Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
SCRWA - OMI - 2006 Agreement for Operation, Maintenance and Management Services- Addendum No. 4
FOURTH ADDENDUM
TO THE
AGREEMENT FOR OPERATION, MAINTENANCE AND MANAGEMENT SERVICES
FOR THE WASTEWATER TREATMENT FACILITIES OF THE SOUTH COUNTY
REGIONAL WASTEWATER AUTHORITY
ENTERED INTO JULY 1, 2006 CONTINUING THROUGH JUNE 30, 2021
This Fourth Addendum ("Fourth Addendum") by and between the South County
Regional Wastewater Authority (hereinafter "Authority"), and Operations Management
International, Inc., (hereinafter "CH2M HILL OMI") to the AGREEMENT FOR
OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE
WASTEWATER TREATMENT FACILITIES OF THE SOUTH COUNTY REGIONAL
WASTEWATER AUTHORITY, dated July 1, 2006 ("Agreement") shall be considered
effective, as of July 1, 2010.
RECITALS
Pursuant to Section 3.5 of the Agreement, the parties are required to negotiate a yearly
addendum to the Agreement which shall consist of the Direct Cost Budget and Indirect
Cost, Overhead and Management Fee.
This Fourth Addendum contains the Direct Cost Budget and Indirect Cost, Overhead
and Management Fee for fiscal year 2010-2011 (commencing as of July 1, 2010) as
negotiated by the parties.
NOW THERFORE, Authority and CH2M HILL OMI agree to this Fourth Addendum to
the Agreement as follows:
1. Appendix C.
Section C.2 - Design Limitations to Exhibit C - Permits and Project Conditions is
hereby deleted and replaced in its entirety with the following:
The following influent wastewater characteristics are considered the plant operational
limits:
Average dry weather flow
Biochemical oxygen demand (5-day), design maximum
Total suspended solids, design maximum
8.5 mgd
14,100Ib/day
18,800 Ib/day
2. Appendix D.
Section D.1 to Exhibit D - ANNUAL BUDGET is hereby deleted and replaced in its
entirety with the following:
D.l. 2010-2011 Bud2et
A. Direct Cost
1 Salaries and benefits $ 1,715,000.00
2 Utilities $ 90,000.00
3 Chemicals $ 175,000.00
4 Fuels and lubricants $ 40,000.00
5 Outside services $ 260,000.00
6 Laboratory supplies $ 36,000.00
7 Repairs, including outside repair services $ 200,000.00
8 Equipment rental $ 40,000.00
9 Maintenance supplies $ 200,000.00
10 Office supplies and support $ 100,000.00
11 Roads, Levees, and Fences $ 125,000.00
Total Direct Cost $ 2,981,000.00
B. Indirect Cost, Overhead, and Management Fee $ 687,686.00
C. Baseline Cost (A + B) $ 3,668,686.00
D. Electrical Cost Budget $ 1,612,279.00
E. Solids Handling and Transportation Cost Budget $ 1,017,140.00
F. Total Annual Budget (C + D + E) $ 6,298,105.00
Project Operating Conditions:
Flow, million gallons per day 6.6
Biochemical oxygen demand, Ib/day 15463
Total suspended solids, Ib/day 15738
The above characteristics are the averages for January 2009 through December 2009.
2. EXHIBIT B
Section B.9 to Exhibit B -SCOPE OF SERVICES is hereby deleted and replaced in its
entirety with the following:
B.9 Meter Reading, Recycled Water Meter Maintenance and Calibration
CH2M HILL OMI shall read, all currently established recycled water meters on a
monthly basis and maintain and calibrate currently established recycled water meters
on an as-needed basis. The meter readings, maintenance and calibration reports shall
be provided to the City of Gilroy and the Santa Clara Valley Water District (SCVWD) for
reporting to the Regional Board and billing purposes. Should OMI not be able to read,
2
maintain or calibrate any of the meters, the City of Gilroy and SCVWD customer service
liaison shall be contacted to rectify the situation. OMI will not be responsible for
maintaining, calibrating or reading any inaccessible water meter that is otherwise
located in a potentially hazardous location. Calibration of the recycled water meters will
be on an as needed basis, but no more frequent than annually. Should the recycled
water meters require calibration more often than annually, that work will be provided as
an Out of Scope service. Replacement of any recycled water meter shall be paid for by
the Authority as required by Article 8.2 of the agreement.
CURRENT LIST OF RECYCLED METERS
Units(Gal,MG,
Date
Meter ID # DescriDtion Acft, etc) Customer Location Installed
6" Water Christmas Hill -
893178 Specialties AF x 1 Gilrov west 11/26/2003
12" Water
892545 Specialties GA x 1000 Eaqle Ridqe Eaqle Ridqe 7/23/2003
8" Water north field behind
994024-8 Specialties AF x 1 Obata orchard 5/24/2000
8" Water next to west side of
862840 Specialties AF x 1 Obata plant 6/2/2003
67801194 Christmas Hill -
4" Sensus Cubic feet x 10 Gilrov east Jun 09
Gilroy foods -
14113231 8" Sensus GA x 1000 Calpine Calpine Apr-04
Gilroy shooting
33813278 1 1/2 Rockwell GA x 1000 Gilroy ranee Jun-04
64897944 2 1/2 Rockwell GA x 10 Gilroy Gilrov Sports Park Jun-06
Southwest of plant
134051 31/2 Rockwell GA x 1000 Obata #1 Jan-06
Southwest of plant
134052 8" Sparlina GA x 1000 Obata #2 Jan-06
8" Water Southwest of plant
2009145508 Specialties GA x 1000 Obata #3 Jun-09
Southwest of plant
134049 8" Sparlina GA x 1000 Obata #4 Jan-06
57687239 6" Sensus GA X 10 Gilrov Golf Course Feb-07
McCarthy Business South of Bridge
66435006 3" Sensus GA Park (Southwest) Aug-07
McCarthy Business South of Bridge
66435007 3" Sensus GA Park (Southeast) Aug-07
McCarthy Business North of Bridge
64308108 3" Sensus GA Park Northwest) Aug-07
McCarthy Business North of Bridge
65660171 3" Sensus GA Park (Northeast) Auq-07
64897928 10" Sensus GA Calpine Nov-07
3
3. EXHIBIT E - VEHICLES AND ROLLING STOCK
Exhibit E - Vehicles and Rolling Stock is deleted in its entirety and is replaced with the
following:
EXHIBIT E - VEHICLES AND ROLLING STOCK
Vehicle or Equipment J.D. Number Condition
2000 Chevrolet UT Truck 1 GBGC34R6YR230931 Good
2001 Chevrolet 4X4 Pickup 1 GCHK24 U31E261309 Good
1994 Ford Ranger XLT Pickup lFTCR10U7RP A92921 Good
1994 Chevrolet 3500 HD Truck 1GBKC34F6RJ10 Good
1995 Ford F-Super Duty lFDLF47F6SEA46771 Good
1994 Chevrolet 2500 4X4 Pickup 1 GCFK24H1RE179620 Fair
1972 Caterpillar D6C LGP Tractor 90B635 Fair
1996 Caterpillar Challenger 65 D Tractor 2ZJ02357 Good
1999 John Deere Tiger Boom Mower L06310P235677 Good
1990 Domries Disc Harrow OFNX-1010-3482 Good
1978 Reclamation Ripper 226.3 Fair
1998 Wilcox Ripper 4467 Good
1999 Domries Disc Harrow M5113 Good
1999 Gorman-Rupp 6" Portable Pump 1162237 Good
Fuel Tanker 718-50-99 Fair
2002 Komatsu Forklift #FG30HT-12 5585894A Good
2009 Ford Ranger Pickup 1 FTYR1ODX9P A08354 Good
2009 Ford Ranger Pickup 1FTYR10D19P A08355 Good
2009 Wilcox Ripper 5069 Good
2005 Rome Disc Harrow 114 Good
2006 Ford 1/2 Ton Pickup 1FTRF12296NB74140 Good
2008 Ford F250 Truck 1FDNF20598EC31811 Good
2002 GEM Electric Cart 5ASAK27422F023925 Good
2007 GEM Electric Cart 5ASAK27487F042986 Good
2008 Caterpillar Challenger MT835B AGCC0835JNTGG1002 Good
4
4. General Provisions.
A. This Fourth Addendum shall be binding upon and inure to the benefit of the parties
hereto and their successors and assigns.
B. Except as modified hereby, the terms and provisions of the Agreement shall remain
unmodified and in full force and effect.
C. Capitalized terms not otherwise defined herein shall have the same meaning as set
forth in the Agreement.
D. In case of any conflict between any term or provision of this Fourth Addendum and
any term of provision of the Agreement, the term or provision of this Fourth
Addendum shall govern.
E. This Fourth Addendum shall be deemed to be made in, and construed in
accordance with, the laws of the State of California. In the event suit is brought by
either party hereunder, the Parties agree that venue for such action shall be vested
in the state courts of California in the County of Santa Clara or in the United States
District court in the Northern District of California.
F. This Fourth Addendum may be executed in one or more counterparts, each of which
shall be deemed an original, but all of which when taken together shall constitute
one agreement.
IN WITNESS WHEREOF, this Fourth Addendum has been executed as of the date set
forth below.
AUTHORITY
CH2M HILL
Operations Management
International, Inc.
By.l^ n o...,.nMJA-
Na'~ L' E9ttredge
Title: Vice President and Business Manager
~ Date:~7/13/ID
1", l' ,?ulClApproved as to Form
County Regional Wastewater
By:
Name:Thomas . Haglund
Title: ~dministrator
Date; U:J 1 D
ATTEST:
'\
B'
Nam renda M. Miles
Title: AutlJ.Q~y Secreta
Date: 1-,'.:2?-- /(~
, ,
5