HomeMy WebLinkAboutCarollo Engineers 2011-03-23AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES 54 This Agreement, made and entered into this~3'day of MGArja 2011 , 2tf ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Carollo Engineers, a Corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to Engineering Services for the preparation of the 2010 Urban Water Management Plan. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within approx. 365 days from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction; even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $64,200. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, Std - ProfSvcsAgreemen[- November 20, 2008 PAGE 1 OF 8 which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Std - ProtSvesAgreement- November 20, 2008 PAGE 2 OF 8 Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. Standard of Care. Consultant shall complete the services required under this Agreement in accordance with the engineering standard of care, which is the skill and ability as ordinarily required of engineers under the same or similar circumstances." 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage - Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed Std- ProfSvcsAgreement- November 20, 2008 PAGE 3 OF 8 under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. 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 to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant'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. 2. Worker's Compensation and Employers Liability Coverage Std -ProtSvcsAgreement- November 20, 2008 PAGE 4 OF 8 The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from February 18, 2011 to project completion. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either parry, 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 admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that Std - PmfSvcsAgreement- November 20, 2008 PAGE 5 OF 8 arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. Notwithstanding the foregoing, Consultant's obligation to defend the City only extends to claims alleging the negligence or willfully wrongful act or omission of Consultant or its officers, employees, agents, or contractors in performing under this agreement. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. Std-PmtSvcsAgreement- November 20, 2008 PAGE 6 OF 8 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 7.10 City-Provided Information. The City shall furnish the Consultant available studies, reports and other data pertinent to the Consultant's services and the Consultant shall be entitled to use and rely upon all such information provided by the City or others in performing the Consultant's services under this Agreement 7.11 Third Parties. The services to be performed by the Consultant are intended solely for the benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to rely on the Consultant's performance of its services hereunder, and no right to assert a claim against the Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of the Consultant's services hereunder." 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: Std - ProBvcsAgreement- November 20, 2008 PACE 7 OF 8 CITY OF UKIAH DEPT. OF PUBLIC WORKS 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES CAROLLO ENGINEERS, INC. 2700 YGNACIO VALLEY ROAD SUITE 300 WALNUT CREEK, CA 94598 IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY" PRINT NAME:' Date IRS IDN Number CITY OF UKIAH BY: q'/'~ Ja Chambers, CITY MANAGER ATTEST: AA CLERK Date 3-d3-1( Date Std - PmfSvcsAgreemem- November 20, 2008 PAGE 8 OF 8 AINE eh meat # -4-4 - SCOPE OF Task ] - 2005 UWMP Review and Detailed 2010 UWMP Outline This task includes a thorough review of the City's 2005 UWMP report. The purpose of this review is to determine which sections of the report need to be modified and updated to reflect recent (2005 - 2010) water use and population trends, water conservation measures, and supply sources, and to identify which sections will be impacted by the regulatory changes of the 2010 UWMP. After reviewing the 2005 UWMP and before starting the detailed preparation of the UWMP, Carollo will prepare a detailed outline for review with City staff. The goal is to reach a consensus regarding the detailed outline, structure, and content of the plan. "ask 2 - Data Collection and Review This task includes the data collection necessary to complete this project. Pertinent information needed to prepare the UWMP will be collected and reviewed. A written data request will be submitted to the City. Relevant data includes service area boundaries, existing sources of supply, transmission and distribution facilities, existing system operations, historical demands, potential sources of supply, and any other information as required to prepare the UWMP. Carollo will lead a kickoff meeting and provide a list of the required data along with the report outline prepared as part of Task 1. The information to be collected and reviewed includes, but is not limited to, the following: • Relevant reports. • General Plan and current land use. • Water system planning. • Relevant specific plans. • Water supply agreements. Raw water service agreements. Water quality investigations. Monthly historical water billing records by customer classification and water production data for the past 15 years. • Water system maps. • Any recent groundwater studies. • Population and water use projections. • Summary of supply sources and recent allocations. • Water conservation resolutions. • Historical water production during a single drought year. • Historical water production during multiple drought years. • Recycled water usage data. • Potential future water supply projects. All anticipated future developments that meet any of the following: o A proposed residential development of more than Soo dwelling units. o A proposed shopping center or business establishment employing more than 1,0oo persons or having more than 500,000 square feet of floor space. o A proposed commercial office building employing more than 1,ooo persons or having more than 250,000 square feet of floor space. o A proposed hotel or motel, or both, having more than Soo rooms. o A proposed industrial, manufacturing, or processing plant, or industrial park planned to house more than 1,ooo persons, occupying more than 4o acres of land, or having more than 650,000 square feet of floor area. o A mixed-use project that includes one or more of the projects specified in this subdivision. o A project that would demand an amount of water equivalent to, or greater than, the amount of water required by a Soo-dwelling unit project. Task 3 - Description of Water System (Supplier Service Area) The characteristics of the water system, including geographic location, demographic information, customer description, climate, system facilities, and sources of supply, will be described. Carollo will use the information in the last plan prepared for the City. The following subtasks describe the work for this task. This task includes the preparation of a color map for inclusion in the plan as a report figure depicting the service area and principal features of the water system. This task includes presenting a description of the climate, geography, and characteristics of the water system. The physical characteristics of the water system, including significant supply and distribution facilities, will be described. Existing and future population, dwelling units, and employment will be quantified using available census data and other information sources. The number of existing customers broken down by customer category will be presented. Task 4 - Agency Coordination Carollo will coordinate the preparation of the plan with appropriate agencies, including other water suppliers, water management agencies, and relevant public agencies. Task ' - Water Use This task includes quantifying and projecting the past and current water use in five-year increments to 25 years, and identifying the uses among water use sectors. The following subtasks describe the work for this task. Existing and historical water use will be defined in terms of annual demand and by user class. Unit water demands (gallons/capita/day) for each major user class (residential, commercial, industrial, public), and indoor and outdoor water use will be presented. Future water requirements will be expressed for each five-year increment to 25 years and for build out conditions. Task 6 - Water Supplies This task includes the identification and quantification of the existing and planned sources of water available to the City in five-year increments to 25 years or as far as data are available. These sources include local water supplies (groundwater, surface water, recycled water, and other), imported water supplies (local and regional water wholesalers and interconnections with neighboring systems), and potential water supplies from any other source. The potential for water supplies from desalination will be defined along with groundwater supplies. We will analyze the possibility of transfer or exchange opportunities with other water providers in the Ulaah Valley. The purpose of this transfer or exchange would be to provide a firm water supply to outlying communities in the area, including Redwood Valley, Hopland etc, and an integrated water diversion structure for all water providers in the Uldah Valley. We will provide a comprehensive description of the City's exiting water resource entitlements, including its water rights. We will discuss the City's authority to divert and beneficially use water under its existing appropriative and pre-1914 water rights and will discuss the possibility of replacement of the Ranney collector with well supply. This discussion will build on existing information and analysis Wagner & Bonsignore has provided for the City in connection with its ongoing petition process with the State Water Resources Control Board. We will explain the factors that make a water source inconsistent. We will also describe plans to replace water sources with alternative sources, to the extent practicable, for any water source that may not be available at a consistent level of use, given specific legal, environmental, water quality, or climatic factors. We will describe actions to remove factors that prevent a consistent water supply and/or possible water supplies that could replace inconsistent supplies. t ~ We will describe the sources of water and basis of rights to divert water, including a description of the City's exiting water right entitlements. We will use historical hydrology (basin-wide runoff and water use) in conjunction with existing structural conditions and regulations to simulate water available to Uldah under future City water use scenarios. Wagner & Bonsignore has previously developed for the City a computer simulation model that represents all components affecting the variable water supply available to Uldah, including local runoff, Eel River imports, Lake Mendocino operations, other Russian River water rights, and Russian River minimum streamflow requirements. This model has a daily time step and covers 49 years of historical hydrology. Additional work will be conducted under this task to refine the modeling of groundwater-surface water interaction in the Uldah valley in response to City water use. The factors affecting water supply reliability and vulnerability, including seasonal and climatic, will be described. We will present the water supply reliability data for an average water year, a single dry water year, and multiple dry water years, based on historical water supply data and provide an estimate of the water supply available during a three- year dry period. Task 7 - Recycled Water Potential This task includes providing a description of the wastewater collection and treatment systems in the service area and the potential for use of recycled water. This task will be coordinated with the Recycled Water Master Plan. Work on this plan is scheduled to begin in the next month. This task includes providing a quantification of the current and projected future amounts of wastewater collected and treated in the service area. As part of this task, we will address recycled water and its potential for use as a water source in the service area. We will also provide a description of the methods of wastewater disposal in the service area. The plan will also include a description of the recycled water currently being used in the service area, including the type, place, and quantity of use. Potential uses of recycled water will be identified and quantified. The technical and economic feasibility of serving those uses shall be determined based on information available from the local wastewater agency. The use of recycled water within the service area will be projected for 5, 10, 15 and 25 years. The work under this task will be based on information and evaluations available from the local wastewater agencies. Task - Water Supply and Demand 'Co-n-1parison This task includes comparing the total water supply to total projected water use. This water supply and demand comparison will compare the total water supply sources available with the total projected water use over the next 25 years, in five-year increments, for a normal water year, a single dry water year, and multiple dry water years. Task 9 - Evaluation of Water Conservation Best Management Practices This task consists of presenting an economic evaluation of water conservation BMPs. An economic evaluation will be conducted only for those BMPs not proposed for implementation. The following subtasks describe the work for this task. This task includes summarizing the water management activities conducted in the system. We vv ill document current and recent water management programs. implemented by the City based on information provided by the City. We will prepare cost estimates for each of the water management programs to be evaluated. Costs will be expressed as capital, operations and maintenance, present worth, and cost per acre-foot of supplied water. We will estimate water savings from each of the BMPs to be evaluated. Data sources will include the estimates of reliable water savings for BMPs, including the Memorandum of Understanding Regarding Urban Water Conservation in California (MOU) and data prepared by others. An economic analysis of conservation measures not proposed for implementation will be prepared for the water system. The costs of the water management program will be summarized. Dollar savings from reduced water demand will be quantified. A benefit/cost analysis will be prepared. A summary of the benefit/cost ratio of each water management program alternative will be provided. Water management programs will be recommended for implementation. Carollo will describe programs that were considered but not recommended. The reasons why these programs were not recommended will be discussed. Task 10 - Review o Adopted Water Shortage Contingency Plan This task includes a review of the urban water shortage contingency plan. Carollo will identify and evaluate actions to be undertaken to prepare for and implement during a catastrophic interruption of water supplies, including a regional power outage, an earthquake, or other disaster. The water shortage contingency analysis shall include actions in response to water supply shortages including up to a 50-percent reduction in water supply. Stages of action to be undertaken by the City will be described, including a description of water supply conditions for each stage. The adopted water shortage contingency plan will be reviewed and minor revisions will be made as necessary. Task 7 I - Draft and Final UWMP Document Preparation This task includes preparing a draft plan for the water system incorporating the results of the above tasks. Carollo will submit first and second draft plans. Four copies of the first draft plan (one unbound original and three review copies) and 21 copies of the second draft plan (one unbound original and 20 bound copies) will be submitted to the City. Based on the results of the public hearing, the final plan will be prepared. Twenty-one copies of the final plan will be submitted (one unbound original and 20 bound copies), as well as a digital version on a compact disk in both Word and Adobe Acrobat file formats. Task 12 - Progress Meetings Carollo will attend up to two meetings with City staff to review work progress and present results. Task 13 - Public Participation As required by the Urban Water Management Planning Act and subsequent amendments, a public hearing regarding the water management plan must be conducted. This task includes preparing for and attending one public workshop/meeting for presenting the draft Water Shortage Contingency Plan and draft 2010 UWMP. Carollo will prepare for and attend two public presentations at a City Council meeting in conjunction with adoption of the Water Shortage Contingency Plan and 2010 UWMP. The City will be responsible for posting public notification for all hearings. Task 14 - Submit Final UWMP to D and Respond to DW Comments Carollo will coordinate with City staff to submit the final UWMP report to the California DWR Following submission of the final UWMP, the City may receive comments from DWR. Carollo will assist the City with responding to any comments and preparing responses to comments as directed by the City. These comments will be submitted to the City for final review prior to submittal to the DWR. p, ° 0 o 0 o 0 ° 0 0 0 0 0 0 0 0 0 ° 0 ° 0 o 0 o 0 ° 0 ° 0 \ Cl) N cr N N O V) 00 co N VA i: v N. r N r N N N N r O m V -"t %k s N 'E E 6% V} 03 6% V} V3 d} 63 63 63 6% !fl t, V3 O O O 0. O O O O O O O O 0 3 0 O o 0 0 CO 0 0 0 N o O l0 O M M no 0 N ¢ O N u N W • '1~ .yam H3 69 6% 69 6% V} 6% V}: 0 6F7 0 0 64 H C~ O O 0 O O O O r O N O rn O N O O M O N O W O O ~ r m N N r N r t 0 r N a) N ' M IT N T M CO : N O C) W 0 O O C' m N N r N • f i t i ~ N I N O O t (D I~ O O O N O a0 (D m a7 m O O O D1 Vi fa W r O N O N M V d' N N N O) aJ N W a d • leuoiSS91OJd r r r r r M v N c ro 3 N C O m U VI N 3 9 ~ N U ~ E o a O 2 E N O n c U a Y O. Q E > ❑ U o m e c o ° m Z) 0) ca 2 c O Cn c O c O a5 CL O L1 ` N W C N Q CL N [o r- a) "I d p' N a) G o m -t L E w a) 30 Q' i a j N N . co 0 N p Q Q C ■ N _ E p O U N d O N R ro (u _ 5 a o O n a m c g a c c Qi c c a c c 9 a' o v a~ m > ° a m N y a°i c o a) a i a c Q W 'C c Q- a U O Q > U) 7 a°i 7 cn io 3 m ca a Y 3 ° N U U U j C a UI r O N ❑ N ❑ N U d' N > R' N ❑ p d .Q d : N y (a , Q W . N O ° x 4W . ® r m r 3 L ® -Cm' ® r Y N Y co 1 v Y n Y O Y N S' O Y O) Y Y Y Y Y Y W T O N 0 I~ H H 1-- H ~T iT I a ~W- IT 12 F- Z