HomeMy WebLinkAboutAgenda Report - November 19, 2008 E-14AGENDA ITEM IP
CITY OF LODI
COUNCIL COMMUNICATION
rrs
AGENDA TITLE:Adopt Resolution Authorizing City Managgerto Execute Master Agreement for
Wastewater Flow Monitoring Stu ywith V & A, of Oakland ($40,000);
Approving Task Order; and Appropriating Funds ($23,000)
MEETING DATE: November 19, 2008
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Managerto execute a Master
Agreement and task order for the Wastewater Flow Monitoring
Study with V & A, of Oakland, in the amount of $40,000 and
appropriating funds ($23,000) as shown below.
BACKGROUND INFORMATION: The City Council adopted Resolution No. 2007-217 approving the
Work Plan and Schedulefor the City's Sewer System Management
Plan (SSMP) at the November 7,2007 Council Meeting. The SSMP
is required by the State Water Resources Control Board to facilitate
proper funding and management of sanitary sewer systems statewide. Compliance with the state's
requirements is also a provision of the City's discharge permit for the White Slough Water Pollution
Control Facility adopted in September2007.
The SSMP is comprised of 11 elements. One of the elements of the SSMP is the System Capacity
Assurance Plan (SCAP). The SCAP b a master planning tool that assures hydraulic capacity is provided
within key wastewater system elements under dry and wet weather peak flow conditions. A computer
model of the City's wastewater collection system is being assembled by Engineering staff. The computer
model will be used to identify deficiencies in the existing wastewater collection system and to model
future wastewater system expansions to serve proposed developments within the General Plan area.
Improvementsto the collection system identified in the SCAP will be implemented through the capital
improvement program.
One of the key steps in building a computer model is calibrating it with existing wastewater flow
conditions. Under the task order (Exhibit A), the consultantwill collect wastewater flow data from six
strategic locations in the City for the dry weather/wet weather wastewaterflow conditions, analyze the
collected data, and present the data in a written report.
The City received Proposals for the Wastewater Monitoring Flow Study from the following consultants:
ADS Environmental Service (San Diego), E2 Consulting Engineers, Inc. (Emeryville), and V & A
(Oakland). The Proposals were reviewed and ranked based on the consultant's understanding of the
project, experience, and qualifying experience presented in the proposals. Staff unanimously selected
V & A as the most qualified consultantfor the study.
Staff recommendsthat the Council authorize the City Manager to execute a MasterAgreement and task
orderwith V & A in the amount of $40,000. $23,000 has been budgeted in the Wastewater Impact Fee
-IJ -lOITA
KIWP%Wastewater%WastewaterCapacityStudyGAward RFPdoc
Blair King, City Mana er
r
11/13/2008
Adopt Resolution Authorizing City Manager to Execute Master Agreement for Wastewater Flow
Monitoring Study with V & A, of Oakland ($40,000); Approving Task Order; and Appropriating Funds
($23,000)
November 19,2008
Page 2
fund and staff recommends appropriating $23,000 from the Wastewater Capital Fund to cover the total
project cost of $46,000, which includes the task order and associated staff costs.
FISCAL IMPACT: No fiscal impact to the City is anticipated for this study, however, upon
completion of the sewer model, future maintenance requirements will be
more easily anticipated.
FUNDING AVAILABLE: Requested Appropriation: Wastewater Capital (171) $23,000
$23,000 is appropriated in the FY 08/09 budget for this project in the
Wastewater Impact Fees fund (173050).
vans, Budget Manager
F. Wally SdAdefin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWSILC/pmf
Attachment
cc: City Attorney
Purchasing Officer
Water Services Manager
K:1WP1WastewaterlWastewalerCapacityStudylCAward RFP.doc 11/13/2008
MASTER PROFESSIONAL SERVICES AGREEMENT
Wastewater Flow Monitoring Study for the City of Lodi
This Master Professional Services Agreement (hereinafter "Agreement") is made and
entered into by and between the City of Lodi, a municipal corporation (hereinafter
"CITY) and V & A Consulting Engineers, Inc., a California corporation/sole proprietor
firm/partnership (hereinafter"CONSULTANT).
RECITALS
A. CONSULTANT services are needed for the Wastewater Flow Monitoring Study for
the City of Lodi.
B. After negotiations between CITY and CONSULTANT, the parties have reached an
agreement for the performance of services in accordance with the terms set forth in
this Agreement. On November 19, 2008, the City Council, by Resolution, authorized
the City Manager to execute this Agreement with CONSULTANT.
NOW, THEREFORE, THE PARTIES MUTUALLY AGREE AS FOLLOWS:
SCOPE OF SERVICES. CONSULTANT shall perform the services as may be
described in subsequent Task Orders which the parties agree are to be made a part
hereof by this reference. The services shall be performed by, or under the direct
supervision of, CONSULTANT'S Authorized Representative: Kevin Krajewski, P.E.
CONSULTANT shall not replace its Authorized Representative, nor shall
CONSULTANT replace any of the personnel listed in the specific Task Order(s), nor
shall CONSULTANT use any subcontractors or sub -consultants, without the prior
written consent of CITY.
2. TIME OF PERFORMANCE. Time is of the essence in the performance of services
under this Agreement and Task Orders and the timing requirements set forth therein
shall be strictly adhered to unless otherwise modified in writing in accordance with
this Agreement. The CONSULTANT is not responsible for delays caused by factors
beyond the CONSULTANT'S reasonable control, including but not limited to delays
because of strikes, lockouts, work slowdowns or stoppages, accidents, acts of God,
failure of any governmental or other regulatory authority to act in a timely manner,
failure of the Client to furnish timely information or approve or disapprove of the
CONSULTANT'S services or work product promptly, or delays caused by faulty
performance by the Client or by contractors of any level. When such delays beyond
the CONSULTANT'S reasonable control occur, the Client agrees the CONSULTANT
is not responsible for damages, nor shall the CONSULTANT be deemed to be in
default of this Agreement. CONSULTANT shall commence performance, and shall
complete all required services no later than the dates set forth in each Task Order.
CONSULTANT shall submit all requests for extensions of time to CITY in writing no
later than ten (10) days after the start of the condition which purportedly caused the
delay, and not later than the date on which performance is due.
K:\W P\Wastewater\WastewaterCapaci tyStud y\V&A_Agmt.doc
3. INDEPENDENT CONTRACTOR STATUS. CONSULTANT is an independent
contractor and is solely responsible for all acts of its employees, including any
negligent acts or omissions. CONSULTANT is not CITY'S employee and
CONSULTANT shall have no authority, expressed or implied, to act on behalf of
CITY as an agent, or to bind CITY to any obligation whatsoever, unless CITY
provides prior written authorization to CONSULTANT.
4. CONFLICT OF INTEREST. CONSULTANT (including its employees) shall not
maintain or acquire any direct or indirect interest that conflicts with the performance
of this Agreement and any Task Orders. In the event that CONSULTANT maintains
or acquires such a conflicting interest, any contract (including this Agreement)
involving CONSULTANT'S conflicting interest may be terminated by CITY in its sole
and absolute discretion and without prior written notice as required by Paragraph 6
below.
5. COMPENSATION.
5.1 For services performed by CONSULTANT in accordance with this Agreement,
CITY shall pay CONSULTANT on a time and expense basis, at the billing rate
set forth in the Task Orders. CONSULTANT'S billing rates shall cover all costs
and expenses of every kind and nature for CONSULTANT'S performance of
the specific Task Orders. No work shall be performed by CONSULTANT in
excess of the Not To Exceed amount as stated in the specific Task Orders
without the priorwritten approval of CITY.
5.2 CONSULTANT shall submit monthly invoices to CITY describing the services
performed, including times, dates, and names of persons performing the
service.
5.3 Within thirty (30) days after CITY'S receipt of invoice, CITY shall make
payment to the CONSULTANT based upon the services described on the
invoice and approved by CITY, which approval shall not be unreasonably
withheld.
5.4 In the event that CONSULTANT'S negligent acts, errors, or omissions, or
willful misconduct in fact result in damages to CITY, CONSULTANT shall
reimburse CITY (or in City's discretion CONSULTANT'S payment under
pending invoice(s) may be offset) to the extent of the damages incurred as the
result of CONSULTANT'S negligent acts, errors, or omissions, or willful
misconduct.
6. TERMINATION. CITY may terminate this Agreement or any Task Order hereunder
by giving ten (10) days written notice to CONSULTANT. Upon termination,
CONSULTANT shall give CITY all original documents, including preliminary drafts
and supporting documents prepared by CONSULTANT. CITY shall pay
CONSULTANT for all services satisfactorily performed in accordance with this
Agreement and any Task Orders, up to the date notice of termination is given.
7. OWNERSHIP OF WORK. All original documents prepared by CONSULTANT under
this Agreement and any Task Orders hereunder are the property of CITY, and shall
be given to CITY at the completion of CONSULTANT'S services, or upon demand
from CITY. CITY acknowledges that CONSULTANT documents are instruments of
2
K:\W P\Wastewater\W astewaterCapacityStudy\V&A_Agmt.doc
professional service; nevertheless, the documents prepared under this Agreement
and the specific Task Orders shall become the property of the CITY upon completion
of the work and payment in full of all monies due to CONSULTANT by CITY. CITY
shall not reuse or make any modification to the documents without notification to the
CONSULTANT. CITY agrees, to the fullest extent permitted by law, to indemnify and
hold CONSULTANT harmless from any claim, liability or cost (including reasonable
attorney's fees and defense costs) arising or allegedly arising out of unauthorized
reuse or modification of the documents by CITY or any person or entity that acquires
or obtains the documents from or through City without the written authorization of
CONSULTANT. CONSTULTANT shall be allowed to retain copies of all documents
prepared underthis Agreement and any Task Orders hereunder. In addition,
CONSULTANT shall be allowed to release information to its insurance carriers in the
event of a claim or when ordered by a subpoena.
8. ATTORNEY'S FEES. In the event any legal action is commenced to enforce this
Agreement, the prevailing party is entitled to reasonable attorney's fees, costs, and
expenses incurred as may be determined by a court of competent jurisdiction.
9. INDEMNIFICATION. CONSULTANT shall indemnify and hold harmless CITY
(including its elected officials, officers, and employees) from and against any and all
claims for damages, demands, liability, costs, and expenses including court costs
and attorney's fees) to the extent that they arise out of CONSTULTANT'S negligent
act, error oromission(s) in the performance of services under this Agreement and its
Task Orders.
10. BUSINESS LICENSE. Prior to the commencement of any work under this
Agreement, CONSULTANT shall obtain a City of Lodi Business License.
11. INSURANCE.
11.1 General. CONSULTANT shall, throughout the duration of this Agreement
and any Task Orders, maintain insurance to cover CONSULTANT, its agents,
representatives, and employees in connection with the performance of
services under this Agreement at the minimum levels set forth herein.
CONSULTANT shall be entitled to rely on all data, plans, surveys, maps, and
other information provided by or on behalf of CITY in performing its services
under this Agreement, and such reliance shall, in all events, be considered
reasonable.
11.2 Commercial General Liability. (with coverage at least as broad as ISO
form CG 00 01 01 96) Coverage shall be maintained in an amount not less
than $2,000,000 general aggregate and $1,000,000 per occurrence for
general liability, bodily injury, personal injury, and property damage.
11.3 Automobile Liability. (with coverage at least as broad as ISO form CA 00
01 07 97 for "any auto") Coverage shall be maintained in an amount not less
than $1,000,000 per accident for bodily injury and property damage.
11.4 Workers' Compensation. Coverage shall be maintained as required by the
State of California.
3
K:\W P\Wastewater\W astewaterCapacityStudy\V&A_Agmt.doc
11.5 Professional Liability. Coverage shall be maintained to cover damages that
may be the result of negligent acts, errors or omissions in the rendering of
professional services by the CONSULTANT in an amount not less than
$1,000,000 per claim made.
11.6 Endorsements. CONSULTANT shall obtain endorsements to the
automobile and commercial general liabilitywith the following provisions:
116.1 CITY, its elected and appointed boards, commissions, officers,
agents and employees shall be named as additional insureds.
11.6.2 For any claims related to this Agreement, CONSULTANT'S
coverage shall be primary insurance with respect to CITY. Any
insurance maintained by CITY shall be excess of the
CONSULTANT'S insurance and shall not contribute with it.
11.7 Notice of Cancellation. CONSULTANT shall obtain endorsements to all
insurance policies by which each insurer is required to provide thirty (30)
days prior written notice to CITY should the policy be canceled before the
expiration date. Forthe purpose of this notice requirement, any material
change in the policy prior to the expiration shall be considered a cancellation.
11.8 Authorized Insurers. All insurance companies providing coverage to
CONSULTANT shall be insurance organizations authorized by the Insurance
Commission of the State of California to transact the business of insurance in
the State of California.
11.9 Insurance Certificate. CONSULTANT shall provide evidence of compliance
with the insurance requirements listed above by providing a certificate of
insurance, in a form satisfactory to the CITY'S Risk Manager no later than
five (5) days after the execution of this Agreement.
11.10 Substitute Certificates. No later than thirty (30) days prior to the policy
expiration date of any insurance policy required by this Agreement,
CONSULTANT shall provide a substitute certificate of insurance.
11.11 CONSULTANT'S Obligation. Maintenanceof insurance by CONSULTANT
as specified in this Agreement shall in no way be interpreted as relieving
CONSULTANT of any responsibility whatsoever (including indemnity
obligations under this Agreement), and CONSULTANT may carry, at its own
expense, such additional insurance as it deems necessary.
12. ASSIGNMENT AND DELEGATION. This Agreement and any portion thereof shall
not be assigned or transferred, nor shall any of CONSULTANT'S duties be
delegated, without the written consent of CITY. Any attempt to assign or delegate
this Agreement without the written consent of CITY shall be void and of no force and
effect. Consent by CITY to one assignment shall not be deemed to be consent to
any subsequent assignment.
4
K:\W P\Wastewater\W astewaterCapacityStudy\V&A_Agmt.doc
13. NOTICES.
13.1 All notices, demands, or other communications which this Agreement
contemplates or authorizes shall be in writing and shall be personally
delivered or mailed to the respective party as follows:
To CITY To CONSULTANT
Directorof Public Works Kevin Krajewski, P.E.
City of Lodi V & A Consulting Engineers, Inc.
221 West Pine Street 1999 Harrison Street, Ste. 975
Lodi, CA 95240-1910 Oakland, CA 94612
13.2 Communications shall be deemed to have been given and received on the
first to occur of: (1) actual receipt at the address designated above, or (2)
three working days following the deposit in the United States Mail of
registered or certified mail, sent to the address designated above.
14. MODIFICATIONS. This Agreement or any Task Orders hereunder may not be
modified orally or in any manner other than by an agreement in writing signed by
both parties.
15. WAIVERS. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver or a waiver of a subsequent breach of the same or any other
provision of this Agreement.
16. SEVERABILITY. In the event any term of this Agreement is held invalid by a court
of competent jurisdiction, the Agreement shall be construed as not containing that
term, and the remainderof this Agreement shall remain in full force and effect.
17. JURISDICTION AND VENUE. The interpretation, validity, and enforcement of the
Agreement shall be governed by and construed under the laws of the State of
California. Any suit, claim, or legal proceeding of any kind related to this Agreement
or any Task Orders shall be filed and heard in a court of competent jurisdiction
located in the County of San Joaquin.
18. ENTIRE AGREEMENT. This Agreement and subsequent Task Orders comprise the
entire integrated understanding between the parties concerning the services to be
performed for any project. This Agreement supersedes all prior negotiations,
representations, or agreements, whether oral or written.
19. COMPLIANCE WITH THE LAW, CONSULTANT shall comply with all local, state,
and federal laws, whether or not said laws are expressly stated in this Agreement or
any Task Orders hereunder.
20. SIGNATURES. The individuals executing this Agreement represent and warrant that
They have the right, power legal capacity, and authority to enter into and to execute
this Agreement on behalf of the respective legal entities of the CONSULTANT and
CITY. This agreement shall inure to the benefit of and be binding upon the parties
hereto and their respective successors and assigns.
5
K:\W P\Wastewater\W astewaterCapacitystudy\V&A_Agmt.doc
IN WITNESS WHEREOF the parties do hereby agree to the full performance of the
terms set forth herein.
CITY OF LODI
a municipal corporation
CONSULTANT
By: Blair King By: Kim L. Bell
Title: City Manager Title: Principal, Manager Firmwide Services
Date: Date:
Fed. Employer ID No.:
Attest:
By: Randi Johl
Title: City Clerk
Date:
Approved as to Form
D. Stephen Schwabauer
City Attorney
By: Janice D. Magdich
Title: Deputy City Attorney
Date:
L
K:\W P\Wastewater\W astewaterCapacityStudy\V&A_Agmt.doc
Exhibit A
Wastewater Flow Monitoring Study
Task Order
The City Of Lodi (City) requireswet and dry weather flow monitoring at six (6) locationsfor
a period of one month for dry weather and one month for wet weather. I n order to complete
the by January 30,2009, it is likely that the dry and wet weather work will occur
consecutively, The flow monitoring data will be used to establish flow rates and diurnal
curves, and to calibrate the City's model.
Flow metering will be conducted using Area -Velocity flow meters with electronic data
recorders, and will utilize electromagnetic, ultrasonic or radar technologies. Flowmeterswill
be calibrated to providethe most accurate data possible. V&A will calibratethe flow meters
prior to installation, during meter installation, at least twice during the flow metering period,
and upon meter removal.
The following deliverables will be provided to the City:
1. Written report at the conclusion of the dry weather monitoring, including:
a. Graphical and tabular presentation of the flow monitoring data for each location.
b. Brief summary of results and findings.
2. Written report at the conclusion of the wet weather monitoring, including
a. Graphical and tabular presentation of the flow monitoring data for each location.
b. Brief summary of results and findings,
3. Final written report summarizing the dry weather and wet weather data and including,
a. Introduction
b. Project description
c. Vicinity mapwith monitoring station locations
d. Methods of data collection and equipment description
e. Flowanalysis
f. Results of study
g. Tables and graphs for each monitoring location
Additionally, CD's will be submitted which will include electronic versions of the reports
submitted in WORD, and flow data shall be submitted in EXCEL.
�41 V&A Page 1
City of Lodi Wastewater Flow Monitoring Study
SCOPE OF WORK
Iga Description
- Document Review and Site Visit: V&A will review with the City existing sanitary sewer
plans to determine the appropriate flow monitoring sites. V&A will visit the proposed sites
in order to verify suitability of manholes and/or alternative manholes for installation of flow
meters. V&A will consult with the City in preparation of the submittal of flow monitoring
sites.
Install/Calibrate/Remove Flow Meters: A V&A crew with a field truck and all necessary
confined space and flow monitoring equipment will install, calibrate, and removethe flow
meters. After meter installation, V&A will visit and calibratethe meters at each site. V&A
shall be responsible for installation, calibration, and removal of all equipmentfor this
project.
Report Preparation: V&A shall download and reduce all data into EXCEL spreadsheets
for data analysis and report preparation. V&A will prepare a sanitary sewerflow monitoring
report and 1/1 analysis that will include both tabular and graphical presentation of the flow
data. The reportwill also include a narrative about the equipment used and how it was
installed, calibrated, maintained and monitored. The report will include an explanation of
the data analysis procedures. Three copies of the draft report and three copies of the
final report shall be provided.
V&A's Project Manager for this work is:
Kevin J. Krajewski, P.E.
V&A Consulting Engineers
1999 Harrison Street, Suite 975
Oakland, CA 94612
510.903.6600(phone)
510.903.6601(fax)
kkraiewskiCc-)vaenaineerina.com
.41 V&A Page 2
City of Lodi Wastewater Flow Monitorim Study
PROJECT SCHEDULE
The following schedule has been developed for a finely execution of the services of this project:
t' c t
(1) Deliverable: Dry weather report sided the week of January 5, 2009.
(2) Deliverable: Wet wether report submitted the week of February 2, 2009,
(3) Deliverable: Final report sued the week of February 16, 2009.
►� V&A Page 3
N
.N+
N
N
Tads
Descriptlae
2
IMj
1�
•
d
•
Wsssm aid m**"m)
lam of
•
i
eerat
0I
1•
t' c t
(1) Deliverable: Dry weather report sided the week of January 5, 2009.
(2) Deliverable: Wet wether report submitted the week of February 2, 2009,
(3) Deliverable: Final report sued the week of February 16, 2009.
►� V&A Page 3
City of Lodi Wastewater Flow Monitoring Study
PROPOSED COST OF STUDY
We propose to complete this work on a lump sum basis for a total cost of $40,000. The
Resource Allocation Estimate below shows the hours, budget and hourly rates. Terms are Net
30 days and this price is valid for 90 days from the date of this proposal.
RESOURCEALLOCATION ESTIMATE
PROPOSAL NO: 08-0631
CLIENT: City of Lodi
JOB TITLE: Flow Monitoring at 6 Sites for 2 Months 28 -Oct -08
Task Description Project Sr. Project Project Assistant Engineering Engineering Proj.Admin./
Manager Engineer Engineer Engineer Assistant Assistant Clerical Total
1 Doc. Review, Prep.
8
0
2
0
4
0
2
16
$2,340
Job Sat -Up
2
Field Materials
$200
evri Expenses(Printing/Reproduction)
2
4
$520
Project Management
2
24 Batteries
$288
Rain Gauges 2 Months
$200 per Morph
meters
$0
2
$360
Document Review
$12,000
SubtotalOther Direct Costs
2
514,900
2
$300
Site Walk/Venfication
4
4
$760
Meter Set -Up
4
4
$380
2 Field Work
0
30
30
30
0
0
90
510,800
Meter Installation
8
8
16
$1,960
Download
30
30
$3,450
Calibration
16
16
32
$3,920
Meter Removal
6
6
12
$1,470
3 Report Preparation
12
0
24
24
0
32
96
511,960
Spreadsheets/DB
4
4
$760
Datalnput
16
16
$1,520
Data Analysis
4
8
8
16
36
$4,400
Reports
4
16
16
4
40
$5,280
Subtotal
20
0
56
54
34
32
6
202
Hourly
$190.00
$170.00
$150.00
$115.00
$95.00
$95.00
$70.00
Total Direct Labor
$3,800
$0
$8,400
$6,210
$3,230
$3,040
$420
$25,100
$25,100
Other Direct Costs
Amount $25,100
CSE Truck& Equipment
$120 per Day
11 Days
$1,320
Mileage 11 roundtrips
$0.50 per Mile
170 Mlles/rt
$935
Field Materials
$200
evri Expenses(Printing/Reproduction)
$157
Batteries
$12 per Battery
24 Batteries
$288
Rain Gauges 2 Months
$200 per Morph
meters
$0
Flow Meters 2 Months
$1,000 per Month
6 meters
$12,000
SubtotalOther Direct Costs
514,900
GRAND TOTAL ESTIMATED COST
:41 vim►
$40,000
Page 4
V&A CONSULTING ENGINEERS
FEE SCHEDULE
EFFECTIVE JANUARY 31,2008
HOURLY RATES
Principal -in -Charge
$250
Senior Project Manager
$200
Project Manager
$190
Senior Project Engineer
$170
Project Engineer
$150
Associate Engineer
$130
Assistant Engineer
$115
CADD Designer
$115
EngineeringAssistant
$95
NACE Level II Technician
$90
Technician
$80
Project Administrator/Clerical
$70
Forensic Engineering
$325
Deposition/Court Appearance
$425
RATES INCLUDE OVERHEAD AND PROFIT
OTQIRECT`OSTS
Subcontractor/Subconsultant
Cost + 10%
Travel (Air/Hotel/Per Diem/Rent-A-Car)
At Cost
Auto/Truck Mileage
$0.50/Mile
Field Truck Rental
$80/Day
Confined Space Entry Truck and Safety Equipment Rental
$120/Day
Sewer Flow Meter Rental
$1,200/Month
Sewer Flow Meter Rental
$300/Week
Rain Gauge Meter Rental
$100/Month
UltrasonicThickness Gauge Rental $150/Day
`' V&A Page 5
RESOLUTION NO. 2008-220
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGER TO EXECUTE
MASTER AGREEMENT FOR WASTEWATER FLOW
MONITORING STUDY; APPROVING TASK ORDER;
AND FURTHER APPROPRIATING FUNDS
WHEREAS, the City Council adopted Resolution No. 2007-217 approving the
Work Plan and Schedule for the City's Sewer System Management Plan (SSMP) at the
November 7, 2007, Council Meeting. The SSMP is required by the State Water
Resources Control Board to facilitate properfunding and managementof sanitary sewer
systems statewide. Compliance with the state's requirements is also a provision of the
City's discharge permit for the White Slough Water Pollution Control Facility adopted in
September 2007; and
WHEREAS, one of the elements of the SSMP is the System Capacity Assurance
Plan (SCAP), which is a master planning tool that assures hydraulic capacity is provided
within key wastewater system elements under dry and wet weather peak flow conditions.
A computer model of the City's wastewater collection system is being assembled by
engineering staff. The computer model will be used to identify deficiencies in the
existing wastewater collection system and to model future wastewater system
expansions to serve proposed developments within the General Plan area.
Improvements to the collection system identified in the SCAP will be implemented
through the capital improvement program; and
WHEREAS, one of the key steps in building a computer model is calibrating it
with existing wastewater flow conditions. Under the task order, the consultant will collect
wastewater flow data from six strategic locations in the City for the dry weather/wet
weather wastewater flow conditions, analyze the collected data, and prepare the data in
a written report; and
WHEREAS, the City received proposals for the Wastewater Monitoring Flow
Study from the following consultants: ADS Environmental Service (San Diego),
E2 Consulting Engineers, Inc. (Emeryville), and V & A (Oakland). The proposals were
reviewed and ranked based on the consultant's understanding of the project,
experience, and qualifying experience presented in the proposals. Staff unanimously
selected V & A as the mostqualified consultantfor the study; and
WHEREAS, staff recommends that the Council authorize the City Manager to
execute a Master Agreement and task order with V & A, of Oakland, California, in the
amount of $40,000 and appropriate $46,000 from the Wastewater Capital Fund and
Wastewater Impact Fees to cover the task order and the associated staff costs.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Master Agreement and task order for the
Wastewater Flow Monitoring Study with V & A, of Oakland, California, in the amount of
$40,000; and
BE IT FURTHER RESOLVED that funds in the amount of $46,000 be
appropriated from the Wastewater Capital Fund and Wastewater Impact Fees for this
project.
Dated: November 19,2008
I hereby certify that Resolution No. 2008-220 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held November 19, 2008, by the
following vote:
AYES: COUNCIL MEMBERS — Hansen. Hitchcock, Johnson, Katzakian,
and Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS— None
2008-220