HomeMy WebLinkAboutAgenda Report - June 7, 2017 C-10TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C'O
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to
Professional Services Agreement with Crop Production Services, Inc., of Stockton, for
Agronomist Support for White Slough Water Pollution Control Facility Land
Application Area Monitoring ($5,760)
MEETING DATE: June 7, 2017
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No.
4 to Professional Services Agreement with Crop Production Services,
Inc., of Stockton, for agronomist support for White Slough Water
Pollution Control Facility land application area monitoring, in the amount of $5,760.
BACKGROUND INFORMATION: Farming operations at White Slough Water Pollution Control Facility
(WSWPCF) include irrigation with recycled water and the application of
biosolids for fodder crops cultivated on approximately 790 acres of
City -owned farmland surrounding the facility. In accordance with the City's National Pollutant Discharge
Elimination System (NPDES) permit, the City is required to monitor the application of the recycled water and
biosolids to ensure the fields are not organically or hydraulically overloaded.
To ensure the land application area recordkeeping and management practices remain compliant, the City
has contracted agronomist support services on an annual basis. The agronomist support services provided
by Crop Production Services have resulted in better land management and improved compliance with
NPDES permit land management requirements.
Crop Production Services, Inc. has been performing high quality agronomist support services for WSWPCF
since 2012. Since, there have been multiple amendments to the original Professional Services Agreement
to extend the terms of the agreement. The previous amendments did not account for the agronomist
support services needed to accommodate the extended irrigation seasons during the recent drought.
Amendment No. 4 covers the additional funds expended for agronomist support services during prior
extended irrigation seasons.
Staff recommends authorizing City Manager to execute Amendment No. 4 to Professional Services
Agreement with Crop Production Services, Inc., of Stockton, for agronomist support for White Slough Water
Pollution Control Facility land application area monitoring, in the amount of $5,760.
FISCAL IMPACT: Failure to successfully manage the land application areas around WSWPCF
could result in violations to the City's NPDES permit.
APPROVED:
Sch : * - er, City Manager
R:\GROUP\WWW\WHITESLO\Crop Prod Ser#Land App Monitoring#Argonomist Contract\2017 & 2018\CC# Agronomist Amend No 4.doc 5/25/17
Adopt Resolution Authorizing City Manager to Execute Amendment No. 4 to Professional Services Agreement with Crop Production Services, Inc., of Stockton, for
Agronomist Support for White Slough Water Pollution Control Facility Land Application Area Monitoring ($5,760)
June 7, 2017
Page 2
FUNDING AVAILABLE: Wastewater Fund (53053003).
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Kathryn E. Garcia, Compliance Engineer
CES/KMG/trb
Attachment
R:\GROUP\WWW\WHITESLO\Crop Prod Ser#Land App Monitoring#Argonomist Contract\2017 & 2018\CC# Agronomist Amend No 4.doc 5/25/17
AMENDMENT NO. 4
CROP PRODUCTION SERVICES, INC.
Professional Services Agreement
THIS AMENDMENT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT, is made
and entered this _ day of June, 2017, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and CROP PRODUCTION SERVICES, INC. (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into Professional Services Agreement
on July 26, 2012, Amendment No. 1 on September 3, 2014, Amendment No. 2 on July
7, 2016, and Amendment No. 3 on January 10, 2017, collectively the "Agreement"
attached here to Exhibit 1, 1A, 1B, and 1C; and
2. WHEREAS, CITY seeks to amend the scope of services and increase fees by $5,760,
for a total of $130,080, as set forth in Exhibit 2 attached hereto; and
3. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreement, as set forth above. All
other terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 4 on , 2017.
CITY OF LODI, a municipal corporation CROP PRODUCTION SERVICES, INC.
STEPHEN SCHWABAUER LEW BAUMBACH
City Manager Crop Consultant/Agronomist
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to Form:
6ICE,D. AGDICH
City Attorney
!xhihit 1
t()
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
i'A1 1IL.S AND Pl1RPOS::
Section 1.1 Pardee 1 i ln
THIS AGREEMENT is entered into on . 2012,
by and between the CITY OF LODI, a municipal corporeti ri (hereinafter "CITY"), and
Crop Production Services (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A. attached and incorporated by
this reference.
CITY wishes to enter Into an agreement with CONTRACTOR for Agronomist
Support for Completion of the City of Lodi White Slough Water Pollution Control Facility
Land Application Area Monitoring (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope 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 lime For Contmefcetneet and Coil lotion 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
-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 ail
comments.
Section 2.3 Pap et' nss
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 5 ta tiring
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 �D
The term of this Agreement commences on July2012 and terminates upon the
completion of the Scope of Services or on June 30, 20'14, whichever occurs first.
Section 2.7 Option to Extend Terni of Arirooment
At its option, City may extend the terms of this Agreement for an additional two
(2) two (2) -year extensions; provided, City gives Contractor no Tess than thirty (30) days
written notice of its intent prior to expiration of the existing tern. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement, including the provisions of the Fee Proposal set forth in Exhibit B, continue
and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option
under this paragraph, shall not exceed six (6) years.
ARTICLE 3
COMPENSATION
Section 3.1 Coma nsatlon
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 Payinont
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and Indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advance and in writing, by CITY.
Section 3.4 Audltinn
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,
obtaln and copy all records pertaining to performance of this Agreement.
3
CONTRACTOR agrees to provide CITY or its delegate with any relevant Information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
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 arty sub
CONTRACTOR an 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 AW\ Compliancy
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 Dainag
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 Porsonel Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Rot:nonsibi1Ity of CI'I Y
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 Rcqulrernonts 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
detivery, postage prepaid, or three (3) days from the time of mailing ff sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Kathryn E. Garcia
Lew Baumbach
Crop Production Services
P. O: Box 5188
Stockton, CA 95205-5188
Section 4.9 Cooperation of CI'T'Y
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 co KIRAC 1011 is Not an Employee of CITY
CONTRACTOR agrees that In undertaking the duties to be performed under this
Agreement, it shall act as an Independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right. to
5
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Tgrrninatlon
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 8 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 ConfidentJaltty
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 Callfomia
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Soveraiaility, and Attorney's Fecs
This Agreerhent shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shalt 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 Requireruou&
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
6
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in Mal 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.
7
Section 4.21 federal Transit Funding Conditions
0 If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
APPROVED AS TO FORM:
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAODICH, Deputy City Attorney
Attachments:
Exhibit A — Scope of Services & Fee Proposal
Exhibit B — Insurance Requirements
Funding Source::l7[1,ir)3.'r'.',2_3.
usinr.:as i3�3it & Account No.)
Doc ID:
CA:rev.01,2012
a
CITY OF LODI, a municipal corporation
Ko'RADT BARTLAM, City Manager
CROP PRODUCTION SERVICES
By:R�►.Y OuuvtiXl[l�t .
Name: Lew Baumbach
Title: Crop Consultant/Agronomist
EXHIBIT A •/
ri
2'.i g-
0 Tr
0.
14-.11
Al 8F•4R
..
0.• 141
i. hs h 5•-a
iR
0
2
n �y
$4
L 'd 1100 '0N WdOE:b. Z106 'OE 'AM
E lb C
41 'ne ?J g a gg rat; -2 Q tr 'hr �o -ac r : all Ike rut nd 1.0 ain url tt lir, of s
int ct, 1st int oc rre 3 + It id el( lie ur; ce for es the al ec the got ec r 1 y
the itr tot ter 1tt l t rk ov ad y is Int et 7Ir as w r m 'es or ors tel rju h uc g
:cfr nt de 1, w a. for ch is r r spe y c ne as, 111 n r e se on ;or as 's ar on un r
s t, he ar eh pa Ilo h by for 3cl a ry ty 1br ntr :to rr a on din Ily it re y
1p
re( ty he If I m, ncl to na t c sur in; rat 9 s all t a 'all VS
;0 PF HE L 81 16. II 2 z i 'h is5 L LE 1Q z! IT
•1; 0,1 D E : C xtr rio 11, 0, 10 nil InJ y Ea. en n
11, 10, 10 d InJ / :a. cc rot s
2,l 0,t J P ire ate 11, 0,1 0; op ty Im e - a. I an r
ITI C Uri ;or ire 1 a i s ur: as at 1y sur ice ou as pr Idr tc to ity Lt st I p vic fo
c im pe td Ilo tg sm at 1 c cc Ira t t ler s r le; t c 1sl 9n mil lhr ;la is rio or tal 3s
li Ila ns tut In a ( lifc is 111 lal s P (C lira la aw to it Id( ier on 10 se ).
A op of e c tilt to in, tar e v h I t fc rtv I a los rm Its 1al Ia rni ed 11 CI
i In Va ad J E pig i1
ret Is( Iris as al rd( by 11s oli at I a ) e tIy 1 It C1 of 3d is ,cl I a di tin d
rar ( mr rsfi s, lc s, ter r, E tpl se et Vc inf rs i a fill tal 1m 1 In :re
hit no as enl ha no 1 a oat Un the to et y e di all a it 'Ue iv IC rfr, lar po iee
(b im 1L y!szrtld J ?OS
Ich 1st Inc as al rdr bi he id sal ani tr 1 s A iltI sal ist ids ha ap re rrrr ry su tci
y' ler 1st inc m; Ita 3d / t C o .oc 9r a ter an en toy es ial a cel ar al nr
i nlr nth wi Ih ns an a 'rd I b 1111 nc 'se en
(C) Yg bil 91 1.1 IL Lill
1 e t In au d" us i s er y t d r t o ea el} )111 1e ch on en I o no thr or Ins rec ha
r ! of ral to ;re re it 11 It c the on an 1 It Mt
;d) Ir ric 7f i nc 'Ail Lt 11 c„Le_ _C Lei L Al %41 int
1 s r !Icl ie sot 9 c IC( id 11'1 t c en e 1 iuc J l ih :oi tat vn ou 10 ys rio urfl n t lio
a an ca all fon r r tic In cc Ira r tr he Ity Ito ay )It1 f l ii, .0. Iota 30 Lo C 91 41
l-4 t ng 13, or 1a an I to on ,ct sh I It e a er m me di ng 1e a c hit on tat, Vol w'i
:at ae ati r Ir A :e of ;or ac is mr ye r s plc ad t I t s 1 0 ,he rro sl d, an
ut t, tnt ctc sh re rin he ,Ib ntt ;tc ;In rrf! 0 1 tvV V rlu s l ml nn lar 1st nc for II c he
itt 's ip rec ur ss uc sn by as -e we d It pr ec in for Id r I C OE or, In Ise my
101 of rn ye of ag 1 fr az da t v k de hit or id t tl el of a oje is rt i tar td de he
Vo er Cr tpr rat n air r, a on rat 9' II ay a d ha ca re as et at lc/ tc prt 'de
1st 1111 fa 'he ro :tic of alc rm s. hi tol r r y I t t C1 e1 i r • If cc tre rc lc: b, ha
on an wii tut D c tie rio wtl n tfc of rd' ar ally to • n uc n co tra 111 a ty tor ly, Ity
r L Ii, 0_ ox )0i Lo , C 91 41
C' I. er ca He 'er dd Is; C r o _al
Z AlIt I le the :
Lr i 1 1t 24
Exhibit IA
CONTRACT AMENDMENT AGREEMENT
CROP PRODUCTION SERVICES, INC.
THIS CONTRACT AMENDMENT made and effective this -28th. day ofiiy, 2014 by and
between the CITY OF LODI, a municipal corporation, hereinafter called "CITY", and CROP
PRODUCTION SERVICES, INC., hereinafter called "Contractor."
WITNESSETH;
1 CONTRACT Contractor and City, entered into an Agreement for Professional Services
on July 26, 2012 ("Agreement"). Contractor and City now desire to extend the term of
the Agreement, but not the total compensation. Compensation will remain as set forth in
paragraph 3.1 of the Agreement.
2 TERM AND TERMS: The term of the Amended Contract shall be for the period
commencing on July 1, 2014 and terminating June 30, 2016. All other terms and
conditions, with the exception of the Insurance Requirements, will remain as set forth in
the Agreement, attached hereto as Exhibit A and made a part hereof as though fully set
forth herein.
Contractor shall take out and maintain over the term of this Amended Contract,
insurance coverage as set forth in Exhibit 8, attached hereto and incorporated herein by
this reference.
CITY OF LODI, a municipal corporation
.i. 1
'1-F iE:tw ��i".i IL` t A1Jr"jib
City Manager
Attest:
iNIFER l!T;BiSC?I<;
42,1ty Clerk
Approved as to Form.
IJAN .CE_. MAAQItCH
i;rty AII;�''''''y
CONTRACTOR
)1.:1).AAASLy'
LEW BAUMBACH
Crop Consultant/Agronomist
Crop Production Services, Inc.
J:ICAV,ATY\Contracts\Consulting or Professions' Services\Public Works\ContractExtension2014-Crap Production Services dac
Exhibit 1B
AMENDMENT NO. 2
CROP PRODUCTION SERVICES, INC.
Professional Services Agreement
THIS AMENDMENT NQ ? TO PROFESSIONAL SERVICES AGREEMENT, is made
and entered this 141' day of .J7 2016, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and CROP PRODUCTION SERVICES, INC. (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
(Agreement) on July 26, 2012 and Amendment No. 1 on September 3, 2014 as set forth
in Exhibit 1 and 1A (attached);
2. WHEREAS, CONTRACTOR and CITY now desire to extend the term of the Agreement.
The term of the Agreement shall be for the period commencing on July 1, 2016 and
terminating December 31, 2016;
NOW, THEREFORE, the parties agree to amend the Agreement. All other terms shall
be as set forth in the agreement.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 2 on Okki_77, 2016.
CITY OF LODI, a municipal corporation
Herein above called "CITY"
LVZ
S LEi31-IE 11 SCI-IWASA
City Manager
Attest:
R
-Yr . ' 1.6
CNIFER )FERRAIOLO
ity Clerk
Approved as to Form'
JANICE I? MAGDICH
City Attorney
CROP PRODUCTION SERVICES, INC.
Hereinabove called "CONSULTANT"
LEW BAUMBACH
Crop Consultant/Agronomist
N
L
X
W
rs 2017 and 2018
Cra
r+ C
"Y
U
69
O
EH
CO
111
00
O
z
a)
b
c
G
L
.Q c0
cn•
0
3 0
0 C
bA L
0L E C
•
0cn
0.) o 0
o-
o bGA
O
b
o
c
0 •G
G cd
r; 'E
C
0. ,5
C
G
4
'- 4
O
0
00
M
ER
N
693
a)
O
z
a)
a)
O
69
EF}
N
O
cn 0 0,
00 E
0
a
' 4)
i
0 >,
-0 c
a) E
b
O
L a
0
U �
c o
0
`)
O 0
0
4
0 O
o �
E
3 0O
bA
;24'a)
O
00
ER
N
Annual Cropping an
0
i 3
.0
124
N
69
6fi
00
N
a.)
0
z
4)cd
-d •
o
's: >
i
0. o
°° d
. '0
,
oc
cia
i ,
U
aO
v, "
C a)
?� o
E .�
E b U
00 bA
0 o
•+.
b
o O
.,U0�j
4)
o E
OG_ .Cr
U U.�
0,
un
0)
C/]
Cr)
er
er
601.
00
O
AMENDMENT NO. 3
CROP PRODUCTION SERVICES, INC.
Professional Services Agreement
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is made
and entered this 0 •ay of January, 2017, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and CROP PRODUCTION SERVICES, INC. (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into Professional Services Agreement
on July 26, 2012, Amendment No. 1 on September 3, 2014, and Amendment No. 2 on
July 7, 2016, collectively the "Agreement" attached here to Exhibit 1, 1A, and 1 B; and
2. WHEREAS, CITY at its option, CITY has advised CONTRACTOR of its intent to extend
the terms of the Agreement an additional two (2) years through December 31, 2018; and
3. WHEREAS, CITY seeks to amend the scope of services and increase fees by $44,640,
for a total of $84,480, as set forth in Exhibit 2 attached hereto; and
4. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreement. All other terms and
conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 3 on C'Ja I . JU , 2017.
CITY OF LODI, a municipal corporation CROP PRODUCTION SERVICES, INC.
1
STEP EN SCH
City Manager
Attest:
AUER LEW BAUMBACH
4e74#12, -e -a--, (--1724
JENNIFER M. FERRAIOLO
�r •City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
Crop Consultant/Agronomist
Crop Production Services
Agronomist Support for Completion of City of Lodi WPCF Land Application Area Monitoring
Cropping Years 2016 (July through December)
Exhibit A/B
Item
Description
Scope
Deliverables
Contract
Quantity
Unit
Price
Total
1
Meetings
Participate in up to four (4) meetings with the City and their
consultants, as needed to discuss protocols for, and results of
monitoring and reporting requirements.
None
4
HR
$ 120
$ 480
Provide coordination between the City staff and the farmers
that lease the City property, as needed, to coordinate irrigation
and crop management practices such that the permit
requirements can be reliably met. It is anticipated that at least
four (4) meeting with City, their consultants and/or the farmers
that lease the City property will be needed.
None
4
HR
$ 120
$ 480
2
Document
Review
Review monthly reports tables provided by City staff. Up to
five (5) monthly monitoring reports may be reviewed.
5 signed
monthly reports
15
HR
$ 120
$ 1,800
Provide review and signature of the Annual Cropping and
Irrigation Management Plan.
Signed annual
plan
1
HR
$ 120
$ 120
3
Site Visits
Conduct up to five (5) monthly site visits during periods when
City staff is conducting daily inspections of fields to verify that
inspection and data collection efforts satisfy permit
requirements.
None
24
HR
$ 120
$ 2,880
Total
48
HR
$ 5,760
Not to exceed $6,000
RESOLUTION NO. 2017-103
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 4 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH CROP PRODUCTION
SERVICES, INC., OF STOCKTON, FOR AGRONOMIST SUPPORT FOR
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY LAND
APPLICATION AREA MONITORING
WHEREAS, farming operations at the White Slough Water Pollution Control Facility
include the irrigation with recycled water and the application of biosolids for fodder crops that
are cultivated on approximately 790 acres of City -owned farmland surrounding the facility; and
WHEREAS, in accordance with the City's National Pollutant Discharge Elimination
System permit, the City is required to monitor the application of the recycled water and biosolids
to ensure that the fields are not organically or hydraulically overloaded; and
WHEREAS, to ensure that the land application area recordkeeping and management
practices are successful, the City has contracted for agronomist support services on an annual
basis; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute Amendment No. 4 to the Professional Services Agreement with Crop Production
Services, Inc., of Stockton, for agronomist support for White Slough Water Pollution Control
Facility land application area monitoring, in the amount of $5,760, for a total contract amount of
$134,880.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 4 to the Professional Services
Agreement with Crop Production Services, Inc., of Stockton, California, for agronomist support
for White Slough Water Pollution Control Facility land application area monitoring, in the amount
of $5,750, for a total contract amount of $134,880.
Dated: June 7, 2017
I hereby certify that Resolution No. 2017-103 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 7, 2017, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and
Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2017-103
NIFER
ity Clerk
T, ai-AA0-04
FERRAIOLO