HomeMy WebLinkAboutAgenda Report - December 19, 2018 C-05TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-5
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Robertson -Bryan, Inc., of Elk Grove, for Wastewater National
Pollutant Discharge Elimination System Permit Regulatory Compliance
Services ($65,378)
MEETING DATE: December 19, 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 wastewater national pollutant discharge
elimination system permit regulatory compliance services, in the amount of $65,378.
BACKGROUND INFORMATION: Robertson -Bryan, Inc. has been assisting the City with various
compliance and engineering related activities to comply with
White Slough Water Pollution Control Facility's (WSWPCF)
current National Pollutant Discharge Elimination System permit.
During periods when WSWPCF discharges treated effluent to Dredger Cut, State regulations require
"Whole Effluent Toxicity" testing and associated follow-up actions in the event effluent toxicity is
observed, including additional monitoring to evaluate the three -test, six-week median toxicity result
and a Toxicity Reduction Evaluation (TRE).
To streamline the City's ability to track and timely respond to the State's complex permit compliance
requirements, Staff recommends the preparation of a Permit Compliance Binder that identifies
required submittals, special studies and pollution prevention requirements, a calendar timeline for
required report submittals, and a copy of the all applicable permit documentation. This binder will also
assist in training new staff.
The proposed scope of services are designed to support the City with meeting the chronic toxicity
requirements, and includes a provision for developing the Permit Compliance Binder to assist City
staff with identifying required submittals, special studies, and pollution prevention requirements for
WSWPCF.
Staff recommends authorizing City Manager to execute Professional Services Agreement with
Robertson -Bryan, Inc., of Elk Grove, for wastewater national pollutant discharge
elimination system permit regulatory compliance services, in the amount of $65,378.
FISCAL IMPACT:
The TRE element of the Professional Services Agreement is necessary
to meet regulatory compliance. Failure to comply may result in
additional monitoring fees or violations that could result in monetary
fines. The Permit Compliance Binder is not necessary to meet
regulatory compliance but will enhance Staff knowledge and reduce
chances for discharge violations. This project does not impact the
General Fund.
APPROVED:
111104TWIlli
- 'hen Sch "` rner, City Manager
R:\GROUPWDMIN\Council\2018\11072018\RBI\CC.doc 12/3/2018
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for Wastewater National
Pollutant Discharge Elimination System Permit Regulatory Compliance Services ($65,378)
December 19, 2018
Page 2
FUNDING AVAILABLE: Wastewater Plant Operating Fund (53053003.72450) - $65,378
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimiey, Jr.
Public Works Director
Prepared by Noel Liner, Compliance Engineer
CES/NCUtw
Attachment
R:\GROUPWDMIN\Council\2018\11072018\RBI\CC.doc 11/29/2018
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2018, 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 Wastewater
NPDES Permit Regulatory Compliance 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 December 1, 2018 and terminates
upon the completion of the Scope of Services or on November 30, 2020, 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, Toss, 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:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Noel Liner
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 Confidentialitt
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.
ATTEST:
CITY OF LODI, a municipal corporation
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: Michael Bryan, Ph.D.
Title: 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: 53053003.72450
(Business Unit 8 Account No.)
Doc ID:R:\GROUP\ADMIN\Council\2018\11072018\RBI
CA:Rev.01.2015
8
Fri ROBERTSON -BRYAN, INC.
Solutions For Progress
November 7, 2018
DELIVERED BY EMAIL
Mr. Noel Liner
Compliance Engineer, Public Works Department
2001 W. Turner Road
Lodi, CA 95242
Exhibit A
Subject: Proposal for Wastewater NPDES Permit Regulatory Compliance Services
Dear Noel:
Thank you for the opportunity to present this proposal for Robertson -Bryan, Inc. (RBI) to the
City of Lodi (City) to provide regulatory compliance services related to the City's White
Slough Water Pollution Control Facility (WSWPCF). RBI has been assisting the City with
compliance related to the facility's current National Pollutant Discharge Elimination System
(NPDES) permit and with engineering activities related to the facility. We look forward to
the opportunity to continue to provide these services in calendar years 2019 and 2020.
The current NPDES permit regulating WSWPCF discharges to Dredger Cut is set to expire on
November 1, 2018, and the Central Valley Regional Water Quality Control Board (Central
Valley Water Board) intends to provide the facility coverage under a general NPDES permit
known as Waste Discharge Requirements for Municipal Wastewater Dischargers that meet
Objectives/Criteria at the Point of Discharge to Surface Water (Municipal General Order; Order
No. R5-2017-0085). The discharge to Dredger Cut will be covered under the Municipal
General Order upon the Central Valley Water Board issuing a final Notice of Applicability
(NOA) to the City for the WSWPCF. Treated effluent is also discharged to 40 acres of
storage ponds under Waste Discharge Requirements and Master Reclamation Permit Order
No. R5-2007-0113-01 for agricultural irrigation. Newly constructed ponds that increase the
facility's storage capacity are anticipated to be in service in December 2018.
This proposal is to provide consulting services to the City on a number of fronts, including
assistance with the Municipal General Order's chronic toxicity compliance requirements,
developing a Permit Compliance Binder, and other on-call services. RBI's scope of work and
budget for services are provided below.
I. SCOPE OF WORK
TASK 1: TOXICITY REDUCTION EVALUATION (TRE) IMPLEMENTATION
The Municipal General Order specifies a schedule of routine Whole Effluent Toxicity (WET)
testing and associated follow-up actions in the event toxicity is observed, including additional
monitoring to evaluate the 3 -test, 6 -week median toxicity result and a Toxicity Reduction
9888 Kent Street Phone 916.714.1801
F_IK Grove CA 95624 Fax 916.714 1804
www, robertson-bryan, corn
Mr. Noel Liner
Proposal for NPDES Regulatory Compliance Services
November 7, 2018
Page 2 of 5
ROBERTSON - [�+3]HN■ SNC,
Evaluation (TRE). Upon notification by the bioassay laboratory that results exceed the 3 -test
median monitoring trigger of 1 chronic Toxicity Unit (TUc), a series of steps are taken to
evaluate if the single -sample result exceeds 25% effect and/or the 3 -test, 6 -week median
result exceeds 1.3 TUc. Review of WSWPCF operations and sampling information is
required when the results are < 1.3 TUc and routine toxicity monitoring can continue. When
the 3 -test, 6 -week median test result exceeds 1.3 TUc, the City has 30 days to prepare and
submit a TRE Action Plan to the Central Valley Water Board that describes the actions the
City will take to identify the cause, and mitigate the impact of, the observed toxicity, and
prevent recurrence of the observed toxicity. TRE investigations can be lengthy, sometimes
lasting a year or more. There are, however, basic steps in a TRE summarized in the subtasks
below. Because the timing and duration of a TRE is unknown until it is initiated, the budget
for this task is not allocated to a specific fiscal year and may be used during 2019-2020.
Subtask 1.1— WET Testing Evaluation. RBI will review and assess bioassay results that
triggered the TRE to assure that it is appropriate to implement a TRE. Occasionally the TUc
trigger is exceeded, but the cause is not effluent toxicity. This task assures that initiating a
TRE, based on bioassay results, is technically appropriate and necessary.
Subtask 1.2 — Facility Evaluation and Data Acquisition. Evaluating facility and effluent
information is essential to the TRE and often is the key step identifying its source. Data
evaluation will include daily operations information, process control results, facility
maintenance activities, vector control applications, effluent and influent analytical testing
results, information on discharges to the WSWPCF service area, integrity of the sample
collection process, past bioassay results, and other relevant data. Review of pertinent data
continues throughout the TRE as part of the process to identify causes and control toxicity.
Initial information and data acquisition could include a site visit.
Subtask 1.3 — TRE Action Plan. Based on initial findings from the above subtasks, RBI will
prepare a TRE Action Plan to submit to the Central Valley Water Board that defines the
approach to implementing the TRE. Key aspects of the plan include: providing initial
evaluation of data and information, identifying possible causes of toxicity, identifying initial
actions to further investigate the cause and control toxicity, and a reporting schedule. The
TRE Action Plan will communicate in what manner Toxicity Identification Evaluation (TIE)
testing will be used in the TRE and a toxicity trigger (i.e., strength of toxicity) above which a
TIE will be executed.
Subtask 1.4 — Direction of TRE Testing. RBI will direct the bioassay laboratory regarding
TRE bioassay testing, split testing evaluations to identify if the toxicity is measurable at
multiple bioassay labs, and the completion of any TIEs. TIEs are a process whereby the toxic
effluent is manipulated (e.g., pH adjustment, filtered through a CI8 column to remove
organics, addition of EDTA to bind trace metals, addition of pesticide synergists/antagonists)
to either demonstrate increased or decreased/eliminated toxicity when the manipulated
effluent sample is re -tested via a subsequent bioassay. The conducting of TIEs is expensive
Mr. Noel Liner
Proposal for NPDES Regulatory Compliance Services
November 7, 2018
Page 3 of 5
1-" i : + gormxrson - UI{YRN, Jnr.
SoI Gans for Nrorpes s
and, therefore, it is very important that they are well conceived before they are conducted by
the laboratory. We also will direct and schedule the WET sampling and testing and will
identify the need for conducting additional chemical analyses on the effluent. The focus
initially will be on determining whether the toxicity is consistently present in effluent samples
over time (i.e., consistently present across sampling events), characterizing the magnitude of
effect, whether the toxicity persists over the course of a one week period for a collected
sample (i.e., toxicant is persistent rather than non-persistent), and determining whether initial
corrective actions have resulted in elimination of the toxicity.
Subtask 1.5 — Reporting. Interim updates to the City and/or the Central Valley Water Board
will be prepared, as warranted, to summarize findings from the TRE, including results and
findings from work conducted for the subtasks above, and communicate the future direction
of the TRE, if it is necessary to deviate from the TRE Action Plan. When sufficient
information has been collected and assessment of that information indicates that it is
appropriate to conclude the TRE process, RBI will prepare a TRE Report. This will involve
the preparation of an Administrative Draft TRE Report submitted to City staff for review and
comment, an assumed single round of editing, based on City comments, and preparation and
issuance of a Final TRE Report for submittal to the Central Valley Water Board. Reporting
could involve conducting a conference call or in-person meeting with Central Valley Water
Board staff to receive concurrence with the preferred approach to resolve and conclude the
TRE.
Subtask 1.6 — Contingency Services. RBI will provide on-call services needed to facilitate
compliance with the Municipal General Order as it relates to toxicity evaluation requirements,
and for compliance related requests on an as -needed basis. Because TREs are an intricate
series of steps and assessments over time, with the exact nature of activities in latter tasks
largely dictated by the outcome and findings in the initial tasks, the proper and efficient
conducting of a TRE requires extensive technical oversight, coordination and direction. This
task provides budget for such services as well as miscellaneous services provided by RBI not
specifically covered under the other subtasks listed above. The types of compliance -related
services that RBI may provide under this task include:
• Coordination with staff from outside agencies whose activities could be related to
sources of toxicity (e.g., vector or pesticide applicators) during the TRE process
• Responding to operations and compliance questions with City staff
• Drafting miscellaneous correspondence with the Central Valley Water Board as
needed.
• Advising the City of Central Valley Water Board or State Water Resources Control
Board on actions with potential to affect WSWPCF operations.
Mr. Noel Liner
Proposal for NPDES Regulatory Compliance Services
November 7, 2018
Page 4 of 5
• Other services as directed.
�`■ { 1 R0E17r1011 -Blum, INC
Solutions for Progress
This task is intended for RBI to be able to be responsive to compliance issues as they arise,
taking advantage of timely needs for actions/consultations, that might otherwise be missed
while waiting for contract modifications. Upon initiation of services under this task, RBI will
advise the City on the anticipated funds necessary to complete the related services. Should
the scope of the services needed exceed this task budget, RBI will provide a project -specific
proposal to fund completion of the related services.
The scope of work and budget needed to complete a TRE cannot be accurately predicted up
front because the effort needed for the process is largely dictated by the outcome of
bioassay/TIE testing and the facility performance evaluation, which cannot be known at this
time. Therefore, this scope of work for each task is limited to the budget allocated for that
task. In the event that a TRE requires RBI services beyond that scoped and budgeted herein,
RBI will, upon request, submit a separate proposal for additional services.
It is assumed that all associated WET, TRE, and TIE -related bioassay and analytical
laboratory costs will be contracted separately with the City. This scope of work and budget
does not cover laboratory costs.
TASK 2: PERMIT COMPLIANCE BINDER
Following issuance of the NOA by the Central Valley Water Board for Municipal General
Order coverage, RBI will prepare an NPDES Permit Compliance Binder that identifies
required submittals; special studies and pollution prevention requirements; a calendar timeline
for required report submittals; and a copy of the Municipal General Order and NOA to
facilitate the City tracking permit requirements. This document will contain multiple
divided/tabbed sections, including: 1) pressing requirements (i.e., those submittals due within
the first 12 months of being issued the NOA); 2) fact sheets for special studies and pollution
prevention requirements; 3) reporting requirements in a monthly and timeline format;
4) toxicity testing flow chart matrix; 5) copy of the Municipal General Order and NOA; and
6) revisions to the City's laboratory testing check sheets with monitoring frequencies specific
to the Municipal General Order.
TASK 3: PROJECT MANAGEMENT
Project management time will primarily be used by the Principal -in -Charge and the
designated Project Manager 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.
Mr. Noel Liner
Proposal for NPDES Regulatory Compliance Services
November 7, 2018
Page 5 of 5
II. SCHEDULE
rr i 4,1 RosERTSon - Hgyahr, /tic,�- So7i rio,ls for -i rrigreas
RBI can begin providing professional services associated with the tasks defined herein upon
receipt of a Professional Services Agreement or written authorization to proceed.
III. CONTRACT AND BILLING ARRANGEMENT
RBI will complete the scope on a time -and -materials basis, with an authorized budget as
shown in Attachment 1. We will not exceed the authorized budget amount without written
authorization. Attachment 1 provides an estimated breakdown of the total budget by task.
RBI will invoice the City monthly according to its 2019 fee schedule (Attachment 2).
If you have any questions regarding this proposal, please do not hesitate to contact me at
(916) 714-1802. We look forward to continuing to provide the City with NPDES permit
regulatory compliance services.
Sincerely,
Michael D. Bryan, Ph.D.
Managing Partner
Attachment 1: Budget
Attachment 2: 2019 Fee Schedule
ATTACHMENT 1
Budget
Exhibit B
+Rougrsoi - BREA INC.
5oluftans for Progress
Managing
Partner
Senior
Scientist
Project
En ineer I
Administrative
Assistant
RBI
Subtotal
PROFESSIONAL SERVICES
Task 1: TRE Implementation
$ 51,058
Task 1.1: WET Testing Evaluation
1
4
4
$ 1,906
Task 1.2: Facility Evaluation and Data Acquisition
4
12
24
$ 8,160
Task 1.3: TRE Action Plan
2
8
16
$ 5,244
Task 1.4: Direction of TRE Testing
2
12
24
$ 7,572
Task 1.5: Reporting
4
12
24
$ 8,160
Task 1.6 Contingency Services
16
30
48
$ 20,016
Task 2: Permit Compliance Binder
8
32
4
$ 7,904
Task 4: Project Management
12
12
$ 6,216
Total Hours:
41
98
172
4
Rate:
$ 294
$ 224
$ 179
$ 96
Labor Subtotal:
$ 12.05-1
$ 21,952
$ 30,788
$ 384
$ 65,178
DIRECT EXPENSES
Mileage
$ 100
Materials for Binder Production
$ 100
Direct Ex I • nses Subtotal
8 200
TOTAL BUDGET
$ 65,378
Roanmso,r - BRYON, INC
Solutions for Progress
ATTACHMENT 2
2019 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 $294.00
♦ Partner $285.00
♦ Principal Engineer/Scientist $276.00
♦ Resource Director $249.00
♦ Associate $239.00
♦ Senior Engineer/Scientist II $233.00
♦ Senior Engineer/Scientist I $224.00
♦ Project Engineer/Scientist III $207.00
♦ Project Engineer/Scientist II $197.00
♦ Project Engineer/Scientist I $179.00
♦ Staff Engineer/Scientist II $167.00
♦ Staff Engineer/Scientist I $152.00
♦ Technical Analyst $146.00
♦ Graphics/GIS $134.00
♦ Laboratory Compliance Specialist $130.00
♦ Administrative Assistant $96.00
♦ Intern $62.00
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. Rates will be adjusted
annually. Rates are adjusted annually, effective December 16`h.
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) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
Not construction or req_uirinq professional liability)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38. and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) 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 project
that it is insuring.
(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 under the Contractors commercial general liability and automobile liability policies.
(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.
Page 1 I of 2 pages Risk: rev. 3/1/2018
(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. 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 )
(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 (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.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self-insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(I) Qualified insurers)
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.
Page 2 1 of 2 pages 1 Risk: rev. 3/1/2018
RESOLUTION NO. 2018-241
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 WASTEWATER NATIONAL
POLLUTANT DISCHARGE ELIMINATION SYSTEM PERMIT
REGULATORY COMPLIANCE SERVICES
WHEREAS, the current National Pollutant Discharge Elimination System permit
regulating White Slough Water Pollution Control Facility (WSWPCF) is set to expire on
November 1, 2018; and
WHEREAS, the Central Valley Regional Water Quality Control Board intends to provide
coverage under a general National Pollutant Discharge Elimination System permit; and
WHEREAS, Robertson -Bryan, Inc., has been assisting the City with compliance related
to the National Pollutant Discharge Elimination System permit for WSWPCF and engineering
activities related to the facility since 2014; and
WHEREAS, the proposed scope of services is designed to support the City with meeting
the Municipal General Order's chronic toxicity requirements and includes a scope for developing
informational materials, special studies and pollution prevention requirements, and for on-call,
as -needed services to facilitate compliance with the Municipal General Order; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Robertson -Bryan, Inc., of Elk Grove, for wastewater National Pollutant
Discharge Elimination System permit regulatory compliance services, in the amount of $65,378.
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 wastewater National Pollutant Discharge
Elimination System permit regulatory compliance services, in the amount of $65,378, for a term
of two years, with the option of one one-year extension.
Dated: December 19, 2018
I hereby certify that Resolution No. 2018-241 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 19, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2018-241
-1)(1_ `.
'-7,t_tAAA
NIFE'U FERRAIOLO
ty Clerk