Loading...
HomeMy WebLinkAboutAgenda Report - November 6, 2013 C-12AGENDA ITEM v * 120 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment to Professional Services Agreement with Carollo Engineers, Inc., of Sacramento ($90,000) MEETING DATE: November 6, 2013 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute amendment to Professional Services Agreement with Carollo Engineers, Inc., of Sacramento, in the amount of $90,000. BACKGROUND INFORMATION: On April 18, 2012, City Council approved a Professional Services Agreement with Carollo Engineers, Inc., to provide Surface Water Treatment Plant (SWTP) transition management services. These services include technical support and assistance with the Pall membrane system, review of plant operations and performance data, and assistance with special studies required by the California Department of Public Health (CDPH), which regulates the facility. Carollo has successfully provided these services, and its continued assistance is important as the SWTP transitions to unattended operation in early 2014. Additional major tasks to be completed in 2014 include: • CDPH One -Year Operations Report • Develop Final Criteria for Unmanned Operation • Obtain Final CDPH Permit • Ongoing SWTP Performance Review Staff recommends approving the amendment to provide these services on a time -and -material basis for an amount not to exceed $90,000 through December 31, 2014. FISCAL IMPACT: These services will result in stable operation and maintenance costs. FUNDING AVAILABLE: SurfaceWater Treatment Plant (18046 1) Jordan Ayers Deputy City Manager/Internal ervices Director F. Wally S delin Public Works Director Prepared by Larry Parlin, Deputy Public Works Director - Utilities FWS/LP/pmf APPROVED: Konradt Bartlam, City Manager K:\WP\C0UNCIL\2013\Caro110 Amendment.doc 10/29/2013 AMENDMENT NO. 1 Carollo Engineers, Inc. Professional Services Agreement THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of November, 2013, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and CAROLLO ENGINEERS, INC. (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on April 24, 2012, and a Contract Extension Agreement (Extension) on July 12, 2013, as set forth in Attachment 1 (attached). 2. WHEREAS, CITY requested to amend said Agreement as set forth in Attachment 2 (attached) and by extending the Term to December 31, 2014; and 3. WHEREAS, CONSULTANT agrees to said amendment. NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee as set ',forth in the Agreement as Attachments 1 and 2, respectively. The Term of the Agreement shall be extended to December 31, 2014. All other terms shall be as set forth in the Agreement. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on , 2013. CITY OF LODI, a municipal corporation Hereinabove called "CITY' KONRADT BARTLAM City Manager Attest: RANDI JOHL-OLSON, City Clerk Approved as to Form: D. STEPHEN SCMR City Attorney CAROLLO ENGINEERS, INC. Hereinabove called "CONTRACTOR" NAME: TITLE: Attachment 1 CONTRACT EXTENSION AGREEMENT CAROLLO ENGINEERS, INC. SURFACE WATER TREATMENT FACILITY TRANSITION MANAGEMENT THIS CONTRACT EXTENSION AGREEMENT, made and effective this l9 day of July, 2013, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and CAROLLO ENGINEERS, INC., hereinafter called "Contractor." WITNESSETH: 1. CONTRACT: Contractor and City, entered into a contract for Surface Water Treatment Facility Transition Management on April 24, 2012. 2. TERM AND TERMS: The term of this Contract Extension Agreement shall be for a period of 1 (one) year, commencing immediately and terminating June 30, 2014. All other terms and conditions will remain as set forth in the Contract for Surface Water Treatment Facility Transition Management attached hereto as Exhibit 1 and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "City" ;K;(3NIRRADT BARTLAM, Citf Manager Attest: RAN-D-I'JOHL-eOLSON, City Clerk CAROLLO ENGINEERS, INC. hereinabove called "Contractor" n icc r�std�„}i' AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Pa es THiS AGREEMENT Is entered into on • 2012, by and between the CITY OF LODI, a municipal corpokation (hereinafter "CITY"), and CAROLLO ENGINEERS, INC, (hereinafter "CONTRACTOR"). Section 1.2 Puraose 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 SCOPE OF SERVICES ' Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. . Section 2.2 Time *For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide- required data or review documents within the appropriate time frames. The review time by CITY and any other agencies Involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted., CONTRACTOR shall remain In contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Moetinas 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 pmposal'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 thia 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 2.6 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 $cope of Services or on June 30, 2013, whichever occurs first. 2 ARTICLE 3 CgMPENSATiON Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provislons 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 Ilmitadon, 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 regbired for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those Inherent in the onglnai Scope of Services shall be approved In advanced and In writing, by CITY. Section 3.4 Auditing CiTY reserves the right to perlodically 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 ISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In peerforming 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 4.8 - Indemnificatioriand Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall Indemnify and hold ..hatmless CITY, Its elected and appointed officials, directors, officers, employees and voluntears 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 i 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 CITL( I 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 f 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. s 4 Section 4.7 Successors and Asslsins 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. Sectfon 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 shelf 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 byfirst 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 3008 Lodi, CA 95241-1910 Attn: Larry Partin To CONTRACTOR: Carollo Engineers, Inc. 2880 Gateway Oaks Drive, Suite 300 Sacramento, CA 95833 Attn: Kathy Marks Section 4.8 Cooperation of CITY CiTY shall cooperate fully and in a timely mariner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 ¢ONTRACTOR Is 1yot an Emplovee of CiTY CONTRACTOR agrees that In undertaking the dutles to be performed under this Agreement, It shall act as an independent contractor fdr 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 regdlre 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 phages are anticipated t 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, I • 5 - i i j 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 Confidentlal CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or perriMed 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 AfEomev19 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. Imthe 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 Rea "re ent CONTRACTOR acknowledges that Lodi Municipal Code Section. 3.04 ,020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appr6priate fees prior to performing any work hereunder, Section 4.10 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 Intearation 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 govered 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 obtainedorprepared under this Agreement, shall be, deemed the property of CITY. Upon CITY a 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 Authors The undersigned hereby represent and warrant that they are authorized by the J parties to execute this Agreement. i Section 4.21 Federal Transit Fundina 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. CITY OF LODI, a municipal corporation IkTGE$T' . NaI JOHL KRAM BARTLAM, City ManaW City Clerk APPROVED AS TO FORM: CONTRACTOR:Caroilo Engineers, Inc. D. STEPHEN SCHWASAUER, City Attorney JANICE D. MAGDICH, Deputy City Attorney j NNaamw. Smart ar Title:C� ✓iaE-Pr J706Nr- Attachments VICG' •t �}e'� . Exhibit A - Scope of Services Exhibit B --Fee Proposal Exhibit C- Insurance Requirements Funding Source: 8�, a4ajl (Business Unit & Account No.) Doo ID:Projects1Wate6SVVrMSA CaroiloEngineers camewos 012 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 tr=eatment plant (SWTP) which will be using Pall Membranes to treat Mokelumne Riverwater for domestic use. The SWTP was designed by HDR who 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 stalfing 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 wall monitoring and control system. The City has requested that Carrillo Engineera provide an engineer who has Pall experience to assist with the startup, training, and opttmizaticn of the SWTP. The City has hired a chief operator and will hire four new operators and ane electrldan/instrumsntatlen technician. The City will need adsistance to determine the best way to get laboratory testing completed, heavy maintenance completed and SCADA maintenance completed. The nil► SCADA aysthrn wtlt-conbvI the existing wells and their new hypccht4rlte feed from plant. Tim system YAR -09 havo to work with the S million gatton storage reservoir and use the City'e yr oft The Cttybas,1,9W acre 1 i (AF) of pre 1814 walbr rights •censtcting of 1,000 AF from October through March and 8,000 AF 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 (Overea) plans to start plant testing In July and turn the plant over to the City in August. Overas 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 inciude: • Modifleatlone 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 flitratlon (MF), it may require more MF optimization to produce better system availability (e.g., minimize cleanings and downtime). MP permeate quallty 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 clarNW upstream of the membrane's is not necesemy. 6 NTU won't make a difference and coagulant could be saved. • Optimization to minimize staffing, electrical and chemical consumption KiffFRpXGMWATERlem w4WAbFhnfiW swrr Gw*oc SCOPE OF SERVICES The following listed tasks provide a laundry fist of items that will require varying degrees of assistance depending on the staff avaitabiliites and capabilities, The hours and tees for each of two tasks arcs estimates that will tie adjusted' between the tasks based on direction firom staff. A. Assist to Develop Required Staff and Define. Outsourced Activities a. Have Chief Operator b. About to hire operators c. Will hire ElectriciaNlnstrumentation 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 Oper4ting Procedures (SOP) a. Use HDR O&M and Operations Plan to develop b, Use Pall Manuals to develop c. Meet Regulatory Standards C. Performance Monitdring (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 parameter;, Feed pressure or transmembrane pressure may vary with water temperature and flow. 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. 1. Flushing Ill. Chemical Cleaning 1: Backwash or reverse flow (RF) Z. Forward flushing (FF) 3. Maintenance Clean (Chemically Enhanced Backwash) 4. Full Blown Cleaning (Clean -In -Place) b. Revlew water quality data and operating data for the MF system every month L Monthly review IL 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 - o. instrumentation J0WP4 =ECr1 twATEfi 8Wf#WW8WAPoNtLLW 9WTP 6eaps,ft d. Control system e. Laboratory F, Set Up Facility Testing and Acceptance Plan a. Testing for plant perfotmancs b. Laboratory sampling and analysis c. Process control G. Technical Assistance to Regulatory Issues (CDPH) and Operations a. Help develop plant regulatory submittals: J. Operational Plan -- In HDR scope II. Prepare a Siege 2 DBP Monitoring Plan for our distriioution system Iii. Validatbn of Pressure Decay Integrity Testing: CDPH may require It before allowing the City to send the finished water to the distributlon system. Iv. Disinfection (CT) basin tracerstudy . b. Submittal will be through City Management c. Troubleshooting deviaticns from expected performance d. Respond to questions flan operating staff and Cfty management e. Advise the Cityon membrane replacement needs and schedules f. Provide jMdancs on the development of improved membrane cleaning . procedures H. SCADA Programming a. Provide Wonderwareprogramming of the SCADA system to: 1. Assist with the integration of plant, wells, well head treatment H. Assist tc develop a control system to use available surface water based on water rights lil. 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 d-. 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 Exhibit C " Ra— +stpNruleescrilhlh(ICtnonptlrlens8 nta kres'trfrajt�alaalstshqrcjk>►txesoiasrj�aaowmcrrtr.la�bgTyeOhata',fnwte+y�eThn shiicrueothabTCaecmtlroorsnannneyttreraaiaslccliit�tpoodarrafsortthsrtaesalribtsglrly etakeout akeouttaate�nactd maintain d, tdhdraitrucueekrntcinordtdlgreyfrratteghinmedttspoIlcferyoy•otefsnd tuthabllscd.4ceeu�oiatnhthtlerl,dar 6raceoctsffr, 0Osm� wo*r them, aneDeo of such insurance shell be as follows; 1. COMPREHE&SLVE GENERAL W681LITY $2,000,000 Ea. Occurrence $2,000,000 Aggregate S. ERRORS ANO QkSSIONS LIA131LITY $1,000,000 Ea. Occurrence 2. QOMPREHENSIVE AUTOMOBILE L1491LITY $1,000,000 ¢odily Injury - Ea. Person $1,000,000 Bodlly Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence NOTE: Contractor agrees andoWdme Met any insurancecovemp provided to the City of Lodi shall provide for a claims period following termtination of coverage which to at least consistent with the claims period or statutes of limitations found In the Calilbmla Tort Claims Act (Caiifornie Oovamfnelrt Code Section 810 of seq.). A copy of the certilicate.of Fnsumnce with the following endorsements shall be fumished to the City: (a) Ned If' uNd Undat go Such InstniriPe its Wtff+a NW by tliije poticy shall also apply to the City of Lodi, Its elected and appointed 81irdei Gonuilselotss, Offlo ah A8e11ts, Volunteers and Employees as additional named Insureds. (This endorsement shall be on a fort flrmished to the City and shall be Included with Contractor's policies.) (b) Primary InauMM EndoMeM Such tnsnurdnce as is aftrded by the endorsement for the Additional insureds shall apply as primary ibawanee. Any other insurance mabrtained by the City of Lodi or Its off)cers and employees shall be excess otdyand not contributing with the inavranrse afforded by this endorsement. N TTM (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine SOW% Lodi. CaIWft, 86241-1910; (2) The Insurance cardneate must state, on its face or as an etaforsetnenit, a description of the oroiect that it is insuring. (b) bViAll1ty of" red Clause The term "Irtsurse is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to homes the MWt of the company's liability. (d) policy may ndt be canceled nor the soverago by, the company without 30 days' prior written notice of such cancellation or reckWon M coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240, The Oci ttr+soiar shol ter* out and nuefth during the Ufa of Mile oortBVA Work0s Contpertea'Eon insurance for all of Cordractsfe employees employed cit the site of the pr+ojsct and, .g ariY wsk is sublet, Contractor" require the armor ait4i* to -provide Worker's Oompen>setlon Irmvertge for d ef1w fir" s amp1mes untess such employees are covered by the. protection afforded by the 0M' h=W. In case go.. aburs of entplayeas engaged in hescaMous work under this coniftadt at the AN of ft,~ is ttbt proMcbd wlerlho wof es Gorr statute, the Corrie w strain povide and efiaii cn'm oath mor to provide ticn Insurance for the pmW of said employees. This pol* may not be cronceled nor the covert : raduceet by the company without 30. days' prior written nogce of such oanceuaffon or reduction in ooverage to ft Risk Manager, Clty of Lodi, 221 W. Rine St, Lodi, CA tikjM. NOTE; No contract agreement will be signed nor will gn 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 certificate to the attention of the Public Works Department K;iWPIPROJECT31 NG%ForrnoUnsumnee Certlflcate.8asic.020011.doc Attachment 2 C Ca,.,.1#41 Engineers... Working Wonders With Water" October 10, 2013 Mr. Larry Parlin Deputy Public Works Director - Utilities City of Lodi Municipal Service Center 1331 South Ham Lane Lodi, CA 95242 Subject: Surface Water Treatment Plant - Operations Assistance Services Dear Mr. Parlin: The purpose of this letter proposal is to present the scope of work for operations assistance services for the City of Lodi Surface Water Treatment Facility (SWTF). BACKGROUND The City began distributing water produced at the new SWTF on November 20, 2012. The SWTF treatment process includes a Pall membrane system. Under California Surface Water Treatment Rules (CSWTR), the membrane system is considered as an Alternative Filtration Technology (AFT). Within 60 days following the first full year of operation of a new alternative filtration treatment process approved by the California Department of Public Health (CDPH), the supplier (i.e., The District) shall submit an engineering report prepared by a qualified engineer describing the effectiveness of the plant operation. The City is also interested in optimizing plant attendance. CDPH has provided guidance and indicated to the City that an alarm summary report and a standard alarm worksheet shall be developed. OBJECTIVES Objectives of the Operations Assistance Services are: 1. Comply with the requirements of the CSWTR and the CDPH 2. Assist the City in obtaining CDPH approval on unattended operations 3. Identify corrective actions that may need to be implemented APPROACH Our proposed scope of work is defined in Exhibit A. PROJECT TEAM Table 1 presents our proposed project team, which consists of the same individuals currently involved with the on-going work effort at the SWTF. PRPLTR Lodi NSA= 2880 Gateway Oaks Drive, Suite 300, Sacramento, California 95833 P. 916.565.4888 R 916.565.4880 carollo.com Mr. Larry Parlin City of Lodi October 10, 2013 Page 2 Table 1 Carollo Personnel Operations Assistance Services City of Lodi Personnel Area of Responsibility Kathy Marks, P.E. Principal -in -Charge Vincent Roquebert, P.E. Project Manager Keith Bourgeous, P.E. Project Engineer TIME OF PERFORMANCE Carollo will perform the activities identified in the present proposal between the Notice -to - Proceed and December 31, 2014. The draft One -Year Operations Report will be submitted to CDPH on or before January 20, 2014. BUDGET Exhibit B presents the proposed budget in accordance with the Scope of Services shown in Exhibit A. Our not -to -exceed fee estimate is $ 90,000. COMMERCIAL TERMS AND CONDITIONS Our services will be provided in accordance with the terms and conditions included in our current agreement with the City. We look forward to continuing our working relationship with you and your staff on these important reports and providing assistance where needed. Should you require any further information, please do not hesitate to contact us. Sincerely, CAROLLO ENGINEERS, INC. Kathy Marks, P.E. Principal -in -Charge VR:sjf cc: Keith Bourgeous (Carollo-SAC) Vincent Roquebert (Carollo-SDO) PRPLTR_Lodi OAS.docx carollo.com EXHIBIT A SCOPE OF SERVICES INTRODUCTION All parties understand that it will take at least two years to bring the Surface Water Treatment Facility (SWTF) from its initial approval by the California Department of Public Health (DPH) (i.e., November 20, 2012) to optimal operation. The activities included in the optimization effort include but are not limited to: • Improvements to overcome equipment deficiencies that could not be resolved as part of the construction contract. Treatment process optimization to minimize production costs. The optimization activities will be determined based on the actual treatment process configuration and performance — If the typical plant operational treatment process is direct filtration through the Pall micro filtration system (MF), optimization may be necessary to improve MF system availability (e.g., minimize cleanings and downtime). MF permeate quality is independent from MF feed water quality and will not require adjustment. — If typical plant operational treatment process includes clarification upstream of the MF, it may be worth optimizing it. For example, producing 2 NTU water with a clarifier upstream of the membranes is not necessary. Up to 5 NTU will not make a difference and coagulant could be saved. • Operations alarm assessment to minimize staff attendance. SCOPE OF SERVICES The following tasks provide items that will require varying degrees of assistance depending on staff availabilities and capabilities between now and December 31, 2014. The hours and fees for each of these tasks are estimates that will be adjusted between the tasks based on the actual performance of the treatment process, and the operations staff instructions. 1. Regulatory Operations Assistance (Assist in meeting DPH Requirements) a. Develop the One -Year Operation Report (1YOR). The engineering report shall be submitted within 60 days following the first full year of operation of a new alternative filtration treatment process such as MF. The objectives for the report are to review the operation of the MF system in terms of water quality, hydraulic performance, membrane integrity, and general maintenance issues. Tasks for the report include: ■ Task 1: Collect and analyze water quality and membrane integrity data ■ Task 2: Analyze the effectiveness of the plant operation compliance with the performance standards ■ Task 3: Collect and analyze data on operations and maintenance issues ■ Task 4: Prepare draft 1YOR ■ Task 5: Address CDPH comments and issue the final 1YOR PRPLTR_Lodi NSA= carallo.com b. Develop the alarm summary report and create the standard alarm worksheet for SWTF unattended operations ■ Task 1: Identify organizational requirements for SWTF operations staff and management ■ Task 2: Identify all critical alarms, their set points, and their outputs ■ Task 3: Identify critical activities and critical testing events that cannot be performed or cannot occur without a qualified operator at the site ■ Task 4: Develop a Standard Operations Procedure (SOP) that defines the response sequence that must be implemented to resolve the critical alarm issues and re -start the SWTF ■ Task 5: Develop a standard alarm worksheet c. Assist in obtaining DPH approval on unattended operations d. Assist with water quality in the distribution system and compliance with the Lead Copper Rule (LCR) 2. General Operations Assistance (Assist in Meeting Requirements to Maintain Warranties) a. Provide guidance on procedures to optimize membranes usage: 1. Normalized permeability - this is a very important consideration. Permeability is an intrinsic characteristic of the membrane. When normalized (e.g., typically at 20 °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 flow. 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. 2. Flushing 3. Cleaning and Chemical Cleaning Procedures a. Backwash or reverse flow (RF) b. Forward flushing (FF) c. Maintenance Clean (Chemically Enhanced Backwash) d. Full Blown Cleaning (Clean -In -Place) a. Review water quality data and operating data for the MF system b. Document the conditions of the MF system equipment and the membranes c. Troubleshoot deviations from expected performance d. Respond to questions from operations staff and City management e. Advise the City management on membrane replacement planning 3. Project Management a. Provide monthly invoice and progress report b. Coordinate staffing with project and City staff availability c. Provide quality control review for deliverables PRPLTR Lodi NSA= carollaxoim EXHIBIT B FEE ESTIMATE DESCRIPTION HOURS FEE ESTIMATE 1 -Year Operation Report 240 55,200 Alarm Summary Report (Unattended 90 20,700 Operations) Technical Assistance Allowance 1144 14,720 TOTAL 394 90,000 NOTE: For consistency, the fee estimate is based on the same average rate than the original proposal PRPLTR—Lodi DASA= RESOLUTION NO. 2013-189 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT FOR SURFACE WATER TREATMENT PLANT TRANSITION MANAGEMENT SERVICES WITH CAROLLO ENGINEERS, INC. WHEREAS, on April 18, 2012, City Council approved a Professional Services Agreement with Carollo Engineers, Inc., to provide Surface Water Treatment Plant transition management services. These services include technical support and assistance with the Pall membrane system, review of plant operations and performance data, and assistance with special studies required by the California Department of Public Health, which regulates the facility; and WHEREAS, Carollo has successfully provided these services, and its continued assistance is important as the Surface Water Treatment Plant transitions to unattended operation in early 2014; and WHEREAS, staff recommends amending the Professional Services Agreement with Carollo Engineers, Inc., to continue providing Surface Water Treatment Plant transition management services on a time -and -materials basis for an amount not to exceed $90,000 through December 31, 2014. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute an amendment to the Professional Services Agreement for Surface Water Treatment Plant Transition Management Services with Carollo Engineers, Inc., of Sacramento, California, in an amount not to exceed $90,000, through December 31, 2014. Dated: November 6, 2013 ------------------------------------------------------------------- I hereby certify that Resolution No. 2013-189 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 6, 2013, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS —None &-oLSON City Clerk 2013-189