HomeMy WebLinkAboutAgenda Report - April 17, 2019 C-17TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM C i 17
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Petralogix Engineering, of Galt, for California Environmental
Quality Act and Architectural Compliance Services for Lodi Police Training Facility
Project ($91,850)
MEETING DATE: April 17, 2019
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Petralogix Engineering, of Galt, for
construction assistance services for California Environmental
Quality Act and Architectural Compliance Services for Lodi Police Training Facility Project, in the
amount of $91,850.
BACKGRUND INFORMATION: The City of Lodi Police Department has a need for a dedicated
Police Training Facility. Currently, Police personnel utilize a small
shooting range located in the basement of the City Hall Annex
(formerly the Police Facility) which was constructed with the building in 1966. The range includes five
shooting lanes with a maximum target distance of 25 yards.
A dedicated training facility is necessary to provide adequate space and the capability to train and certify
staff in the various skills needed for police service on a Tong -term basis. These skills include long range
shooting (up to 300 yards), bomb disposal, and high performance driving. Since the existing range is
limited to short-range pistol shooting only, the City of Lodi Police Department must utilize other agencies'
facilities to practice these other skills. The proposed location of the training facility is at White Slough
Water Pollution Control Facility (WSWPCF).
The facility would be constructed in phases with the initial phase including a short, medium, and long-
range shooting range, spartan classroom facilities, and adequate parking. Later phases will be planned
to include an explosives and detonation bunker, active training driving course, and expanded classroom
facilities, as needed. At buildout, the facility is expected to utilize approximately 35 acres of land area.
Petralogix Engineering would facilitate all designs and technical studies, as needed, to bring the project
through the initial California Environmental Quality Act (CEQA) planning requirements. The scope of
work includes CEQA and project management services, architectural services for the preliminary design
of the facility (needed to complete the CEQA requirements), geotechnical services, and surveying and
biological review services.
Staff recommends authorizing City Manager to execute Professional Services Agreement with Petralogix
Engineering, of Galt, for construction assistance services for California Environmental Quality Act and
Architectural Compliance Services for Lodi Police Training Facility Project, in the amount of $91,850.
APPROVED:
Stephen Schwa
, City Manager
K:\WP\COUNCIL\2019\CC Petralogix PSA Police Facility.doc 4/3/2019
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Petralogix Engineering, of Galt, for California Environmental Quality
Act and Architectural Compliance Services for Lodi Police Training Facility Project ($91,850)
April 17, 2019
Page 2
FISCAL IMPACT:
Police training facilities are difficult to access. Those agencies with
comprehensive training facilities are able to receive substantial amounts of
rental revenue from outside agencies. As this facility evolves, the City will
reduce training costs associated with using other agencies facilities while
generating rental revenue. The work associated with this project will
initially impact the General Fund; however, the Police Foundation is
working towards donations for the construction work.
FUNDING AVAILABLE: General Fund Capital (43199000.77020) - $91,850
avyLv )6)
Andrew Keys
Deputy City Manager/Internal Services Director
r � ,�
Charles . Syn+ignley, Jr.
Public Works Director
CES/CES/tdb
Attachment
K:\WP\COUNCIL\2019\CC Petralogix PSA Police Facility doc 4/3/2019
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2019, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
PETRALOGIX ENGINEERING, a California corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for CEQA and
Architectural Services - Initial Study/Mitigated Negative Declaration (IS/MND) for City of
Lodi Police Training Facility 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 May 1, 2019 and terminates upon
the completion of the Scope of Services or on April 30, 2020, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
The City may exercise an option to extend this Agreement one (1) additional
year, provided, City gives Contractor no less than 30-days written notice of its intent prior
to the expiration of the existing term. In the event City exercises any option under this
2
paragraph, all other terms and conditions of this Agreement continue and remain in full
force and effect.
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 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration — Labor Code §1725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 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 3.5 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.
3
Section 3.6 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
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
4
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.
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:
5
To CITY
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Charles E. Swimley, Jr.
To CONTRACTOR: Petralogix Engineering
26675 Bruella Road
Galt, CA 95632
Attn: Daniel Kramer
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
6
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.
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.
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: PETRALOGIX ENGINEERING, a California
JANICE D. MAGDICH, City Attorney corporation
By By
Name DANIEL E. KRAMER
Title: President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID: K:\WP\PROJECTS\PSA's\2019\Petralogix PD PSA.doc
CA:Rev.01.2015
8
Petralogix Engineering, Inc.
26675 Bruella Road, Galt, Ca 95632
('11 209-400-5729
dkramer6i)petralogix.com
www.petralogix.com
March 8, 2019
Proposal No. 2019-00012
Attn: Charles Swimley
City of Lodi - Public Works
221 West Pine Street
Lodi, CA 95240
Subject:
Mr. Swimley,
Exhibit A/B
•petralogix
genf,fajsics �nvironna i taf-9eoIogy
CEQA and Architectural Services Proposal - Initial Study/Mitigated Negative
Declaration (IS/MND) for the City of Lodi Police Training Facility Project
We appreciate the opportunity to provide you with our proposal to perform CEQA services to the City
of Lodi. Below you will find an estimated cost and timeline for providing the necessary CEQA and
Architectural compliance services for the newly proposed Lodi Police Training Facility Project.
Our newly revised proposal is based on conversations with the City about the preferred location,
which is to be located just north of the ongoing Prop 84 Ponds project. This placement would allow
for overlapping of previous CEQA review services (including archeological, geotechnical, and
biological surveys), already paid offset/mitigation fees for the project to the San Joaquin Council of
Governments Habitat Conservation Plan (SJCOG HCP), as well as an appropriate distance from
sensitive receptors (including neighbors and biological easements). The location is preferential for
ease of site access, allowing already existing site ingress and egress to be used, which are well situated
in areas that are generally considered to have Traffic Levels of Service (LOS) that are low impact. In
addition, this site has appropriate distances from neighboring facilities to allow for adequate noise
protection/safety.
Herein, we also propose to review an area (approximately 40 acres in size) along the southeast corner
of the site, located along Thornton Road. This would serve as a project alternative for a potential
"alternate" driving course facility location. We are proposing this to allow for some design flexibility
in the case that the proposed main area (near the existing ponds) is found to be not suitable for the
driving course. This may be the case due to high groundwater conditions and weak soils, however;
more geotechnical analysis needs to be performed to determine this. Regardless, the proposed
shooting range facility will not be moved from the more suitable location near the ponds. In addition,
as part of this revised proposal we have added Architectural (AECOM), Geotechnical (Terracon), and
Surveying (Baum bach and Piazza) services as part of this revised proposal.
www.petratogix.com
City of Lodi
Proposal No, 2019-00012
Project Description
Page 12
We understand that there is a need for City Police training and that currently the City Police
Department uses other City and Agency facilities for this purpose. This project proposes to provide
the City of Lodi with adequate space and capability to properly train and certify the department on a
long-term as needed basis. The facility would include a short, medium, and long-range shooting
range, various training facilities/buildings, hardscape, limited greenspace and landscaping, and
adequate parking. It N-vould also include an explosives and detonation bunkei; and an active training
driving course. Herein, we are proposing 15 percent conceptual planning services (AECOM) to assist
the City in properly developing appropriate shooting range design drawings. These will be a critical
part of our CEQA document. Below is a detailed Scope of Work for your consideration.
Scope of Work
Petralogix will work in conjunction with AECOM (Architectural Services), Terracon (Geotechnical
Engineer), Moore Biological (Biological), and Baumbach and Piazza (Surveying) to complete all
designs and technical studies as needed to bring the project through initial CEQA planning. A detailed
description of these services follows:
Petralogix Engineering, Inc.
CEQA and Project Management Services
Petralogix will act as the main project management company for the project. We will provide all
oversight and review to the City. Our services will include both general project work flow
management and technical oversight/review for all conceptual design documents [i.e. architectural,
geotechnical, biology, surveying, etc.).
Petralogix will prepare an expanded "Initial Study" (IS) pursuant to the California Environmental
Quality Act (CEQA) (Public Resources Code, Division 13, Sections 21000 et seq.) to determine the
feasibility of adopting a Mitigated Negative Declaration, or the need for a full Environmental Impact
Report (EIR). It is anticipated that the required environmental document will be a Mitigated Negative
Declaration.
If a Mitigated Negative Declaration is to be prepared, Petralogix's scope of work will include the
following:
• Preparation of the Mitigated Negative Declaration (MND).
• Preparation of the Notice of Completion (NOC).
• Production and submittal of fifteen (15) copies of the IS/MND to the Governor's Office
of Planning and Research, State Clearinghouse for 30 day public review.
• Production of up to twenty (20) copies of the IS/MND for City use and distribution.
• Response to comments.
• Preparation of the Mitigation Monitoring and Reporting Program (MMRP).
26675 Bruella Road • Galt, CA 95632 • 209.400.5729
dkramer@petralogix.com
petra log ix
geophysics - environmental - geology
Page 13
City of Lodi
Proposal No. 2019-00012
Noticing of adjacent property owners, interested parties, local agencies.
Notice posted in the local newspaper (cost of ad not included).
Notice posted on the proposed facility.
Notice of Determination.
Attendance at one public hearing and two board meetings.
Based on the use of already performed CEQA related surveys and studies (related to the Prop 84
Ponds Project), it has been determined that no major archeological surveys are needed at this time.
Similarly, it is not likely that a full Traffic Impact Study will be needed, since no major new ingress or
egress will be created for the project, and traffic flow patterns will be limited around the use of this
facility on roads which currently have low impact use. Lastly, a full Noise Survey will not likely be
required due to the extreme distance from the site to sensitive receptors. However, Petralogix
Engineering, Inc. will provide limited review and analysis based on standard archaeological, traffic,
and noise impact surveys for similar sites, with distances considered to neighboring properties and
land uses. Below is a Cost Breakout and Schedule of Services for work for your consideration.
AECOM
15 to 25 Percent Design - Architectural Services
We are currently proposing to use AECOM as the lead Architect, AECOM understands that the City of
Lodi (City) and Lodi Police Department (PD] are looking to construct a Police Training Facility on the
City's Waste Water Treatment Plant property. This facility will be used to train and qualify Lodi PD
and other agencies.
AECOM proposes, through contract with Petralogix, to perform the Conceptual Design of the Police
Training Facility. The Conceptual Design (CD) will take elements described in the Project Design
Items below and create a facility layout which meets the PD's minimum needs and as many additional
features as possible. The intent of the CD is to develop a functional and safe site layout, begin a
discussion on potential environmental items and develop a cost estimate. The CD is approximately a
15-25% design and will include, but is not limited to, site features, standard details, grading trends,
to a level of detail to compile a reasonable cost estimate. Further detail will be developed in following
design services.
Project Design Items include:
Firearms Range Design Components and Planning:
• 2- 200 Yard Qualifying Range
• 1or2-300 Yard Range
• 4 or more 25, 50, or 100 Yard Ranges
(as space permits)
• Multi -use Range (270 Degree) (if room
available)
26675 Uruella Road • Galt, CA 95632 • 209.40(1.5729
dkramer@petralogix.com
• Elevated shooting position
• Explosives Ordinance Device Bunker
• Driving Course (with potable water)
• Modular Classroom Building (Capacity
for 50 personnel) location and pad
• Lighting for night time use of facility
•petralog ix
gra ptrr,lu - environmental - geology
Page 14
City of Lodi
Proposal No. 201.9-00012
• Area for Storage containers • Gravel parking area
• Minor improvements to Access Road • Site Fencing and Gates
Additionally, AECOM will provide the following as part of the Conceptual Design:
• Ranges will be designed for 20 lanes
• Concrete staging and firing line pads
• Optional enhanced safety features for Firearms Ranges (Eyebrows and Baffles)
• Best Management Practices for addressing possible stormwater/lead interaction
• Conceptual Cost Estimation
PROJECT DELIVERABLES
AECOM will provide the following project deliverables. Comments received from Petralogix, the City
and PD on the draft deliverable will be incorporated in the final version of deliverables.
• Draft Conceptual Design: Electronic copy in PDF format of the Training Facility layout for
review and comment.
• Conceptual Design: Electronic copy in PDF format of design drawings and cost estimate.
Terracon
Geotechnical Engineering Services
We are currently proposing to use Terracon, Inc. as the lead geotechnical engineer of record. They
have proposed the following task/service items for completing the Geotechnical Engineering for the
project. They will incorporate existing site geotechnical information for both proposed areas of study,
but will also need to perform some additional field and lab tests.
Field Program
Propose to perform a total of nine or ten (5 or 7) borings.
• One additional boring will be drilled to a depth of 50 feet below the ground surface (bgs).
• Two to three borings will be drilled to a depth of 20 feet bgs.
• Two to three borings will be drilled to a depth of 10 feet bgs.
Data from all the borings will be used to characterize the upper soils for possible use in the driving
course and shooting range embankments, as needed. Test samples will be collected during drilling
in general accordance with the appropriate ASTM methods. These samples will be tested for the
maximum dry density and optimum moisture contents as determined in the ASTM D1557 test
method. The results of these tests will be used in the slope stability analyses of the embankments.
Two [2) bulks samples will also be obtained to provide R -value testing in order to provide
recommendations for gravel/paved access roads.
26675 Bruella Road • Galt, CA 95632 • 209.400.5729
dkramer@petralogix.com
•petralogix
geophysics - environmental - geology
Page 15
City of Lodi
Proposal No. 2019-00012
Laboratory Testing
The samples will be tested in our laboratory to determine physical engineering characteristics.
Testing will be performed under the direction of a licensed geotechnical engineer and may include
visual classification, moisture content, dry density, sieve analysis, Atterberg limits, direct shear•,
strength, and consolidation as appropriate. As previously mentioned, two samples of the near surface
soils will be tested to determine the maximum dry density and optimum moisture content.
Engineering Analysis and Report
The results of the field and laboratory programs will be evaluated by a professional geotechnical
engineer licensed in the State of California. Based on the results of the evaluation, a geotechnical
engineering report will be prepared detailing the results of the testing performed, provide logs of the
borings, and contain a diagram of the site/boring layout.
Baumbach and Piazza
Surveying Services
Surveying:
We are currently proposing to use Baumbach and Piazza Engineering as the lead surveyor of record.
Topographic Survey Updates
We propose to update as needed existing features and contours as necessary for design work.
Topography to include existing ground features, swales, ditches, fences, power poles and roadways.
Boundary Survey and Easement Updates
We propose to update as needed survey control to identify boundaries of project site, as well as
proposed easement additions or modifications.
Moore Biological, Inc.
Biological Review Services
Moore Biological, Inc. will continue on behalf of the City to represent the proposed project, in
conjunction with already performed biological surveys, the required additional monitoring and
updated biological surveys for the proposed project:.
26675 r3ruella Road • Galt, CA 95632 • 209.400.5729
dkramer@petralogix.com
•petralogix
geophysics- environmental - geology
City of Lodi
Proposal No. 2019-00012
Table 1. Cost Breakout
Page 16
TASK #
DESCRIPTION
UNIT
RATE
TOTAL FEE
1
ISfMND Preparation (Draft)
120
$135.00
$16,200.00
2
IS/MND Preparation (Final)
40
$135.00
$5,400.00
3
Preparation of NOC and File Fees*
1
$3,250.00
$3,250.00
4
Public Meetings and Outreach
1
$2,000.00
$2,000.00
5
AB 52 Compliance Assistance
10
$145.00
$1,450.00
6
Traffic Review***
20
$185.00
$3,700.00
7
Noise Review ****
20
$185.00
$3,700.00
8
Environmental Safety Review
40
$185.00
$7,400.00
9
AECOM — Design Services**
1
$20,000.00
$20,000.00
10
Terracon — Geotech**
1
$12,000.00
$12,000.00
11
B&P Surveying**
1
$5,000.00
$5,000.00
12
Biological Consultant**
60
$165.00
$9,900.00
13
Senior Technical Review
10
$185.00
$1,850.00
Total Fees (Time and Materials)
$91,850.00
* State Filing Fees of $2,210 fora Mitigated Negative Declaration.
' Includes Petralogix Oversight Fees and Markup of 10%.
*** Basic analysis and review of site traffic and existing LOS data. This is not a Rill Traffic Impact Study (TIS).
"** General review of sensitive receptors (60 to 70 decibel Daily Average and Peak Max Range). This is not a full Noise
impact Study (NIS).
Table 2. Schedule of Services
TASK #
DESCRIPTION
TOTAL FEE
1
IS/MND Preparation (Draft)
6-8 Weeks
2
ISfMND Preparation [Final)
10-12 Weeks
3
Preparation of NOC and File Fees*
1 Week
4
Public Meetings and Outreach
--
5
AB 52 Compliance Assistance
4-5 Weeks
6
Traffic Review***
4-5 Weeks
7
Noise Review ****
4-5 Weeks
8
Environmental Safety Review
5-6 Weeks
9
AECOM — Design Services**
6-8 Weeks
10
Terracon — Geotech**
5-6 Weeks
11
B&P Surveying **
5 Weeks
12
Biological Consultant**
6-8 Weeks
13
Senior Technical Review
--
For biological considerations, and the requirements for various surveys that might be required for
this project, we recommend that biological surveys begin as soon as possible.
26675 Bruella Road • Galt, CA 55632 • 209.400.5729
dkramer@petralogix.com
•petralogix
geophysics • enviranrnenwl' • geaio jy
Page 17
City of Lodi
Proposal No. 2019-00012
We appreciate the opportunity to propose on this project and look forward to working on it. if you
have any questions feel free to call or write at any time.
Warm Regards,
Daniel E. Kramer, President
Professional Geologist #8657
26675 Bruella Road • Galt, CA 95632 • 209.400.5729
dkramer@petralogix.com
petralog ix
gcophyks envLionmeotat geolayy
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 proiect
that it is insuring.
(d) Severabilitv 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 1 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.
(1)
Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(I) 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 1 of 2 pages 1 Risk: rev. 3/1/2018
RESOLUTION NO. 2019-56
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH PETRALOGIX ENGINEERING, INC., OF GALT,
FOR CALIFORNIA ENVIRONMENTAL QUALITY ACT AND
ARCHITECTURAL COMPLIANCE SERVICES FOR THE
LODI POLICE TRAINING FACILITY PROJECT
WHEREAS, currently, Police personnel utilize a small shooting range located in the
basement of the City Hall Annex (formerly the Police Facility), which was constructed with the
building in 1966 and includes five shooting lanes with a maximum target distance of 25 yards;
and
WHEREAS, a dedicated training facility is necessary to provide adequate space and the
capability to train and certify staff in the various skills needed for police service on a long-term
basis. These skills include long-range shooting (up to 300 yards), bomb disposal, and high
performance driving; and
WHEREAS, Petralogix Engineering, Inc., would facilitate all designs and technical
studies, as needed, to bring the project through the initial California Environmental Quality Act
(CEQA) planning requirements, and the scope of work would include CEQA and project
management services, architectural services for the preliminary design of the facility (needed to
complete the CEQA requirements), geotechnical services, and surveying and biological review
services; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Petralogix Engineering, Inc., of Galt, for construction assistance
services for California Environmental Quality Act and architectural compliance services for the
Lodi Police Training Facility Project, in the amount of $91,850.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Petralogix
Engineering, Inc., of Galt, California, for construction assistance services for California
Environmental Quality Act and architectural compliance services for the Lodi Police Training
Facility Project, in the amount of $91,850.
Dated: April 17, 2019
I hereby certify that Resolution No. 2019-56 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 17, 2019, 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
i'Y\ _0,,.a,c.Da
IFER '+P ERRAIOLO
City Clerk
2019-56