HomeMy WebLinkAboutAgenda Report - May 4, 2016 C-14CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE:
MEETING DATE:
PREPARED BY:
AGENDA ITEM
C114
Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with WGR Southwest, Inc., of Lodi, for Storm Water Compliance
Services for White Slough Water Pollution Control Facility ($55,736)
May 4, 2016
Public Works Director
RECOMMENDED ACTION:
BACKGROUND INFORMATION:
Adopt resolution authorizing City Manager to execute Professional
Services Agreement with WGR Southwest, Inc., of Lodi, for storm
water compliance services for White Slough Water Pollution Control
Facility, in the amount of $55,736.
The State Water Resources Control Board (State Water Board)
General Permit for Storm Water Discharges Associated with
Industrial Activities Order (General Permit) became effective July 1,
2015.
Facilities subject to the General Permit are required to file and maintain permit registration documents to
the State Water Board, develop a Storm Water Pollution Prevention Plan (SWPPP) for the facility, and
identify best management practices to control the quality of storm water runoff from the site. Additional
monitoring, sampling, and monthly inspections would be required as part of permit coverage.
Storm water runoff from the White Slough Water Pollution Control Facility (WSWPCF) is contained
onsite. Facilities that contain all storm water runoff onsite are exempt from coverage under the previous
version of the General Permit for industrial storm water discharges. The current General Permit now
includes a specific requirement to evaluate potential discharge of runoff that results from a "maximum
historic precipitation event."
On March 18, 2015, Lodi City Council authorized the execution of Task Order No. 37 with West Yost
Associates, Inc., to analyze the impacts of the current General Permit on WSWPCF and to determine if
the facility could qualify for the exemption by containing all storm water runoff under the new "maximum
historic precipitation event" requirements. The analysis determines that in order to qualify to file for the
exemption, the City would either construct permanent storm water improvements estimated to cost
between $750,000 and $1,000,000, or develop a SWPPP and perform the required monitoring and
reporting to comply with the General Permit requirements.
Staff recommends complying with the General Permit and performing the additional monitoring and
sampling, at a cost of approximately $20,000 per year, as well as monthly inspections, rather than
constructing permanent storm water facilities.
Staff recommends authorizing City Manager to execute Professional Services Agreement with WGR
Southwest, Inc., of Lodi, for storm water compliance services for White Slough Water Pollution Control
Facility, in the amount of $55,736. The term of the agreement will extend through May 2019.
APPROVED`
Stephen Schwa e -
K:\WP\COUNCIL\2016\CC WGR wswpcf storm water compliance.doc
, City Manager
4/25/16
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with WGR Southwest, Inc , of Lodi, for Storm Water Compliance
Services for White Slough Water Pollution Control Facility ($55,736)
May 4, 2016
Page 2
FISCAL IMPACT: Performing the monitoring and reporting requirements required with the
new General Permit is necessary to avoid potential fines and penalties.
FUNDING AVAILABLE: Wastewater Operating Fund (530)
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
CES/ces/tdb
Attachment
cc: Karen Honer, Wastewater Plant Superintendent
Kathryn E. Garcia, Compliance Engineer
Lance Roberts, Utility Manager
K:\WP\COUNCIL\2016\CC WGR wswpcf storm water compliance.doc 4/25/16
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2016, 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 storm water
compliance services for White Slough Water Pollution Control Facility (hereinafter
"Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
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
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on May 15, 2016 and terminates upon
the completion of the Scope of Services or on May 14, 2019, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent 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:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Charles E. Swimley, Jr.
WGR Southwest, Inc.
11021 Winners Circle, Suite 101
Los Alamitos, CA 90720
Attn: Aaron H. Ortiz
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
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.
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: WGR SOUTHWEST, INC.
JANICE D. MAGDICH, City Attorney
By: By
Name: AARON H. ORTIZ
Title: Compliance Specialist
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 53053003.72450
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2016\WGR PSA.doc
CA:Rev.01.2015
8
Exhibit A/B
rVoWGR
r roar Typrn! Consultant
March 16, 2016
Mrs. Kathryn Garcia, PE, QSD/P, LEED AP
2001 W. Turner Road
Lodi, CA 95242
RE: Proposal for Storm Water Compliance Services for the White Slough Water
Pollution Control Facility
Dear Mrs. Garcia,
WGR Southwest, Inc. (WGR) appreciates the opportunity to provide you with this proposal
to assist you with your Industrial General Storm Water Permit Order# 2014-0057-DWQ
(General Permit) storm water compliance program. The following is the list of activities
we would typically perform for facilities and our proposed costs for the remainder of 2015-
2016 (July 1, 2015 -June 30, 2016) monitoring year through the 2017-2018 (July 1, 2017 to
June 30, 2018) monitoring year. To help control costs, and because many of these
compliance tasks are routine, we have presented them as unit costs. They also are presented
below in the order that we would normally perform them during the storm water year.
1. Notice of Intent (NOI) (2015-2016 monitoring year)
In section II.B of the new Industrial General Storm Water Permit Order# 2014-0057-DWQ
(General Permit), it requires that a facility certify and submit all Permit Registration
Documents (PRDs) using the State Water Board's Storm Water Multiple Application and
Report Tracking System (SMARTS) website at least seven (7) days prior to
commencement of industrial activities.
According to the definition in Appendix C of the General Permit your facility is considered
a new discharge. In section VII.B of the General Permit it states "New Dischargers
applying for NOI coverage under this General Permit that will be discharging to a water
body with a 303(d) listed impairment are ineligible for coverage unless the Discharger
submits data and/or information, prepared by a Qualified Industrial Storm Water
Practitioner (QISP), demonstrating that:
1. The Discharger has eliminated all exposure to storm water of the pollutant(s) for which
the water body is impaired, has documented the procedures taken to prevent exposure
onsite, and has retained such documentation with the SWPPP at the facility;
2. The pollutant for which the water body is impaired is not present at the Discharger's
facility, and the Discharger has retained documentation of this finding with the SWPPP
at the facility; or,
3. The discharge of any listed pollutant will not cause or contribute to an exceedance of
a water quality standard. This is demonstrated if: (1) the discharge complies with water
quality standard at the point of discharge, or (2) if there are sufficient remaining waste
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 2 of 8
load allocations in an approved TMDL and the discharge is controlled at least as
stringently as similar discharges subject to that TMDL."
We propose a cost of $480 to prepare the NOI on SMARTS including the required QISP
demonstration. In order for WGR to do anything in SMARTS on your behalf, our SMARTS IDs
will need to be linked to your facility as Data Entry Persons (DEPs). If you have not yet linked
WGR to your facility on SMARTS and would like to do so, our SMARTS IDs are aortizwgrsw
and DSjterayskis. Please note that the State Water Resources Control Board (Agency) General
Permit fee of $1,632.00 is not included in WGR's quoted cost.
2. Storm Water Pollution Prevention Plan Development (2015-2016 monitoring
year)
In section II.B.4.f, of the new General Permit, facilities maintaining storm water discharge
coverage must to develop and maintain a Storm Water Pollution Prevention Plan (SWPPP)
in compliance with the new General Permit requirements and submit it via SMARTS on
or before August 14, 2015. WGR proposes a lump sum of $2,950 to develop a SWPPP for
your facility to the new General Permit regulatory standards. Once completed, WGR will
supply to you both an editable Word copy and pdf copy of your SWPPP along with a copy
of your site map in pdf. The pdf copy can easily be upload on SMARTS and the edible
copy is for you to have should you chose to maintain or update your SWPPP yourself in
the future. A hard copy in a binder for onsite use and potential inspection will also be
supplied. The SWPPP is a required Permit Registration Documents (PRD) along with a
site map and for new discharges, a QISP demonstration report will need to be included
with your SWPPP.
3. Annual Storm Water Sampling and Observation Training (July — September)
(2015-2016, 2016-2017, & 2017-2018 monitoring years)
WGR will come to your facility and perform Industrial General Storm Water Permit Order
2014-0057-DWQ (General Permit) required training for the General Permit which became
effective on July 1, 2015. The General Permit in §X.H.f requires that permittees be
appropriately trained on storm water pollution prevention and best management practices.
We recommend that this two-part training be provided to personnel who will be assisting
with both BMP implementation and maintenance as well as the required General Permit
storm water monitoring. We would recommend that the training be performed sometime
in late July through early September which will be prior to the normal wet season (October
through May). We propose a lump sum cost of $525 to perform the full two-part onsite
storm water training. Personnel only assisting with BMP implementation and maintenance
do not need to attend the second part of the two-part training.
4. Monthly Observations (2015-2016, 2016-2017, & 2017-2018 monitoring years)
The General Permit requires that the dischargers must perform monthly visual observations
on a day without precipitation. At least once per calendar month, WGR shall visually
observe each drainage area for best management practices, authorized non -storm water
discharges and unauthorized non -storm water discharges. WGR will complete documentation
during the inspection which will be left onsite and a copy will be filed at WGR in case facility
paperwork is misplaced. Any corrective actions you perform should be notated on the
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 3 of 8
inspection form and a copy of the form forward to WGR for our records. This documentation
will be used to complete the annual report. WGR will perform the monthly visual
observations and document them as required by the permit at a cost of $265/inspection
including travel.
5. Storm Water Sampling (2015-2016, 2016-2017, & 2017-2018 monitoring years)
The General Permit to sample discharges from your facility for four qualifying storm
events (QSE) per storm water monitoring year (July 1 — June 30); two between July and
January and two between January and June. The permit defines a QSE as a storm that
produces a discharge from at least one drainage area, including impounded/contained
water; is preceded by 48 hours with no discharge from any drainage area, and if a discharge
occurs within 12 hours before or during scheduled facility operating hours. The General
Permit requires the samples be collected within four hour of discharge. WGR proposes to
perform the required sampling and coordinate the required analysis of the storm water.
WGR proposes a lump sum cost of $340 per sample event to perform the sampling for up
to two sampling locations. Should additional sampling locations be identified, there will
be a charge of $55 per additional sampling location. WGR will complete the necessary
documentation, package the samples, and transportation to the laboratory. Analytical costs
are not included in the quoted price but may be either direct billed to you by McCampbell
Analytical Laboratory or other laboratory of your choice, or you may choose to be billed
through WGR at a 10% markup.
6. Analytical Result Review and Input to SMARTS (2015-2016, 2016-2017, & 2017-
2018 monitoring years)
The General Permit requires that the discharge review their storm water sampling results,
determine if there are any NAL exceedances and submit into the Storm Water Multiple
Application and Report Tracking System (SMARTS) within 30 days of receiving the
results report. WGR proposes a cost of $315/per sampling event to review results and
input into SMARTS. In order for WGR to upload your sampling results on SMARTS our
SMARTS IDs will need to be linked to your facility on SMARTS.
7. Annual Comprehensive Facility Compliance Evaluation (May -June) (2015-2016,
2016-2017, & 2017-2018 monitoring years)
The General Permit requires that an Annual Comprehensive Facility Compliance
Evaluation (Annual Evaluation) be performed and documented. The purpose of the
evaluation is to review the activities occurring at the facility and the effectiveness of the
existing best management practices (BMPs). At that time, the SWPPP is also reviewed
for General Permit compliance section accuracy. Any necessary revisions/updates will
be notated. The Annual Evaluation is typically performed during May of each year, prior
to the annual report preparation. At that point, we evaluate the facility, determine a punch
list of storm water related maintenance recommendations, and review the observation and
analytical data collected during the year. To perform the Annual Evaluation, we propose
a lump sum cost of $580.
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 4 of 8
8. Annual Report Preparation (2015-2016, 2016-2017, & 2017-2018 monitoring
years)
The General Permit requires facilities to prepare an annual report providing information
about the previous year's storm water related activities, analytical results and observations.
This report is due July 15th of each year. WGR will compile the data and prepare the report
for your certification and submittal. We propose a lump sum cost of $350 to prepare the
annual report.
9. Storm Water Pollution Prevention Plan Revisions (2016-2017, & 2017-2018
monitoring years)
Section X.B.1 of the General Permit requires that the SWPPP be updated when necessary.
SWPPP revisions often occur following findings from an Annual Evaluation. Section
X.B.2-3 of the General Permit requires that SWPPPs be uploaded on SMARTS within 30
days when significant revisions occur or within 3 months when minor revisions are made
to the SWPPP. Due to the reopener clause in the General Permit, the State will be adding
new Total Daily Maximum Loads (TMDL's) updates to the exiting General Permit.
Therefore, revisions will need to be applied to your Strom Water Pollution Prevention Plan
(SWPPP) following the approved General Permit added requirements. WGR proposes a
lump sum of $420 to make needed revisions to the SWPPP.
10. Level 1 Status Exceedance Response Actions (ERAs) (2015-2016, 2016-2017, &
2017-2018 monitoring years)
According to General Permit section XII.C, a facility "shall change to Level 1 status if
sampling results indicate an NAL exceedance for that same parameter. Level 1 status will
commence on July 1 following the reporting year during which the exceedance(s)
occurred." Once Level 1 status occurs, a permittee must perform, assisted by a QISP, a
Level 1 ERA Evaluation and a Level 1 ERA Report.
Level 1 ERA Evaluation
By October 1 following commencement of Level 1 status for any parameter with sampling
results indicating an NAL exceedance, the permittee must:
A. Complete an evaluation, identifying in the evaluation the corresponding BMPs in the
SWPPP and any additional BMPs and SWPPP revisions necessary to prevent future
NAL exceedances and to comply with the requirements of this General Permit.
Level 1 ERA Report
Based upon the above evaluation, the permittee shall, no later than January 1:
B. Revise the SWPPP as necessary; and
C. Certify and submit via SMARTS a Level 1 ERA Report prepared by a QISP.
Most every facility is unique with issues that differ. Therefore, the cost of properly
responding to a Level 1 status will include all or most of the various actions such as ERA
meetings and or conference calls, site visit inspection or inspections, facility evaluation
assessment, report development, and SWPPP revisions. As a result, WGR will provide a
quote on a time and materials basis. The cost is not expected to reach but will not exceed
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 5 of 8
$5,000. While unlikely, should additional costs above the not to exceed amount be needed,
WGR will provide a quote on a time and materials basis at that time.
11. Level 2 Status Exceedance Response Actions (ERAs) (2017-2018 monitoring
years)
Any parameter at Level 1 status shall change to Level 2 status if sampling results "indicate
an NAL exceedance for that same parameter while a permittee is in Level 1. Level 2 status
will commence on July 1 following the reporting year during which the NAL exceedance(s)
occurred." Once Level 2 status occurs, a permittee must develop, assisted by a QISP, a
Level 2 ERA Action Plan and a Level 2 ERA Technical Report.
Level 2 ERA Action Plan
A Level 2 ERA Action Plan, prepared by a QISP, needs to be certified and submitted on
SMARTS. The Level 2 ERA Action Plan shall address each new Level 2 NAL exceedance
by January 1 following the reporting year during which the NAL exceedance(s) occurred.
A Level 2 ERA Action Plan includes choosing and defending/demonstrating one of the
following demonstrations:
A. Industrial Activity BMPs Demonstration
B. Non -Industrial Pollutant Source Demonstration
C. Natural Background Pollutant Source Demonstration
Level 2 ERA Technical Report Submittal
A Level 2 ERA Technical Report Submittal includes choosing and outlining with possible
additional support documentation and or photographs, how and when which one of the
demonstrations will eliminate NALs or explain why an NAL exceedance is outside the
scope of a permittees industrial activities.
Correctly responding through Level 1& Level 2 ERAs is critical for several reasons:
1 The facility's public access BMP response will be subject for review by the Regional
Water Quality Control Board;
2. The facility's public access BMP response can and likely will be reviewed by non-
governmental organizations (NGOs) looking to sue discharges on "behalf of the
environment."
3. A QISP's certification can be rescinded by the Executive Director of the State Water
Board or an Executive Officer of a Regional Water Board "if it is found that the QISP
has repeatedly demonstrated an inadequate level of performance in completing the
QISP requirements in this General Permit" (see General Permit section IX.A.2).
As with the Level 1 response, the cost of properly responding to a Level 2 status will
include all or most of the various actions such as ERA meetings and or conference calls,
site visit inspection or inspections, facility evaluation assessment, action plan and technical
report development, and SWPPP revisions. As a result, WGR will provide a quote on a
time and materials basis. The cost is not expected to reach but will not exceed $8,000.
While unlikely, should additional costs above the not to exceed amount be needed, WGR
will provide a quote on a time and materials basis at that time.
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 6 of 8
12. Miscellaneous Storm Water Compliance Support (2015-2016, 2016-2017, & 2017-
2018 monitoring years)
As it may become necessary, WGR will assist your facility with any additional storm water
compliance activities or corrective actions not included in this proposal. If additional
support is needed that is outside of the scope of this proposal, the cost is not expected to
reach but will not exceed $2,500. While unlikely, should additional costs above the not to
exceed amount be needed, WGR will provide a quote on a time and materials basis at that
time.
Summary of Maximum Potential Costs
Item
#
1
Task
Notice of Intent
($480 — is WGR's cost; the
Agency adds the $1.632 fee) ±
2015-2016
llonitoring 1 ear
$2,112.00
2016-201-
AIonitoring 1 ear
$1,632.00
201--2018
llonitoring 1 car
$1,632.00
2
Storm Water Pollution
Prevention Plan Development
$2950.00
'
3
Storm Water Sampling and
Observation Training
Monthly Observations
($265 per month per monitoring
year)
$525.00
$ 795.00
$525.00
$3,180.00
$525.00
$3,180.00
4
5
Storm Water Sampling
($340 —2 between July and
December & 2 between January
and June) *
$680.00
$1,360.00
$1,360.00
6
Analytical Result Review and
Input to SMARTS
($315-2 between July and
December & 2 between January
and June) **
$630.00
$1,260.00
$1,260.00
7
Annual Comprehensive
Facility Compliance
Evaluation
$580.00
$580.00
$580.00
8
Annual Report Preparation
$350.00
$350.00
$350.00
9
SWPPP Revisions
---
$420.00
$420.00
10
Level 1 ERA***
$5,000.00
---
-
11
Level 2 ERA***
---
$8,000.00
$8,000.00
12
Miscellaneous Storm Water
Compliance Support ?
$2,500.00
$2,500.00
$2,500.00
Total
$16,122.00
$19, 807.00
$19, 807.00
General Permit mandatory fee is assessed by the Agency and not by WGR
This cost is only if there is a discharge
This cost is only if there is are sampling analytical results from a discharge
This not to exceed cost is only if there is a NAL exceedance or NAL exceedances
This not to exceed cost is only if there a compliance support item outside the scope of the listed tasks 1-11
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 7 of 8
If you would like for WGR to assist you with any of the above mentioned services, please
indicate which service(s) you wish for us to perform by completing the "Approvals to
Proceed" section below. You can then scan and email the completed Approvals to Proceed
page to me at aortiz@wgr-sw.com or fax it to me at (209) 334-5374.
We hope this information is helpful in managing your environmental compliance program.
Charges quoted in this proposal will be effective through June 30, 2018. Please consider
our company to be an additional Environmental, Health, and Safety resource ... an
extension of your staff; and please use us as it makes sense to your operation.
Please do not hesitate to contact me at (209) 334-5363 ext. 114 if you have any questions
or comments.
Sincerely,
WGR Southwest, Inc.
Aaron H. Ortiz
Compliance Specialist QISP/ToR
2015-2016 to 2017-2018 Storm Water Services Proposal
White Slough
Page 8 of 8
Approvals to Proceed
(✓ - Please indicate which services you would like for WGR Southwest Inc. to perform)
1. NOI Submission
2. SWPPP Development
3. Annual Sampling and Observation Training
4. Monthly Dry Weather / BMP Inspections
5. Qualifying Storm Event Sampling
6. Result Review and SMARTS Input
7. Annual Evaluation
8. Annual Report Preparation
9. SWPPP Revisions
10. Level 1 ERA Response
11. Level 2 ERA Response
12. Miscellaneous Compliance Support
Services do not include Agency fees. I understand the fees and services stated in this document.
I agree to pay for the services which I have indicated above.
Signature Title
Name Date
Exhibit C
Insurance Requirements for Consultant The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1 COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2 COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the project that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 I of 2 pages
1
Risk: rev.08.2015
(e) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f)
(g)
Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1s) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VV' by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide 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 Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 21 of 2 pages
1
Risk: rev.08.2015
RESOLUTION NO. 2016-58
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH WGR SOUTHWEST, INC., OF
LODI, FOR STORM WATER COMPLIANCE SERVICES FOR
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
WHEREAS, the State Water Resources Control Board (State Water Board) General
Permit for Storm Water Discharges Associated with Industrial Activities Order (General Permit)
became effective July 1, 2015; and
WHEREAS, facilities subject to the General Permit are required to file and maintain
permit registration documents to the State Water Board, develop a Storm Water Pollution
Prevention Plan (SWPPP) for the facility, and identify best management practices to control the
quality of storm water runoff from the site; and
WHEREAS, facilities that contain all storm water runoff on-site are exempt from
coverage under the previous version of the General Permit for industrial storm water
discharges; and
WHEREAS, the current General Permit now includes a specific requirement to evaluate
potential discharge of runoff that results from a "maximum historic precipitation event"; and
WHEREAS, on March 18, 2015, Lodi City Council authorized the execution of Task
Order No. 37 with West Yost Associates, Inc., to analyze the impacts of the current General
Permit on White Slough Water Pollution Control Facility and to determine if the facility could
qualify for the exemption by containing all storm water runoff under the new "maximum historic
precipitation event" requirements; and
WHEREAS, the analysis determined that in order to qualify to file for the exemption, the
City would either need to construct permanent storm water improvements estimated to cost
between $750,000 and $1,000,000, or develop a SWPPP and perform the required monitoring
and reporting to comply with the General Permit requirements; and
WHEREAS, in comparing the cost to construct the permanent storm water facilities to
obtain exemption from the General Permit against the cost of compliance (approximately
$20,000 per year), staff recommends complying with the General Permit and performing the
additional monitoring and sampling, as well as monthly inspections, required as part of permit
coverage; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with WGR Southwest, Inc., of Lodi, for storm water compliance services for
White Slough Water Pollution Control Facility, in the amount of $55,736.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
WGR Southwest, Inc., of Lodi, California, for storm water compliance services for White Slough
Water Pollution Control Facility, in an amount not to exceed $55,736.
Dated: May 4, 2016
I hereby certify that Resolution No. 2016-58 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 4, 2016 by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NNIFER FERRAIOLO
City Clerk
2016-58