HomeMy WebLinkAboutAgenda Report - June 20, 2012 C-10AGENDA ITEM Co I D
CITY OF LODI
COUNCIL COMMiJNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Two -Year Professional
Services Agreement ($39,840) and to Execute Agreement Extensions with Crop
Production Services, of Stockton, for White Slough Water Pollution Control Facility
Land Application Area Monitoring
MEETING DATE: June 20,2012
PREPARED BY: PublicWorks Director
RECOMMENDEDACTION: Adopt resolution authorizing City Managerto execute two-year
professional services agreement in the amount of $39,840 and to
execute agreement extensions with Crop Production
Services, of Stockton, for White Slough Water Pollution Control Facility land application area monitoring.
BACKGROUND INFORMATION: Farming operations at the White Slough Water Pollution Control Facility
(WSWPCF) include the irrigation with recycled water and the application
of biosolids for fodder crops that are cultivated on approximately
790 acres of City -owned farmland. In accordance with the City's National Pollutant Discharge Elimination
System (NPDES) permit, the City is required to monitorthe application of recycled water and biosolidsto
ensure that the fields are not organically or hydraulically overloaded.
To ensure that recordkeeping and management practices are fully compliant with the NPDES permit, the
City has contracted for agronomist support services on an annual basis. The agronomist is required to
sign and certify monthly reports, including the Annual Cropping and Irrigation Monitoring Report and
Plan; conduct monthly site visits during the application of recycled water and biosolids; and coordinate
irrigation and crop management practices with the farmers who lease these fields.
Services provided by the agronomist have resulted in improved land management and compliance with
NPDES permit requirements. Due to the high quality of services and history with Crop Production
Services, staff recommends a two-year professional services agreement be executed with provisionsfor
two two-year extensions. Staff recommends that City Council authorize the City Manager to negotiate
and execute the extensions, shouIdthat be in the best interest of the City.
FISCAL IMPACT: Failure to successfully manage the land application areas could result in
NPDES permit violations and fines.
FUNDING AVAILABLE: Wastewater FunfiK170403)
Jordan vers
Deputy City Managggr/I nternalervices Director
F. Wally andelin
PublicWorks Director
Prepared by Kathryn E. Garcia, Compliance Engineer
FWS/KMG/pmf
cc: Deputy PublicWorks Director— Utilities
Compliance Engineer
APPROVED:
K:\WP\White Slough\CAgronomistPSA.doc
Konradt Bartlam, City Manager
6/4/2012
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
Crop Production Services (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 Agronomist
Support for Completion of the City of Lodi White Slough Water Pollution Control Facility
Land Application Area Monitoring (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 crE 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 crE 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 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 July 1, 2012 and terminates upon the
completion of the Scope of Services or on June 30, 2014, whichever occurs first.
2
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) two (2) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement, including the provisions of the Fee Proposal set forth in Exhibit B, continue
and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option
under this paragraph, shall not exceed six (6) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advance 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.
3
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
1 :I ME 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), 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.
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 Reauirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Kathryn E. Garcia
To CONTRACTOR: Lew Baumbach
Crop Production Services
P. O. Box 5188
Stockton, CA 95205-5188
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
5
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severabilitv, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
6
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit 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.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as cf the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CROP PRODUCTION SERVICES
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By: By:
Name: Lew Baumbach
Title: Crop Consultant/Agronomist
Attachments:
Exhibit A —Scope of Services & Fee Proposal
Exhibit B — Insurance Requirements
Funding Source:170403.7323
(Business Unit & Account No.)
Doc ID:
CAorev.01.2012
8
Annual Agronomist Supportfor Completion cfCity of Lodi WPCF Land Applications Area Monitoring.
N
M
a
OVERHEAD
Total Estimated Fee in
TASK/NUMBER
SCOPE
DELIVERABLES
LABOR HOURS
EKVENS£
dollars
Participate in up to four (4) meetings with the City and their
4 hours X 2
consultants, as needed, to discuss protocols for, and results of
meetings = 8
1. MEETINGS
monitoring and reporting requirements.
None
hours total.
None
$960.00
Provide coordination between the City staff and the farmers that
lease the City property, a s needed, to coordinate irrigationand crop
4 hours X 4
management practices such that the permit requirements can be
reliably met. It is anticipated thatat least four (4) meetings with City,
coordination
their consultants, and/or thefarmers that leasethe Clty property will
meetings =16
be needed.
None
hours total.
None
$1,920.00
To—tot estimate a or
Task# 1
$2,880,00
2. Document Review
Review monthly reporttabies provided byCitystaff. Upto seven (7)
and Signature
monthly monitoring reports maybe reviewed.
Pickup hard copies of the monthly reports upon notification by City
staff thatthey are available. The reportswill be available no later
12 hours X 7
than ten(20) days following the monthfor whichthe reports are
7 signed monthly
reports= 84 total
generated (le.Tables for April will be provided by May 10th.)
reports
hours.
None
$10,680.00
Provide review an sigmawre of theAnnuai Cropping and irrigatrIon
Management Plan.
None
2 hours
Norte
$240.00
Total estimated fee for
Task g 2
$gp,320,0()
Conduct up to seven (7) monthly site visits during periods when City
staff is conducting daily inspections of fields to verify that inspection
8 hours X 7 visits=
3. Site Visits
and data coltection efforts satisfy permit rquirements
lone
56 Totai tours
None
$6,720.00
Total estimated fee for
Task 93
$6,720.00
ANNUAL PROJECT FEE
(PER 12 MONTH
Total Estimated Fe, in
F ERIOD)
dollars
N
M
a
Exhibit B
5-4131nsurance Reauirements 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. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Ea. Occurrence $1,000,000 Bodily Injury -Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$2,000,000 Aggregate $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, Employees, and Volunteers 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.
(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 Change in Coverage Endorsement
This policy may not be canceled northe coverage reduced by the companywithout 30 days' prior written notice
of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA 95241.
5-414Compensation 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 City Attorney, City
of Lodi, P.O. Box 3006, Lodi, CA 95241.
NOTE: Certificate Holder Address: City of Lodi
221 West Pine Street
Lodi CA 95240
RESOLUTION NO. 2012-95
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE TWO-YEAR PROFESSIONAL
SERVICES AGREEMENT AND NEGOTIATE AND EXECUTE
AGREEMENT EXTENSIONS FOR AGRONOMIST SUPPORT FOR
COMPLETION OF WHITE SLOUGH WATER POLLUTION
CONTROL FACILITY LAND APPLICATION AREA MONITORING
WHEREAS, farming operations at the White Slough Water Pollution Control facility
include the irrigation with recycled water and the application of biosolids for fodder crops that
are cultivated on approximately 790 acres of City -owned farmland surrounding the facility; and
WHEREAS, in accordance with the City's National Pollutant Discharge Elimination
System permit, the City is required to monitorthe application of the recycled water and biosolids
to ensure that the fields are not organically or hydraulically overloaded; and
WHEREAS, to ensure that the land application area recordkeeping and management
practices are successful, the City has contracted for agronomist support services on an annual
basis, and because of the high quality of services and history with Crop Production Services, of
Stockton, California, staff recommends a two-year professional services agreement for these
services be executed; and
WHEREAS, the professional services agreement contains provisions for two 2 -year
extensions, and staff recommends the City Manager be authorized to negotiate and execute the
extensions, should that be in the best interest of the City.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a two-year Professional Services Agreement with Crop
Production Services, of Stockton, California, in the amount of $39,840, for agronomist support
for completion of White Slough Water Pollution Control Facility application area monitoring; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to negotiate and execute up to two 2 -year extensions.
Dated: June 20,2012
hereby certify that Resolution No. 2012-95 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 20, 2012, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and Mayor Mounce
NOES: COUNCIL MEMBERS—None
ABSENT: COUNCIL MEMBERS—Nakanishi
ABSTAIN: COUNCIL MEMBERS—None
N JOHL
City Clerk
2012-95