HomeMy WebLinkAboutAgenda Report - December 19, 2018 C-04TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C,4 -
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Interwest Consulting Group, Inc., of EIk Grove, for Citywide Bicycle
Facilities Detection improvement Project Design Services ($59,990)
MEETING DATE: December 19, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Interwest Consulting Group, Inc., of Elk
Grove, for Citywide Bicycle Facilities Detection Improvement Project
design services, in the amount of $59,990.
BACKGROUND INFORMATION: The City has been awarded a Cycle 3 Active Transportation Program
grant for the Citywide Bicycle Facilities Detection Improvement
Projects. The project includes installing video detection equipment
on 13 signalized intersections on Lower Sacramento Road and Hutchins Street, as shown on Exhibit A.
These locations are heavily used by bicyclists for recreation and commuting purposes. The proposed
bicycle detection equipment would allow the signals to turn green for the bicyclist inside the bike lanes
without needing to push any pedestrian crossing buttons.
The project design of this equipment is specialized and Staff has solicited Interwest Consulting Group,
Inc. (Interwest) for the design services. The City currently has a Professional Services Agreement with
Interwest for traffic engineering services to handle day-to-day traffic engineering related duties and some
capital improvement projects that do not require special signal design. The Citywide Bicycle Facilities
Detection Improvement Project is beyond the scope of the existing traffic engineering services agreement.
Staff recommends authorizing City Manager to execute Professional Services Agreement with Interwest
Consulting Group, Inc., of EIk Grove, for Citywide Bicycle Facilities Detection Improvement Project
design services, in the amount of $59,990.
FISCAL IMPACT: Staff anticipates a minor increase in signal maintenance costs associated
with the new signalization equipment.
APPROVED:
tit %APO
ephen S (abauer, City Manager
K1WP\COUNCIL\2018\CC 2018 BikeDetectionPSA.doc 12/3/2018
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Interwest Consulting Group, Inc., of Elk Grove, for Citywide Bicycle
Facilities Detection improvement Project Design Services ($59,990)
December 19, 2018
Page 2
FUNDING AVAILABLE:
Funding for design service is budgeted in the Fiscal Year 2018/19 budget:
TDA Streets (30599000.77020) - $60,000
Andrew Ke.s
Deputy City Manager/Internal Services Director
Prepared by Lyman Chang, Deputy Public Works Director,
CES/LC/tdb
Attachment
Cc: Public Work Management Analyst
City Engineer
Consulting Traffic Engineer, Vohra
Interwest Consulting Group
C'fas?-e',C)
Charles E. Swimley, Jr.
Public Works Director
City Engineer
K:\WP\COUNCIL\2018\CC 2018 BikeDetectionPSA doc 12/3/2018
onse
Woodbridge Rd.
Winery Rd
1
L
Turner Rd.
ski .12 f
II lilt
iiiika 1 1111Mii
II
■n■I1_1
dijiiIIi'ippp
1111211M
m
IIII � �
1
wjo
11/
Attachment C
Clarksdale Rd
Lower Sacramento
Centur-y`jBIi
0
J
N
w
ds ,Q
Legend
Project Location
Project Boundary
City Limit
Railroad
Highway
Citywide Bicycle Facilities Detection Improvements
Location Map
W+E
1 in = 3,000 ft
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 INTERWEST
CONSULTING GROUP, INC., a Colorado corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Citywide Bicycle
Facilities Detection Improvement 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
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1.
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on January 14, 2019 and terminates
upon the completion of the Scope of Services or on January 13, 2020, whichever occurs
first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional one
(1) one (1)-year extension; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
2
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed two (2) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
3
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
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: Lyman Chang
To CONTRACTOR: Interwest Consulting Group, Inc.
9300 West Stockton Boulevard, Suite 105
Elk Grove, CA 95758
Attn: Theron Roschen, P.E.
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
5
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction. Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that. Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
6
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or 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.
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.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: INTERWEST CONSULTING GROUP, INC.,
JANICE D. MAGDICH, City Attorney a Colorado corporation
By Hy:
14-1 Name: MICHAEL KASHIWAGI
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID: K:\WP\PROJECTS\PSA's\2018\Interwest Bike Project PSA.doc
CA:Rev.01.2015
8
November 26, 2018
City of Lodi
Department of Public Works
Attn: Charles Swimley, Director
221 W. Pine Street
Lodi, CA 95240
Subject: Citywide Bicycle Facilities Detection Improvement Project
Exhibit A/B
INTERWEST
CONSULTING GROUP
Dear Mr. Swimley,
lnterwest Consulting Group is currently providing professional traffic engineering services to the City of
Lodi Department of Public Works.
At the City's request, we herein provide a project scope and fee schedule to provide Grant
Administration—and-Design Services -for -plans, -specifications -and estimates_for_the_installation-of-traffic
signal video detection systems atthe following thirteen (13) intersections within the City of Lodi's project
boundaries:
1. W. Turner Rd ® Woodhaven Ln
2. W. Elm St ® N. Lower Sacramento Rd
3. W. Lodi Ave ® N. Lower Sacramento Rd
4. W. Tokay St ® S. Lower Sacramento Rd
5. W. Vine St ® S. Lower Sacramento Rd
6. Taylor Rd ® S. Lower Sacramento Rd
7. W. Century Blvd ® Lower Sacramento Rd
8. E. Harney Ln ® Lower Sacramento Rd
9. W. Lodi Ave ® S. Crescent Ave
10. W. Lodi Ave ® S. Hutchins St
11. W. Tokay St ®S. Hutchins St
12. W. Vine St ® S. Hutchins St
13. W. Century St ® S. Hutchins St
These project locations are mapped in Citywide Bicycle Facilities Detection Improvements—Location Map,
included as an attachment to this letter proposal.
PROJECT UNDERSTANDING
The intersections identified above currently have traffic signals and standard bicycle lanes, but lacktraffic
signal video detection systems to provide vehicle and bicycle detection. The purpose of installing bicycle
detection systems is to help minimize collisions between vehicles and bicycles, with the effect of
encouraging more bicyclists to use these City roads for recreational or commuting purposes. Green bike
lane pavement marking will also be added to these intersections as part of the Citywide Bicycle Facilities
Detection Improvement Project, which has received Active Transportation Program (ATP Cycle 3) Grant
funding. The ATP grant awarded is state only funds programed for FY19/2o for the construction phase.
9300 W. STOCKTON BLVD., SUITE 105 • Eu< GROVE, CA 95758 • TEL. 916.683.3340 • www.interwestgrp.com PAGE 1
PROJECT SCOPE OF WORK
We understand the project scope of work will include preparing plans, specifications and estimate for the
elements listed below:
• Designing improvements for the traffic signal video detection systems for both vehicles and
bicycles
• Designing improvements forthe green bike lane pavement markings at all intersections
• Designing intersection improvement sheets forthe thirteen (13) intersections shown on attached
Location Map
• Providing specifications to install all of the above improvements and to outline the federal
funding requirements, forms and agreement. The specifications will ensure that the federal
procurement process is followed with this project. Since this is a State -administered Active
Transportation Grant, CTC guidelines will be adhered to.
• Prepare advertisement ready bid documents using City's standard boiler plate. All applicable
funding requirements/forms will adhere to the grant requirements.
• Prepare for submittal CEQA documentation for approval to CTC/Caltrans in compliance with
grant fund requirements.
• Prepare and submit quarterly progress reports to CTC, under this scope, 3 quarterly progress
reports are included covering time period from October 2018 through June 2019.
• Prepare for submittal Allocation of Construction fund documents to CTC/Caltrans in compliance
with grant fund requirements.
• Provide grant administration guidance and transportation programming as needed to meet
project delivery deadlines and secure grant funds.
PROJECT ASSUMPTIONS
• The City will provide as -built drawings and WORD file of bid document boiler plate template
• The design team will conduct all necessary field -work.
• The recommeded video equipment to be used is the Econolite Autoscope Vision Video detection
system. This system is widely used and has proven to be very reliable. It works with Nema
Cabinets which is what is currently installed throughout the City.
• Existing conduit and controller cabinet has adequate space to accommodate new equipment.
The Interwest team has preliminarily conducted a brief visual inspection into most of the existing
traffic signals and has determined that the required space to house the video detection
equipment is available. Since the video detection system will replace some of the existing loops,
those loop detection modules will be removed from the traffic signal cabinet and the available
space will be utilized forthe video detection system.
• The project is designated as a Safe Routes to School Project and will require Tallies and Surveys
to be administered and collected at the designated schools included in the grant application (at
this time, this item of work may be deleted based on the new guidelines of Cycle4). In addition,
bicycle and pedestrian counts are required 6 months before and after construction. It is assumed
the City will plan for these services at that time. Interwest is able to provide these services at the
City's request.
9300 W. STOCKTON BLVD., SUITE 105 • ELK GROVE, CA 95758 • TEL. 916.683.3340 • www.interwestgrp.com PAGE 2
• Upon installation and completion of the project, a i -year maintenance agreement is considered
for the on-going maintenance and up -keep of the system. This service may not be a part of the
City's existing traffic signal maintenance contract but should be considered.
KEY PROJECT STAFFING
Below, we provide brief biographies for each of our proposed project staff. We are prepared to provide
detailed resumes at the City's request.
Steven L. Wright, PE, TE Project Manager I Traffic Engineer
Steven is a registered Civil and Traffic Engineer with more than 3o years of experience providing a variety
of public works services to California municipalities. He has served the Cities of Pasadena, Chino Hills and
Los Angeles in the role of Traffic Engineer, and has been responsible for neighborhood traffic planning
and analysis; design of signing and striping improvements; and review of traffic impact reports for new
developments. Steven's background demonstrates his exposure to and familiarity with a diverse range
of_public works_disciplines_includingiand_development, capital projects, traffic and special projects such
as waste water and storm drain systems, undergrounding of utilities, public facilities, and park and
median island improvements.
Edgar Monroy, PE, TE Signal Operations Engineer
Edgar has more than 40 years of experience in traffic and transportation engineering in both the public
and private sectors. He has a wealth of direct experience efficiently and effectively addressing traffic
engineering issues and implementing innovative solutions. In addition, Edgar has served as president of
the Institute of Transportation Engineers and assisted the Department of Consumer Affairs in the
preparation of Traffic Engineering exams.
Firoz Vohra, TE Traffic Engineer
Firoz has successfully planned, implemented and administered public works projects and programs for
more than 34 years, including more than 3o years as a Traffic Engineer. He started his career in the private
sector, where his responsibilities included planning and designing highway alignments, developing traffic
demand projections and preparing and analyzing traffic studies. Firoz then moved to the public sector as
a City Traffic Engineer for the City of Modesto for 15 years, then serving as the Deputy Director of Public
Works for approximately 7 years. Firoz subsequently worked for the County of Stanislaus, where he was
responsible for Development Services, Community Service Districts, Landscape and Lighting Districts,
Encroachment and Transportation Permits, County Surveys, Mapping Services and Traffic Engineering
Units. From 2010 to 2018, Firoz served as the Transportation Division Head for the SJCDPW, where he
helped bring transportation projects to the County by leveraging federal and state grant funds with local
transportation dollars. His projects helped improve traffic flow, enhance safety and reduce congestion
by prioritizing projects based on roadway capacity and safety.
Kevin Ko, PE, QSD Civil Design Engineer
Kevin is a California Registered Civil Engineer and Qualified SWPPP Developer who has designed a
number of pavement rehab projects, handled citizen requests for service, provided construction
administration and inspection on construction projects and worked on project funding, including
Proposition C, Measure R, Gas Tax, STPL and Grant projects. He has also provided plan review on
9300 W. STOCKTON BLVD., SUITE 105 • ELK GROVE, CA 95758 • TEL. 916.683.3340 • www.interwestgrp.com PAGE 3
development projects and undertaken preliminary engineering studies to address infrastructure issues.
Prior to joining Interwest, as a Civil/Structural Engineering Intern and Civil Designer, Kevin collaborated
with a team of professional engineers to develop civil construction plans for various small to large scale
commercial land development projects, performed calculations and prepared reports for grading,
erosion control, drainage, storm water quality, and water and wastewater systems as required for permit
acquisition. He coordinated with municipal agencies to address submittal review comments and
compliance issues during the approval process.
Yvonne Soto Engineering Associate
As an Assistant Civil Engineer, Yvonne designed channelization and striping, curb markings, signage
and physically challenged parking spaces using Microstation and handled requests from residents
regarding safety concerns in neighborhoods. She prepared work orders using Department Traffic Order
(DTO) database and Request for Service (RFS) databases to address residential requests and designs.
She also conducted field -observations; analyzed and ordered -speed -studies -and -traffic counts for
warrant studies; attended and addressed neighborhood concerns at neighborhood meetings; and
attended Council Member meetings pertaining to traffic concerns in the City of Santa Ana. Yvonne also
worked on the Caltrans Encroachment Application Process to relocate loop detectors for a striping
project and worked with other departments on projects utilizing the permit issuance software (SAPIN).
Ann Herner Grants Program Manager
Ann has more than zo years of experience in the transportation engineering field. She has managed various
public improvement projects from design through construction including funding procurement to project
close out. She has provided long and short-term onsite support and staff augmentation for local agencies. Her
in-depth knowledge of the Federal Aid process and project delivery has assisted local cities in planning and
implementing projects on time without risking their state and federal funds. Ann assists cities by providing
strategies in securing transportation funding and leveraging local resources to implement capital projects.
Ann is the lead grant writer for Interwest. She takes a proactive approach by identifying key elements of the
grant and working closely with the City to craft and customize a project that will be competitive. She is well
versed in state, federal and local grant programs and has worked extensively with Caltrans Local Assistance,
California Transportation Commission (CTC), MPO's and the Federal Highway Administration on
state/federally funded projects to meet program compliance and project timelines.
Stacey Chatman Management Analyst
Stacey has 14 years of experience in technical writing, data analysis and program management to support the
Federal Transportation Improvement Program and the Regional Transportation Plan. Her experience includes
both federal and state reimbursements, project management fund tracking and monitoring, federal/state
transportation programming and federal legislation. She provided technical assistance in the development of
San Joaquin COG's database to track projects funded by FTA within the region and has produced various
project planning documents. She has excellent writing and communication skills and has prepared and
delivered both federal and state grant applications. Her experience in project delivery, analysis and support
allow for efficiency in providing support for processing projects throughout all stages.
9300 W. STOCKTON BLVD., SUITE 105 • ELK GROVE, CA 95758 • TEL 916.683.3340 • www.interwestgrp.com PAGE 4
PROJECT DESIGN AND GRANT ADMINISTRATION COST BREAKDOWN
Interwest is prepared to provide the services required to complete these services for a not -to -exceed
amount of $59,990, as detailed below:
NAME q
. .
PROJECT STAFF CLASSIFICArroN Ii
Es T. HOURS
RATE/HR.
TOTAL
Steven L. Wright, PE, TE
Project Manager I Traffic Engineer
40
$14o
$5,600
Edgar Monroy, PE, TE
Signal Operations Engineer
20
$135
$2,700
Firoz Vohra, TE
Traffic Engineer
20
$135
$2,700
Kevin Ko, PE, Q5D
Civil Design Engineer
184
$12o
$22,080
Yvonne Soto
Engineering Associate
210
$105
$22,050
Ann Herner
Grant Manager
24
$135
$3,240
Stacey Chatman
Management Analyst
18
$90
$1,620
TOTAL
474
---
$59990
Should we be selected to provide these services, we will bill the City monthly in arrears for actual services
provided during that month.
Please note that our proposed services does not include grant administration services after the approval
of construction funds such as reimbursement invoicing and project close out/final reporting to Caltrans,
project reporting, conducting tallies/surveys, providing bike and ped counts, unless specifically listed in
the project scope of work section . This proposal does not include bid development support for
RFQs/RFIs, nor review of submittal responses to the same. If required, we can provide these services by
expanding the scope of work and the fee in consultation with the City of Lodi Department of Public
Works.
We appreciate the opportunity to provide our proposal for your review and consideration. Our proposed
staff is prepared to start providing these services in a timely manner.
Please contact Project Manager Steven L. Wright at 626.826.4695, or swright®interwestgrp.com, if
you have any questions concerning our qualifications or the services we provide.
Sincerely,
Theron Roschen, PE
Municipal Services Manager
Attachment: Citywide Bicycle Facilities Detection Improvements — Location Map
9300 W. STOCKTON BLVD., SUITE 105 • ELK GROVE, CA 95758 • TEL. 916.683.3340 • www.interwestgrp.com PAGE 5
Attachment C
Woodbridge d.
Clartssdaie Rd
J
0)
m
Legend
Project Location
Project Boundary
City Limit
Railroad
Highway
Citywide Bicycle Facilities Detection Improvements
Location Map
W+E
1 in = 3,000 ft
9300 W. STOCKTON BLVD., SUITE 105 • ELK GROVE, CA 95758 • TEL. 916.683.3340 • www.interwestgrp.com PAGE 6
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Professional Services
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products_and_completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3 Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the prosect
that it is insuring.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation_ or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
Page 1 1 of 2 pages Risk: rev. 3/1/2018
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g)
Failure to 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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified -copies -of all-required-insurance-policies,—including-endorsements-required-by-these-specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i)
Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractors obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) Qualified Insurer(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.
Page 2 of 2 pages
Risk: rev. 3/1/2018
RESOLUTION NO. 2018-240
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH INTERWEST CONSULTING GROUP, INC., OF
ELK GROVE, FOR CITYWIDE BICYCLE FACILITIES DETECTION
IMPROVEMENT PROJECT DESIGN SERVICES
WHEREAS, the City of Lodi has been awarded a Cycle 3 Active Transportation Program
grant for the Citywide Bicycle Facilities Detection Improvement Project; and
WHEREAS, the project includes installing video detection equipment on 13 signalized
intersections on Lower Sacramento Road and Hutchins Street; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Interwest Consulting Group, Inc., of Elk Grove, for Citywide Bicycle
Facilities Detection Improvement Project design services, in the amount of $59,990.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Interwest
Consulting Group, Inc., of Elk Grove, California, for Citywide Bicycle Facilities Detection
Improvement Project design services, in the amount of $59,990, for a term of one year.
Dated: December 19, 2018
I hereby certify that Resolution No. 2018-240 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 19, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
r I.
NNIF•{ M. FERRAI LO
Laity Clerk
2018-240