HomeMy WebLinkAboutAgenda Report - January 17, 2018 C-07TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
c-7
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Robertson -Bryan, Inc., of Elk Grove, for Aeration Basin
Membrane Diffuser Survey of Technologies and Preliminary Engineering
Evaluation Services ($35,000)
MEETING DATE: January 17, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute
Professional Services Agreement with Robertson -Bryan, Inc., of
Elk Grove, for aeration basin membrane diffuser survey of
technologies and preliminary engineering evaluation services, in the amount of $35,000.
BACKGROUND INFORMATION: There are six aeration basins measuring 30 feet wide, 135 feet
long, and 18 feet deep at the White Slough Water Pollution
Control Facility (WSWPCF). The basins are a part of the
secondary treatment process that supply dissolved oxygen for the micro-organisms that work to
reduce concentrations of nitrogen and ammonia in the wastewater.
Each of the six aeration basins (AB) is equipped with an array of four -foot by 12 -foot membrane
diffuser panels that were installed in 2004. The membrane diffuser panels are designed to distribute
very fine, diffused air bubbles to efficiently supply the required dosage of dissolved oxygen for
treatment, as shown in Exhibit A.
Over time, the small holes in the membrane material become obstructed and/or the membrane
material fails due to fatigue associated with the air pressure being generated from the blowers
supplying the air. To maintain or replace the membranes, each basin must be drained and cleaned,
then each membrane panel must be lifted out of the basin by crane and transferred to the shop for
replacement. Since each of the six basins have between 32 and 65 membrane panels, the
maintenance effort consumes a significant amount of time and resources.
The scope of the membrane diffuser survey and preliminary engineering evaluation includes a survey
of other wastewater treatment plants in the Central Valley region to identify their aeriation basin
membrane diffuser type, performance, and maintenance requirements; investigate new, more efficient
aeriation technologies that require less maintenance effort and to perform preliminary engineering
analyses to assess their feasibility for use in the WSWPCF treatment process.
Staff recommends authorizing City Manager to execute Professional Services Agreement with
Robertson -Bryan, Inc. of Elk Grove, for aeration basin membrane diffuser survey of technologies and
preliminary engineering evaluation services, in the amount of $35,000.
APPROVED:
en Schwabauti City Manager
R:\GROUPWDMIN\Council\2017\12202017\RBI\CC.doc 1/8/2018
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Robertson -Bryan, Inc , of Elk Grove, for Aeration Basin Membrane
Diffuser Survey of Technologies and Preliminary Engineering Evaluation Services ($35,000)
January 17, 2018
Page 2
FISCAL IMPACT:
This evaluation is expected to identify more efficient and less labor
intensive aeration systems for use at WSWPCF, resulting in potential
operational savings. This expenditure does not impact the General
Fund.
FUNDING AVAILABLE: Wastewater Plant Operating Fund (53053003.72450) - $35,000
)6./2
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Karen D. Honer, Wastewater Plant Superintendent
CES/KDH/trb
Attachments
R:\GROUPWDMIN\Council\2017\12202017\RBI\CC doc 12/28/2017
Exhibit A
Existing Membrane Diffuser Panels
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on . 20 , by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
ROBERTSON -BRYAN, INC., a California corporation (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 aeration basin
membrane diffuser survey of technologies and preliminary engineering evaluation
services for White Slough Water Pollution Control Facility (hereinafter "Project") as set
forth in the Scope of Services attached here as Exhibit A. CONTRACTOR
acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
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 January 1, 2018 and terminates
upon the completion of the Scope of Services or on December 31, 2019, whichever
occurs first.
Section 2.7 Option to Extend Term of Agreement
2
At its option, City may extend the term of this Agreement for an additional one (1)
one (1) -year extension; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement 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 three (3) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in 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
3
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 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
4
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 Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
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: Karen Honer
To CONTRACTOR: Robertson -Bryan, Inc.
9888 Kent Street
Elk Grove, CA 95624
Attn: Art O'Brien
Section 4.9 Cooperation of CITY
5
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
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
6
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
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.
7
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit 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.
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: ROBERTSON -BRYAN, INC.,
JANICE D. MAGDICH, City Attorney a California corporation
By: By:
Name: Art O'Brien
Title: Principal
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: 53053003.72450
(Business Unit & Account No.)
Doc ID:R:\GROUP\ADMIN\Council\2017\12202017\RBI
CA:Rev.01.2015
8
7i r ROBERTSON - BRYHN,
Solutions for Progress
October 3, 2017
DELIVERED BY EMAIL
Ms. Karen D. Honer
Wastewater Plant Superintendent
City of Lodi
12751 N. Thornton Road
Lodi, CA 95242
Exhibit AIB
Subject: Proposal for Aeration Basin Membrane Diffuser Survey of Technologies and
Preliminary Engineering Evaluation Services for the White Slough Water
Pollution Control Facility
Dear Ms. Honer:
As requested, please accept this proposal for Robertson -Bryan, Inc. (RBI) to provide
professional services to the City of Lodi (City) for the aeration basin membrane diffuser
services for the White Slough Water Pollution Control Facility (WPCF). The services to be
provided under this proposal are designed to assist the City to improve air delivery to the
aeration basins and associated improvement in dissolved oxygen control. The services
performed will provide the City with an evaluation of available membrane diffuser
technologies, and experiences of other dischargers in using these technologies, necessary for
the City to move forward with a revised aeration basin membrane diffuser system.
RBI's scope of work and budget for these services is provided below.
I. SCOPE OF WORK
This scope of work is organized into two project phases, as indicated below:
• Phase I: Survey of Technologies
• Phase II: Preliminary Engineering Evaluation
The tasks associated with each phase of the project are outlined in the subsequent sections.
PHASE I: SURVEY OF TECHNOLOGIES
TASK 1: SITE VISIT TO CITY OF LODI WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
RBI will make one (1) site visit to the City of Lodi White Slough WPCF. This site visit will
be used to gather detailed information regarding the aeration basin membrane diffuser system,
including system setup, manufacturer provided specifications, maintenance procedures, and
expected and actual performance. This information will be used to determine applicable
9888 Kent Street Phone 916 714.1801
Elk Grove CA 95624 Fax 916 714 1804
www.roberlson-blyan.com
Ms. Karen Honer
City of Lodi White Slough WPCF
October 3, 2017
Page 2
1 ROBERTSON - BMW, INC.
Solutions few Progress
alternative membrane diffuser technologies and will be compared to other membrane diffuser
technologies in the Technical Memorandum (TM) associated with the Phase I scope of work.
TASK 2: SURVEY OF MEMBRANE DIFFUSER TECHNOLOGIES
Subtask 2.1: Survey of Other Treatment Plants
RBI will conduct a survey of other treatment plants in the Central Valley Region in regards to
their aeration basin membrane diffusers. Information relating to membrane diffuser
performance, maintenance, control, and any operational issues experience will be gathered.
This information will be used for comparison to the existing membrane diffusers at the White
Slough WPCF, and will be presented in the TM associated with the Phase I scope of work.
Subtask 2.2: Research Membrane Diffuser Technologies
RBI will perform an investigation into available membrane diffuser technologies. This task
will involve reviewing available membrane diffuser technologies and discussing technologies
with respective manufacturer representatives. This information will be used for comparison
to the existing membrane diffusers at the White Slough WPCF, and will be presented in the
TM associated with the Phase I scope of work.
TASK 3: TECHNICAL MEMORANDUM
Subtask 3.1: Draft Technical Memorandum
RBI will prepare a draft TM summarizing the results of the efforts described in Tasks 1 and 2.
The draft TM will be provided to the City for review and comment. The draft TM will be
delivered to the City in Microsoft Word format, with any appendices and attachments
included in PDF format. Upon review of the TM by the City, RBI will meet with City staff to
discuss options evaluated and their applicability for the WPCF. The results of the meeting
will be incorporated in the Final TM described below.
Subtask 3.2: Final Technical Memorandum
RBI will prepare a final TM, incorporating the City's revisions and comments to the draft
TM. The final TM will be delivered to the City in PDF format, complete with attachments.
TASK 4: PROJECT MANAGEMENT
Project management time shall primarily be used by our Principal -in -charge, Art O'Brien, to
coordinate and direct the project activities to assure that all tasks are conducted efficiently and
effectively. In addition, this task provides time for project coordination by phone, email, and
fax with other project team members, review of preliminary work products, budget and
schedule tracking, and other duties to coordinate and administer the project.
PHASE II: PRELIMINARY ENGINEERING EVALUATION
The information presented in the TM for the Phase I work will provide the basis for the
Preliminary Engineering Evaluation tasks described below for Phase II.
Ms. Karen Honer
City of Lodi White Slough WPCF
October 3, 2017
Page 3
TASK 1: MEMBRANE DIFFUSER VENDOR COORDINATION
TT
ei R+m of -BRAM Inc.
11. wig Solullans for Progross
RBI will engage with the membrane diffuser vendors specified in the final recommendations
presented in the TM associated with Phase I, Task 3. Information gathered from membrane
diffuser vendors will be sufficiently detailed to enable preliminary engineering calculations
regarding membrane diffuser performance and feasibility for use at the White Slough WPCF.
Engagement with vendors will be handled via phone, email, or in person meetings (if
necessary).
TASK 2: PRELIMINARY ENGINEERING EVALUATION
Based on information gathered in Phase II, Task 1, RBI will perform a preliminary
engineering evaluation for a revised membrane diffuser system at the White Slough WPCF.
This evaluation will involve engineering calculations for revised membrane diffuser systems
that sufficiently meet aeration basin air demands. The evaluation will also include a
comparison of revised membrane diffuser systems in regards to their ability to meet required
air demands, along with oxygen transfer efficiencies and fouling rates. Based on vendor -
supplied information, RBI will prepare preliminary layout drawings for the revised membrane
diffuser systems to demonstrate the feasibility of the revised membrane diffuser systems. RBI
may request aeration system related data from the City to facilitate this evaluation.
TASK 3: TECHNICAL MEMORANDUM
Subtask 3.1: Draft Technical Memorandum
RBI will prepare a draft TM for City review and comment summarizing the results of Tasks 1
and 2. The draft TM will be delivered to the City in Microsoft Word format, with any
appendices and attachments included in PDF format. Upon review of the TM by the City,
RBI will meet with City staff to discuss the membrane diffuser options evaluated and their
applicability for the WPCF, and will determine a recommended revised membrane diffuser
system to be specified in the Final TM associated with Subtask 3.2. The results of the
meeting will be incorporated in the Final TM described below.
Subtask 3.2: Final Technical Memorandum
RBI will prepare a final TM, incorporating the City's revisions and comments to the draft
TM, and the final recommendation for a revised membrane diffuser system. The final TM
will be delivered to the City in PDF format, complete with attachments.
TASK 4: PROJECT MANAGEMENT
Project management time shall primarily be used by our Principal -in -charge, Art O'Brien, to
coordinate and direct the project activities to assure that all tasks are conducted efficiently and
effectively. In addition, this task provides time for project coordination by phone, email, and
fax with other project team members, review of preliminary work products, budget and
schedule tracking, and other duties to coordinate and administer the project.
Ms. Karen Honer
City of Lodi White Slough WPCF
October 3, 2017
Page 4
II. SCHEDULE
r' ' Rosen= -BRYAN, INC.
Solutions for Progress
RBI can begin providing professional services associated with the tasks defined herein upon
receipt of a contract or written authorization to proceed.
III. CONTRACT AND BILLING ARRANGEMENT
RBI recommends a time -and -materials contract, not to exceed the amount shown in
Attachment 1 without written authorization, to provide the professional services outlined
herein (see Attachment 1 for a detailed project budget). RBI will invoice the City monthly
according to the fee schedule in Attachment 2 for all RBI work activities completed in the
prior month.
If you have any questions regarding this proposal, please do not hesitate to contact me at
(916) 405-8944.
Sincerely,
(6) -
Art O'Brien, PE
Principal
Attachment 1: Budget
Attachment 2: Fee Schedule
Cyle Moon, EIT
Project Engineer I
r: ,{ I ROBERTSON - BRYON, INC.
wild Solutions for Progress
ATTACHMENT 1
BUDGET
Aeration Basin Membrane Diffuser Surve of Technolo • ics and Prelimina En irlcerin_ Evaluation Services
Robertson -Bran, Inc.
Principal
Engineer -
Art O'Brien
Project
Engineer I -
Cyle Moon
Subtotal
PROFESSIONAL SERVICES
PHASE I: SURVEY OF TECHNOLOGIES
Task 1: Site Visit to City of Lodi White Slough WPCF
Task 2: Survey of Membrane Diffuser Technologies
Subtask 2.1: Survey of Other Treatment Plants
Subtask 2.2: Research Membrane Diffuser Technologies
Task 3: Technical Memorandum
Subtask 3.1: Draft Technical Memorandum
Subtask 3.2: Final Technical Memorandum
Task 4: Project Management
PHASE II: PRELIMINARY ENGINEERING EVALUATION
Task 1: Membrane Diffuser Vendor Coordination
Task 2: Preliminary Engineering Evaluation
Task 3: Technical Memorandum
Subtask 3.1: Draft Technical Memorandum
Subtask 3.2: Final Technical Memorandum
Task 4: Project Management
6
6
2
4
2
8
8
2
4
6 $ 2,556.00
12 $ 2,028.00
8 $ 1,352.00
12 $ 3,570.00
4 $ 1,190.00
$ 1,028.00
16 $ 3,218.00
32 $ 7,464.00
16 $ 4,760.00
4 $ 1,190.00
$ 1,028.00
Total Hours:
Rate:
42
$ 257 00
110
$ 169 00
Labor Subtotal: $10,794.00 $18,590.00 $29,384.00
DIRECT EXPENSES
Mileage
Direct Expenses Subtotal:
$
$
150.00
150.00
TOTAL
CONTINGENCY
TOTAL BUDGET NOT TO EXCEED
5
5
s
29,534.00
5,466.00
35,000.00
'' ROBERTSON-BRYRN, INC.
�, 'N.v Solutions for Progress
ATTACHMENT 2
2017 FEE SCHEDULE
• Charges for project work performed by Robertson -Bryan, Inc. (RBI) will be calculated
and billed at the hourly rates shown below.
PROFESSIONAL SERVICES RATE/HOUR
• Managing Partner $275.00
• Principal Engineer/Scientist $257.00
• Resource Director $235.00
• Associate $225.00
• Senior Engineer/Scientist II $218.00
• Senior Engineer/Scientist I $210.00
• Project Engineer/Scientist III $195.00
• Project Engineer/Scientist II $185.00
• Project Engineer/Scientist I $169.00
• Staff Engineer/Scientist II $157.00
• Staff Engineer/Scientist I $143.00
• Technical Analyst $138.00
• Graphics/GIS $127.00
• Administrative Assistant $90.00
• Intern $59.00
• Up to ten percent (10%) of subcontractor charges will be added to cover administrative
costs. Hourly rates will be increased by a minimum of fifty percent (50%) for depositions,
trials, and hearings.
INVOICING AND PAYMENTS
• Invoices will be issued on a monthly basis for all work performed on a project. Payment is
due upon receipt of the invoice.
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been
awarded a contract you will receive an email from the City's online insurance program requesting you to
forward the email to your insurance provider(s). Please see attached flyer regarding PINS Advantage.
Jnsurance 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. In the event Contractor's insurance cannot fully cover any hired subconsultants,
the terms of insurance herein shall be requirements for the subconsultant. The amount of such insurance shall be as
follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2 PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS
$1,000,000 Each Claim/Aggregate
When project specific insurance is required, 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 a later version, that provides commercial
general liability coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto
Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's commercial general liability and automobile liability 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 04 13
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 the proiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions.
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
Page 1 1 of 2 pages J Risk: rev.08 28 2017
Jnsurance Reauirements for Contractor (continued)
(d) 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.
(e) Severabilitv 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 under the Contractors commercial general liability and
automobile liability policies.
(f) 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.
(g) 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.
(h) 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 (1st) day
of the month following the City's notice. Notwithstanding any 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.
(i) 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 Comoensation 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 I of 2 pages
Risk: rev.08.28.2017
RESOLUTION NO. 2018-03
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH
ROBERTSON -BRYAN, INC., OF ELK GROVE, FOR
AERATION BASIN MEMBRANE DIFFUSER SURVEY
OF TECHNOLOGIES AND PRELIMINARY
ENGINEERING EVALUATION SERVICES
WHEREAS, aeration basin membrane panels are designed to distribute very
fine, diffused air bubbles to efficiently supply the required dosage of dissolved oxygen for
treatment; and
WHEREAS, several new and updated technologies have been developed that
can minimize impact to staff and budget; and
WHEREAS, staff recommends authorizing the City Manager to execute a
Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for aeration
basin membrane diffuser survey of technologies and preliminary engineering evaluation
services, in the amount of $35,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Robertson -Bryan, Inc., of Elk Grove, California, for aeration basin membrane diffuser
survey of technologies and preliminary engineering evaluation services, in the amount of
$35,000.
Dated: January 17, 2018
I hereby certify that Resolution No. 2018-03 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held January 17, 2018, by the following
vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
JENN1F
City Clerk
2018-03
M. FERRAIOLO