HomeMy WebLinkAboutAgenda Report - April 6, 2022 C-10CITY OF
Z10 t
L
CALIFORNIA
AGENDA ITEM C to /0
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with West Yost & Associates, Inc., of Davis, for Recycled Water Supply
and Land Application Alternatives Evaluation ($93,500)
MEETING DATE: April 6, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt Resolution Authorizing City Manager to Execute Professional
Services Agreement with West Yost & Associates, Inc., of Davis, for
Recycled Water Supply and Land Application Alternatives
Evaluation ($93,500)
BACKGROUND INFORMATION: In total, the City owns 1,040 acres of land surrounding the
WSWPCF. Portions of the land are used for the application of
recycled wastewater for agricultural land irrigation, fish pond
replenishment, and two power generating facilities (Exhibit A).
Of the 1,040 acres, there are 790 Acres of agricultural land application area where the City is permitted
by the State Water Resources Control Board (SWRCB) to irrigate with a mixture of disinfected tertiary -
treated wastewater, disinfected secondary treated wastewater, and the City's industrial process
wastewater. This land is used to grow crops for dairy cattle such as feed corn, wheat, and alfalfa. These
crops are not allowed for consumption by humans. The City applies just under 4,000 acre-feet of recycled
wastewater for agricultural purposes annually.
In addition to agricultural irrigation, the City provides tertiary treated recycled wastewater to the Northern
California Power Agency (NCPA) and San Joaquin Vector Control District (SJVCD). The recycled water
provided to these agencies is treated to Title 22 Standards. NCPA is contracted with the City to use up
to 1,800 Acre-feet of Title 22 recycled water; and the SJVCD utilizes approximately 215 acre-feet each
year for their respective operations.
Recycled water demand has the potential to grow over the next few decades due to persistent drought
conditions and/or expanding need for alternative industrial uses. This Contract is intended to explore the
City's long term (10-20 year) options for maximizing recycled water availability and for optimizing current
and future supply and identifying the most beneficial disposal methods.
Staff recommends authorizing City Manager to execute Professional Services Agreement with
West Yost & Associates, Inc., of Davis, for Recycled Water Supply and Land Application Alternatives
Evaluation, in the amount of $93,500.
APPROVED: Steve $chwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\COUNCIL\2022\CC_WYA Recycled Water Supply Evaluation.docx 2/24/2022
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with West Yost & Associates, Inc., of Davis, for Recycled Water
Supply and Land Application Alternatives Evaluation ($93,500)
April 6, 2022
Page 2
FISCAL IMPACT: As drought continues to persist, the demand for recycled wastewater and
beneficial disposal options is also growing. This study will provide the
information needed for the City to optimize this commodity. This contract
does not impact the General Fund.
FUNDING AVAILABLE: (53053003.72450) - $93,500
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Q�a�
Charles E. Swimley, Jr.
Public Works Director
CES/cs/cdb
Attachment
1
Recycled Water Application Area
City of Lodi
Recycled Water Use
Legend
- r0ajor Roads
City Limits
City-ouvned.Agricultural Land
N
0 0.125 025 0.5 Miles n
I N
L� I
/
Whit Slough
North ern Ca#ifornla
PowerAgency
Nkter Poll uti on
Con troi Faci lity
Lodi Energy Center
and STIG Plant
tann County
Mo s q u
ito & Ve Ve cto ctor C on trol ❑ istri ct
fish rearing facility
City of Lodi
Recycled Water Use
Legend
- r0ajor Roads
City Limits
City-ouvned.Agricultural Land
N
0 0.125 025 0.5 Miles n
I N
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2022, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WEST YOST &
ASSOCIATES, INC., a California corporation (hereinafter "CONTRACTOR").
Section 1.2 Pu rpose
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 Engineering
Services to Perform a Recycled Water Supply and Land Application Alternatives
Evaluation (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 ComDletion 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 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 April 7, 2022 and terminates upon
the completion of the Scope of Services or on August 25, 2022, whichever occurs first.
i'a
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 Pa ment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liabilit
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Charles Swimley
To CONTRACTOR: West Yost Associates, Inc.
1001 Galaxy Way, Suite 310
Concord, CA 94520
Attn: Kathryn Gies
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law Jurisdiction Severability. and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
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.
M
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.
Section 4.22 Counterparts and Electronic Signatures
7
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
PAMELA M. FARRIS
Assistant City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
F®R
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
WEST YOST & ASSOCIATES, INC.
a California Corporation
By: _
Name:
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:file:///\\cvcfilv02\pubwks$\WP\PROJECTS\PSA's\2022\West%20Yost\PSA.doc
CkRev.07.2021.elecsign
8
WWESTYOST
ff Water. Engineered.
March 7, 2022
Mr. Charles Swimley
Director of Public Works
City of Lodi
221 West Pine Street
Lodi CA 95240
Exhibit A/B
1001 Galaxy Way 925.949 5800 phone
Suite 310 530 756.5991 fax
Concord CA 94520 westyost.com
SENT VIA: EMAIL
SUBJECT: Proposal for Engineering Services for the City of Lodi to Perform a Recycled Water Supply
and Land Application Alternatives Evaluation
Dear Mr. Swimley,
The purpose of this letter proposal is to provide the City of Lodi with a proposed Scope of Services, Budget
and Schedule for the Recycled Water Supply Evaluation. The purpose of this study it to evaluate options
for managing the long-term water supply for the City's land application operations.
SCOPE OF SERVICES
The following is a list of the key tasks necessary to perform this proposed Scope of Services, each further
described below:
• Task 1. Potential Water Supply Identification
• Task 2. Water Supply Enhancement Alternatives Evaluation
• Optional Task 3. Cannery Process Water Treatment Evaluation
■ Task 4. Technical Memorandum
• Task 5. Project Management
Task 1. Potential Water Supply Identification
West Yost will define the land application area water supply availability and demands anticipated over the
next twenty-year period based on:
• NCPA facility and San Joaquin County Vector Control District pond demands;
• Wastewater influent flow increases associated with anticipated population increases;
■ Storage infrastructure available to hold flow during the non -irrigation season;
• Availability of onsite irrigation well to supplement water demands;
■ The need to maintain current discharges to Dredger Cut in accordance with the recent
Change Order Petition; and
Mr. Charlie Swimley
March 7, 2022
Page 2
The purpose of this task is to evaluate the current water supply availability thus providing a baseline for
the evaluations completed under Task 2.
Task 1 Deliverables
■ West Yost will provide findings that will be presented at the Project Meeting No. 1 described under
Task 2 and incorporated into the Technical Memorandum provided under Task 4.
Task 2. Water Supply Enhancement Alternatives Evaluation
West Yost will develop a calibrated water balance of the City's existing system, using the latest data from
operations of the recently constructed recycled water storage pond. West Yost will use the water balance
to evaluate strategies for meeting the anticipated recycled water demands. The following scenarios will
be considered for increasing/optimizing available supplies:
• Reducing flows discharged to Dredger Cut
• Implementation of alternative cropping patterns
• Implementation of alternative biosolids management strategies
• Increasing surface water diversions from Dredger Cut Diversion
• Lining the storage ponds to minimize water losses
• Treatment of Cannery Process Water to allow for storage and/or direct land application
The analysis will evaluate the feasibility of each strategy, including preparation of preliminary costs for
the improvements required to support the approach, as appropriate.
The information developed under this task will be presented in a Project Meeting No. 1.
Task 2 Assumptions
• Client will provide information developed under previous City analyses to evaluate improvements
needed for reliable operation of the Dredger Cut diversion.
Task 2 Deliverables
West Yost will provide figures and tables summarizing the findings from the evaluation will be
presented at the Project Meeting No. 1
West Yost will provide the information developed under this task will also be detailed in the
Technical Memorandum provided under Task 4.
Optional Task 3. Cannery Process Water Treatment Evaluation
If directed by the City based on the finding that treatment of cannery process water is identified as a viable
strategy for ongoing management of the land application area under Task 2, West Yost will prepare an
evaluation of potential cannery process water treatment strategies. The goal of the treatment would be
to reduce the BOD and increase the pH of the cannery process water so that it can be directly land applied
without significant blending from other supply sources. This analysis will include a screening evaluation
of available technologies to define three potential options that should be effective in meeting the
treatment goals. A layout and preliminary lifecycle cost estimate will then be prepared for the three
identified strategies.
WEST YOST
Mr. Charlie Swimley
March 7, 2022
Page 3
The information developed under this task will be presented in a Project Meeting No. 2.
Task 3 Assumptions
• It is assumed that an assessment of cannery process water treatment options will only be developed
if this approach is defined as beneficial through the water balance analysis.
• Three (3) viable treatment technologies will be identified and evaluated.
Task 3 Deliverables
• West Yost will provide figures and Tables summarizing the findings from the evaluation will be
presented at the Project Meeting No. 2.
• West Yost will provide the information developed under this task will also be detailed in the
Technical Memorandum provided under Task 4.
Task 4. Technical Memorandum
The information developed under Tasks 1 through 3 will be compiled and summarized in a Technical
Memorandum (TM). West Yost will prepare a draft TM for City review and use. Following receipt of City
comments, a final TM will be prepared.
Task 2 Assumptions
• The City will provide written comments on the draft TM prior to West Yost preparing the final TM.
Task 2 Deliverables
■ West Yost will provide an electronica (PDF) copy of the draft and final TM.
Task 5. Project Management
This task includes project management related activities, including project initiation, general project
coordination, and development and review of project invoices. Under this task, brief descriptions of
services performed will be developed and included with monthly invoices.
Task 5 Deliverables
■ West Yost will prepare tonthly Project Invoices.
PROJECT BUDGET
West Yost's proposed level of effort and budget for each of the tasks described above is shown in Table 1.
West Yost will perform the Scope of Services described above on a time -and -expenses basis, at the billing
rates set forth in West Yost's attached 2022 Billing Rate Schedule, Attachment A, with a not -to -exceed
budget of $55,500. If Task 3 is authorized, the not -to -exceed budget would be increased to $93,500. Any
additional services not included in this Scope of Services will be performed only after receiving written
authorization and a corresponding budget augmentation.
WEST YOST
Mr. Charlie Swimley
March 7, 2022
Page 4
Table 1. Estimated Project Hours and Budget
SCHEDULE
West Yost anticipates Project Meeting No. 1 will occur within four (4) weeks after receiving notice to
proceed and all required data. The TM will be delivered within four (4) weeks of Project Meeting No.1.
If Task 3 is authorized, Project Meeting No. 2 would occur within four (4) weeks of Project Meeting No. 1
and the TM will be delivered within four (4) weeks of Project Meeting No.2.
Thank you for providing West Yost the opportunity to be of continued service to the City of Lodi. We look
forward to working with you on this important project. Please call if you have any questions or require
additional information.
Sincerely,
WE T YOST
Kathryn G' s, PE
Engineer' g Manager
RCE#65022
Attachment(s): West Yost 2022 Billing Rate Schedule
Not -To -Exceed $93,500
WEST YOST
Level of Effort,
hours
-.: ..
..
Task 1.
Potential Water Supply Identification
24
5,900
Task 2.
Biosolids and Cannery Process Water Alternatives Evaluation
96
24,000
Task 3.
Cannery Process Water Treatment Evaluation (Optional)
168
38,000
Task 4.
Technical Memorandum
92
22,400
Task 5.
Project Management
10
3,200
Total Project Hours and Budget
222
$55,500
Total Project Hours and Budget with Optional Task 3
388
$93,500
SCHEDULE
West Yost anticipates Project Meeting No. 1 will occur within four (4) weeks after receiving notice to
proceed and all required data. The TM will be delivered within four (4) weeks of Project Meeting No.1.
If Task 3 is authorized, Project Meeting No. 2 would occur within four (4) weeks of Project Meeting No. 1
and the TM will be delivered within four (4) weeks of Project Meeting No.2.
Thank you for providing West Yost the opportunity to be of continued service to the City of Lodi. We look
forward to working with you on this important project. Please call if you have any questions or require
additional information.
Sincerely,
WE T YOST
Kathryn G' s, PE
Engineer' g Manager
RCE#65022
Attachment(s): West Yost 2022 Billing Rate Schedule
Not -To -Exceed $93,500
WEST YOST
2022 Billing Rate Schedule
(Effective January 1, 2022 through December 31, 2022)*
W
WEST ■ YOST
Water. Engineered.
Principal/Vice President
$318
Engineer/Scientist/Geologist Manager 1 / II
$301 / $315
Principal Engineer/Scientist/Geologist 1 / II
$272 / $289
Senior Engineer/Scientist/Geologist I / 11
$244 / $256
Associate Engineer/Scientist/Geologist 1 / II
$209 / $224
Engineer/Scientist/Geologist I / II
$168 / $195
Engineering Aide
$98
Field Monitoring Services
$90
Administrative I / II / III / IV
$86 / $109 /
$130 / $144
�ENGINEERING TECHNOLOGY
Engineering Tech Manager I / II
$313 / $315
Principal Tech Specialist I / II
$287 / $297
Senior Tech Specialist I / II
$263 / $275
Senior GIS Analyst
$238
GIS Analyst
$225
Technical Specialist I / II / III / IV
$168 / $191 /
$215 / $240
Technical Analyst I / II
$120 / $144
Technical Analyst Intern
$97
Cross -Connection Control Specialist 1 / II / III / IV
$125 / $136 /
$152 / $170
CAD Manager
$189
CAD Designer I / II
$147 / $166
.CONSTRUCTION
Senior Construction Manager
$304
Construction Manager I / II / III / IV
$185 / $199 /
$211 / $267
Resident Inspector (Prevailing Wage Groups 4 / 3 / 2 / 1)
$162 / $180 /
$201 / $209
Apprentice Inspector
$147
CM Administrative I / II
$79 / $106
Field Services
$209
■ Hourly rates include Technology and Communication charges such as general and CAD computer, software,
telephone, routine in-house copies/prints, postage, miscellaneous supplies, and other incidental project expenses.
■ Outside Services such as vendor reproductions, prints, shipping, and major West Yost reproduction efforts, as well as
Engineering Supplies, etc. will be billed at actual cost plus 15%.
• The Federal Mileage Rate will be used for mileage charges and will be based on the Federal Mileage Rate applicable to
when the mileage costs were incurred. Travel other than mileage will be billed at cost.
0 Subconsultants will be billed at actual cost plus 10%.
■ Expert witness, research, technical review, analysis, preparation and meetings billed at 150% of standard hourly rates. Expert
witness testimony and depositions billed at 200% of standard hourly rates.
A A Finance Charge of 1.5% per month (an Annual Rate of 18%) on the unpaid balance will be added to invoice amounts
if not paid within 45 days from the date of the invoice.
* This .schedule is updated annually Page 1 of 2
W
2022 Billing Rate Schedule WEST■ YOST
(Effective January 1, 2022 through December 31, 2022)* Waver. Engineered,
Equipment Charges
2" Purge Pump & Control Box
$270 /
day
Aquacalc / Pygmy or AA Flow Meter
$28 /
day
Emergency SCADA System
$35 /
day
Gas Detector
$80 /
day
Generator
$39 /
day
Hydrant Pressure Gauge
$10 /
day
Hydrant Pressure Recorder, Impulse (Transient)
$55 /
day
Hydrant Pressure Recorder, Standard
$40 /
day
Low Flow Pump Controller
$75 /
day
Powers Water Level Meter
$32 /
day
Precision Water Level Meter
$19 /
day
Stainless Steel Wire per foot
$0.03 /
day
Storage Tank
$15 /
day
Sump Pump
$24 /
day
Transducer Components (per installation)
$23 /
day
Trimble GPS — Geo 7x
$220 /
day
Tube Length Counter
$22 /
day
Turbidity Meter
$22 /
day
Vehicle
$10 /
day
Water Flow Probe Meter
$20 /
day
Water Quality Meter
$27 /
day
Water Quality Multimeter
$185 /
day
Well Sounder
$30 /
day
* This schedule is updated annually Page 2 of 2
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 Professional Services
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 worts 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
$1,000,000 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 Employers Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services.
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 ro'ect
that it is insuring.
(d) Se ve rab i RZ 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 Cancella i n or Chane 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 1 of 2 pages I 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.
Q) 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
(1) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) 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.
Page 2 1 of 2 pages Risk: rev. 3/1/2018
RESOLUTION NO. 2022-75
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH WEST YOST & ASSOCIATES, INC., OF DAVIS,
FOR RECYCLED WATER SUPPLY AND LAND APPLICATION
ALTERNATIVES EVALUATION
WHEREAS, in total, the City owns 1,040 acres of land surrounding the White Slough
Water Pollution Control Facility and portions of the land are used for the application of recycled
wastewater for agricultural land irrigation, fish pond replenishment, and two power generating
facilities; and
WHEREAS, recycled water demand has the potential to grow over the next few decades
due to persistent drought conditions and/or expanding need for alternative industrial uses; and
WHEREAS, this contract is intended to explore the City's long-term (10-20 year) options
for maximizing recycled water availability and for optimizing current and future supply, and
identifying the most beneficial disposal methods; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with West Yost & Associates, Inc., of Davis, for Recycled Water Supply and
Land Application Alternatives Evaluation, in the amount of $93,500.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute a Professional Services Agreement with West Yost & Associates,
Inc., of Davis, California, for Recycled Water Supply and Land Application Alternatives
Evaluation, in the amount of $93,500; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation or
term, and to make clerical corrections as necessary.
Dated: April 6, 2022
I hereby certify that Resolution No. 2022-75 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 6, 2022 by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, and Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Chandler
ABSTAIN: COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2022-75