Nicholas Micheli, Vice-Chair, District1 Dan Flores, District2 Mike Ziegenmeyer, District 3 Karm Bains, District 4 Mat Conant, Chair, District5 5 AGENDA SUMMARY BOARD OF DIRECTORS WATER WORKS DISTRICT NO. 1 CLITORRI The Agenda isp postedi int the entrance oft the County Office Building at 1160 Civic Center Blvd., Yuba City. The Agenda Summary, backup materials, and Approved Minutes are also posted ont the Sutter County' Website at: Materials related to ani item ont this Agenda submittedt tot thel Board after distribution oft the Agenda packet are available for publici inspectioni int the office oft the Clerk oft the Board at1 1160 Civic Center Blvd., Yuba City, during normal business hours. htp/suttercountycal iam2. comchazensDafautasp October 22, 2024 3:00 PM CITY COUNCIL CHAMBERS 1201 CIVIC CENTER BLVD. & YUBA CITY, CA PROCEDURE FOR PUBLIC PARTICIPATION Members of the Public will be allowed to address the Board during the Board's consideration of each Agenda item. If you wish to speak on any item appearing on the Agenda, please fill out a Speaker Card, noting the number of the Agenda item about which you wish to speak and present it toi the Board Clerk. If you wish to speak about more than one Agenda item, please fill out a separate card for each item. If you wish to speak under Public Comment, please note that on the Speaker Card. When the matter is announced, please approach the speakers' lectern after being recognized byt the Chair. CALL TO ORDER Roll Call PUBLIC COMMENT Members of the public will be allowed to address the Water Works District No. 1 - Board of Directors on items of interest to the public that are within the subject matter jurisdiction of the Board. State law provides that no action may be taken on any item not appearing on the posted Agenda. CONSENT CALENDAR 1) Authorization to advertise a Request for Proposals for Robbins Wastewater Treatment System full-service consultant operator (MT6549) OTHER BUSINESS - BOARD OF DIRECTORS CLOSED SESSION A Closed Session may be held at any time during the meeting to address any of the items appearing on this agenda as authorized by Government Code Section 54957.6 (Employee Matters); 54956.8 (Real Property Negotiations); 54956.9 PendingAnticpated Litigation); 54956.95 (Liability Claims); and 54957 (Threat to Public Services or Facilities). ADJOURNMENT Requests for assistive listening devices or other accommodations, such as interpretive services, should be made through the Clerk of the Board at (530) 822-7106. Requests should be made at least 72 hours prior to the meeting. Later requests will be accommodated toi the extent feasible. WWD#1 AGENDA Page 1 October 22, 2024 1 SER CO Agenda Date: October 22, 2024 Agenda Item MT# 6549 CITOIRI WATER WORKS DISTRICT NO. 1 Staff Report To: From: Subject: Honorable Board of Directors Neal Hay, Director of Development Services Department: Development Services Authorization to advertise al Request for Proposals for Robbins Wastewater Treatment System full-service consultant operator (MT6549) Recommendation Itis recommended that the Board of Directors authorizes the advertisement of a Request for Proposals (RFP) for Robbins Wastewater Treatment System full-service consultant operator. Background The Position Allocation Schedule for the Development Services Department previously included an operator that was responsible for the operation and maintenance of the Robbins Water and Wastewater treatment plants. The subject employee retired from the County in January 2022, and since that time, the district has relied upon contract services to meet the requirements for as state-certified operator. The previous RFP for consultant operator services was advertised in September 2018, with only one (1) submittal received. Due to the amount of time since the original advertisement, staff recommends soliciting proposals from qualified operators to seek options and costs for the required services. The Department is pursuing two options for operating the Robbins Wastewater Treatment System: a full- service consultant or a county employee. The Board recently authorized the development of a job specification for the employee option. The action recommended here will advance the consultant option. The Department will evaluate both options in parallel and proceed with the one that offers the best value proposition for the County and the residents of Robbins. Prior Board Action September 24, 2024: Authorization for the Human Resources Department to develop a job specification for a wastewater plant operator and open a recruitment for the position for Waterworks District No.1 June 25, 2024: Approval of Amendment No. 4 to the Independent Contractor Agreement with JSWWC Water & Wastewater Management to add six months of service with a not-to-exceed amount of $60,000 for Fiscal Year (FY) 2024-25 and increasing the total compensation to $314,887, for full-service wastewater operator services for the Robbins Wastewater System, and authorization of the Director of General Services/ Purchasing Agent, or their designee, to execute Amendment No. 4 Packet Pg. 2 1 April 23, 2024: Approval of Amendment No. 3 to the Independent Contractor Agreement with JSWWC Water & Wastewater Management increasing the not to exceed amount by $50,000 for a new total amount not to exceed $120,000 for Fiscal Year 2023-24 and increasing the total compensation to $254,887 for wastewater operator services for the Robbins Wastewater System; authorization for the Director of General Services/Purchasing Agent, or their designee, to execute Amendment No. 3; and approval of the related budget adjustment to the Fiscal Year 2023-24 Adopted Budget in the amount of April 18, 2023: Approval of Amendment No. 2 to the Independent Contractor Agreement with JSWWC Water & Wastewater Management to increase the not-to-exceed amount by $25,000, to $95,000, for Fiscal Year (FY) 2022-23 for full-service wastewater operator services for the Robbins Wastewater System, and authorization of the Director of General Services, or their designee, to execute Amendment August 9, 2022: Approval of Amendment No. 1 to the Independent Contractor Agreement with JSWWC Water & Wastewater Management to increase the not-to-exceed amount by $14,887, to $39,887, for Fiscal Year (FY) 2021-22 fort full-service water operator and wastewater operator services for the Robbins Water and Wastewater Systems, and authorization of the Director of General Services, or their designee, February 22, 2022: Approval of an Independent Contractor Agreement with JSWWC Water & Wastewater Management in the amount not to exceed $25,000 in Fiscal Year (FY) 2021-22, and not to exceed $70,000 each fiscal year thereafter through FY 2023-24 for full-service water operator and wastewater November 16, 2021: Approval of the termination of the Independent Contractor Agreement with Specialized Utility Services Program for full-service water operator and wastewater operator services for July 28, 2020: Approval of the termination of the Independent Contractor Agreement with AQUALITY Water Management and approval of an Independent Contractor Agreement with Specialized Utility Services Program in the amount not to exceed $85,863 in Fiscal Year (FY) 2020-21, and not to exceed $70,000 each fiscal year thereafter through FY 2022-23 for full-service water operator and wastewater May 28, 2019: Approval of an Independent Contractor Agreement with AQUALITY Water Management $100,000. No.2 toe execute. Amendment No. 1 operator services for the Robbins Water and Wastewater Systems the Robbins Water and' Wastewater Systems, awarded July28, 2020 operator services for the Robbins Water and' Wastewater Systems forf full-service water and wastewater operator services. September 25, 2018: Authorized the advertisement of an RFP for full-service consultant. Board Alternatives The Board may choose to not authorize the solicitation for proposals and authorize an agreement with the current wastewater consultant operator for an additional period of time. The Department is also requesting a recruitment for a wastewater treatment plant operator to seek options for cost comparisons for the required services. Other Department and/or Agency Involvement No other departments are affected or involved. Action Following Approval Department staff will publicize and distribute the RFP for 30 days, seeking submittals from as many qualified operators as possible. Once a preferred consultant operator has been identified, the Department will retumn to the Board to recommend: award of an Independent Contractor. Agreement or that a qualified applicant employee bel hired. Packet Pg. 3 1 Fiscal Impact There is no fiscal impact associated with the distribution and scoring of the RFP. Staff will return to the Board at a later date to provide additional information regarding the fiscal impact, should an agreement be recommended for award. Countywide Goals & Top Priorities Compliance This item supports thet following Countywide Goals: B. Operate County governmenti in at fiscally and managerially responsible manner to ensure Sutter County remains a viable ands sustainable community tol live, work, recreate, andi raise at family. E. Provide and enhance public infrastructure, including essential water, wastewater, other utilities, transportation systems (including' "Farm to Market" roads); achieve best possible flood protection fort the entire County region, including upgrading necessary levees to obtain reasonable flood insurance coverage to all residents, businesses, and property owners. Standing Committee Review At the Public Works/Support Services Committee meeting of October 10, 2024, this item was reviewed and recommended for placement on the consent calendar for the Board of Directors. Respectfully Submitted, s/ Neal Hay Director of Development Services Attachments: 1. Request for Proposals Packet Pg. 4 1.a SUTTER COUNTY REQUEST FOR PROPOSALS For PROFESSIONAL CONSULTANT OPERATOR SERVICES For Operation, Maintenance, and Regulatory Compliance of the Robbins Wastewater Treatment Plant and Collection System, and Rio Ramaza Wastewater Treatment Plant and Collection System October 2024 SUTTER COUNTY DEVELOPMENT SERVICES 1130 CIVIC CENTER BLVD YUBA CITY, CA95993 (530)822-7400 Approved for Solicitation: Neal Hay,P.E. Director Board of Directors/supervisors Approval: October 22, 2024 PAWRWATERRESOURCESUitsOperabo2024 RFPF Robbins and Riof Ramazal WWTP OperatorRFP WWTP! Robbins &F Rio Ramaza Operator. docx Packet Pg. 5 1.a Table of Contents INTRODUCTION SYSTEM DESCRIPTIONS Robbins Wastewater Treatment Plant.. Robbins Wastewater Collection System. Rio Ramaza Wastewater Treatment Facility Rio Ramaza Wastewater Collection System.. 4 4 5 5 5 7 PROFESSIONAL SERVICES Robbins Wastewater Treatment Plant and Collection System Rio Ramaza Wastewater Treatment Plant and Collection System. OPERATOR LICENSURE AND CONTINUING EDUCATION Robbins Wastewater Treatment Plant and Collection System Rio Ramaza Wastewater Treatment Plant and Collection System. DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS. TENTATIVE PROJECT SCHEDULE. STATEMENT OF QUALIFICATIONS CONTENT/ /SELECTION CRITERIA Acronyms Acronym CVRWQCB DBE DDW ETM GPM HP PVC RFP SSMP SSO STEP WTP WWTP Detinition Central Valley Regional Water Quality Control Board Disadvantaged Business Enterprise Division of Drinking Water Elapsed Time Meters Gallons Per Minute Horse Power Polyvinyl Chloride Pipe Request for Proposal Sewer System Management Plan Sewer System Overflow Septic Tank Effluent Pumping Water Treatment Plant Wastewater Treatment Plant Appendices APPENDIX A -] DRAFT AGREEMENT FOR PROFESSIONAL SERVICES APPENDIX B -] LOCATION AND SITEI MAPS APPENDIXC-TREATMENT SYSTEM DIAGRAMS 2 Packet Pg. 6 1.a REQUEST FOR PROPOSAL (RFP) INTRODUCTION The Sutter County Development Services Department, Engineering Division, is seeking a site-specific proposal from ai full-service consultant operator for professional services for the operation, maintenance, and regulatory compliance of the Robbins Wastewater Treatment Plant and Collection System, and Rio Ramaza Wastewater Treatment Plant and Collection System. Please submit three (3) copies of your proposal to our office no later than: 10:00 AM on Wednesday, November 20, 2024: Sutter County Development Services Attn: Guadalupe Rivera, Principal Engineer 1130 Civic Center Blvd. Yuba City, CA 95993 Guadalupe Rivera is the assigned Project Manager for the solicitation. All questions related to the submission of the proposal shall be directed to Guadalupe at (530) 822-7400 X 305 or The selection process will follow the guidelines of the Sutter County Purchasing Ordinance GKiveratcosuter.caus Section 16-070. The selection process will consist of the following: Areview andi ranking oft thej proposals by an evaluation panel consisting of at least three representatives from the Development Services Department. 2) The County does not expect to conduct selection interviews but reserves the right to interview the highest ranked consultant team(s) to question their proposal(s). 3) A scoping meeting will be held with the top ranked consultant team. 4) The top ranked consultant will submit a cost proposal toj perform the work. 5) Contract negotiations will commence with the top ranked consultant. If an agreement on a fair and reasonable price cannot be reached, negotiations will be terminated. The next most qualified consultant team will be invited to a scoping meeting, requested to submit a cost proposal and contract negotiations will commence. The cycle willrepeat until a consultant team is under contract for the work. Prior to the review of the submitted proposals, the Department does not intend to meet with prospective consultants. Following the review of submitted materials, the County may contact The proposals from the Consultant teams shall contain the information identified in this RFP. Late submittals, submittals to the wrong location, or submittals with inadequate copies are considered non-responsive and will be rejected. Submittal of additional information after the due date will not Each respondent will be responsible for all their expenses incurred during the RFP process. certain consultants with questions or clarifications. be allowed until the short list is developed. 3 Packet Pg. 7 1.a Pert the County of Sutter Ordinance Code Chapter16.0600)d-3. thei following statements: apply: (1) The County reserves the right to negotiate directly with any party responding thereto and may enter into a contract with any responding party regardless of price ifitis advantageous for the County to do SO. (2) Noj public opening of proposals shall be required. (3) Ift the request seeks architectural design services requiring an expenditure in excess of ten thousand dollars ($10,000), the request shall also include, in bold type, a disclosure that the contracting architect may be required to indemnify and hold harmless the County of Sutter against any and alll liability, whether or not caused by the activity oft the contracting architect. Upon successful negotiations with a consultant, the Professional Services Agreement, attached as Appendix A, will be presented to the County Board of Supervisors for approval and execution, at This RFP does not commit the County to enter into an agreement, to pay any costs incurred in the preparation of a proposal in response to this request, or to procure or contract for services. The County reserves the right to accept or reject any or all submissions received as a result of the request, to negotiate with any qualified firm, or to modify or cancel in part or in its entirety this The County reserves the right to amend this RFP by addendum prior to the final submittal date. The date and time shall be extended by no less than 721 hours if the officer, department, board, or commission issues any material changes, additions, or deletions to thei invitation later than 721 hours prior to the bid closing. Any proposals received after the time specified in the notice or any extension due to material changes shall be returned unopened. Any addenda to the RFP will be distributed directly to the consultants. Consultants submitted proposals will acknowledge receipt which time the consultant's services will begin immediately. RFPi ifitisi in the best interest of the County to dos SO. of all addenda. SYSTEM DESCRIPTIONS Robbins Wastewater Treatment Plant The wastewater system was constructed in 1997 and the Wastewater Treatment Plant was rebuilt in 2010. The treatment facility consists of nine (9) Orenco Systems AdvanTex treatment pods, three (3) 6,500 gallon dosing tanks, a 6,500 gallon treated effluent pumping station, control panel, eight (8) effluent pumps, three disposalevaporation ponds, four (4) groundwater monitoring wells and a control building. The wastewater system collects and treats an average of 101 million gallons of wastewater per year using primary and secondary treatment technology. Robbins Wastewater Collection System The system is comprised of 106 Septic Tank Effluent Pumping (STEP) tanks discharging to a treatment facility, and over four (4) miles of pressurized PVC pipe sewer lines. Each STEP tank 4 Packet Pg. 8 1.a has a capacity of 1,000 gallons and contains an Orenco Systems pumping package. The STEP pumping system receives electrical power from twenty (20) meter/utility pole locations throughout the community. Rio Ramaza Wastewater Treatment Facility The wastewater facility consists of two (2) 1%HP pumps, one (1) 450 gallon wet well, and two (2) 1.25 acre percolationevaporation ponds providing primary wastewater treatment to eight (8) residences. Rio Ramaza Wastewater Collection System gravity flow sewerage to the WWTP wet well. PROFESSIONAL SERVICES The collection system is comprised of1 1.4 miles of 6" vitrified clay pipe and 15 manholes that The responsibilities of the Consultant include all required professional services needed for the operation, maintenance, and regulatory compliance of the Robbins Wastewater Treatment Plant and Collection System, and Rio Ramaza Wastewater Treatment Plant and Collection System. All work noted below is expected to be completed during normal business hours of Monday - Friday, between 8. AM-5PM. Ifo operator services are required during an emergency, costs will be paid on a time and materials basis. If awarded, an Agreement will cover the remaining of Fiscal Year (FY) 2024/25 (through June 30, 2025), FY 2025/26, FY 2026/27, and FY 2027/28, with options Required services include all permitting, monitoring and reporting to maintain regulatory compliance. Services of operation and maintenance include, but are not limited to the following: toextend the agreement additional fiscal years if agreed upon by both parties. Robbins Wastewater Treatment Plant and Collection System Twice Weekly 1. Record Flow from Effluent and Influent Totalizer Flow Meters. 3. Record Panel Flow Meter Readings - Influent and Effluent. 2. Record Recirculation Tank Status (all tanks) - Event Counter (Cycles) - Elapsed Time 4. Inspect Control Panel for electrical component damage, pump, float operation and alarm Meters (ETM) - Pump Flow (Flow). conditions. 5. Inspect WWTP for vandalism. 6. Inspect WWTP for leaks or broken piping. 7. Inspect condition of filter media. 8. Inspect AdvanTex pod underdrains for proper operation. 9. Inspect AdvanTex pods for unusual odors. 10. Inspect operation of auto distribution valves. 11. Perform turbidity field test. 5 Packet Pg. 9 1.a 12. Read and record Trailer Park effluent meters. Weekly 1. Calibrate pH meter measure and record pH units from treated effluent. 2. Measure and record dissolved oxygen from recirculation tanks. 3. Inspect ponds for borrowing animals or any abnormities. 4. Inspect outside of pond berms for ponding irrigation water. 5. Check level of water in ponds and record. 7. Inspect condition of fences. 8. Check for odors emitting from plant or ponds. 11. Clean nozzles not spraying correctly. 6. Test pond effluent for dissolved oxygen and pHi if water level is one foot or greater. 9. Visually inspect water level in recirculation tanks, pump and recirculation valve operation. 10. Flush pod lateral with garden hose or pump pressure (alternate weekly). 12. Inspect Condition of textile media in AdvanTex Pods Clean ifi required. 13. Check home site STEP tank control panels for warning lights. 14. Check sewer collection system for leaks or overflows. 15. Read counters/timers in select home site STEP tank control panels. Monthly 1. Prep sample bottles. 2. Sample required CVRWQCB monthly monitoring samples. 3. Record data from field logs into spread sheets. 4. Complete and submit CVRWQCB monitoring reports. 5. Inspect Pump and float operation in recirculation and final dose tanks. 6. Verify pump flow on control panel recirculation and final dose pumps Gallons per Minute. 7. Inspect biotube effluent filter in 1,000 gallon septic tank. 8. Visual inspection of tank liquid levels ini recirculation and final dose tanks. 9. Remove and clean biotube effluent filters ini recirculation and final dose tanks. 10. Pressure wash influent distribution box, tank raisers and recirculation valves. 11. Inspect operation of recirculation valves ini recirculation tanks. 12. Inspect condition of vent fan assembly, carbon filter assembly, and AdvanTex pod air 13. Confirm and record pump voltages and amperages. 14. Record pumping rate of effluent pumps. vents. 15. Prepare monthly invoicing to County with detailed information noting: dates of visits, name(s) of operator(s) during visit, work performed, any additional information requested by the County for auditing purposes. Twice Monthly 1. Clean bio tubes in all tanks and wash tank raiser. 6 Packet Pg. 10 1.a Every Third Week 1.7 Trailer Park clean bio tubes and pumps. Inspect condition of pumps and floats. Quarterly 1. Generate and submit Arsenic postings for current noncompliance to finance department to 2. Check biotube effluent filter in 1,000 gallon septic tank - Clean as required. 3. Sample required CVRWQCB quarterly monitoring samples. 1. Weed/Vegetation control - mow and spray weeds. 2. Purge monitoring wells and collect Semi Annual samples. distribute. Semi Annually Annually 1. Complete and submit annual monitoring report County to review prior to submittal. 2. Schedule and coordinate home site STEP tank pumping. 3. Update the Sanitary Sewer Maintenance Plan (SSMP). As Needed 1. Replacement parts shall require a submittal for County review. 3. Report Sewer System Overflow (SSO) to appropriate agencies. 4. Purchase repair and replacement supplies after County approval. 5. STEP tank system repairs/maintenance at home sites. 6. General housekeeping of building and fenced treatment area. 7. Place rodent bait in problem areas around WWTP and ponds. 8. Repair/regrade access road to WWTP and around the ponds. 9. Schedule, coordinate and inspect work from contractors or vendors. 10. Customer service disconnects and reconnects for non-payment. Rio Ramaza Wastewater Treatment Plant and Collection System 2. Repair system wastewater. leaks. 11. Investigate customer complaints. Weekly 1. Check sewer lift station by opening sliding steel lid on top of wet well. Observe the sewage entering the wet well from the pipe located on the north side of the wet well and 2. Open the electrical control panel located on the west side of the wet well and locate the two auto/off/on toggle switches located: int the upperl left corner oft the electrical panel. Turn each toggle switch to on (one switch at a time) and listen for pump operation (the pumps can be difficult tol hear dot to surrounding noise). The decreasing waterl level int the wet well may be observed to verify pump operation. The pump operation also may be verified by checking approximately six feet down from the top of the wet well. 7 Packet Pg. 11 1.a the discharge pipe in the northeast corner of the east pond. (The west pond is no longeri in service.) Check to confirm the pump switches are placed on auto and lock the electrical control box. Slide the steel lid located on top of the wet well back inplace. 3. Check electrical components in control panel for damage, worn parts and insect intrusion. 6. Check paved streets and gravel access road for any signs ofas sewer backup, overflow or 7. Check power. lines in the vicinity of Riego Road and Garden Hwy. for blown fuses. 4. Check for leaking influent and effluent pipes. 5. Check perimeter fencing fori intrusion, vandalism or damage. illegal use of the sewer system. Monthly 1. Observe and record pond levels ini field log and computer files. 2. Prepare monthly invoicing to County with detailed information noting: dates of visits, name(s) of operator(s) during visit, work performed, any additional information requested by the County for auditing purposes. Quarterly 1. Submit Quarterly monitoring report to CVRWQCB. 2. Check sewer main in wooded remote areas for overflows or leakage. Semi Annually 1.S Spray and remove excessive vegetation from pond berms and surrounding area between fencing and berms. Annually 1. Submit Annual monitoring report to CVRWQCB. 2. Update the Sanitary Sewer Maintenance Plan (SSMP). As Needed 1. Replacement parts shall require a submittal for Sutter County review. 3. Report Sewer System Overflow (SSO) to appropriate agencies. 4. Perform sewer main and manhole maintenance. 5. Remove fallen trees or tree limbs from pond berms. 2. Repair system wastewater. leaks. 6. During inclement weather the system will need tol be checked for possible power outages, damaged electrical line and sewer overflows due to the electrical power from Riego Road/Garden Hwy. only supplies electrical power to the WWTP and not to the residents of Rio Ramaza. (There is not a notification system alerting aj power failure or high water event at the WWTP). 8 Packet Pg. 12 1.a OPERATOR LICENSURE AND CONTINUING EDUCATION The required licensure and continuing education shall maintain compliance with the applicable Title 22 and Title 23 requirements. The current plants and systems require the following licensure: Robbins Wastewater Treatment Plant and Collection System Wastewater Treatment Plant Operator Grade II Wastewater Collection System Operator - Gradel I Wastewater Treatment Plant Operator Grade I Wastewater Collection System Operator - Gradel Rio Ramaza Wastewater Treatment Plant and Collection System DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENIS There is no DBE participation requirement. TENTATIVE SCHEDULE Distribute RFP's: Proposals Due: Proposals Rated/ /1 Ranked: Board of Supervisors Meeting: Consultant Contract Award: Tuesday, October 22, 2024 Wednesday, November 20, 2024, 10:00A AM Friday, November 22, 2024 Tuesday, December 10, 2024 Wednesday, December 11, 2024 STATEMENT OF QUALIFICATIONS CONTENT / SELECTION The County is requesting proposals for the Scope of Work specified herein. The consultant's submittal is limited to a maximum of 20 pages not including the cover letter, sheet dividers, or items included in an Appendix. A sheet is defined as an 8.5"x1 11" sheet single sided or an 11"x 17" sheet single sided, with minimum %" margin on all sides, and minimum 11 point font (any The County is seeking a full-service onslancontractoranny firm with a demonstrated history of advocating for their clients. Through interactions with the any agency and property owners, the County expects the consultant to exhibit professionalism over the course of the contract. CRITERIA style). To conserve paper, sheets may be printed double sided. 9 Packet Pg. 13 1.a The proposals will be reviewed and ranked based on the criteria listed below. All criteria scores will bec combined into the consultant'st total score with the maximum possible score of1 100. Criteria Max Points 25 20 15 10 10 10 Understanding of The Work to Be Done Experience with Similar Kinds of Work Quality of Staff for Work tol Be Done Familiarity with State and Federal Procedures Fiscal Responsibility Demonstrated Technical Ability Capability of Developing Innovative or Advanced Techniques 10 Cost proposals to be submitted separately in their own sealed envelopes. Cost proposals shall include a not-to-exceed dollar amount to complete the work noted above, per wastewater site (Robbins and Rio Ramaza). Cost proposals shall also include fully burdened hourly rate(s) for staff when responding to emergency needs during normal business hours and when responding to Cost proposals will not be used to rank proposals. The County will only open the cost proposal of the highest ranked firm and will negotiate an agreement with the firm. Should the Department be unable to negotiate a satisfactory contract with the highest ranked consultant at a price the Department determines to be fair and reasonable to the County, negotiations with that consultant shall bei formally terminated. and thel Department shall then undertake negotiations with the second- emergency needs during ghsweckendyholidiys, highest ranked consultant, and SO on until an agreement is reached. 10 Packet Pg. 14 1.a APPENDIX A - DRAFT AGREEMENT FOR PROFESSIONAL SERVICES Packet Pg. 15 1.a SUTTER COUNTY SUTTER COUNTY DEVELOPMENT SERVICES DEPARTMENT Building! Inspection Environmental Health/CUPA Code Enforcement Planning Admin &F Finance Road! Maintenance Engineering/Water Resources INDEPENDENT CONTRACTORAGREEMENT This Independent Contractor Agreement ("Agreement") is made and entered into this subdivision of the State of California ("County"), and nameofconsultant ("Consultant"). day of 2024, by and between Sutter County, a political RECITALS: A. County has determined that it is desirable to retain Consultant to provide full service wastewater operator services for Robbins/Rio Ramaza Wastewater Treatment Plant, and B. Consultant represents that it possesses the qualifications, experience, and facilities necessary to perform the services contemplated herein and has proposed to provide those services; and C. The County desires to retain Consultant to perform the proposed services. County and Consultant agrees as follows: AGREEMENT: 1. Scope of Services. Pursuant to Government Code Section 31000, County retains Consultant to perform all the professional services described in Exhibit "A" which is attached hereto and incorporated herein by this reference which shall include full service wastewater operator services for Robbins/Rio Ramaza Wastewater Treatment Plant ("Services"). 2. Term. Services under this Agreement shall commence on and shall continue until June 30, 2028, with an option to extend the Agreement for two additional fiscal years, or until the agreement is terminated by either party in accordance with the provisions of this Agreement. 3. Compensation. A. The compensation to be paid by County to Consultant for the professional services described in Exhibit "A" shall be the Fixed price, Annual price, Monthly price or Hourly rate set forth in Exhibit "B" which is attached hereto and incorporated herein by this reference. 1130 Civic Center Blvd, Suite A . Yuba City, CA 95993 . (530)822-7400 www.sutercountly.org Packet Pg. 16 1.a Page 2 [Enter brief description! here] B. To the extent that Consultant is entitled to reimbursement for travel, meals, and lodging, such reimbursement shall be subject to the prior approval of the County Purchasing Agent or authorized deputy and shall be reimbursed in accordance ofa all expenses, shall not exceed dollaramount in wordsdollars (SXXXXX.XX)for Fiscal Year 2024/25, and shall not exceed dollar amount in words dollars (SXXXXX.XX) each fiscal year thereafter for FY2025/26, FY2026/27, andFY202728 The County shall make no payment to Consultant in any greater amount for any extra, further, or additional services, unless such services and payment therefore have been mutually agreed to and this Agreement has been formally amended in accordance with the provisions of this Agreement. against County in connection with Consultant's work. Unless the action is brought by Consultant or is based upon Consultant's negligence or intentional tortious conduct, County will compensate Consultant fort the testimony at Consultantshourly rate as provided in Exhibit with the County's Travel and Business Expense Policy. C. The total compensation payable under this Agreement, inclusive D. Consultant agrees to testify at County's request if litigation is brought "B". 4. Invoice and Payments. Consultant shall submit invoices for services rendered during the preceding month. Consultant shall attach to each invoice documentation for the hours charged (if applicable) and the documentation shall include an itemized narrative of work completed during the period billed. The County shall pay invoices that are undisputed within thirty (30) days of receipt and approval. The parties agree to exercise good faith and diligence in the resolution of any disputed invoice amounts. 5. Notice. Any invoices, notices, or other documents required to be given under this Agreement shall be delivered either personally, byi first-class postage pre-paid U.S. Mail, ord overnight courier to the following addresses or such other address provided by the parties inaccordance with this section: Ifto the County: Department Contract. Administrator Address Yuba City, California 95993 Telephone: Ifto Consultant: Consultant Name Address City, State, Zip Packet Pg. 17 1.a Telephone: Notice shall be effective upon receipt. Independent Contractor. 6. A. Iti is understood and agreed, and is the intention of the parties hereto, that Consultant is an independent contractor, and not the employee or agent of County for any purpose whatsoever. County shall have no right to and shall not control the manner or prescribe the method by which the professional services are performed by Consultant herein. Consultant shall be entirely and solely responsible for its acts and the acts of its agents, employees, and subcontractors while engaged in the performance of services hereunder. Consultant shall haver no claim under this Agreement or otherwise against Countyfor vacation pay, sick leave, retirement benefits, Social Security, workers compensation, disability, or unemployment insurance benefits or other employee benefits of any kind. The parties acknowledge that County shall not withhold from Consultant's compensation any funds for income tax, FICA, disability insurance, unemployment insurance or similar withholding and Consultant is solely responsible for the timely payment of all such taxes and related payments to the state and federal governments, for itself and for its employees, agents, and subcontractors who might render services in connection with this Agreement. The Consultant shall inform all persons who perform any services pursuant toi this Agreement oft the provisions of this section. B. Ini the event that the Consultant's activities under this Agreement, or any of them, are found by any state or federal agency to be those of an employee rather than an independent contractor, Consultant agrees toi indemnify County andh hold County harmless for any damages, costs, ort taxes imposed uponi it pursuant tot thel Internal Revenue Code or state orfederal taxing laws, including butr not limited to any penalties and interest which County may be assessed by such state or federal agency for failing to withhold from the compensation paid to Consultant under this Agreement any amount which may have been required to be withheld by law. 7. Authority of Consultant. It is understood that Consultant is to provide information, research, advice, recommendations, and consultation services to the County. Consultant shall possess no authority with respect to any County decision. The County is responsible for and shall make all governmental decisions related to work of Consultant. anyportion of the work tol be performed under this Agreement without the prior written consent 8. of County. 9. Subcontracting and Assignment. Consultant shall not subcontract or assign Ownershipc of Work Product. Alltechnical data, evaluations, calculations, plans, drawings, details, specifications, estimates, reports, documents, or other work product of Consultant, in both paper and original electronic program forms, shall become the property of P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsul. Agmt Blank for RFP.docx Page 3 of12 Packet Pg. 18 1.a the County as they are produced and shall be delivered to the County upon completion of services. Consultant may retain copies for its files and internal use, however, Consultant shall not disclose any of the work products of this Agreement to any third party, person, or entity, without prior written consent of the County. Upon reasonable notice, County representatives shall have access toi the work for purposes of inspecting same and determining that the work is being performed in accordance with the terms of the Agreement. 10. Indemnification. To the fullest extent permitted by law, including without limitation CACivil Code 2782.8, Consultant shall holdharmless, defend, andindemnify Entity and its officers, officials, employees, and volunteers from and against all claims, damages, losses, and expenses including attorney fees arising out of the performance of the work described herein, tot the extent caused by any negligent act or omission of the Consultant, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the Entity." 11. Insurance. Without limiting Consultant's indemnification of the County, Consultant shall procure andi maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from ori in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be atl least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISOCG2503 or 25 04) or the general aggregate limit shall be twice the required 2. Automobile Liability: Insurance Services Office Form Number CA 0001 covering, Code 1 (any auto), ori if Consultant has no owned autos, Code 8 (hired) and 9 (non- owned), with limit no less than $1,000,000 per accident for bodily injury and 3. Workers' Compensation insurance as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than (Not required if consultant provides written verification it has no employees) P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult. Agmt Blank for RFP.docx occurrence limit. property damage. $1,000,000 per accident for bodily injury or disease. Page 4 of12 Packet Pg. 19 1.a 4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limit no less than $2,000,000 per occurrence or claim, $2,000,000 aggregate. Ifthe Consultant maintains broader coverage and/or higher limits than the minimums shown above, thel Entity requires and shalll be entitled tot thel broader coverage and/ort the higher limits maintained by the contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Entity. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: The Entity, its officers, officials, employees, and volunteers are to be covered as additional insureds ont the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the Consultant 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 Consultant's insurance (at least as broad as ISO Form CG20 10 11 85 or both 0629.10.062923.06.034 or CG2038; and CG20371 forms if later Additional Insured Status revisions used). Primary Coverage For any claims related to this contract, the Consultant's insurance coverage shall be primary and non-contributory and at least as broad as ISO CG2001 0413 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 Consultant's insurance and shall not contribute with it. This requirement shall also apply to any Excess or Umbrella liability policies. Umbrella or Excess Policy The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this agreement. This form of insurance will be acceptable provided that all of the Primary and Umbrella or Excess Policies shall provide all of the insurance coverages herein required, including, but not limited to, primary and non-contributory, additional insured, Self-Insured Retentions (SIRs), indemnity, and defense requirements. The Umbrella or Excess policies shall be provided on a true following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. No insurance policies maintained by the Additional Insureds, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess liability policies are exhausted. Page 50f12 P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsul. Agmt Blank for RFP.docx Packet Pg. 20 1.a Notice of Cancellation with notice to the Entity. Waiver of Subrogation Each insurance policy required above shall state that coverage shall not be canceled, except Consultant hereby grants to Entity a waiver of any right to subrogation which any insurer of said Consultant may acquire against the Entity by virtue of the payment of any loss under suchi insurance. Consultant 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 Entity has received a waiver of subrogation endorsement from the insurer. Self-Insured Retentions Sel-insuredreteretentionsmust be declaredi toanda approvedbyt thel Entity. Thel Entity 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 ther named insured or Entity. Acceptability of Insurers Insurance is to be placed with insurers authorized to conduct business in the state with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the Entity. Claims Made Policies Ifany 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 2. Insurance must be maintained and evidence of insurance must be provided forat 3. Ifc 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) or the beginning of contract work. least five(5) years after completion of the contract of work. years after completion of contract work. Verification of Coverage Consultant shall furnish the Entity with original Certificates of Insurance including all required amendatory endorsements (or copies of the applicable policy language effecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL and any Excess policies listing all policy endorsements to Entity before work begins. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The Entity reserves the right to require P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult. AgmtE Blank for RFP.docx Page 6 of12 Packet Pg. 21 1.a complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Entity reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that Entity is an additional insured on insurance required from subcontractors. Special Risks or Circumstances Entity reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 12. Professional Services. A. All work performed under this Agreement shall be performed and completed in a professional manner. All services shall be performed in the manner and according to the professional standards observed by a competent practitioner of the profession in which Consultant and any subcontractors are engaged. B. Consultant represents that it is professionally qualified to perform the services described herein; acknowledges that County is relying upon Consultant's qualifications to perform these services in a professional manner; and agrees that County's full or partial acceptance of any work doesnotr release Consultant fromi its obligation to perform the services in accordance with this Agreement unless County expressly agrees otherwise in writing. C. Consultant shall not be considered to be in default because of any nonperformance caused by occurrences beyond its reasonable control. The compensation specified in Paragraph 3 may be reduced to account for such nonperformance. 13. Responsibility of Consultant. A. Consultant shall be solely responsible for the quality and accuracy of its work andi the work ofi its consultants; peromedincomnecton withi this Agreement. Anyreview, approval, or concurrence therewith by the County shall not be deemed to constitute acceptance or waiver by the County of any error or omission as to such work. B. Consultant shall coordinate the activities of all sub-consultants and is responsible to ensure that all work product is consistent with one anotheri toy produce a unified, workable, and acceptable whole functional product. County shall promptly notify Consultant of any defect in Consultant's performance. Page 7 of12 P:WR WATERF ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsul. Agmt Blank for RFP.docx Packet Pg. 22 1.a 14. Audit. The following audit requirements apply from the effective date of this Agreement until three years after County's final payment: A. Consultant shall allow County's authorized representatives reasonable access during normal business hours to inspect, audit, and copy Consultant's records as needed to evaluate and verify anyi invoices, payments, and claims that Consultant submits to County or that any payee of Consultant submits to Consultant in connection with this Agreement. 'Records' includes, but is not limited to, correspondence, accounting records, sub-consultant files, change order files, and any other supporting evidence relevant to the invoices, payments, or claims. B. County and Consultant shall be subject to the examination and audit of the State Auditor, at the request of County or as part of any audit of County. Such examinations and audits shall be confined to matters connected with the performance of this Agreement including but not limited to administration costs. This section shall survive the expiration or termination of this Agreement. 15. Publication of Documents and Data. Consultant may not publish or disclose to any third party any information obtained in connection with services rendered under this Agreement without the prior written consent of the County. Notwithstanding the forgoing, submission or distribution to meet official regulatory requirements, or for other purposes authorized! by this agreement, shall not be construed as publication in derogation of the rights ofe either the County or Consultant. 16. Employment Practices. Consultant, by execution of this Agreement, certifies that it does not discriminate against any person upon the basis of race, color, creed, national origin, age, sex, disability, or marital status ini its employment practices. 17. Termination. Either party shall have the right to terminate this Agreement at any time for any reason upon thirty (30) days advance written notice to the other party. Agreements exceeding the monetary limits delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. Ifthis Agreement was executed for the County by the Purchasing Agent, or an authorized deputy, this Agreement shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds fifty- thousand dollars ($50,000) for personal services contracts or forty-five thousand dollars ($45,000) for public works contracts. 18. Jurisdiction. This Agreement shall be administered and interpreted under the laws of the State of California and any action brought hereunder shall be brought in the Superior Court in and for the County of Sutter. Page 8 of12 P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsul. Agmt Blank for RFP.docx Packet Pg. 23 1.a 19. Compliance With Law. Consultant shall comply with all applicable federal, state, and local statutes, ordinances, regulations, rules, and orders, including but not limited tot those concerning equal opportunity and non-discrimination. 20. Prevailing Wages. To the extent that any of the work performed under this Agreement is a "public work" within the meaning of Labor Code section 1720, subject to the payment of prevailing wages and Labor Code Section 1771, Consultant shall cause all such work, as applicable, to be performed as a "public work" in compliance with California prevailing wage laws. In the event Consultant fails to do SO, Consultant shall be liable for the payment of all penalties, wages and/or damages as required by applicable law. 21. Conflict With Laws or RegulationgSeverabily, This Agreement is subject to all applicable laws and regulations. If any provision of this Agreement is found by any court or other legal authority, or is agreed by the parties, tol bei in conflict with any code or regulation governing its subject, the conflicting provision shall be considered null and void. If the effect of nullifying any conflicting provision is such that a material benefit of the agreement to either party is lost, the Agreement may be terminated at the option of the affected party. In all other cases, the remainder of the agreement shall continue in full force and effect. 22. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required! by lawi tol bei inserted in this Agreement shall! be deemed tol bei inserted andt this Agreement shall be read and enforced as though it werei included. fthroughmistake oro otherwise, any provision is noti inserted ori isnot correctly inserted, then upon application of either Party, the Agreement shall be amended to make the insertion or correction. All references to statutes and regulations shall include all amendments, replacements, and enactments in the subject which are in effect as of the date of this Agreement, and any later changes which do not materially and substantially alter the positions of the Parties. 23. Waivers. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver or a waiver of a subsequent breach of the same or any other provision of this Agreement. executed by both parties. 24. Amendments. Any amendments to this Agreement shall be in writing and 25. Entire Agreement. This Agreement, constitutes the entire Agreement between the parties for the provision of services to County by Consultant and supersedes all prior oral and written agreements and communications. 26. Successors and Assigns. This Agreement: shalll bel Bndnguponandshailinue to the benefit of any successors to or assigns of the parties. Page 9 of12 P:WR WATERF ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult. Agmt Blank for RFP.docx Packet Pg. 24 1.a 27. Construction. This Agreement reflects the contributions of both parties and accordingly the provisions of Civil Code section 1654 shall not apply in interpreting this Agreement. 28. Execution of Agreement. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original agreement and both of which shall constitute one and the same agreement. The counterparts of this Amendment may be executed and delivered by facsimile or other electronic signature (ncludingportable document format) by either of the parties and the receiving party may rely on the receipt of such document SO executed and delivered electronically or by facsimile as if the original had been received. COUNTY OF SUTTER CONSULTANT By: Neal Hay By: Title: Authorized Representative Director of Development Services APPROVED AS TO FORM: By: County Counsel Office, Sutter County Exhibits: Exhibit A - Scope of Work Exhibit B - Fee Schedule Page 10 of12 P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult, Agmt Blank for RFP.docx Packet Pg. 25 1.a EXHIBIT "A" - Scope of Work Page 11 of12 P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult, Agmt Blank for RFP.docx Packet Pg. 26 1.a EXHIBIT "B" - Fee Schedule Page 12of12 P:WR WATERI ESAURCESUM-OsaA RFPI Robbins and Riol Ramazal WWTP OperatonConsult, Agmt Blank for RFP.docx Packet Pg. 27 1.a APPENDIX B-LOCATION, AND SITE MAPS Packet Pg. 28 1.a 13 WWTP Kio Bamgt WWTP Locaton MAap DIVISION APPROVALS BUILDING By:. ENVIRONMENTALI HEALTH By: FIRE By:- PLANNING Byt. ENGINEERING By:. Date:. Date:. Date. Date:, Date:., Packet Pg. 29 WWTP - Wokwoter. reachment Plont tise expressly understood thata approvald ofthiss site plans shalln notrelievet theA Applicanto ofanyo ofresponsibility! forc completion ofthew worki ino conformity witht the requirements ofSutter County. This approval shallr noto operatet to waive any ofthe requirements ofSutter County orrelievet theA Applicanto ofa anyo obligation tharunder 60,000.0 OCounty ofSutter 30,000.00 60,000.0 Feet 1:360,000 1inch=; 3000 Feet THIS MAPISNOTA ASURVEY, DIMENSIONS SHOWNA AREA APPROXIMATE NTS DELI MONTEA AVE SANTACRUZAVE TAROSAAVE RD Ka SITE PLAN Robbins DIVISION APPROVALS BUILDING ENVIRONMENTALI HEALTH FIRE PLANNING ENGINEERING WWTP- Wasteusaher Treotwnt Plant Countyot Suter Packet P NTS RIEGOE RD 000 Keti SITE PLAN -Rio Ramaza DIVISION APPROVALS BUILDING ENVIRONMENTALI HEALTH FIRE PLANNING ENGINEERING ww POND5 - WwJastewaher Ponds Conyetsnr eet Packet P 1.a APPENDIX C- TREATMENT SYSTEM DIAGRAMS Packet Pg. 32 1.a Robbins Well Water Treatment Plant Diagram (Wagner Aviation Well) Not to Scale TESCO Electrical Panel Well and Pump Distribution System Flo Pak Electrical Panel Chlorinator Booster Pumps Hydro Tank 6,000 gallons Well Building Flow Meter Air Compressor Backwash Recovery Pump Greensand- mixed media filter Back Wash Recovery Tank 22,800 gallons Treated Water Tank 15,800 gallons Packet Pg. 33 1.a Robbins Wastewater Treatment Plant Diagram Disposal Pond Not to Scale Red Lines are Effluent Flow Direction Disposal Pond Green lines point to location of Pods, Distribution Box, Fan Assemblies, Auto Distribution Valves and Flow Meters Purple line is recirculation direction and to Discharge Tank Disposal Pond community of Robbins was 105 STEP tanks Home Site STEPtank Home Site STEPtank Home Site STEPtank Home! Site STEPtank Distribution! Box Recirculation Auto Distribution Above Ground) Vent OrencoA AX1001 Treatment Pods( (9) Valve( (3) Valves (3) Recirculation Tank Recirculation Tank Recirculation Tank Discharge Tank FanAssembly(2) Home Site STEPtank Home Site STEPtank Home Site STEPtank Home Site STEPtank Influent Flow Meter Effluent Flow Meter Packet Pg. 34