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