HomeMy WebLinkAboutAgenda Report - April 18, 2012 C-08AGENDA ITEM C A
(0 CITY OF LODI
COUNCIL COMMUNICATION
im
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement for Surface Water Treatment Plant Transition Management Services
with Carollo Engineers, Inc., of Sacramento, and Appropriating Funds ($203,900)
MEETING DATE: April 18, 2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute professional
services agreement for Surface Water Treatment Plant transition
management services with Carollo Engineers, Inc., of Sacramento,
and appropriating funds in the amount of $203,900.
BACKGROUND INFORMATION: Construction of the new Surface Water Treatment Plant is nearing
completion, and based on the current schedule that includes
membrane testing in late May 2012, these services should begin no
laterthan May 1, 2012. Because of the advanced membrane technology and varying seasonal operating
conditions, the plant will take an extended period of time to achieve normal optimized operation following
the startup and commissioning. It is estimated to require two full years of operation to develop the
operating procedures and staff experience for year-round optimization.
Staff recommends Carollo Engineers provide plant transition management services during this
optimization period. Carollo Engineers has the necessary expertise and experience required to provide
the California Department of Public Health mandated operator Pall membrane experience, as well as to
develop procedures for the new plant, perform monitoring services, and provide ongoing technical
assistance and training to plant staff. The agreement amount is $203,900 and is for the term of
May 1,2012 through June 30,2013.
FISCAL IMPACT: These services will result in stable operation and maintenance costs.
FUNDING AVAILABLE: Requested Appropriation:
Surface Water Treatment Plant Operations (180461):
Jordan Ajers
Deputy City Manager/Internal Services Director
n
°n W
F. Wally 39ndelin
Public Works Director
Prepared by Larry Parlin, Deputy PublicWorks Director— Utilities
FWS/LP/pmf
APPROVED:
Konradt Bartlam, City Manager
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\CCarolloEngineers.doc
$203,900
4/4/2012
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2012,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
CAROLLO ENGINEERS, INC. (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 Surface Water
Treatment Facility Transition Management Services (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
1F OF SERVICES
Section 2.1 Scope cE 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
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
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 underthis 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, 2012 and terminates upon
the completion of the Scope of Services or on June 30, 2013, whichever occurs first.
2
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 cE Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
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 rir ti
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), 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 of the City of Lodi or its officers or agents.
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.
Se ti 4.6 Insurance Requirements fur CONTRACT(
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.
4
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Larry Parlin
To CONTRACTOR: Carollo Engineers, Inc.
2880 Gateway Oaks Drive, Suite 300
Sacramento, CA 95833
Attn: Kathy Marks
Section 4.9 Cooperation cE 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 k 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.
5
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.
ti 4.14 City Business ii t
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.
6
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 apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CONTRACTOR:Carollo Engineers, Inc.
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By:
Attachments:
ExhibitA —Scope cf Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:180461
(Business Unit & Account No.)
DocID:Projects\Water\SWTF\PSA CarolloEngineers
CA:rev.01.2012
8
By: _
Name:
Title:
Exhibit A
City of Lodi
Surface Water Treatment Facility
Transition Management Services
SCOPE OF SERVICES
INTRODUCTION
The City of Lodi is completing the construction of a new surface water treatment plant (SWTP)
which will be using Pall Membranes to treat Mokelumne Riverwater for domestic use. The
SWTP was designed by HDRwho is providing the engineering services during construction
including the O&M Manual. The California Department of Public Health has told the City that
they want operator staffing with Pall experience running this SWTP. A new supervisory control
and data acquisition (SCADA) system will be implemented at the SWTP and will replace the
existing well monitoring and control system. The City has requested that Carollo Engineers
provide an engineer who has Pall experience to assist with the startup, training, and
optimization of the SWTP.
The City has hired a chief operator and will hire four new operators and one
electrician/instrumentation technician. The City will need assistance to determine the best way
to get laboratory testing completed, heavy maintenance completed and SCADA maintenance
completed.
The new SCADA system will control the existing wells and their new hypochlorite feed from
plant. The system will also have to work with the 3 million gallon storage reservoir and use the
City's water rights. The City has 1,000 acre feet (AF) of pre 1914 water rights consisting of
1,000AF from October through March and 5,000AF from March through October. In addition,
the City has 1,000 to 2,000 AF of purchased water banked over the past 8 years that will have
to be tracked and managed.
The SWTP construction contractor (Overaa) plans to start plant testing in July and turn the plant
over to the City in August. Overaa appears to be on schedule. Based on this schedule the City
would like these startup services to start no later than May 1, 2012.
It is understood by all parties that after startup, the SWTP will take several years to bring to
normal optimized operation. This will include:
• Modifications to overcome supplied equipment deficiencies and issues that cannot be
resolved during construction.
• Process optimization to produce best quality water, which will have to be determined
based on plant actual treatment process performance.
• If the plant treatment process is direct filtration with Pall micro filtration (MF), it may
require more MF optimization to produce better system availability (e.g., minimize
cleanings and downtime). MF permeate quality is independent from raw water quality
• If there is a pretreatment process unit upstream of Pall MF, it may be worth optimizing it.
For example, producing 2 NTU water with a clarifier upstream of the membranes is not
necessary. 5 NTU won't make a difference and coagulant could be saved.
• Optimization to minimize staffing, electrical and chemical consumption
K;IWPIPROJECTSIWATERISurfaceWaterPlantlLodi SWTP Scope.doc
SCOPE OF SERVICES
The following listed tasks provide a laundry list of items that will require varying degrees of
assistance depending on the staff availabilities and capabilities. The hours and fees for each of
these tasks are estimates that will be adjusted between the tasks based on direction from staff.
A. Assist to Develop Required Staff and Define Outsourced Activities
a. Have Chief Operator
b. About to hire operators
c. Will hire Electrician/Instrumentation
d. Need to determine how lab work will be done, develop testing schedules and lab
contracts for external analysis , and implement
e. Need to determine how heavy maintenance will be done, and implement
f. Need to determine how SCADA maintenance will be done, and implement
B. Assist in Developing Standard Operating Procedures (SOP)
a. Use HDR O&M and Operations Plan to develop
b. Use Pall Manuals to develop
c. Meet Regulatory Standards
C. Performance Monitoring (Assist in Meeting Requirements to Maintain Warranties)
a. Procedures to Maintain membranes
i. Normalized permeability - this is a very important consideration.
Permeability is an intrinsic characteristic of the membrane. When
normalized (e.g., typically at 20 deg C) and monitored; it allows the
operation staff to control the status of the membrane independently from
the operations parameters. Feed pressure or transmembrane pressure
may vary with water temperature and flew. The approach allows the
operations staff to be proactive instead of being reactive, which means
lower risk of being short in capacity because of a dirty membrane.
ii. Flushing
iii. Chemical Cleaning
1. Backwash or reverse flow (RF)
2. Forward flushing (FF)
3. Maintenance Clean (Chemically Enhanced Backwash)
4. Full Blown Cleaning (Clean -In -Place)
b. Review water quality data and operating data for the MF system every month
!. Monthly review
ii. Report deviations from expected performance immediately
c. Attend quarterly meetings to discuss current status of the MF membranes
d. Document the condition of the MF system quarterly
D. Assist in Developing Maintenance Procedures
a. Assist staff to select a computerized maintenance management system (CMMS)
b. Assist staff to input equipment into CMMS
c. Implement and optimize the maintenance management
E. Operator Training —Formal classroom and "Hands-on" field training
a. Operations
b. Maintenance
c. Instrumentation
K:IWPIPROJECTSIWATERISurfaceWaterPlant\Lodi SWTP Scope.doc
d. Control system
e. Laboratory
F. Set Up Facility Testing and Acceptance Plan
a. Testing for plant performance
b. Laboratory sampling and analysis
c. Process control
G. Technical Assistance to Regulatory Issues (CDPH) and Operations
a. Help develop plant regulatory submittals:
i. Operational Plan — in HDR scope
ii. Prepare a Stage 2 DBP Monitoring Plan for our distribution system
iii. Validation of Pressure Decay Integrity Testing. CDPH may require it
before allowing the City to send the finished water to the distribution
system.
iv. Disinfection (CT) basin tracer study
b. Submittal will be through City Management
c. Troubleshooting deviations from expected performance
d. Respond to questions from operating staff and City management
e. Advise the City on membrane replacement needs and schedules
f. Provide guidance on the development of improved membrane cleaning
procedures
H. SCADA Programming
a. Provide Wonderware programming of the SCADA system to:
i. Assist with the integration of plant, wells, well head treatment
ii. Assist to develop a control system to use available surface water based
on water rights
iii. Assist to set up and format reports for operation and CDPH
iv. Revise displays to provide needed information
v. adjust controls for minor equipment and instrument modifications needed
I. Project Management
a. Provide a monthly invoice and progress report
b. Coordinate staffing with project and City staff availability
c. Coordinate quality assurance and documentation
K:IWPIPROJECTSIWATERISurfaceWaterPlantlLodi SWTP Scope,doc
EXHIBIT B
City of Lodi
Transition
Management Services
Cost Proposal
Englnears...W.'*""j
Wa
- KlM MW--
i
{-
BobVincent
Bradlev
Jeff Mark Fee
Fee
Gillette
Roouebert
Sessions
Janowiak Weston Schedule
Schedule
PECE
Other
Estimated 2012 Rates
$249
$249
$230
170 160 $151
$96
9.50
Task
Assist to Develop Staff and Define Outsourced Activities
8
16
24
$
5,670
$
228
$
200
$ 5,900
Task
Assist todevelopSOPs
40
40
8
88
$
19,930 $
836 $
1,100 $
1,900
$ 21,800
Task
Performance Monitoring
48
96
24
168
$
36,340 $
1,596 $
1,100 $
2,700
$ 39,000
Task D
Assist in Developing Maintenance Procedures
8
24
2
34
$
7,700 $
323 $
1,100 $
1,400
$ 9,100
Task E
OperatorTraining
48
80
16 16
16
176
$
37,020 $
1,672 $
2,600 $
4,300
$ 41,300
Task IF
Set Up FacilityTestingandAcceptance Plan
40
40
2
82
$
19.350 $
779 $
2,100 $
2,900
$ 22,300
Task
Technical Assistance to Regulatory Issues and Operations
40
40
8
88
$
19,930 $
036 $
500 $
1,300
$ 21,200
Task H
SCADA Programming
8
60 120
188
$
31,240 $
1,786 $
1,000 $
2,800
$ 34,000
Task I
pro ect Mana ement 1
12
24 1
1 1 1
1 1
36
1 $
8,960 1 $
342
$
3001$
9,300
71.pen'sestindudes
ratesersonel are based on the estimated March 2012 Carollo fee schedule.
Dated:
March 27,201 2
PIECE at $9.50 per hour, and travel expenses.
Exhibit C
Insurance Reguirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Ea. Occurrence
$2,000,000 Aggregate
3. ERRORS AND OMISSIONS LIABILITY
$1,000,000 Ea. Occurrence
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage- Ea. Occurrence
NOTE: 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.).
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and
appointed Boards, Commissions, Officers, Agents, Volunteers and Employees as additional named
insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary
insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be
excess only and not contributing with the insurance afforded by this endorsement.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therop iect that it is insuring.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(d) Notice of Cancellation or Chanse in Coverage Endorsement
This policy may not be canceled northe 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 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. 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 W. Pine St., Lodi, CA 95240.
NOTE: No contract agreementwill be signed norwill any work begin on a project until the proper insurance certificate
is received by the Public Works Department. Please be sure your insurance company sends this certificateto
the attention of the Public Works Department.
K:\WP\PROJECTS\PSA's\Forms\Insurance Certificate. Basic. 020811 .doc
1. AA#
2. JV#
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
Professional Services Agreement with Carollo Engineers for transition management services for the Surface Water Treatment
Plant.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: _ Res No: Attach copy of resolutionto this form,
Department Head Signature:
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2012-37
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING CITY MANAGER TO EXECUTE
PROFESSIONAL SERVICES AGREEMENT FOR
SURFACE WATER TREATMENT FACILITY
TRANSITION MANAGEMENT SERVICES AND
FURTHER APPROPRIATING FUNDS
WHEREAS, the construction of the new Surface Water Treatment Plant is
nearing completion, and based on the current schedule, these services should begin no
laterthan May 1, 2012; and
WHEREAS, because of the advanced membrane technology and varying
seasonal operating conditions, the plant will take an extended period of time to achieve
normal optimized operation following the startup and commissioning; and
WHEREAS, staff recommends having Carollo Engineers, Inc., of Sacramento,
perform plant transition management services during this optimization period, as it has
the necessary expertise and experience required to provide the California Department of
Public Health mandated operator Pall membrane experience, as well as to develop
procedures for the new plant, perform monitoring services, and provide ongoing
technical assistance and training to plant staff.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a professional services agreement for Surface
Water Treatment Facility transition management services with Carollo Engineers, Inc., of
Sacramento, California, in the amount of $203,900; and
BE IT FURTHER RESOLVED that funds in the amount of $203,900 be
appropriated from Surface Water Treatment Plant Operations funds.
Dated: April 18, 2012
hereby certify that Resolution No. 2012-37 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 18, 2012, by the following vote:
AYES: COUNCIL MEMBERS —Hansen, Johnson, Nakanishi, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Katzakian
ABSTAIN: COUNCIL MEMBERS — None
]E:�H
City Clerk
2012-37