HomeMy WebLinkAbout05/03/2011, C11 - REGULATORY AND LEGAL SERVICES RELATED TO SAN LUIS OBISPO CREEK WATER QUALITY REGULATIONS Council !
j, acEnaa REpoRt c
CITY OF SAN LUIS OBISPO
FROM: Carrie Mattingly,Utilities DirectorCP
Prepared By: David Hix,Wastewater Division Manage ]
SUBJECT: REGULATORY AND LEGAL SERVICES RELATED TO SAN LUIS
OBISPO CREEK WATER QUALITY REGULATIONS
RECOMMENDATION
1. Approve an agreement with Larry Walker Associates for completion of the Municipal and
Domestic beneficial use Use. Attainability Analysis and development of a draft
trihalomethane site specific objective for an amount not to exceed$141,200.
2. Approve funding for Somach, Simmons& Dunn for legal services related to water quality
regulations for an amount not to exceed $50,700.
3. Authorize the use and transfer of$115,900 from the sewer fund general carryover account
to the wastewater administration contract services account to fund these consulting
services.
DISCUSSION
Numerous water quality regulations determine the discharge limitations for the City's Water
Reclamation Facility (WRF) into San Luis Obispo Creek. The WRF operates under a National
Pollutant Discharge Elimination System (NPDES) permit which determines the discharge limits
based upon the creek's beneficial uses. The creek's Municipal and Domestic (MUN) beneficial
use establishes drinking water standards for the WRF's discharge which are the major cost
drivers associated with future WRF upgrades.
In May of 2005 the City Council authorized the City's regulatory consultant, Lang Walker
Associates (LWA), to perform a feasibility analysis of the available regulatory options related to
water quality regulations in San Luis Obispo Creek. This study determined that a Use
Attainability Analysis (UAA) was the most feasible and favorable regulatory option to determine
the reasonable beneficial uses of the creek. The UAA was finalized in 2007 and has concluded
that the MUN beneficial use does not exist and cannot be achieved. The study recommends
dedesignation of San Luis Obispo Creek for the MUN beneficial use.
City and Regional Water Quality Control Board (RWQCB) staff have been meeting regularly to
discuss the MUN beneficial use and dedesignation. All regulatory options have been explored
and the RWQCB will be asked at its May 5, 2011 meeting as to whether or not it desires to
continue the process and direct staff to prepare a future item on dedesignation of San Luis
Obispo Creek for MUN. This is a critical step in the City's efforts to remove the MUN
designation,negotiate future NPDES permits, and manage costs for the future WRF upgrade.
C11-1
Regulatory and Legal Services for SLO Creek Water Quality Regulations Page 2
Moving forward with the dedesignation process will require the City to utilize additional
regulatory and legal consultant services. Staff is requesting Council approve an agreement with
the City's water quality consultant, Larry Walker Associates (LWA) and authorize additional
funding for the City's retainer agreement with Somach, Simmons & Dunn (SS&D) as well as
LWA. The LWA agreement provides for the completion of the UAA and associated work efforts.
Specifically the proposal provides public outreach support, completion of the UAA, CEQA
scoping for the UAA, Board hearing support, scoping of a site specific objective for
trihalomethanes (THMs) if required, and support for developing an appeal if the Board does not
adopt the dedesignation.
SS&D was originally retained by the City in December 2007, for an amount not to exceed
$25,000, to provide legal services for dedesignation of San Luis Obispo Creek..This funding has
almost been expended and this request for $50,700 will provide funding for the projected
duration of the upcoming dedesignation process and associated water quality regulatory issues.
The City currently has three existing contracts with LWA (2007 WRF NPDES permit
negotiations; a THM feasibility study, and San Luis Obispo Creek MUN dedesignation). Each
contract has a remaining balance. Staff is proposing to consolidate the three contracts into one
under the attached proposal and agreement, adding additional funding to accomplish the
proposed work.
SS&D and LWA have been key participants in the City's efforts to explore regulatory options, in
negotiations with regulators, in preparing communications with both legal and water quality staff
from the RWQCB, SWRCB, and EPA, and in assisting the development of crucial documents
and agreements. Both firms have extensive knowledge and experience with water quality
regulations, policies, laws, and the City's NPDES permit and have developed a strong working
relationship with all involved parries.
CONCURRENCES
The City Attorney has reviewed this report and attached agreement and concurs with this
recommendation.
FISCAL IMPACT
The total fiscal impact is $191,900, including $141,200 ($76,000 of which is from existing
contracts) for water quality consulting services with Larry Walker Associates, and $50,700 for
legal services with Somach, Simmons & Dunn. The LWA proposal consolidates three existing
water quality contracts with LWA for various water quality studies with combined available
balances of$76,000. These funds will be used towards the LWA proposal amount for a net cost
of $65,200. There is adequate funding in the sewer fund general carryover account for this
request. Table 1 summarizes the cost of the proposed services identified to complete the UAA.
C11-2
Regulatory and Legal Services for SLO Creek Water Quality Regulations Page 3
Proposer Proposal Conihined Balance of Existin- Coiaracts Total
Larry Walker Associates $141,200 $76,000 $65,200
SS&D $50,700 1 $0 $50,700
$115,900
A budget amendment request will be prepared to transfer the net $115,900 from the sewer fund
general carryover account to the wastewater administration contract services account.
ATTACHMENTS
1. Agreement and Proposal from Larry Walker Associates
2. Agreement with Somach, Simmons & Dunn
C11-3
�\ Attachment 1
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on by
and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
LARRY WALKER ASSOCIATES,hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, the City wants to Completion of a MUN Uses Attainability Analysis and development of a
Draft Site Specific Objective Approach.
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,
as first written above,until acceptance or completion of said services.
2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compensation in a total sum not to exceed$141,200.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set
forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract
performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties
hereto.
C11-4
Attachment 1
Agreement Page 2
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo,CA 93401
Contractor Larry Walker Associates
Attn: Sue Fishel
707 Fourth Street, Suite 200
Davis,CA. 95616
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that
each individual executing this agreement on behalf of each party is a person duly authorized and empowered to
execute Agreements for such party.
IN WITNESS WHEREOF,the parties hereto have caused this instrument to be executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
By:
City Clerk Mayor Jan Marx
APPROVED AS TO FORM: CONTRACTOR
By:
City Attorney
C11-5
TTACHMENT 1 ExWbitA
1629 Queen Anne Ave N. Suite 104 I 206.257.0610 www.lwa.com
Seattle,WA 98109
L A R R Y
WALKER
ASSOCIATES
February 10,2011
Mr.Dave Hrx
Wastewater Division Manager
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
Proposal for Completion of a MUN Use Attainability Analysis and Development of a
Draft THM Site Specific Objective Approach
Dear Mr.Hix:
Per your request,Larry Walker Associates (LWA) has developed the following proposal to
complete the Use Attainability Analysis for the MUN designated use in the lower portion of
San Luis Obispo Creek,support adoption of a Basin Plan Amendment(BPA) to incorporate
the findings of the UAA and,if necessary,develop a draft THM Site-Specific Objective
(SSO)Work Plan for trihalomethanes Cl f i ls). The goal of the a UAA and support of a
BPA is the dedesignation of the MUN use which should allow the City of San Luis Obispo
Wastewater Reclamation Facility(WRF) to complywith limits for THMs and nitrate without
extensive facility improvements.
LWNs scope of services,schedule,and cost estimate are presented below.
SCOPE OF SERVICES
LWA tasks anticipated under this proposal are as follows:
Task L Public Outreach Support. Support the development of a public outreach
strategy to identify key individuals or groups to engage. Develop meeting
materials for use by City staff and participate in meetings as needed(assumed
two meetings for budgeting purposes)
Task 2. Complete Use Attainability Analysis. Update the 2006 Draft Use
Attainability Analysis document to incorporate additional information developed
since the submittal of the draft. Conduct revisions based on Regional Board
staff,Peer Review,and 45-day Public Comment Period comments.
Task 3. CEQA Scoping Process.Develop information as needed,including but not
necessarily limited to,CEQA scoping meeting agenda,executive summary,and
Page 1
C11-6
Exhibit,
. .CTACHMENT 1
presentation.Participate in CEQA scoping meeting in the City. Note that this
task may not be necessary as a CEQA scoping meeting was held in December
2006.
Task 4. Regional Board Agenda Item Package. Develop draft.Regional Board
Resolution,Basin Plan Amendment,and CEQA Scoping Document. Participate
in conference calls with City and Regional Board staff to discuss draft documents
and subsequent revisions (assumed four conference calls for budgeting
purposes). Revise said documents based on City,Regional Board,Peer Review,
and 45-dayPublic Comment Period comments. Develop response to
comments in support of revisions.
Task 5. Regional Board Hearing Support. Prepare presentations in support of an
informational item presentation as well as the Regional Board adoption hearing.
Attend the Regional Board and State Board adoption hearings. Prepare
information necessary to support the administrative record. Participate in
conference calls with City and Regional Board staff(assumed two conference
calls for budgeting purposes).
Task 6. THM Site-Specific Objective (SSO) Approach Document Based on the
outcome of the UAA process,it may be necessary to develop an SSO to address
THM effluent limits. If necessary,a THM SSO Approach Document will be
developed to identify appropriate approaches for developing SSOs for THMs for
SLO Creek downstream of the WRF. Additionally,a cost estimate to implement
the approach(es) will be provided. Participate in conference calls with City and
Regional Board staff(assumed two conference calls for budgeting purposes).
Task 7. Miscellaneous Meetings and Contract Management A number of meetings
and or conference calls maybe necessary to support the above tasks that have
not been explicitly budgeted for within the task Assumed five conference calls
and two in person meetings for budgeting purposes.
Task 8. Support State Board Appeal. In the event that the Regional Board does not
vote for adoption of a Basin Plan Amendment during the Regional Board
Adoption Hearing,services will be provided as-needed to develop an appeal
strategy and information to support an appeal to the State Water Resources
Control Board. Assumed three conference calls and two in person meetings for
budgeting purposes.
LWA SCHEDULE
The following table outlines the number of months needed to complete the corresponding
task Specific dates cannot be provided at this time as the timing of the initiation of each
task is dependent on when the City determines an appropriate approach and level of support
required based on discussions with regulatory agencies. The number of months necessary to
complete tasks may vary to meet additional City or Regional Board requirements.
Page 2
C11-7
Exhibit F
A. ACHMENT 1
Task No. Task Description Months to
Complete Task
Task 1 Public Outreach Support 2 months
Task 2 Complete Use Attainability Analysis i month'
Task 3 CEQA Scoping Process 1 month
Task 4 Regional Board Agenda Item Package 1.5 months
Task 5 Board Hearing Support 1 month
Task 6 THM SSO Approach Document 3 months
Task 7 Miscellaneous Meetings and Contract Management Ongoing
Task 8 State Board Appeal 2 months
1 Represents the time required to update the 2006 Draft UAA document. Additional time will be
needed to address Regional Board staff,Peer Review,and Public Comments.
LWA COST ESTIMATE
The total estimated cost to complete the Scope of Work is $141,178 as presented in the
summary table below and detailed in the attached spreadsheet. LWA is currently under
contract with the City for three separate projects related to the WRF. Given the importance
of the UAA project,we are proposing the reallocation of the remaining funds
(approximately$76,000) to complete the Scope of Work contained herein. If the existing
funds were reallocated,an additional$65,178 in funding would be needed.
Task Total Other
No. Task Description Labor Direct Total
Costs
Task 1 Public Outreach Support $7,168 $778 $7,946
Task 2 Complete Use Attainability Analysis $13,248 $265 $13,513
Task 3 CEQA Scoping Process $11,728 $389 $12,117
Task 4 Regional Board Agenda Item Package $33,974 $33,974
Task 5 Board Hearing Support $18,028 $574 $18,602
Task 6 THM SSO Approach Document $23,632 $23,632
Task 7 Miscellaneous Meetings and Contract.Management $10,422 $778 $11,200
Task 8 State Board Appeal Support 1 $19,824 $370 1 $20,194
Total »»1 $138,024 $3,154 $141,178
Should you have any questions,please contact me at 206.257.0610 or chrism@lwa.com.
Sincerely,
Chris Minton
Project Manager
Page 3
C11-8
- Exhibit I
Exhibit B
ATTACHMENT 1
CONTRACT PERFORMANCE TERMS
1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate
prior to execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling(805)781-7134.
2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts,
all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with any and all federal, state, county, city, and
special district laws, ordinances,and regulations.
3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
Contractor is required to pay.
5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and
fees,and give all notices necessary.
6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to
the public or City employees, it shall, at its expense and without cost to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the
Contractor began work.
9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will
not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation,or religion of such persons.
11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs,then the time
C11-9
-- Exhibit I
A?, XHMENY 1
Exhibit B:Contract Performance Terms Page 5-2
of completion may, at the City's sole option,be extended for such periods as may be agreed upon
by the City and the Contractor.
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the services provided by Contractor(Net 30).
D. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain
that the services of Contractor are being performed in accordance with the requirements and
intentions of this contract. All work done and all materials furnished, if any, shall be subject to
the City's inspection and approval. The inspection of such work shall not relieve Contractor of
any of its obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not
acquire any interest direct or indirect or otherwise,which would conflict in any manner or degree
with the performance of the work hereunder. Contractor further covenants that, in the
performance of this work, no sub-contractor or person having such an interest shall be employed.
Contractor certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder, Contractor shall at all times be deemed an independent contractor and not
an agent or employee of the City.
16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to Contractor's employees, agents or officers which arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of Contractor,
and its agents, officers or employees, in performing the work or services herein, and all
expenses of investigating and defending against same,provided, however, that Contractor's
duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City,its agents,officers or employees.
17. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination. If, during the term of the contract, the City determines that Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify Contractor in
writing of such defect or failure to perform; which notice must give Contractor a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If Contractor has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to Contractor to said effect. Thereafter, neither party shall have
any fiuther duties,obligations,responsibilities or rights under the contract.
In said event, Contractor shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
C11-10
AT C H M E NT 1 Exhibit i
Exhibit B:Contract Performance Terms Page B-3
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by Contractor shall be based solely on the City's assessment of the value of the work-in-
progress in completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
19. Ownership of Materials. All original drawings, plan documents and other materials prepared
by or in possession of Contractor as part of the work or services under these specifications shall
become the permanent property of the City, and shall be delivered to the City upon demand.
20. Release of Reports and Information. Any reports, information, data, or other material given
to, prepared by or assembled by Contractor as part of the work or services under these
specifications shall be the property of City, and shall not be made available to any individual or
organization by Contractor without the prior written approval of the City.
21. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what Contractor is required to furnish in
limited quantities as part of the work or services under these specifications, Contractor shall
provide such additional copies as are requested, and City shall compensate Contractor for the
costs of duplicating of such copies at the Contractor's direct expense.
22. Required Deliverable Products. Contractor will provide:
a. Three copies of the final report that addresses all elements of the workscope. Any
documents or materials provided by Contractor will be reviewed by City staff and,where
necessary, Contractor will respond to staff comments and make such changes as deemed
appropriate.
b. One camera-ready original, unbound, each page printed on only one side, including any
original graphics in place and scaled to size, ready for reproduction.
C. When computers have been used to produce materials submitted to the City as a part of
the workscope, Contractor must provide the corresponding computer files to the City,
compatible with the following programs whenever possible:
• Word Processing Word
• Spreadsheets Excel
• Desktop Publishing Coreldraw,Pagemaker
• Computer Aided Drafting(CAD) AutoCad
Computer files must be on 31/2", high-density, write-protected diskettes, formatted for
use on IBM-compatible systems. Each diskette must be clearly labeled and have a
printed copy of the directory.
C11-11
l -ACHiVIENT 1 >Exn,bul
Exhibit B:Contract Performance Terms Page B-4
23. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at up to 10 public meetings to present and discuss its
findings and recommendations. Contractor shall attend as many "working" meetings with staff
as necessary in performing workscope tasks.
24. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property that may arise from or in connection
with the performance of the work hereunder by Contractor, its agents,representatives, employees
or sub-contractors.
a. Minimum scope of insurance. Coverage shall be at least as broad as:
• Insurance Services Office Commercial General Liability coverage (occurrence
form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability,code 1 (any auto)..
• Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
• Errors and Omissions Liability insurance as appropriate to Contractor's
profession.
b. Minimum limits of insurance. Contractor shall maintain limits no less than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal injury
and property damage. If Commercial General Liability or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice
the required occurrence limit.
• Automobile Liability: $1,000,000 per accident for bodily injury and property
damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or disease.
• Errors and Omissions Liability: $1,000,000 per occurrence.
C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions
must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retentions as respects
the City, its officers, officials, employees and volunteers; or Contractor shall procure a
bond guaranteeing payment of losses and related investigations,claim administration and
defense expenses.
d. Other insurance provisions. The general liability and automobile liability policies are to
contain,or be endorsed to contain,the following provisions:
• The City, its officers, officials, employees, agents and volunteers are to be
covered as insureds as respects:.liability arising out of activities performed by or
on behalf of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned, leased,
hired or borrowed by Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, official,
employees, agents or volunteers.
C11-12
`TACHMENT 1 ExhibitE
Exhibit B:Contract Performance Terms Page 13-5
• For any claims related to this project, Contractor's insurance coverage shall be
primary insurance as respects the City, its officers, officials, employees, agents
and volunteers. Any insurance or self-insurance maintained by the City, its
officers, officials,employees,agents or volunteers shall be excess of Contractor's
insurance and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies including
breaches of warranties shall not affect coverage provided to the City, its officers,
officials, employees, agents or volunteers.
• Contractor's insurance shall apply separately to each insured against whom claim
is made or suit is brought, except with respect to the limits of the insurer's
liability.
• Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested,has been given to the City.
e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than ANN.
f. Verification of coverage. Contractor shall furnish the City with a certificate of
insurance showing maintenance of the required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by
this clause must also be provided. The endorsements are to be signed by a person
authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
Cll-13
Attachment 2
SOMACH SIMMONS & DUNN
A PROFESSIONAL CORPORATION
ATTORNEYS AT LAW
800 CAPROL MALL.SURE 1000.SACRAMEMIO.CA 93814
OFFICE:918.448.7979 FA%:918.448-8199
SOMAONLAW.COM
April 19,2011
VIA EMAIL AND FIRST CLASS U.S.MAIL
David C. Hix
Utilities Department
City of San Luis Obispo
879 Morro Street
San Luis Obispo,CA 93401
RE: Cost Estimate for City of San Luis Obispo,San Luis Obispo Creek De-designation
Process
Dear Dave:
Per your request,Somach Simmons & Dunn (SSD or we)have prepared the enclosed
cost estimate with respect to assisting the City of San Luis Obispo (City) in the process for
de-designating San Luis Obispo Creek. The cost estimate provided is for services anticipated
to be provided between March of 2011 through December of 2012.
In the enclosed Table,we have identified three primary tasks associated with this
project. The tasks include: providing assistance to the City for the May 2011 workshop,
providing assistance following the May 2011 workshop for any and all follow-up work that
may be necessary,and submitting a request to the State Water Resources Control Board for
their review of this issue should it be necessary. Should other assistance be necessary,we
would look to the City for direction.
We appreciate our continued relationship with the City and look forward to assisting
you with this process.
Very truly yours, /�
1 rti olc'
Theresa A.Dunham
Enc.
TAD:cr
C1.1-14
Attachment 2
Somach Simmons & Dunn
Cost Estimate for City of San Luis Obispo
San Luis Obispo Creek De-designation Process
March 2011 through December 2012
Task Estimated Hours and Costs
Task 1 —RWQCB May 2011 Workshop:
(1) Prepare for workshop,participate in (1) 50 hrs @ $287301 = $14,375
conference calls,review materials (2) 25 hrs @ $265.00= $6,625
(2) Attend RWQCB Workshop
Task 2—RWQCB Basin Plan Amendment Hearing:
(1) Prepare for hearing,participate in (1) 50 hrs @ $287.50' _ $14,375
conference calls,review materials (2) 25 hrs @ $265.00= $6,625
(2) Attend RWQCB Workshop
Task 3—Request to SWRCB for consideration on
Own Motion Review (if necessary):
Prepare letter request to SWRCB for own motion 30 hrs @ $287.50= $8,625
review if RWQCB fails to act on request for de-
designation
Total Cost Estimate $ 50,625
This reflects a combined rate for Roberta Larson($310.00 per hour)and Theresa Dunham($265.00 per hour).
C11-15