HomeMy WebLinkAboutAgenda Report - October 6, 2021 C-11AGENDA ITEM (!+ I I
CITY OF LODI
e
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Petralogix Engineering, of Galt, for Lodi Police Department
Training Facility Design ($347,440)
MEETING DATE: October 6, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Petralogix Engineering, of Galt, for
Lodi Police Department Training Facility Design, in the amount of
$347,440.
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 and is mostly suitable for pistol shooting.
A dedicated training facility is necessary to provide expanded capability for training and certifying 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. 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).
On April 19, 2017, Council authorized the 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, in the amount of $91,850. That work
completed the environmental and preliminary design work necessary to provide the foundation for
moving forward with final design services as additional funding became available.
In July of this year, the Police Department received $584,000 in asset seizure monies and has allocated
the funds needed to prepare the final design documents ($347,440) for constructing the facility.
The facility will be designed to accommodate construction in phases (again, as funding is available). The
initial phase will include a short, medium, and long -yardage shooting range, classroom facilities, an
explosives and detonation bunker, and minor site improvements. Later phases will include additional
short and long yardage ranges, an active training driving course, and expanded classroom facilities. At
buildout, the facility is expected to utilize approximately 35 acres of land area at the WSWPCF.
Petralogix Engineering will perform the project management services to facilitate completion of the
design documents including surveying, design of all proposed phases of work, and project specifications.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
Ilcvcfllv021pubwks$1WPIPROJECTSISEWER%WSWPCF1pd shooting range%CC Petralogix PSA Police Facility_final design2.doc 9/23/2021
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Petralogix Engineering, of Gait, for Lodi Police Department Training
Facility Design ($347,440)
October 6, 2021
Page 2
Staff recommends authorizing City Manager to execute Professional Services Agreement with
Petralogix Engineering, of Galt, for Lodi Police Department Training Facility Design, in the amount of
$347,440.
FISCAL IMPACT: Police training facilities are difficult to access. Those agencies with
comprehensive facilities reduce their costs to train by shortening the
duration officers must be off normal duty to access training and limiting
overtime to backfill normal police duties during training. Due to high
demand for these facilities in our region, staff anticipates partnerships for
facility usage that will greatly reduce both the operating and construction
cost burdens. These partnerships may take the form of interagency
MOU's, Joint Powers Authority, long term lease, committed rental or
operator agreements. Multiple agencies have expressed interest in gaining
consistent access to the facility. In addition, the Police Foundation is
seeking donations to further offset the construction work. While the City's
General Fund will likely need to front the costs for design and construction,
it is anticipated that through the Foundation and significant partnerships,
the impact on the City will ultimately be minimal.
FUNDING AVAILABLE: General Fund Capital (43199000.77020) - $347,440
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
cus,�Q
Charles E. Swimley, Jr.
Public Works Director
CES/CES/cd
Attachment
Signature: 84Wj L - Signature:
Andrew My1(Sep ?i. 7U7104:1 PIAT) 5[pvF.khw uer[Sep 27, 17210%55 FIDT)
Email• akeys@lodi.gov Email: sschwabauer@lodi.gov
\\cvcfilv02\pubwks$1WPVROJECTS%SEWERkWSWPCF%pd shooting rangelCC Petralogix PSA Police Facility final design2 doc 9/23/2021
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PETRALOGIX
ENGINEERING, INC. 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 Design and
Project Oversight for the Lodi Police Department Training Facility located at the White
Slough Water Pollution Control Facility (WSWPCF) (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 October 1, 2021 and terminates
upon the completion of the Scope of Services or on June 30, 2022, whichever occurs
first.
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 Aud iti no
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement, Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assi ns
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: Charles Swimley
To CONTRACTOR: Petralogix Engineering, Inc.
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.
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 Re uirement
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 Inte ration 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 Fundina 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.
Section 4.22 Counterparts and Electronic Si natures
7
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER CUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
jdm
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
PETRALOGIX ENGINEERING, Inc.,
a California corporation
By:
Name: DANIEL 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: 21031100.72450
(Business Unit & Account No.)
Doc ID:
CA:Rev.07.202 Lelecsign
8
Pet:ralogix fingineering, Inc.
26675 Hruella (toad, Galt, Ca 95032
h'[') 209400-5729
rlkt',irncrt'i�rlrc�l,stll�lmr�_ �•ir�rl
vn�1ym�lr r.�fupi.t'r�i,n
September 19, 2021
Proposal No. 2021-00021
Attn: Charles Swimley
City of Loch — Public: Works
227 West Pine Street
Lodi, CA 95240
Exhibit A/B
*Letralogix
Subject: City of Lodi Police Department Training Facility Design
Lodi Waste Pollution Control Facility
Lodi, California
Mr. Swirnley,
We appreciate the opportunity to provide you with our proposal to perform final design services for
tale Lodi Police Department Training k1cility. As you know, we have already completed initial C'EQA
services for this project, and assisted GEI Consultants with the completed of preliminary clesign
related to the project. Below you will find an estimated cost and timeline for providing Ore necessary
final design and management/oversight compliance services for the proposed Police Traitring Facility
Project.
Our proposal is based on convers�itions with the City about the preferred options which were
discussed as part of the initial design phase. Attached to this proposal is GE1 Consultant's base
proposal which cc)vers the overall design cost associated with the design phase completion of this
project. Here in, we surnmarize our additional Fees for overseeing the project and assisting in overall
compliance rnanagemeafor this phrase of the project.
Scope ol'Work
Petralogix's scope ofworkwill involve overall project management for the work efforts ofthis project
including clay to clay design review activities. We will review and oversee all invoicing for sub-
contractors and assist with the preparation of project deliverables and project reviews as needed. We
will be the primary line of communication between the PD, Public: Works, GEI, and other outside
contractors as Oeeded. We will assist in all project naeeting,s and site visit:; to verify site conditions
and Conceptual layouts. Our role is to act as a compliance manager for the needs of the project.
Included in Our I'eeS is time land material rustirw for additional (minimal) surveying as needed for
design level services to be completed. We I larl to use Baumbach and Piazza for these suh-consulting
services.
GEI's scope of work includes the design of the PD Training Facility and preparation of plans and
specifications for use a.s a single construction package with Phases (h3id Options) dependent on
www, e'l_ral0 rix.coill
1,;,,,,, 1-,
City of Lodi
Proposal No. 202 1-0002 1
funding, The basis of the design will be the Conceptual Design prepared by GEL The PD Training;
Facility will he master planned/designed with all elements identified and agreed upon in the
Conceptual Design. The Master Plan will then be divided into Phases to allow construction as luucls
are available. Below is a Cast Breakout and Schedule of Services for work for your consideration.
"Table 1. Cast Breakout
TASK All
DESCRIPTION
UNIT
RATE
TOTAL FEE
L
GEl Services*
1
$244,04.0.00
$244,04.0.00
2
Petralo ix Management fees"
1
$48,000.00
$48,000.00
3
Petralo ix Project Management
200
$185.00
537,000.00
4
Petralo 7ix (B&P3 Surveyinjq Services
1
$10,000.00
$10,000.00
5
Senior Fcchnical Review
40
$210,00
$8,400.00
Total Fees Time and Materials
$347,440.00
* See attached GEI proposal for all details and total scope of services.
** Includes Petralogix's Pass through fees and markup of 20%.
The total project timeframe is estimated to be roughly 7 months from time of initiation of services,
and is broken down in additional detail in GFI's attached proposal. We .iphreciate the opportunity to
propose on this project and look forward to working on it if elected. If you have any questions, feel
free to call or write at any time.
Warm Regards,
/%J
Daniel E. Kramer, President
Professional Geologist #8657
26675 Rruella Road • Galt, CA 95632 • 209.400.5729 Opetralogix
dkramer@petraloglx,com
GE1 '
Consultants
April 2, 2021
Mr. Daniel Kramer, President
Petralogix Engineering, Inc.
26675 Bruella Rd
Galt, CA 95632
Subject: Proposal for the City of Lodi Police Department Training Facility Design
Dear Mr. Kramer;
GEI Consultants, Inc. (GEI) has considered the scope of work outlined at our meeting on
January 22nd, with Petralogix Engineering, Inc. (Petralogix) and the City of Lodi Police
Department (PD) and prepared our proposal for the design of the City of Lodi Police Training
Facility (PD Training Facility) accordingly. We look forward to the opportunity to complete the
design of the PD Training Facility. GEI will Master Plan (fully design) the PD Training Facility
and provide phases (as described below with priority of the PD's needs) to allow the City of
Lodi (City) flexibility of construction dependent on available funds.
BACKGROUND
The purpose of the PD Training Facility is to construct a facility for the PD to train and perform
officer firearms qualifying tests, store and detonate explosive ordnance, conduct classroom
and field training, and perform driving training on an Emergency Vehicle Operations Course
(EVOC). In addition, this facility may serve other agencies outside of the Lodi PD. Currently, the
PD is using a training facility and range outside of the City limits. The new PD Training Facility
would be located on the City's Wastewater Treatment Plant property, which is an efficient
location for the PD.
GEI previously completed the conceptual layout for the Training Facility in April of 2020 to
meet the requirements of the Lodi PD.
SCOPE OF WORK
GEI's scope of work includes the design of the PD Training Facility and preparation of plans and
specifications for use as a single construction package with Phases (Bid Options) dependent on
funding. The basis of the design will be the Conceptual Design prepared by GEI. The PD
Training Facility will be master planned/designed with all elements identified and agreed upon
In the Conceptual Design. The Master Plan will then be divided into Phases to allow
construction as funds are available.
As part of the scope, GEI will perform overall project management for the work efforts of this
project including day to day design activities, invoicing, preparation of project deliverables and
GEI Consultants, Inc.
2868 Prospect Park Drive Suite 400, Rancho Cordova, CA 95670
PHONE: 916.631,4500 FAX: 916.631.4501
Mr. Daniel Kramer, President
Petralogix Engineering, Inc.
April 2, 2021
Page 2
project reviews, and meetings (Kick-off, 60% review and 90% review meetings). This task also
includes a site visit for the Project Manager to verify the site conditions and conceptual layout.
GEI's scope of work includes plans, specifications, and cost estimate detailing the following:
1. Master Site Plan
2. Existing access road improvements
3. Site Grading and Drainage
4. Range details and dividing wall options
5. Backstop berms 15 feet tall with 10 feet tall CMU walls
6. Explosive Ordinance area for Detonation and location for storage bunker. Bunker to be
provided by others.
7. Area for Storage containers, prefabricated classroom building and mobile restrooms
(items provided by others)
8. Gravel access roads and parking areas
9. An ADA parking stall and path will be provided at each range and the Training Building
area.
10. Coordination with PG&E to bring power to the site from the new gate being installed
at the waste water treatment entrance.
11. Electrical:
a. Site lighting
b. Power to EVOC area for pump at skid pan, and traffic light
c. Power to Pre -fabricated Classroom building (assuming standard electrical
requirements (HVAC, outlets, lighting), mobile restroom, outlets at 25 yard
ranges for articulating targets, EOD bunker area for future security system
d. Outlet provided at two parking spaces near Training building for electric
vehicle charging (Level 1) and golf cart.
e. Conduit/cabling for internet access will be designed for later installation of
cabling by others.
f. Electrical design will be developed and the construction set will appropriate
electrical work in a phased approached.
12. Training Facility divided into three (3) phases
a. Phase 1:
i. 2-100 yard ranges (20 positions each)
ii. Access Road Improvements
iii. EOD Storage and Detonation Area
iv. Site Clearing and Grading
v. Site Fencing
b. Phase 2:
i. 3-25 yard ranges (10 positions each)
ll. 1-300 yard range (10 Positions)
iii. Parking for associated Ranges
iv. Area for Training Buildings and Storage
c. Phase 3:
Mr. Daniel Kramer, President
Petralogix Engineering, Inc.
April 2, 2021
Page 3
i. EVOC area: Paving and grading
ii. EVOC Fencing
13. Bid Options:
a. Access Road Widening
b. EOD area with 270° Ballistic Sand
PROJECT DELIVERABLES
GEI will provide the project deliverables below. Review meetings will be held after each
deliverable for discussion and comments between GEI, Petralogix, the City, and the PD.
• 60% Design: Plans, Technical Specifications, and Engineer's Opinion of Probable Cost
• 90% Design: Plans, Technical Specifications, and Engineer's Opinion of Probable Cost
• 100% Design: Plans (Signed and Stamped), Technical Specifications, and Engineer's Opinion
of Probable Cost.
Drawings will be prepared using Autodesk's AutoCAD and Civil 3D, version 2020 or newer in
conformance with GEI's drafting standards. GEI will use the City's title block and provide PDF's
(24"06") for submittal reviews. The final deliverable will also include the AutoCAD files.
Technical Specifications will be based on the City, County and State specifications and
standards utilized by the City. Technical Specifications will be prepared in Microsoft Word and
submitted in both Word and PDF formats for tracking purposes. If applicable, Technical
Specifications may be placed on the Plan set. GEI is not responsible for front end specifications
(typically Division 00 and 01).
GEI will prepare an Engineer's Opinion of Probable Cost based on the level of design, facility
elements and quantities to assist the City in preparing a construction budget.
GEI will conduct independent internal technical reviews for each deliverable prior to submittal
for consistency with percent of design and accuracy of scope.
Client Reviews by stakeholders will occur after each submittal. It is assumed stakeholders will
have a week to review plans and specifications. At the conclusion of the review period a
meeting will be held to discuss any comments or questions on the deliverable.
PROJECT SCHEDULE
The following is the anticipated project schedule, based on time from Notice to Proceed (NTP):
60% Design: 3 Months after NTP
90% Design: 3 Months after 60% review meeting and comment resolution
100% Design: 1 Month after 90% review meeting and comment resolution
Total anticipated project schedule is 7 months from NTP.
Schedule may be impacted by review times greater than one week, review meeting
scheduling, coordination with PG&E, etc.
Mr. Daniel Kramer, President
Petralogix Engineering, Inc.
April 2, 2021
Page 4
ASSUMPTIONS AND EXCLUSIONS
GEI has been provided site information, including topographical data, known utility locations,
and other information currently made available by the City.
Assumptions:
1. Survey was conducted by others and GEI takes no responsibility for the survey. It has
been provided by the Client as a base file for the design. Topographic changes since
the survey was performed and are not GEI's responsibility.
2. GEI will not be performing any additional survey or utility Information. If additional
information is needed for the design, GEI will note areas and items to be surveyed and
the Petralogix will perform at no cost to GEI.
3. Geotechnical investigation, data, and recommendations will be provided by others.
Recommendations shall be provided for the following: roadways (gravel), asphalt
pavement for driving course, foundation recommendations for soil treatment and/or
replacement for structures, concrete pads, range dividing wall foundations (ECO/Ultra
Block or Hesco Walls) storage pads, CMU block walls, range backstop berms, etc.
4. GEI will make recommendations for stormwater encountering lead from impact
berms, otherwise stormwater will be directed to existing swales for direction and
treatment at the Wastewater Treatment Facility.
5. Sanitary sewer is not included in this portion of the project. Per discussions with City
and PD, a self-contained bathroom facility will be provided by others.
6. Electrical design does NOT include: structures beyond what is shown in the conceptual
design plans, security system, cameras, design for pre -fabricated training building.
7. The Training building, Mobile restrooms, EVOC design, articulating targets and EOD
bunker are all pre -fabricated and information will be provided by the City for using in
electrical demand/connection.
8. Specifications: Petralogix to provide City of Lodi standard specifications and details.
9. At this time no shade structures, tables, etc. are included in the design associated with
the Training Facility.
10. No preparation of applications, submittal of permits, or permit fees are included.
11. Stormwater Pollution Prevention Plan by Others.
12. Petralogix or City will coordinate reviews and meetings with other agency
stakeholders.
13. Review time is assumed to be one week with a meeting (video conference) to discuss
comments after each deliverable.
14. Petralogix to provide final City of Lodi Drawing numbers before final submittal.
15. Construction Services and Bid Support may be provided as a separate and future task.
Mr. Daniel Kramer, President
Petralogix Engineering, Inc.
April 2, 2021
Page 5
TERMS
No work will be performed outside this scope of work without Petralogix's written
authorization. The design of this project is anticipated to be approximately 7 months.
Assuming all background information, reviews, standards and specifications, etc. are provided
in a reasonable time. If special circumstances or delays (not attributed to GEI) are
encountered, Petralogix will be notified immediately. If a change in the scope of work is
identified, it will be communicated to you quickly. The cost estimate to complete the
requested scope of work is guaranteed for 60 days.
PROPOSED BUDGET
GEI's proposed budget and rate schedule is provided in Exhibit A for completing the work
described above in the Scope of Work. Our estimated total budget for completing the above
project Scope of Work is $244,040.
We appreciate the opportunity to assist the Petralogix and the City of Lodi. Please contact our
proposed Project Manager, Michael Wong at 916.205.2018 or mwong@geiconsultants.com if
you have questions about our proposal.
Sincerely,
;;?--- Z -
Kris Van Sant, P.E.
Senior Engineer
Michael Wong
Project Manager
W
0
a
m
W
c
U)
d
0
R
LL
.0
m
V
++
C
01
G
a� a
C a�
d d
i V
CD o
c a
W
x_ o
co J
O
Mw
O
L
a v
m
E
E
r
N N
O
N
d o
c M
i
mg
E
N
C
0.1
E
a
m
C:
m
CD
N
L
u
U)
v
a�
0
N
O
N
N
7
N
L
U
N
LL
E
m
C
m
U)
U
C
C
m
7
0
U
uw9,
NO
G
LD
C
d
■l
C"
ul
r
IR
=
r
a
00
Go
",
4
1S03 iviol
w
ds
`w
L
to
o
fA
�
N
P7
QI
;soo le;Q;gng
Vo
4m
m
dC2
ti
N
N
in
N
ED
m
to
rz
CN
M
do-lieW OBAe40 eatruaS
� u
o
u�
(o;a uoifonpadaa's;luliad
3
La
'WOIGJBd'BuiBpoI'IaneJ
■A
i
.
e i) sesuedx3 Joefad J841
ra
�a
m
tv
o
C
rti
�Fi
[•7
r
N
M
M
4�'f
6�A
CV
`o ;so3 jeioignS
...
Q
c�
SJH 1e30
v
Ln
0
`o
rNi
r
IO
IO
N
iC
G]
V7
W
W
H
u
E
v
�,
LL
sa
c
rn
as
ur
u
w
O
or
O
O
6
a
o
Q
J
a
o
m
0
rn
o
F-
O
Y
N
Y
1i
Y
~
N
-
Y
r
E
N
C
0.1
E
a
m
C:
m
CD
N
L
u
U)
v
a�
0
N
O
N
N
7
N
L
U
N
LL
E
m
C
m
U)
U
C
C
m
7
0
U
uw9,
NO
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 providerts) to submit the required Insurance documentation electronically
Insurance Reauirementa 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 2010 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 insurgnce ZnF dorsemeni
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 on 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 prowe
that it is insuring
(d) SevQrability of Interest Claus@
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) Noti a of Canpellation or Change In Coverage Endorsemen
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 I 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 Tenn. 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) V rife ali n 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.
Q) 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
(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 Insurerlsi
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.
Signature:
Janice D. Tagdich (Sep 29, 2021 18:48 PDT)
Email: jmagdich@lodi.gov
Page 2 1 of 2 pages -- '- `--"--� �� --- " �' ' _ � •___ .._. f ___ -- - • ---�— Risk: rev, 3/1/2018--
RESOLUTION NO. 2021-272
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT
WITH PETRALOGIX ENGINEERING, INC., OF GALT, FOR LODI POLICE
DEPARTMENT TRAINING FACILITY DESIGN
WHEREAS, the City of Lodi Police Department has a need for a dedicated Police
Training Facility to provide expanded capability for training and certifying staff in the various
skills needed for police service on a long-term basis; and
WHEREAS, the proposed location of the training facility is at White Slough Water
Pollution Control Facility; and
WHEREAS, on April 19, 2017, Council authorized 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 Lodi Police Training
Facility Project, for environmental and preliminary design work necessary to provide the
foundation for moving forward with final design services as additional funding became available;
and
WHEREAS, in July of this year, the Police Department received $584,000 in asset
seizure monies and has allocated the funds needed to prepare the final design documents for
constructing the facility; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Petralogix Engineering, Inc., of Galt, for Lodi Police Department
Training Facility Design, in the amount of $347,440.
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, for Lodi Police Department Training Facility Design, in the amount of
$347,440; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: October 6, 2021
I hereby certify that Resolution No. 2021-272 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 6, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN COUNCIL MEMBERS — None
JENNIF CUSMIR
City Clerk
2021-272