Loading...
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