HomeMy WebLinkAboutAgenda Report - May 1, 2013 C-12AGENDA ITEM CP*# 1 L
,ICITY OF LODI
♦ °
O
V , . O�
COUNCIL COMMUNICATION
q<IFOF�
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement for Band Screen Chain and Side Seal Tracking and Field Services for the
White Slough Water Pollution Control Facility with Sole Source JWC Environmental,
of Costa Mesa ($60,880)
MEETING DATE:
PREPARED BY:
May 1, 2013
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute professional
services agreement for band screen chain and side seal tracking
and field services for the White Slough Water Pollution Control
Facility with sole source JWC Environmental, of Costa Mesa, in the amount of $60,880.
BACKGROUND INFORMATION: The band screens were installed at the White Slough Water
Pollution Control Facility in 2007 and are used to remove rags and
debris entering the plant to protect downstream equipment and
processes. Soon after startup, failure occurred and repairs were required to be performed by the
manufacturer under the equipment warranty. The manufacturer extended the equipment warranty for a
five-year period because of the initial failure.
The manufacturer's extended warranty has expired and cost of repairs and maintenance are now the
responsibility of the City. Currently, one of the two band screens remains out of service and needs repair
to properly operate. JWC Environmental is the sole source manufacturer for this equipment.
JWC Environmental staff will assist City staff making the necessary repairs and has agreed to replace
damaged screen panel frames, bottom guide assemblies, spray wash system, drive components, and
cover latches and gaskets, at no additional cost to the City.
Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when the City
Council determines that the purchase or method of purchase is in the best interests of the City. Staff
recommends executing a professional services agreement with JWC Environmental for the band screen
chain and side seal tracking and field services.
FISCAL IMPACT: If the band screens are not repaired, screening could be inadequate resulting in
discharge permit violation and additional costs.
FUNDING AVAILABLE: Funds are available in Wastewater Utility Fund — Plant Maintenance (170403).
Jordan Ayers
Deputy City Manager/Internal Lirvices Director
36 ) tv U, jl� I Alk
F. Wally S delin
Public Works Director
Prepared by Larry Parlin, Deputy Public Works Director— Utilities
cc: Karen Honer, Wastewater Plant Superintendent I
w
• • 60:4
K:\WM000NCIU2013\13and Screen.doc
radt Bartlam, City Manager
4/3/2013
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 12013,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
JWC ENVIRONMENTAL (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 Band Screen
Chain and Side Seal Tracking and Field Services for the White Slough Water Pollution
Control Facility (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
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, 2013 and terminates upon the
completion of the Scope of Services or on September 1, 2013, whichever occurs first.
z
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 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 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.
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.
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, Deputy PW Director - Utilities
To CONTRACTOR: JWC Environmental
290 Paularino Avenue
Costa Mesa, CA 92626
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.
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.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
T
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:JWC Environmental
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
in
10--1
Attachments: _.
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Funding Source:170403
(Business Unit & Account No.)
Doc ID:WP\Projects\PSAs\JWCEnvironmental
CA:rev.01.2012
8
By: _
Name:
Title:
A/B
Ilh Global Headquarters Exhibit
jn,& 290 Paularino Avenue
Costa Mesa, CA 92626 USA
EnvxoamienW phone (949) 833-3888
toll-free (800) 331-2277
Trust Monster Quality' fax (949) 833-8858
jwce@jwce.com
March 22, 2013
City of Lodi WWTP
12751 North Thornton Road
Lodi, CA 95242-3995
Attention: Mr. Ken Capitanich - Chief Wastewater Plant Operator
Reference: JWC Band Screens - Our Sales Order #103942
Dear Ken,
Pursuant to a meeting between Larry Parlin, and David Ban and Mike Tooley from Misco, JWCE's
representative, we offer you this revised proposal to repair the Band Screens. Listed below is a
summary in greater detail of what is to be provided by the City of Lodi, and JWC Environmental.
JWC Environmental to Provide:
1. Replace damaged cover latches: $ 1,600.00
2. Replace damaged cover gaskets: $ 193.00
3. Replace all SS panel frames: $71,401.00
We recommend the replacement of all the 316SS frames that hold the perforated UHMWPE
screen panels because many of the frames are damaged beyond repair on both screens. Jason
and I used what we could from Screen #I in order to get Screen #2 operable. Consequently,
Screen #1 is missing many of the frames. A broken frame will catch on the internal screen
components, and damage the screen (refer to item #2 in the attached Screen and Chain Panel
drawing).
4. Replace the bottom guide assemblies: $ 1,610.00
5. Replace the spray wash systems: $17,020.00
We redesigned and relocated the spray bar to the side of the screen panels. The water now hits
the panels at a perpendicular angle for better cleaning of the panel. We also added new deflector
plates inside the screen to keep screenings and water in the sluice. This design reduces the
amount of water that can leak out from where the drive shaft assembly penetrates the side frame
(refer to the clouded details on the attached Lodi Redesign 1 drawing). With this design the 45
psi water pressure may be adequate without a booster pump.
6. Replace damaged drive components: $25,985.00
The design of the drive has not changed. We will replace only those drive components that are
worn or damaged, and not the entire drive assembly. This will likely consist of drive shafts,
bearings, sprockets and the external chain adjustment plates. The motors and reducers should be
reusable.
www.jwce.com
Global Headquarters
�'. 290 Paularino Avenue
Costa Mesa, CA 92626 USA
Environmentalo phone (949)833-3888
toll-free (800) 331-2277
Trust Monster Quality' fax (949) 833-8858
jwce@jwce.com
City of Lodi to Provide or Purchase:
1. Purchase new chain: $26,053.00
2. Purchase new UHMWPE side seal tracking: $21,227.00
Pricing has increased slightly because the previous 1-31-13 packaged proposal JWC offered has
been deemed unworkable by the City of Lodi. Therefore, we need to ask the City to accept a
marginal price increase to offset our labor and material costs for these components.
3. Purchase onsite field service at $1,700.00/Service Technician/Day (includes travel and per diem;
two Service Technicians will be required for approximately 8-10 days).
We are asking the City of Lodi to purchase field services because the 1-31-13 package originally
proposed by JWC has been deemed unworkable. Without the purchase of the 3rd band screen,
JWC is unable to fully absorb the labor costs to rebuild the screens. Due to the nature of the
onsite work, the City of Lodi personnel do may not have the necessary knowledge and
experience to do this work themselves.
4. Provide 1-2 plant maintenance personnel to assist, and any equipment necessary for the repairs.
We urgently recommend that a decision on how we are to proceed should be made sooner, rather
than later. Band Screen #2 cannot continue to operate much longer without repairs. The lead time to
order, fabricate and deliver the required repair components is 4-6 weeks. The estimated on-site
repair time is approximately 2 weeks. If it helps expedite the ordering process, we can begin with a
Letter of Intent, followed by a purchase agreement before we begin onsite repairs.
JWC Environmental remains committed to supporting the City of Lodi to insure the Band Screens
provide reliable performance throughout the service life of the equipment.
If you have any questions regarding this proposal, please contact me at 714-618-4941, or at
DaveBAjwce.com. Thank you.
Sincerely,
David Barkey
Western Regional Sales Manager
JWC Environmental, LLC
290 Paularino Avenue
Costa Mesa, CA 92626-3314
Cc: Scott Kelly, Kenny Oyler, Jim Burke, Rick LeShane, Jason Kanawyer — JWC Environmental
Mike Tooley, David Ban — Misco Water
www.jwce.com
Exhibit C
Insurance Requirements 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 Contractors 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:
1. COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$2,000,000 Ea. Occurrence $1,000,000 - Ea. Occurrence
$4,000,000 Aggregate
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.).
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 thero oiect that it is insuring.
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) Completed Operations Endorsement
A certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the
City of Lodi during construction and for three years after acceptance.
(d) 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.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 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. A waiver of subrogation is required for workers compensation
insurance. 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 agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
RESOLUTION NO. 2013-71
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE PROFESSIONAL SERVICES
AGREEMENT FOR BAND SCREEN CHAIN AND SIDE SEAL
TRACKING AND FIELD SERVICES FOR WHITE SLOUGH
WATER POLLUTION CONTROL FACILITY
WHEREAS, band screens were installed at the White Slough Water Pollution Control
Facility in 2007 and are used to remove rags and debris entering the plant to protect
downstream equipment and processes. Soon after startup, failure occurred and repairs were
required to be performed by the manufacturer under the equipment warranty. The manufacturer
extended the equipment warranty for a five-year period because of the initial failure; and
WHEREAS, the manufacturer's extended warranty has expired and cost of repairs and
maintenance are now the responsibility of the City. Currently, one of the two band screens
remains out of service and needs repair to properly operate; and
WHEREAS, JWC Environmental is the sole source manufacturer for this equipment.
JWC Environmental staff will assist City staff making the necessary repairs and has agreed to
replace damaged screen panel frames, bottom guide assemblies, spray wash system, drive
components, and cover latches and gaskets, at no additional cost to the City; and
WHEREAS, per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process
may be dispensed when the City Council determines that the purchase or method of purchase
is in the best interests of the City.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement for band screen
chain and side seal tracking and field services for the White Slough Water Pollution Control
Facility, through the sole -source manufacturer, JWC Environmental, of Costa Mesa, California,
in the amount of $60,880.
Dated: May 1, 2013
I hereby certify that Resolution No. 2013-71 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 1, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JOHL
City Clerk
2013-71