HomeMy WebLinkAboutAgenda Report - October 5, 2011 C-07AGENDA ITEM C "
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Professional Services
Agreement with WGR Southwest, Inc., of Lodi, for Storm Drainage Permit
Compliance Services ($30,925)
MEETING DATE:
PREPARED BY:
October 5, 2011
PublicWorks Director
RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute professional
services agreement with WGR Southwest, Inc., of Lodi, for storm
drainage permit compliance services in the amount of $30,925.
BACKGROUND INFORMATION: The State Water Resource Control Board issued to the City of Lodi
PermitWDID No. 5639NP00028 that governs the discharge of storm
water runoff. A condition of that permit requires regularwet season
inspections of construction site best management practices be
performed for all regulated construction sites as well as annual reporting of the storm drain activities. On
May 16, 2007, City Council approved a professional services agreementwith WGR Southwest, Inc., of Lodi
to perform these services. This agreement has been extended over the past several years; however, the
required scope has grown significantly due to the expanded regulatory requirements.
Additionally, the State adopted the Construction General Permit on September 2, 2009, which requires
construction sites be inspected, monitored, and annual reports for each site completed throughout the
Storm Water Pollution Prevention Plan permit duration. The City currently has two construction sites
which will require monitoring by a Qualified Stormwater Practitioner until the Notice of Terminations have
been filed and confirmed by the State. Development Standards Plan site compliance review services
have also been included as an option, if needed by the City.
The professional services agreement, which includes an option to renew on an annual basis (up to two
years), has a projected cost of $30,925 if all the services are utilized.
FISCAL IMPACT: A portion of the inspection costs will be offset by revenues from the Storm
Drainage Permit Compliance Inspection Fees. Non-compliance with the
reporting requirement9 could subject the City to fines.
FUNDING AVAILABLE: Storm Drain Maintenance (170405) - $30,925
Jordan Ayers
Deputy City Manager/Internal Se ices Director
ga
F. Wally S delin
Public Works Director
Prepared by Kathryn E. Garcia, Compliance Engineer
FWS/CES/KMG/pmf
cc: Deputy Public Works Director— Utilities
Compliance Engineer
APPROVED:
K:\WP\COUNCIL\2011\Storm Inspection WGRAgmt.doc
City Manager
8/20/2011
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on October 2011, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY), and WGR Southwest, Inc.,
(hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Annual
Stormwater Services (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide
such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
etaff to provide required data or reviGxu documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
com ments.
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 October 6, 2011 and terminates
upon the completion of the Scope of Services or on October 5, 2012, whichever occurs
first.
FA
Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed three (3) years.
ARTICLE 3
EI N
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.
ction 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include
performance of the Scope of Services.
all reimbursable costs required for the
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.
3
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.
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), 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
4
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Reauirements 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: Kathryn E. Garcia, Compliance Engineer
To CONTRACTOR: WGR Southwest, Inc.
315 West Pine Street, Suite 8
Lodi, CA 95240
Attn: John Terayskis
5
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
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
6
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 Reguirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
7
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.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CONTRACTOR:WGR SOUTHWEST, INC
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By: By. ..�
Nam JOHN TERAVS IS
Title: COMPLIANCE SPECIALIST
Attachments:
ExhibitA - Scope of Services
Exhibit - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Doc ID:
CA;rev.01.201 1
H
September 14, 201 1
Mrs. Kathryn Garcia
City of Lodi
P.O. Box 3006
Lodi, CA 95241-1910
RE: Proposed Scope of Work — Storm Water Construction Program, for the 2011-2012
Storm Water Season
Dear Mrs. Garcia,
WGR Southwest, Inc. (WCR) is pleased to provide the City of Lodi with this proposal and scope
of work to perform the City of Lodi's Construction Storm Water Program, for the 2011-2012
storm water season. The following is the scope of work that we arc proposing.
A. Storm Water Construction Inspection Program:
Construction Inspections (Monthly Inspections) — These inspections will be
performed at all active construction sites having submitted a NOI for General Permit
coverage within the City of Lodi on a tnonthly basis. The initial inspection will
consist of a precursory review of the SWPPP. All site visits will include an
inspection of the construction site and its BMPs, completion of a compliance
checklist, review of the inspection findings with the site construction supervisor, if
available, and preparation of an internal report and other supporting documentation
for your Department.
Construction Inspections (Follow-up Visits) -- Follow-up inspections will be
performed where significant compliance deficiencies were identified during the
monthly visit that require follow up sooner than the next monthly inspection. We
will complete another compliance checklist, review the inspection findings with the
site supervisor, if available, and prepare an internal report and other supporting
documentation for your Department.
Construction Annual Reports (Annual) — WGR will complete the Annual Report
for projects that had more than three continuous months of construction during the
storm water year where the City of Lodi was designated as the LRP. WGR will
complete the Annual Report on the SMARTS System and compile and review all
Inspection Reports, Monitoring Data, Training Records, and Weather supporting
documentation associated with the annual report.
315 W. Pine Skeet, Suite 8 • Lodi, CA 95240 • (209) 334-5363 m Fax (209) 334-5374
Los Alamitos, CA 4 Lodi, CA
Project Training:
All inspections will be performed by a Qualified SWPPP Practitioner (QSP). We will utilize
field inspectors who have been trained on the appropriate use of Best Management Practices
(BMPs) at construction sites. We will assign a project manager to the inspection program that
has extensive storm water regulatory and BMP experience. We would like to suggest that all of
our inspectors perform an initial inspection with your staff to make sure that our approach is
consistent with your expectations.
Project Implementation:
WGR will perform the field inspections in accordance with the protocols and guidance
developed during the project setup phase. Based on past experience, we have found that the
average inspection duration for construction sites requires approximately 1.25 to 1.50 hours for
first time inspections, including field time and report preparation. The field inspectors will
establish a specific schedule based on the general schedule and will route his/her course of
inspections in the most expeditious manner. We feel construction inspections are best performed
without advance notice to the party being inspected, so we are not proposing to contact them
ahead of time. Each construction site will be inspected using the checklist and following the
written protocol. The inspector will take digital photographs of the site and any storm water -
related concerns. The inspector will request to review a copy of the SWPPP, at the initial site
visit. The report and completed checklists will be provided to the City of Lodi, electronically via
e-mail.
DSP site compliance:
WGR will field verify that each construction site is installing the BMPs, which were approved by
the City of Lodi. WGR will review the recommendations of the City of Lodi, prior to site
inspections. The initial review should take approximately 1.00 to 1.25 hours. WGR will perform
DSP field site visits during the construction of each site. The DSP site visits will be performed at
the same time as the monthly construction inspection. The time estimated for each site review is
0.33 hours. This visit will be done to make sure each site is building into their site, the approved
DSP best management practices, as required, by the City of Lodi.
Annual Compliance Review: WGR will visit each completed construction site, to inspect the site
for BMP maintenance and upkeep. This inspection will verify that each site is continuing to
maintain each BMP installed, as part of the site's DSP requirements, during construction. The
amount of time per inspection will be determinedjointly by the City of Lodi and WGR.
Project Wrap Up:
For project closure, we will schedule a meeting to discuss the inspection program results and to
identify areas for improvement for future rounds of inspections and training.
315 W. Pine Street, Suite 8 • Lodi, CA 95240 • (209) 334-5363 • Fax (209) 334-5374
Los Alamitos, CA • Lodi, CA
These tasks, if necessary, will be provided for on a per unit assignment.
It is WGR's assumption that there will be additional projects starting up as the economy
rebounds during the next storm water year. WGR cannot predict the proposed number of
projects that will become active and will rely on the City of Lodi for notification of new or
additional CIP's as they become active. All costs stated in the above table represent unit costs
for all projects.
Project Schedule:
We can begin field inspections within five business days of receiving authorization from you to
proceed.
We thank you for this opportunity to serve you and we look forward to working with the City of
Lodi, on this project. If I can answer any questions concerning our proposal, please do not
hesitate to call me or to schedule another meeting to discuss the proposed scope of work.
Respectfully,
WGR Southwest, Inc.
�'l ► ' ;--M
John M. Terayskis
Compliance Specialist
315 W. Pine Street, Suite 8 • Lodi, CA 95240 • (209) 334-5363 • Fax (209) 334-5374
Los Alamitos, CA • Lodi, CA
EXHIBIT B
Monthly Construction Inspections(First Time Inspections)
14 Sites
@
$175 Perinspection
$2,450
Monthly Construction Inspections(Subsequent Months)
7 Monthly Inspections
for
14 Sites
@ $135 Perinspection
$13,230
Follow-up Construction Inspections(as required)
7 Follow-up Inspections
@
$135 Per re -inspection
$945
Consbuction Annual Report Comp ilation/Submission
3 Annual Reports
@
$900 Per Report
$2,700
DSP Site Compliance Visit (incorporated into monthly construction inspections
7 Inspections
@
$100 Perinspection
$700
DSP (Post construction, annual inspection for BMP maintenance and upkeep)
7 Inspections
@
$225 Perinspection
$1,575
MS4 Annual Report
1 Report
@
$2,950 Lum Sum
$2,950
Weekly Inspections (Pixley Park, DeBenedetti Park, 99Signalization Project)
12 Total Inspections per month
@
$75 Perinspection
for 2 months
$1,800
Pre -storm Inspections(Pixley Park, DeBenedetti Park. 99 Signalization Project)
3 Pre -storm Inspections
@
$75 Perinspection
for 1 quarter
$225
Notice of Termination (NOT)
3 Total NOTs
@
$350 Per NOT
$1,050
DuringStorrn Inspections
3 During Storm Inspections
@
$75 Perinspection
for 1 storm even;
$225
Following Qualifying Rain Event inspection
3 During Storm inspections
@
$75 Perinspection
for 1 storm event
$225
Quarterly Non -storm Water Inspections
3 Quarterly Inspections
@
$75 Perinspection
for 1 quarter
$225
Sampling and Monitoring (Risk Level Sites only)
5 Sampling Events
@
$225 Per sampling event
$1,125
Rain Event Action Plan Inspections (Risk Level Sites only)
15 REAP Inspections
@
$100 Perinspection
$1,500
$30,925
Exhibit #
Insurance Requirements for contractor The Contractor shall takeout and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$3,000,000 Ea. Occurrence
$3,000,000 Aggregate
PROFESSIONAL LIABILITY
$3,000,000 Ea. Occurrence
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage- Ea. Occurrence
POLLUTION LIABILITY
$3,000,000 Ea. Occurrence
NOTE: 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.).
NOTE: (1) The street address of the CITY OF NODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2)The insurance certificate must state, on its face or as an endorsement, a
description of the proiect that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included wilh Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04 will be provided to the City of Lodi.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected underthe
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. 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 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreementwill be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
RESOLUTION NO. 2011-150
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE PROFESSIONAL SERVICES
AGREEMENT WITH WGR SOUTHWEST, INC., AND TO
NEGOTIATEAND EXECUTE AGREEMENT EXTENSIONS
FOR STORM DRAINAGE PERMIT COMPLIANCE SERVICES
WHEREAS, the State Water Resource Control Board issued to the City of Lodi Permit
WDID No. 5B39NP00028 that governs the discharge of storm water runoff, and a condition of
that permit requires regular wet season inspections of construction site best management
practices be performed for all regulated construction sites, as well as annual reporting of the
storm drain activities; and
WHEREAS, on May 16, 2007, City Council approved a Professional Services
Agreement with WGR Southwest, Inc., of Lodi, to perform these storm drainage permit
compliance services; and
WHEREAS, the agreement with WGR Southwest, Inc., has been extended over the past
several years; however, the required scope has grown significantly due to the expanded
regulatory requirements; and
WHEREAS, staff recommends executing a Professional Services Agreement, including
an option to renew on an annual basis for up to two years, with WGR Southwest, Inc., of Lodi,
California.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement in the amount of
$30,925 with WGR Southwest, Inc., of Lodi, California, for storm drainage permit compliance
services; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to negotiate and execute an extension of the Professional Services Agreement on
an annual basis for up to two years.
Dated: October 5, 2011
hereby certify that Resolution No. 2011-150 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 5, 2011, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, Nakanishi, and
MayorJohnson
NOES: COUNCIL MEMBERS— None
ABSENT: COUNCIL MEMBERS— None
ABSTAIN: COUNCIL MEMBERS — None
iNfDIJOHLL
City Clerk
2011-150