HomeMy WebLinkAboutAgenda Report - December 19, 2018 C-07TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C- 7
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with The Reed Group, Inc., of Sacramento, for
Water and Wastewater Financial Plan and Rate Update and Study ($15,000)
MEETING DATE: December 19, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment
No. 1 to Professional Services Agreement with The Reed Group,
Inc., of Sacramento, for Water and Wastewater Financial Plan and
Rate Update and Study, in the amount of $15,000.
BACKGROUND INFORMATION: On February 7, 2018, Council approved Professional Services
Agreement with The Reed Group, Inc., of Sacramento, for Water
and Wastewater Financial Plan and Rate Update and Study, in the
amount of $69,950.
The proposal from The Reed Group, Inc. included tasks such as developing an updated 10 -year
financial plan and revenue model for both Water and Wastewater utilities, a cost -of -service analysis and
rate design, preparation of a financial plan and rate study report, and assistance with the upcoming
Proposition 218 process. Amendment No. 1, if approved, will extend the term of the agreement through
June 30, 2019 and add funds to address additional work anticipated to complete the rate models and
updated study.
Staff recommends authorizing the City Manager to execute Amendment No. 1 to Professional Services
Agreement with The Reed Group, Inc., of Sacramento, for Water and Wastewater Financial Plan and
Rate Update and Study, in the amount of $15,000. This amendment will increase the total not -to -exceed
amount to $84,950 over the entire term of the agreement.
FISCAL IMPACT: The tasks included in the agreement will enable a detailed analysis of
current and future rates to ensure that operations and capital expenditures
are balanced to its revenues. This project does not impact the General
Fund.
FUNDING AVAILABLE: Water & Wastewater Operations (56052001/53053001) - $15,000
CES/RAY/tdb
Attachment
Andrew Keys
Deputy City Manager/Internal Services Director
APPROVED:
Charles E. Swimley, Jr.
Public Works Director
Stephen Schwa er, City Manager
K:\WP\COUNCIL\2018\CC Reed Group Amend No. 1.doc 12/3/2018
AMENDMENT NO. 1
THE REED GROUP, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2018, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and THE REED GROUP, INC., a California corporation (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
February 26, 2018 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part
of; and
2. WHEREAS, CITY requested to increase the fees by an amount not -to -exceed $15,000, for a
total not -to -exceed amount of $84,950, within the existing Scope of Services; and
3. WHEREAS, CITY requested to extend the term of the Agreement through June 30, 2019; and
4. 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. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation
hereinabove called "CITY"
THE REED GROUP, INC., a California
corporation
hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER ROBERT REED
City Manager President
Attest:
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on fedknnA .9.&o , 20 t Sf , by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and THE
REED GROUP, 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 Water and
Wastewater Financial Plan and Rate Update Study (hereinafter "Project") as set forth in
the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it
is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2,6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
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 j ct 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 February 1, 2018 and terminates
upon the completion of the Scope of Services or on January 31, 2019, whichever occurs
first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms 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
2
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 two (2) 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
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
3
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
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.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without_ the prior written consent _o 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: Rebecca Areida-Yadav
;To CONTRACTOR: The Reed Group, Inc.
3053 Freeport Boulevard #158
Sacramento, CA 95818-4346
Attn: Robert Reed
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
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 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__CONTRACT__OR with_third_parties in reliance_upon_this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
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.
6
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
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.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
1FER M. RRAIOLO
Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LOD1, a municipal corporation
ST ' " SCT*WII:A
City Manager
THE REED GROUP, INC., a California corporation
By:
Name: ROBERT REED
ll1 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: 53053001156052001
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2018\Reed Group PSA.doc
CA:Rev.01.2015
8
THE REED GROUP, INC.
January 23, 2018
Charles Swimley
City of Lodi
221 West Pine Street
Lodi, CA 95241-1910
Exhibit AIB
Subject: Proposal for Water and Wastewater Financial Plan and Rate Update Study
Dear Charlie,
In response to your request, The Reed Group, Inc. is pleased to submit this proposal to update
the City's water and wastewater financial plans and user rates. As you know, The Reed Group,
Inc. has assisted the City with similar financial planning and rate studies over a number of years,
as well as as -needed assistance on related issues. This proposal includes a scope of services,
schedule, and cost estimate for the study.
The study described herein includes the technical and financial analysis for preparing ten-year
financial plans for the water and wastewater utilities. The financial plans will primarily focus on
evaluating the revenue needs of the utilities based on the requirements for ongoing operation and
maintenance, debt service obligations, and capital program needs. Among the considerations to
be made will be to assess the potential for early repayment of water system debt, once the meter
retrofit program is completed. The financial plans will also be available to help develop strategies
for minimizing future water and wastewater rate increases and smoothing those increases over
time.
In 2015, the Fourth District Court of Appeal published a decision in Capistrano Taxpayer
Association v. City of San Juan Capistrano (SJC decision). This decision had a direct bearing on
tiered water rates, as well as other cost of service requirements contained in Proposition 218. The
City currently has a 3 -tier water rate structure. The Reed Group reviewed the City's tiered water
rate structure in the wake of the SJC decision, and found it to meet the court's requirements. This
water and wastewater rate study will need to examine the rates in the context of this recent and
other more recent court decisions. We will develop water and wastewater rates consistent with
legal requirements for cost of service and proportionality (as required by the California
Constitution), and will work with the City's legal counsel to achieve this objective.
The remainder of this letter describes the scope of work, estimated cost, and schedule for the
water and wastewater financial plan and rate update study.
Scope of Work
The water and wastewater financial plans and user rates will be developed in a manner similar
to previous studies performed for the City, and will include the following tasks:
3053 Freeport Boulevard, #158 • Sacramento, CA 95818-4346 • Tel. (916) 444-9622 • www.TheReedGroup.org
CT 'ARLES SWIM -LEY
JANTJARY 23, 2018
PACE 2
• Project Initiation and Management - Our project management approach stresses
communication, objectivity, and teamwork. This task includes a kick-off and interim
meetings and/ or conference calls with staff and contract management. Prior to the kick-
off meeting, we will submit a data and information request. We will use the kick-off
meeting to be proactive and diligent in identifying and understanding key study issues
and stakeholder concerns, as we accumulate the necessary data and information to
perform the study. Interim meetings will be scheduled as needed to discuss key issues,
preliminary results, and the strategy for taking recommendations forward to decision
makers.
• Data Collection and Analysis - This task includes the efforts required to collect, compile,
review, and analyze financial, budget, CIP, customer account, water use, and wastewater
-flow data -and -information, including -policy -goals and objectives. -It-is-also-the-first step
in building the administrative record necessary to support new water and wastewater
rates.
• Develop Ten -Year Financial Plan Models - The City is approaching the end of the previously
developed ten-year financial plans. This task will entail developing new water and
wastewater financial plans reflecting operations, capital programs, debt obligations,
reserves and reserve policies, and non -rate revenues. The planning horizon will match
the time period covered by the City's capital improvement plans. If appropriate, attention
will be given to potential early repayment of existing debt and/or estimating the potential
timing and sizing for debt issuance in order to finance planned capital improvement
projects. The multi-year financial plans will be used to identify annual revenue
requirements for the recommended financial strategy.
The financial plans will be presented in an easy -to -understand format on an interactive
dashboard. The dashboard will allow users to vary certain assumptions (CIP funding,
debt, water use, revenue adjustments) so that the model user can appreciate the effects
of revenue adjustments, capital financing through rates or debt, and reserve targets. A
snapshot of a sample dashboard is shown below. Several features of the model's
dashboard include the ability to show or indicate:
1. Projected revenue streams and adjustments for the next five years in order to meet
debt coverage, fund capital projects, and fund reserves
2. Reserve balances and reserve targets as well as debt service coverage ratios (days
cash on hand, reserve funding levels)
3. Operating plan break down (O&M, debt service, reserve funding)
4. Different capital funding sources such as rate funded (also known as pay-as-you-
go or PAYGO), debt financing (including the City's debt capacity), or grant
funding.
CHARLES SWIMLEY
JANUARY 23, 2018
PAGE3
111/1
..Yvnass0ui n 21111 407<slti 400gh 4Yi]il
1 RevAdin .11'1'
O'ooCh1 (WI R.c0...Y r.es (effect. fY) sl.co,10 i • 0'...F
Drought Coit R... Fees tett.. FY) 5.1.250 000 111610.6116
. f I t 1 New Fund 711 Debt 3111 ion rrf. .:. • 5 006 16. n "t' 'V461'335
.hec oaM Clwges• 701
w
Sten..
Wale Demand is u.. ,...� w
PeofMed Wafer 5.9105 3.96111G L5061. 2.906610
JAN Ora
E R. AdJrn1/ Revenue Adjustments and Debt Coverage Co -am .
120?G low. :9 r0F io o� 100% i0 C1' {
100% 306%
8.0%
6 0% 200%
6,0% ]017K
2.0% a u% �I I11 i .
10.14
............
FY 2014 FY 2015 FY 2016 FY 2017 FY 2018 FY 2019
01PIAOYAd5 . as 0rooght Feas --Debi Coverage -Taget Debt Coverage
sok)
540
$20
50
420
50
3.0"04 MG
1136,1•21./16,1.1/.61.1..114
.. •1% 'l{ 1!
w Fuw+
1Y$119 • IYtn2[l lYn11. 4351 4100.1
50
50
so
so
so
3.0070100 1,097 010 1.110 MG 1.131114G 1,136006
CIP and Funding Source. for Water Funds
6WsnclnIOo,In
•
•
. Mt
lil i.LA .�
FY204 FY 1015 fY2016 FY 201/ fY2018 F72019
a By PayGo • By New Debt • Total CIP
Waren ooer;.ting Financial Pian Projected Ending Fund Balances
Sia
1 5.,
Std
FY 2014 FY 2015 FY 2016 FY 20I7 FY 20114 FY 2019
imeonmi,ems4MEI 4401 rrkf orei.{apto lNt+lr•R 1:uweGrr<
s3
9121
1
FY 2014 FY 2015 FY 2016 FY 2017 FY 2018 FY 2019
.v tndOg Balances
Tager Bala... . Nen Balances
so
As adjustments are made to different variables, the model can save adjustments as
separate scenarios. A scenario manager alIows multiple distinct scenarios to be saved
and revisited for a comparative analysis between different financial plans and rate
options. City staff can review and determine the most appropriate financial plan and
rate design, The models are designed to be easy to understand and show the impacts
of various assumptions allowing both staff and the City Council to make informed
decisions.
• Cost of Service Analysis and Rate Design - This task will include cost of service analyses and
preparation of water and wastewater rate schedules. We will follow the requirements of
Proposition 218, including new guidance provided by the 2015 San Juan Capistrano
appellate court decision, in determining water and wastewater rates and in allocating
costs to each customer. Rate schedules will be developed for up to a 5 -year period based
on annual revenue requirements. If the City would like to maintain a residential tiered
water rate structure, then we will perform the analyses required to justify the structure.
Alternatively, the City may choose, or we may ultimately recommend (if facts support the
recommendation), a different rate structure that better meets legal requirements as well
as the City's policy objectives. Similarly, new wastewater rates will be developed based
on cost of service analyses. In particular, we will examine strength -based wastewater
rates for non-residential accounts. Rate structures will be developed with consideration
of administrative requirements and constraints imposed by the City's billing practices.
CHARLES SWIMLEY
JANUARY 23, 2018
PAGE 4
Finally, we will provide time for the City's legal counsel to review the rate
recommendations prior to moving forward with the rate adoption process. We will also
consider whether automatic rate adjustment formulas, as authorized by California
statutes, would be of potential benefit to the City.
• Prepare Water and Wastewater Financial Plan and Rate Study Report - Study
recommendations on the financial plans and water/wastewater rates will be documented
in a report including all underlying assumptions, proposed financial strategy, cost of
service analysis, rate structures, and policy recommendations. This task will include
preparing Administrative Draft, Final Draft, and Final reports. An administrative draft
report will be prepared for staff and legal review, prior to public distribution. Comments
on this draft will be incorporated into a Final Draft, which will be presented to the City
Council -The-Final-report-will-be-prepared- consistent with -rates -contained- in theAlotice
of Public Hearing. The study report will be a key document in the City's administrative
record to support, justify, and explain water and wastewater rate recommendations.
• Present Study Recommendations to the City Council - In this task, we will present study
recommendations contained in the Final Draft report to the City Council in advance of
mailing public notices of proposed rate increases, and incorporate any changes resulting
from their comments into the preparation of the Final report.
• Assist City Staff with Proposition 218 Compliance - Assist staff by reviewing a draft public
notice and working with the City Attorney on the process and procedures to be followed
in adopting the water and wastewater rates. The notice of public hearing regarding
changes in water and wastewater rates must be mailed to affected property owners and
customers at least 45 days prior to holding the public hearing.
• Participate in Public Hearing - Prepare for and make a brief presentation and respond to
questions/comments from the City Council during a public hearing to adopt the water
and wastewater rate recommendations.
Cost Estimate
The total estimated cost to perform the water and wastewater financial plans and rate update
study is $69,950, including expenses, as indicated in the table below. Our cost estimate is based
on our current understanding of the project. For this project, we have allowed for up to three on-
site meetings with staff (plus conference calls as needed), one Council meeting to present draft
recommendations, and one public hearing. In addition, we will prepare materials for meetings
with the City Council and PDF versions of the draft and final reports.
It is our practice to bill clients monthly for actual time and expenses incurred during the prior
month. Out of pocket expenses re billed at cost. Hourly billing rates are subject to change in
January of each year.
Consultant Hours Prof.
B Reed H Isaac A Boehling Fees
Hourly billing rates --> $ 285 $ 260 $ 180
Project Initiation and Management 20 16 4 $ 10,580
Data Collection and Analysis 8 12 16 $ 8,280
Develop 10 -Year Financial Plan Models 8 16 24 $ 10,760
Cost of Service Analysis and Rate Design 12 16 28 $ 12,620
Prepare Financial Plan and Rate Study Reports 12 16 40 $ 14,780
P-resentStudy-Recommendations-to-the-City-Council— 8 -- 4 8 $ -4,760-
Assist City Staff with Proposition 218 Compliance 4 4 4 $ 2,900
Participation in Public Hearing 8 2 4 $ 3,520
Total Hours and Professional Fees 80 86 128 $ 68,200
Estimate Expenses $ 250 $ 1,000 $ 500 $ 1,750
Total Project Cost $ 69,950
CHARLES SWIMLEY
JANUARY 23, 2018
PAGE5
City of Lodi
Water and Wastewater Financial Plans and Rate Update Study
Estimated I'rojcct Cost
Schedule
An initial time line for the project is listed below, assuming that the study begins in February.
The timeline will be reviewed and, if necessary, adjusted during the kick-off meeting for the
project. The proposed timeline would enable the City to adopt new water and wastewater rates
for implementation in January 2019.
Data request and kick-off meeting February
Financial plan analyses March -April
Cost of service analysis and rate design April -May
Submit administrative draft report June
Review Admin. Draft Report with Staff/Legal June
Submit final draft report & present to City Council July
Finalize report & mail notice of public hearing August
Public hearing on water and wastewater rates October
Project Team
This project for the City of Lodi will be led and managed by Bob Reed, from The Reed Group,
Inc. and include additional consultants from Raftelis Financial Consultants, Inc. (RFC). Earlier in
2017, The Reed Group, Inc. entered into a collaborative arrangement with RFC to provide mutual
support, depth of experience, and staffing flexibility in client engagements. Bob Reed will be
assisted by two staff from Raftelis' California practice. Habib Isaac is a Senior Manager and an
experienced project manager with strong financial, cost of service, and rate design analytical skills
as well as communication skills. Habib has performed similar engagements for the City of Galt,
aTinT.
CHARLES SWIMLEY
JANUARY 23, 2018
PAGED
City of Livermore, and City of Madera. Andrea Boehling is a Senior Consultant and an
experienced rate analyst with expertise in developing financial plan and rate models. Her clients
have included the cities of Galt, Livermore, and Santa Cruz.
The Reed Group, Inc. has been working with northern California water and wastewater utilities
for 20 years and has worked with the City of Lodi on various water/wastewater projects since
2008. Our mission is to provide clients with an exceptional level of service and responsiveness,
to develop creative yet practical solutions to client needs, and to broaden understanding and
facilitate consensus on complex issues. As such, The Reed Group is well qualified to offer services
for water and wastewater utilities in the following areas:
• Water, wastewater, and recycled water rate studies
• Cost of service and rate design analyses
• Capacity charge nexus studies
• Long-range financial and strategic planning
• Public participation and facilitation
• Litigation support and avoidance
Founded in 1993, Raftelis Financial Consultants, Inc. provides services that help utilities
function as sustainable organizations while providing the public with clean water at an affordable
price. With this goal in mind, RFC has grown to have the largest and most experienced water,
wastewater, and stormwater utility financial and management consulting practice in the nation.
RFC has experience providing these services to hundreds of utilities across the country. The firm
provides clients with innovative and insightful recommendations that are founded on industry
best practices. Throughout its history, RFC has maintained a strict focus on the financial and
management aspects of utilities, building a staff with knowledge and skills that are extremely
specialized to the services provides, and thus providing clients with independent and objective
advice.
Resumes for the three members of our project team at included at the end of this letter proposal.
The Reed Group, Inc. is grateful for the opportunity to be of further service to the City. Please let
me know if you would like to discuss this proposal in greater detail.
Sincerely,
Or?„.C._
Robert Reed
The Reed Group, Inc.
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 Reouirements far 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:
1. COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Each Occurrence
$4,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
3. 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:
Insurance Raaulrements for Contractor (continued)
(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
Page 1 I of 2 pages
Risk: rev.08.28.2017
description of the proiect that it is insuring.
(c) Waiver of Subrocatiort
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.
(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) 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.
(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.
(9)
Continuity of Coverage
All policies shall be in effect on or before the first day of the Temi 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 Califomia. 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 Compensation insuranc@ 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 Workers Compensation Insurance for all
of the latters 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. 2018-243
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH
THE REED GROUP, INC., OF SACRAMENTO, FOR WATER AND
WASTEWATER FINANCIAL PLAN AND RATE UPDATE AND STUDY
WHEREAS, on February 7, 2018, Council approved a Professional Services Agreement
with The Reed Group, Inc., of Sacramento, for Water and Wastewater Financial Pian and Rate
Update and Study, in the amount of $69,950; and
WHEREAS, the proposal from The Reed Group, Inc., included tasks such as developing
an updated 10 -year financial plan and revenue model for both Water and Wastewater utilities, a
cost of service analysis and rate design, preparation of a financial plan and rate study report,
and assistance with the upcoming Proposition 218 process; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with The Reed Group, Inc., of Sacramento, for
Water and Wastewater Financial Plan and Rate Update and Study, in the amount of $15,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with The Reed Group, Inc., of Sacramento, California, for Water and Wastewater
Financial Plan and Rate Update and Study, extending the term of the agreement to
June 30, 2019, in the amount of $15,000, for a not -to -exceed total of $84,950 over the entire
term of the agreement.
Dated: December 19, 2018
I hereby certify that Resolution No. 2018-243 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
ti .tA/t/LaiQl
. ENNIFER M_ FERRA1OLO
City Clerk
2018-243