HomeMy WebLinkAboutAgenda Report - February 18, 2015 C-08f
AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement for Watershed Sanitary Survey with HDR Engineering, Inc., of Folsom
($30,500)
MEETING DATE: February 18, 2015
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement for Watershed Sanitary Survey with
HDR Engineering, Inc., of Folsom, in the amount of $30,500.
BACKGROUND INFORMATION: The California Code of Regulations, Title 22, Chapter 17,
establishes the Surface Water Treatment Rule, which requires that
surface water suppliers conduct a watershed sanitary survey of their
watershed(s) at least once every five years. The main objective of the watershed sanitary survey is to
assess the microbial contaminant loads and other potential contaminants. Conducting sanitary surveys
on a regular basis plays a fundamental role in providing reliable and safe drinking water to the public.
The City of Lodi is required by the State Water Resources Control Board to develop a watershed sanitary
survey for the Surface Water Treatment Facility, which treats surface water received from the Mokelumne
River. The 2015 watershed sanitary survey update will use as a basis the information included in the
2010 Watershed Sanitary Survey (2010 study) conducted by HDR. By using HDR to develop this year's
survey, the cost is less than the original 2010 study.
FISCAL IMPACT: Funds for the watershed sanitary survey are budgeted in the Water
Operations budget.
FUNDING AVAILABLE: Water Plant Operating Fund (56052005)
Jordan Ayers
Deputy City Manager/Internal Services Director
F. Wally Sbindelin
Public Works Director
Prepared by Andrew Richle, Water Plant Superintendent
FWS/ASR/smh
cc: Kathryn Garcia, Compliance Engineer
---� � t1�Li�s��
- J ... ..-
K:\WP\PROJECTS\WATER\SWTF Watershed Sanitary Survey\CC Watershed Sanitary Survey_ HDR 2015 doe 2/10/2015
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, 2015, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HDR
ENGINEERING, INC. (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for WATERSHED
SANITARY SURVEY FOR SWTF (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
1
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 March 1, 2015 and terminates upon
the completion of the Scope of Services or on October 1, 2015, whichever occurs first.
E
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 and costs), 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, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liabilitv
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 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.
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: Andrew Richle
To CONTRACTOR: HDR Engineering, Inc.
2365 Iron Point Road, Suite 300
Folsom, CA 95630
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
5
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.
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.
6
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.
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.
7
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 D apply to this Agreement. In the event of a conflict between the terms of this
Agreement 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 of the date first above written.
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
0
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
HDR Engineering, Inc.
Bv:
Name: Richard G. Stratton, P.E.
Title: Vice President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 56062005
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\WATER\SWTF Watershed Sanitary Survey\HDR PSA Watershed Sanitary
Survey
CA:Rev.01.2015
8
E)2
hdrinc.com
January 15, 2015
Mr. Andrew Richle
Water Plant Superintendent
City of Lodi - Public Works Department
221 West Pine Street
Lodi, CA 95240
RE: HDR's Proposal for Watershed Sanitary Survey 2015
Dear Mr. Richle:
The California Code of Regulations (CCR), Title 22, Chapter 17, establishes the Surface Water
Treatment Rule (SWTR), which requires that surface water suppliers conduct a watershed sanitary
survey of their watershed(s) at least once every five years. The main objective of the watershed
sanitary survey is to assess the microbial contaminant loads and other potential contaminants.
Conducting sanitary surveys on a regular basis plays a fundamental role in providing reliable and
safe drinking water to the public.
The City of Lodi (City) is interested in developing a watershed sanitary survey for the Surface Water
Treatment Facility (SWTF), which treats surface water received from the Mokelumne River. The
2015 watershed sanitary survey update will use as a basis the information included in the 2010
Watershed Sanitary Survey (2010 study), and will include updated information on the following:
• SWTF Operations (current and future plans).
Lower Mokelumne Watershed Physical and Hydrogoelogical Description Summaries.
The updated descriptions will summarize significant changes in activities and possible sources
of contamination that have occurred since the 2010 study in the Mokelumne River watershed
upstream of the Woodbridge Irrigation District (WID) canal intake to the Camanche Reservoir.
The updated descriptions will focus on activities and sources that could affect the quality of the
SWTF source water.
■ Water Quality Monitoring Data. HDR will include a summary of monitoring data since 2010 to
assess the microbial contaminant loads and other potential contaminants at the SWTF intake.
The degree of treatment required will be confirmed in terms of log removals of Giarda cysts,
Cryptosporidium oocysts, and viruses. The data summary will be limited to January 1, 2010,
through December 31, 2014.
• Watershed Control and Management Practices. HDR will review current watershed
management practices. Additional management practices will be identified that are
economically feasible and within the City's legal authority.
2365 Iron Point Road, Suite 300, Folsom, CA 95630
T 916 817-4700 F 916 817.4747
Mr. Andrew Richle
January 15, 2015
Page 2
The updated watershed sanitary survey will consider methods to comply with Section 64665
Watershed Requirements of the CCR Title 22 SWTR. In addition, the update will be conducted with
reference and adherence to the Environmental Protection Agency (EPA) Guidance Manual for
Conducting Sanitary Surveys of Public Water Systems (2009).
Our proposed scope of work, schedule, and budget to provide the City with a 2015 watershed
sanitary survey is provided in the paragraphs that follow.
Scope of Work
Task 1 — Kick-off Meeting and Background Data Review
HDR will attend one kick-off meeting via conference call with City staff to discuss the overall plan for
the 2015 watershed sanitary survey and coordinate data collection with the City. HDR will collect
readily available information, including water quality data, for the:
• SWTF operations (current and future plans).
• Lower Mokelumne River Watershed (from Camanche Reservoir to the WID intake).
WID Intake at Lodi Lake.
HDR will focus on data collected since completion of the 2010 study and will review the following
available information:
• 2010 watershed assessment
• State Water Resources Control Board's information on NPDES permits for dischargers
within these watersheds.
• Sewer septic information.
This task includes review of information compiled by HDR for the City of Lodi Surface Water
Treatment Facility and Transmission Project Final Design and recent water quality observations.
Background information may include precipitation records, water quality data, land ownership and
use, land use planning, existing agreements regarding watershed use, and the location of sources
of contamination.
HDR will also review updated sanitary surveys developed for watersheds upstream, overlapping, or
adjacent to the Mokelumne River, which is the primary water supply source for the Lodi SWTF raw
water intake. The City's raw water intake draws surface water from Lodi Lake. HDR will also provide
updated summaries for the following watershed sanitary surveys prepared by other water agencies:
• Mokelumne Watershed Sanitary Survey Update, as prepared by East Bay Municipal Utility
District.
0 Other sanitary surveys if deemed appropriate.
Mr. Andrew Richle
January 15, 2015
Page 3
Task 2 - Identification of Potential Contaminant Sources
The SWTF watershed sanitary survey will update information from the 2010 study related to natural
and man-made activities on the watershed that have the potential to influence water quality at
present or in the future. Naturally -occurring activities may include erosion, wild animals, and
wildfires.
For the Lodi Lake and Lower Mokelumne Watershed, man-made activities to be reviewed and
identified include wastewater collection systems, wastewater and reclaimed water discharges,
septic tanks, grazing animals, recreational activities (fishing, swimming, hiking, and camping),
agricultural drainage, urban runoff, mining, and other activities identified and observed in the 2010
study. The update will focus on improvements or modifications made since 2010 that have the
potential to impact water quality.
The sanitary survey update will consider the documented field observations made during the
construction of the City of Lodi SWTF, including observations on botanical, wildlife, and recreation
activities. A one -day field visit with two HDR staff for observation of the watershed and verification
and identification of potential contamination sources is included in this proposal.
Task 3 - Water Quality Summary and Review
For the water quality discussion, HDR will include the following information:
• State and federal drinking water regulation updates since 2010.
• SWTF operations updates, including sedimentation, membrane filtration and disinfection
processes, and recent or proposed treatment changes (e.g., chemical additions) that may
impact the plant's ability to meet future drinking water regulations.
• Water quality monitoring data from existing and recent source water monitoring records for
inorganic, organic, microbiological parameters (including total and fecal coliform, turbidity,
and Giardia, Cyrptosporidium, and viruses), algae, and invasive species (including quagga
and zebra mussels). HDR will review the City's water quality data and graphs to identify
trends where they exist. The correlation between microbial loading and turbidity will also be
evaluated.
Task 4 - Watershed Management Control Program Definition
HDR will review the City's current management practices in the Lower Mokelumne Watershed.
HDR will compare these practices to the management practices recommended in the 2010
watershed assessment. Management practices that will be considered include routine water quality
monitoring and field surveying, land use, erosion control, inspection and surveillance, emergency
response, and public education. From these tasks, HDR will make recommendations that are within
the City's authority to mitigate the impact of different activities on the watershed.
Task 5 - Report Preparation
HDR will prepare and submit a draft watershed sanitary survey update for the City and Division of
Drinking Water (DDW) staff to review. The report will analyze existing conditions within the
Mr. Andrew Richle
January 15, 2015
Page 4
watersheds, expected developments, methods by which the watersheds are managed, and confirm
degrees of treatment required. Comments from the City's and DDW's review of the draft report will
be incorporated into the final watershed sanitary survey update.
Assumptions: HDR has compiled much of the information and data required to update the
sanitary survey through work on the previous 2010 study in addition to
observations made during construction of the Lodi SWTF project. Therefore, only
minimum field time (for additional observation) of one day is included in this
proposal.
The City will compile and provide all recent water quality data (since January 20 10)
to be reviewed for this update, including data collected from WID intake along with
additional water quality sampling data from the Lower Mokelumne watershed.
The City will obtain and provide to HDR the most recent Mokelumne Watershed
Sanitary Survey Update, as prepared by East Bay Municipal Utility District.
The City will coordinate the review of the draft report with the City's designated
DDW regional office.
Deliverables: Five copies (color and wire bound) of the draft report will be submitted for review by
the City and DDW staff, and five copies (color and wire bound) along with
electronic files (PDF and Microsoft Word/Excel) of the final report.
Task 6 - Review Meeting
Following the City's review of the draft report, a meeting will be conducted between the City and
HDR to receive comments. These comments will be incorporated into the final watershed sanitary
survey update. It is assumed the meeting will be held via conference call.
Deliverables: Meeting agenda and minutes.
Task 7 — Project Management
This task includes the management activities needed for on-time and on -budget project completion,
and to address the City's concerns. HDR will prepare invoices, progress reports, and decision log
updates on a monthly basis. The monthly progress reports will summarize budget and schedule
status in measurable terms. Other activities include scheduling of staff and coordinating the quality
assurance effort.
Deliverables: Monthly progress reports, invoices, project guide, and decision log.
Schedule
HDR will complete the Draft Report described above by May 2015, assuming receipt of a notice to
proceed by January 31, 2015. Assuming a one-month review period by the DDW, HDR will
complete the Final Watershed Sanitary Survey by July 2015.
Mr. Andrew Richle
January 15, 2015
Page 5
Compensation
Table 1 shows the estimated work effort and cost to perform the scope of work described above.
We look forward to assisting the City on this effort. Please contact Rich Stratton at (916) 817-4819
or Rich. Stratton@hdrinc.com if you have any questions.
Sincerely,
HDR Engineering, Inc.
Holly L.L. Kennedy, P.E.
Vice President
KP:pk/14268
Richard G. Stratton, P.E.
Vice President
Table 1 - Estimated Work Effort and Cost
City of Lodi
Watershed Sanitary Survey 2015
Task
QA/QC
Project
Manager
Project
Engineer
Drafting/
Controller
Admin/
Total Hours
Total Cost
Labor
(Stratton)
(Pappas)
(Green)
Graphics
(Wilson)
Clerical
8
20
2
30
$4,600
1 Kick-off Meeting and Background Data Review
2 Identification of Potential Contaminant Sources
2
10
12
$1,800
3 Water Quality Summary and Review
2
4
12
18
$2,900
4 Watershed Management Control Program
4
12
16
$2,500
Definition
5 Report Preparation
6
8
40
16
16
86
$12,500
6 Review Meeting
4
6
10
$1,600
7 Project Management
8
5
8
21
$2,900
Subtotal Labor
8
38
100
16
7
24
193
$28,800
Expenses
Technology Charge
$800
Travel (Meetings, Field Visits)
$300
Reprographics, Mail, Miscellaneous
$600
Subtotal Expenses
$1,700
TOTAL•
$30,500
14268 1/15/2015 HDR Engineering, Inc.
Exhibit C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement 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 Agreement, 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
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury — Per Person;
$1,000,000 Bodily Injury— Per Accident;
$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
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(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) 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.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
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, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therp oiect that it is insuring.
Page 11 of 2 pages
Risk: rev.03.2014
Insurance Requirements for Contractor (continued)
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(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 West Pine St., Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1S) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
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 Agreement 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 without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages
Risk: rev.03.2014
RESOLUTION NO. 2015-13
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH HDR ENGINEERING, INC., OF FOLSOM, FOR
WATERSHED SANITARY SURVEY
WHEREAS, California Code of Regulations, Title 22, Chapter 17, establishes the
Surface Water Treatment Rule, which requires that surface water suppliers conduct a
watershed sanitary survey of their watershed(s) at least once every five years; and
WHEREAS, the City of Lodi is required by the State Water Resources Control Board to
develop a watershed sanitary survey for the Surface Water Treatment Facility, which treats
surface water received from the Mokelumne River; and
WHEREAS, the 2015 watershed sanitary survey update will use as a basis the
information included in the 2010 Watershed Sanitary Survey conducted by HDR; and by using
HDR to develop this year's survey, the cost is less than the original 2010 study.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement for the Watershed
Sanitary Survey with HDR Engineering, Inc., of Folsom, California, in the amount of $30,500.
Dated: February 18, 2015
I hereby certify that Resolution No. 2015-13 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 18, 2015, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, Nakanishi, and
Mayor Johnson
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
(JN IF*EF ERRAIOL0
City Clerk
2015-13