll4Fall $ 125,00 0 7.50.0 1650 S 1.37500 S 552500 71 Pa5ala* 005Nelbleoa 15151045-10% Merkur; On Services : 0 300551 4 1050 [JA S 96375 0 290675 _ 7.4 Pernictrie F.rglgrW uq Pmi00t Management 504 Oversldut 9 4f 4 125.0 . S 5.0. Lot" 1116 S 125[100 S 3.7300 i WaI 0551dtlN ,{ . 40 6 47,1253000 70.OM 3 21Aata S 51.250 7 rook -9 Consultant Petition Serviats 5 01750.00 1031 S 1218750 1 36.562.50 3:1 Petraloger Engineering Inc faddllonal =a Develooment-Written 5maes 1'f 5 12500 S 7.5001 166 0 1.07500 0 067500 32 eetrale505 Errineednr me u 4dltional CEOA Develoarnerd- Management and Precasting 1240 12510 $ 15.00.00 31%\,5 5.750.00 5 11250.0 13 Petnlotla Engineering Inc.hewn,PL'Wst[aralralgnrUlt 2140 12510 S 26250.00 5.5 % $ 656250 $ 19.63750 i�C'43�pu Bt♦/114a11aeR Tek-Su34110d 0 46.75603 10371 S 12.73730 6 NW -SO TOTAL CONTRACT AMOUNT - NOT TO EXCEED $ 474,295.00 100% $ 118,573.75 $ 355,721.25 IObag Lodi -IS%Share MEI-7AL1hre Petrel* Engineering, Inc. 212 W.Plne Strew -Sues 12 Lodi, Cen00r515 95240 Petralogix Engineering, Inc. 26675 Bruella Road, Galt, Ca 95632 (T) 209-400-5729 dkranierPpetraiogix.cam www,petraiogix.com September 20, 2016 Proposal No. 20023 Attn: Charles Swimley City of Lodi - Public Works 221 West Pine Street Lodi, CA 95240 Per Amendment No. 2, correct Exhibit 2. Exhibit 2 Opetralogix Subject: Final Design Services Proposal for the White Slough Water Pollution Control Facility Expansion Pond Project - DWR Grant Funding Mr. Swimley, We appreciate the opportunity to provide additional design and oversight services to the City of Lodi for the White Slough Water Pollution Control Facility Expansion Pond Project. Below you will find a detailed cost estimate for Petralogix Engineering, Inc: s proposed scope of work for the final pond design services. We propose this additional work as an amendment to our current preliminary design services contract. Petralogix will provide project management and oversight services to assist in the completion of this phase of the Expansion Pond Project. West Yost Associates will act as the primary design firm. Baumbach and Piazza will act as the primary survey firm. At the end of the written scope description is a full cost breakout for your consideration and review. All service task numbers are a continuation to our existing contract, which currently has 8 individual ongoing tasks. Task #9 - Petralogix Engineering, Inc. Project Management Services Petralogix will act as the main project management consultant for the Expansion Pond Project. We will provide all oversight and review to the City. Our services will continue to include both general project work flow management and technical oversight/review for the remaining final design work to be completed under this contract amendment. www.petralogix.com City of Lodi Proposal No. 20023 Task #10 - West Yost and Associates Final Design Engineering Services Page 12 Design services will be provided by West Yost Associates and will follow the preliminary design/feasibility work they have already performed for the project. The described design scope contained herein are for the facilities defined in West Yost's Technical Memorandum (TM) Preliminary Design of the White Slough Water Pollution Control Facility Storage Expansion and Surface, Agricultural, and Groundwater Supply Improvement Project, which is dated July 12, 2016. The scope of services specifically involves preparation of design/bidding documents for the following improvements: • Four new tertiary water storage ponds with a total capacity of approximately 307 acre-feet; • Improvements necessary to divert water from the effluent control chamber of the WPCF filter pump station structure to the new ponds; • A tertiary water pump station capable of both filling the new ponds and pumping water from the ponds to the City's irrigation distribution system; • A pipeline between the filter pump station structure, the tertiary water pump station, and the irrigation distribution box; • A new irrigation pump station to the southeastern fields; and • A pipeline to deliver reclaimed wastewater to City fields 6A, 6B and 6C The scope of services and associated fee estimate are also based on the following major assumptions: • Supplemental topographic survey information suitable for design purposes will be developed by others and provided to West Yost in AutoCAD format (i.e. Baumbach and Piazza and Petralogix Engineering, Inc.). • A Geotechnical Report will be prepared by others (i.e. Terracon, Inc.) and provided to West Yost, and will include the following details: boring logs along the pipeline alignments and at the pond site; information regarding depth to groundwater along the pipeline alignments and at the pond site; and recommendations regarding pond berm configuration and materials of construction. • Right-of-way acquisition services will not be required. • PG&E engineering costs for new electrical service(s) are not included. • The City will provide their standard "front-end" contract documents, which will be suitable for this project. www.petralogix.com Page I3 City of Lodi Proposal No. 20023 SCOPE OF SERVICES West Yost's proposed scope of services is described below. Task 10.1. Design Services Subtask 10.14 Supplemental Topographic Survey Needs Supplemental survey information will be required to complete the detailed design of project improvements. West Yost will identify required supplemental survey information as soon as possible so this information may be obtained without impacting the design schedule. Subtask 10.1.2 Value Engineering Evaluation Prior to proceeding with detailed design, West Yost will perform an informal value engineering (VE) evaluation of the planned improvements, with particular focus on the irrigation pump station. The goal of the evaluation will be to identify means of reducing the project's construction cost without negatively impacting the functionality of the improvements. The informal VE evaluation will be performed in-house by experienced design and construction personnel that are familiar with agricultural facilities design approaches. Findings and recommendations will be presented to the City and Petralogix for their consideration. Subtask 101 3 Prepare Design/Bid Documents West Yost will prepare the design drawings described below for review at the 50 percent, 90 percent and final stage of completion. The following design drawings will be required. (Additive bid item drawing names are followed by an asterisks.) DWG NO. SHEET NAME G001 TITLE SHEET, LOCATION MAP AND VICINITY MAP G002 INDEX OF DRAWINGS, GENERAL LEGEND, NOTES & ABBREVIATIONS G003 DESIGN CRITERIA, HYDRAULIC PROFILE C001 SITE PLAN, CONTROL POINTS, STAGING AREA C002 TERTIARY DIVERSION PIPING PLAN & PROFILE 1 (1"=50' SCALE) C003 TERTIARY DIVERSION PIPING PLAN & PROFILE 2 (1"=50' SCALE) C004 TERTIARY DIVERSION PIPING PLAN & PROFILE 3 (1"-50' SCALE) C005 IRRIGATION PIPING PLAN & PROFILE 5 (1"=50' SCALE) * C006 IRRIGATION PIPING PLAN & PROFILE 6 (1"=50' SCALE) C007 POND GRADING 1 (1"=100' SCALE) C008 POND GRADING 2 (1"=100' SCALE) C009 POND GRADING 3 (1"=100' SCALE) www.petraiogix.c❑m Page 14 City of Lodi Proposal No. 20023 C010 POND SECTIONS 1 C011 POND SECTIONS 2 C012 POND SECTIONS 3 C013 CIVIL DETAILS 1 C014 CIVIL DETAILS 2 C015 CIVIL DETAILS 3 C016 CIVIL DETAILS 4 5001 STRUCTURAL NOTES 5002 STRUCTURAL ABBREVIATIONS AND LEGEND 5003 FILTER PUMP STATION STRUCTURAL PLAN/SECTIONS 5004 TERTIARY STORAGE POND PS STRUCTURAL PLAN/SECTIONS 5005 POND INLET/OUTLET STRUCTURAL PLAN/SECTIONS 5006 IRRIGATION PUMP STATION STRUCTURAL PLAN/SECTIONS * 5007 STRUCTURAL DETAILS I 5008 STRUCTURAL DETAILS 2 M001 FILTER PUMP STATION MECHANICAL PLAN AND SECTIONS M002 TERTIARY STORAGE POND PS MECHANICAL PLAN/SECTIONS M003 POND INLET/OUTLET STRUCTURES MECHANICAL PLAN/SECTIONS M004 IRRIGATION PUMP STATION MECHANICAL PLAN/SECTIONS * M005 MECHANICAL DETAILS 1 M006 MECHANICAL DETAILS 2 M007 MECHANICAL DETAILS 3 E001 ELECTRICAL LEGEND AND ABBREVIATIONS E002 FILTER PUMP STATION ELECTRICAL SITE PLAN E003 TERTIARY STORAGE POND PS ELECTRICAL SITE E004 IRRIGATION PUMP STATION ELECTRICAL SITE PLAN * E005 COMMUNICATION BLOCK DIAGRAMS AND INTERCONNECT DIAGRAMS E006 ELECTRICAL DETAILS I E007 ELECTRICAL DETAILS 2 Subtask 10.1.4 Prepare Technical Specifications West Yost will prepare technical specifications for review at the 90 percent and final stage of completion. Technical specifications will be prepared using the CSI format. Subtask 10.1.5 Updated Construction Cost Estimates West Yost will prepare an updated opinion of probable construction cost at 90 percent and final stages of design completion. Subtask 10.1.6 Design Phase Meetings The following meetings are assumed during the design phase: Value Engineering Discussion: The purpose of this meeting will be to present findings/recommendations of the VE evaluation to the City and Petralogix for their consideration. www.petralogix.com Page 15 City of Lodi Proposal No. 20023 50 Percent Design Review: The purpose of this meeting will be to receive comments from the City and Petralogix regarding the 50 percent design submittal. 90 Percent Design Review: The purpose of this meeting will be to receive comments from the City and Petralogix regarding the 90 percent design submittal. Task 10.2. Engineering Services during Bidding and Construction Subtask 10.2.1. EngineeriitigService during Bidding West Yost will perform the following bidding phase services: Attend Pre -Bid Meeting: West Yost will attend an on-site pre-bid conference. It is assumed that the City will organize and lead the pre-bid meeting. Respond to Bidder Inquiries: West Yost will provide written responses to design -related questions received during the bidding period. It is assumed that the City will be responsible for receiving questions, and will forward any design -related questions to West Yost. It is also assumed that City will be responsible for distributing responses prepared by West Yost to prospective bidders. Prepare Addenda: West Yost will prepare two addenda to the contract documents and preparing a conformed set of construction documents. Review Bids and Provide Recommendation: West Yost will review the contractor bids, document any identified discrepancies, and make a recommendation regarding the apparent acceptability of the bids. Prepare Conformed Documents: West Yost will prepare a conformed set of construction documents. Suhtask 10.2.2 Construction Phase Service West Yost will perform the following construction phase services: Submittal Review: West Yost will review Contractor submittals for compliance with the design concepts and specifications. It is assumed that approximately 30 submittals will be reviewed as part of this task. West Yost will not review incomplete submissions by the contractor. Interpretation and Clarification of Contract Documents: West Yost will prepare written interpretation and clarifications of the Contract Documents in response to written requests from the Contractor. It is anticipated that up to five written clarifications may be required. Change Order Support: West Yost will develop up to five Design Engineer Initiated Changes for design changes requested by the Petralogix and/or the City. Prepare Record Drawings: Upon completion of the project, West Yost and our design sub - consultants will produce record drawings in AutoCAD format. Record drawings will be based on www.petralogix.com Page 16 City of Lodi Proposal No. 20023 as -built mark-ups maintained by the Contractor and reviewed by on-site inspection personnel during the construction of the project. Subl:sk 10.2.3 Construction Phase Meetings In addition to the above listed efforts, four meetings are anticipated during the construction period. It is assumed that the construction management team would lead these meetings and be responsible for preparing agenda and meeting minutes. Task 10.3. Project Management and QA/QC West Yost's Project Manager will monitor progress of the work and will coordinate quality control review procedures. These efforts will include maintaining regular contact with Petralogix's project manager to insure that Petralogix is apprised of the progress of the work and is aware of any issues that may impact project completion. In accordance with the West Yost Quality Assurance/Quality Control (QA/QC) policy, a West Yost staff member at the Principal Engineer level or higher will provide a review of key scope items and significant work products. The review will include timely suggestions for corrective actions, as needed. www.petra1ogix.com Page 17 City of Lodi Proposal No. 20023 Task #11 - Baumbach and Piazza Surveying Services Surveying services will be provided by Baumbach and Piazza for the project's final design phase and easement set-aside services. 11.1 - Additional Topographic Surveying Services Pond Inlet/Outlet pipeline design topography requires the following additional items: 1. Topo of the levee of the existing ponds along the pipe alignment. Topo shots are needed at the top, crown or centerline, toe of land side and ground elevation at water level on the other side. Cross section to be at 50' intervals or less along the east of the alignment, interval will increase to 100' along the west of the alignment. 2. Where the pipeline continues southwest off the levee, topo a 60' wide sections at 100' minimum intervals. The cross sections will start at the existing 18" pipeline and go northwest, perpendicular to the pipeline alignment. Field 6 irrigation Pipeline: 1. Topo 60' wide cross sections along the pipe alignment. Cross sections will start at top of ditch and go to the southwest, perpendicular to the ditch alignment. 2. Near the location of the proposed pump station, topo the existing dirt roads and the area north and east of the existing irrigation supply channel. 11.2 - Easement and Plat Survey Easement Surveying: Prepare legal descriptions to be utilized in the submittal and dedication of a habitat easement to SJCOG. The area to be dedicated will be identified by Petralogix and field verified by Baumbach & Piazza as part of this scope. Plat Mapping: Prepare plat mapping conforming to SJCOG standards for the dedication of a habitat easement depicting the corresponding legal descriptions. The total area to be dedicated is approximately 88 acres. www.petral❑gix.com City of Lodi Proposal No. 20023 Service Fees - (Not to Exceed) Page 18 The fees for each service are illustrated on the attached cost breakout in a detailed format. 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. Applicable hourly rates have been included in the cost breakout. These rates will be the hourly maximums associated with the project, and will remain in effect for the duration of the project. The "Sub -Total" and "Total" amounts refer to the not to exceed sum for the respective tasks. We appreciate the opportunity to propose on this additional project work. If you have any questions feel free to call or write at any time. i) T-- ,.._ez, Warm Regards, Daniel E. Kramer, President Professional Geologist #8657 Certified Engineering Geologist #2588 Professional Geophysicist #1078 www.petralogix.com Final Design Services Proposal - City of Lodi Proposal #20023 September 20, 2016 Petralogix Engineering, Inc. 212 W. Pine Street, Suite #2 Lodi, CA 95240 City of Lodi - Proposition 84 Grant Funding - Final Design Services Task No. Consultant Name Task Detail and Description Hours/Units Rate Not to Exceed Maximum Percent of Total 1 25% - City of Lodi 75% - DWR Task -9 Consultant ProjectManagement Services 5 10,000.00 2.2%I! $ 2,500.00 $ 7,500.00 9.1 Petralogix Engineering Inc. General Des,on 4ey e W and 80 $ 125 00 5 10,000.00 2 2%.: 5 2.500 00 5 7,500 00 Management Petralogix Engineering Inc Project Management Services Sub Task -Subtotal $ 10,000.00 2.2% $ 2,500.00 $ 7,500.00 Task - 10 Consultant Final Design Engineering Services $ 410,433.00 91.5% $ 102,608.25 5 307,824.75 10.1 West Yost Associates Design Services 1322 $ 215.00 $ 284,230.00 63.4% $ 71,057.50 5 213.172 50 10.2 West Yost Associates Riddine Desien Services 280 5 230.00 $ 64,400.00 14.4% $ 16,100.00 $ 48,300.00 10,3 West Yost Associates Project Management 70 $ 220.00 5 15,400.00 3.4% 5 3,850.00 $ 11,550.00 10.4 Petralogix Engineering Inc. Petralogix - 10% Markup On Services 1 $ 36,403.00 $ 36,403.00 8,1%$ 9,100.75 $ 27,302.25 10.5 Petralogix Engineering Inc. Consultant Review and Management 80 5 125.00 $ 10,000.00 2.2% 5 2,500.00 $ 7,500.00 10 West Yost Associates Final Design Engineering Services 5ub Task -Subtotal $ 410,433.00 91,5%$ 102,608.25 L 307,824.75 Task -11 Consultant Survey Services $ 27,950.00 6.2% 5 6,987,50 $ 20,962.50 11.1 Baumbach and Piazza Addnwnal topographic Su rveyrng Services 40 $ 250.00 $ 10,000.00 2.2% $ 2,500.00 5 7,500.00 11-2 Baumbach and Piazza Easement and Plat Surveys 40 $ 300.00 $ 12,000.00 2.7% $ 3,000.00 $ 9.000.00 11.5 Petralogix Engineering Inc. Petralogix - 10% Markup On Services 1 5 2,200.00 $ 2,200.00 0,5% 5 550.00 $ 1,650.00 11.6 Petralogix Engineering Inc. Consultant Review and Management 30 $ 125.00 $ 3,750.00 0.8% 5 937.50 5 2,812.50 11 Baumbach and Pima Survey Services ;ub Task - Subtotal 5 27,950.00 6.2% $ 6,987.50 $ 20,962.50 TOTAL CONTRACT AMOUNT- NOT TO EXCEED $ 448,383.00 100% $ 112,095.75 $ 336,287.25 City of Lodi -25%Share DWR - 75% Share Petralogix Engineering, Inc. 212 W. Pine Street, Suite #2 Lodi, CA 95240