Loading...
HomeMy WebLinkAboutBrown and Caldwell 2005-06-27 . ,�,...� �.,<-,. r , EXHIBIT "A" CITY OF UKIAH STANDARD CONSULTANT SERVICES AGREEMENT AND GENERAL PROVISIONS This Agreement, made and entered into this 27th day of June, 2005, by and between the �ITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Brown and Caldwell, a California Corporation, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires professional consulting services for the preparation of its 2005 Urban Water Management Plan. b. Consultant represents and warrants to City that he has all licenses, permits, qualifications, and approvals of whatsoever nature, which are legally required for Consultant to practice his profession. Consultant represents and warrants to City that Consultant shall, at his sole cost and expense, keep in effect at al] times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice his profession. The consultant must possess a valid City of Ukiah Business License prior to beginning work. c. City and Consultant agree upon the Scope-of-Work attached hereto as Attachment "A", describing work to be performed by the Consultant and project deliverables to be delivered to the City and the Work Schedule setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT l.0 DESCRIPTIO7�I OF PROJECT l.l The services to be rendered under this Agreement pertain to the preparation of the City of Ukiah 2005 Urban Water Management Plan. 2.0 SCOPE OF SERVICES 2.l As set forth in Attachment "A". 1 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 in accordance with the time requirements set forth in the Scope-of-Work. 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. Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. ln the case of any such delay, the time of completion shall be extended accordingly. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional and technical services of this Agreement, Consultant shall be compensated at the fixed not to exceed fee of$33,821 as described in Table 1, attached. The Consultant is obligated to complete all tasks in their entirety at the compensation. 4.2 Chan�es. 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 anticipate on the date they entered this Agreement. 4.3 Excusable Delavs. Consultant shall not be responsible for delays caused by circumstances beyond its reasonable control, including, but not limited to (l) strikes, lockouts, work slowdowns or stoppages, or accidents, (2) acts of God, (3) failure of Ciry to furnish timely information or to approve or disapprove Consultant's reports promptly, and (4) faulty performance or nonperforn�ance by City, City's independent consultants or contractors, or governmental agencies. Consultant shall not be liable for damages arising out of any such delay, nor shall the Consultant be deemed to be in breach of this Agreement as a result thereof. 4.4 Sub-contractor Pa�. City shall approve the use of sub-consultants or other services to perform a portion of the work of this Agreement prior to commencement of work; the cost of sub-consultants is included within the fixed fee identified in Section 4.l. 4.5 Terms of Pa�ment. 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 invoice ]ess any amount already paid to Consultant, which amounts shall be due and payable upon receipt by City but no later than 30 days following receipt of invoice. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made. 5.0 ASSURANCES OF CONSULTANT S.l 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 City's agent, employee, or representative for any purpose. City shall have the right to control Consultant only insofar as the results of Consultant's service rendered pursuant to this Agreement; however, City shall not have the right to contro:l the means by which Consultant accomplishes services rendered pursuant to this Agreement. 2 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. 5.3 Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. City shall designate a City representative and Consultant shall designate a Consultant representative. The City representative and the Consultant representative shall be the primary contact person for each party regarding the performance of the agreement. City representative shall cooperate with Consultant and consultant representative shall cooperate with the City in all matters regarding this agreement and in such manner as will result in the performance of the work in a timely and expeditious fashion. Consultant shall employ no City official or employee in the work performed pursuant to this Agreement. No office or employee of Agency shall have any financia] interest in this Agreement in violation of California Government Code Sections 1090 and following; nor shall City violate any provisions of its Conflict of lnterest Code adopted pursuant to the provisions of California Government Code Section 87300 and following. 5.4. Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices his profession. All instruments of service of whatsoever nature which consultant delivers to City pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Consultant's profession. �.5 Unique, Proprietary or Innovative DesiQns or Products. Unique, proprietary or innovative designs or products must be approved by City in advance of specification or use in design by Consultant. A full, written report on performance history (i.e., track record) of product, design strengths and weaknesses or limitations, and financial strength of manufacturer making product must be submitted by Consultant to City for review and approval. 6.0 1NDEMNIFICATION 6.l 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 duration 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: l. Insurance Services Office ("ISO") Cammercial General Liability Coverage Occurrence Fonn CG OOOI or Claims Made Forrn CG 0002. 2. ]SO Form No. CA OOOI covering Automobile Liability, Code l (any auto) or Code 8, 9 if no owned autos. 3 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Professional Liability Insurance covering damages which may result from errors, omissions, or acts of professional negligence by Consultant. B. Minimum Limits of Insurance Consultant shall maintain ]imits no less than: 1. General Liabilitv: $l,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations as applicable. 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 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. Employers Liability: $1,000,000 per accident, $I,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. 4. Professional Liabilitv Covera�: $1,000,000 each occurrence/$2,000,000 policy aggregate. C. Deductibles and Self-Insured Retentions Any self-insured retention or deductible shall be the sole responsibility of CONSULTANT. D. Other lnsurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and Automobile Liability Covera�es a. The City, its officers, officials, and employees 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. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, and emp)oyees. Any insurance or self-insurance maintained by the City, its officers, officials, or employees shall be excess of the Consultant's insurance and shall not contribute with it. c. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 4 d. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subsection (b) of Section 2782 of the Civil Code. e. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, or employees. f. 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. g. The Automobile Liability policy shall be endorsed to delete the Pollution and/or Asbestos exclusion and add the Motor Carrier Act endorsement (MCS-90), TL 1005, TL l 007 and/or other endorsements required by Federal or State authorities. 3. Waiver of Subro ation The workers' compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy, which arises from the work perfonned by the named insured for the City pursuant to this Agreement. 4. Claims Made Form If General Liability or Professional Liability coverages are written on a Claims Made form: a. The "Retro Date" must be shown, and must be before the date of the contract of the begi�ining of contract work. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. c. If coverage is canceled or non-renewed, and not replaced with another claims made policy form with a "Retro Date" prior to the contract effective date, the Contractor must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. d. A copy of the claims reporting requirements must be submitted to the City for review. 5. All Covera� With the exception of Professional Liability Insurance, 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. With respect to Professional Liability, Consultant shall give the City thirty (30) days prior written notice by certified mail, if such coverage is to be suspended, voided, and reduced in coverage or in limits. 5 6. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII. 7. Verification of Covera�e Consultant shall furnish the City with original certificates and amendatory 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 couldn't be used; equivalent forms approved by the lnsurance 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 coverage 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. 8. Subcontractors If Consultant uses subcontractors or sub-consultants, it shall cover them under its polices or require them to separately comply with the insurance requirements set forth in this Paragraph 6.l. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant shall indemnify, defend and hold harmless City officers, agents and employees from and against any and all claims, demands, liability, costs and expenses, including court costs and counsel fees, to the extent arising out of the injury to or death of any person or loss of or physical damage to any property resulting from any negligent or willfully wrongful act ar omission committed by Consultant or its officers, agents or employees while performing services under this Agreement. Consultant's liability for professional negligence shall be limited to $1,000,000. As to events, which occur during Consultant's perforn�ance of this Agreement, City shall hold Consultant harmless from and defend Consultant against all claims, liability, damage, or loss arising out of any injury or death of any person or damage to or destruction of property attributable to the negligent or willfully wrongful act or omission of City or its officers and employees, where the injury, death or damage - caused by the negligence or willful misco duct of City or City's P Y °S G'�� �✓�� em lo ees. -�. ��� SCi.� ck�� F�C—i 1 dG -r,i�.v���-��—� -c:;.� City shall be solely responsible for, and shall indemnify and hold harn�less Consultant, its sub consultants, and their directors, officers, employees, agents, successors and assigns from and against any and all demands, claims, suits, liabilities, ]osses, damages, fines, encumbrances, liens, penalties or expenses ("Claims") for bodily injury, property damage, damages to the environment or natural resources, lost use, income, or profits, foreseeable and unforeseeable consequential damages, the costs of any required or necessary repair, cleanup or detoxification of any property, the preparation and implementation of any closure, remedial or other required plans, and all reasonable costs and expenses incurred by Consultant in connection with the above, including, without limitation, reasonable attorneys' fees: (l) arising out of the services perforn�ed under this Agreement; and (2) involving the 6 transportation, treatment, storage, release, or threatened release of Hazardous Material, or any Claim made under any Hazardous Materials Laws. This indemnification shall not apply to claims to the extent caused by the negligent or wrongful act or omission of Consultant, or its officers, agents, employees, successors or assigns; however, City agrees that it will retain an attorney acceptable to Consultant and pay all legal fees to defend Consultant against any legal action in connection with hazardous material as defined herein. As used herein, the term "Hazardous Material" means any pollutant, contaminant, hazardous waste, toxic substance or related material, including, without limitation, any substance regulated under the Hazardous Materials Laws. As used herein, the term "Hazardous Materials Laws" includes any statute, regulation, order, permit or government requirement, now or hereafter in effect, relating to environmental conditions, industrial hygiene, or Hazardous Materials, including, without limitation, the Comprehensive Environmental Response, Compensation and Liability Act of 1980. 7.0 CONTRACT PROVISIONS 7.l Ownership of Work. All documents furnished to Consultant by City and all reports and supportive data prepared by Consultant under this Agreement are City's property and shall be given to City at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". Documents, including drawings and specifications, prepared by Consultant under this Agreement are City's property, including ownership of any copyrights on project plans, drawings, specifications, and reports. Any use of completed documents for other projects and/or any use of uncompleted documents without specific written authorization from Consultant will be at City's sole risk and without liability or legal exposure to Consultant and City shall indemnify and hold Consultant harmless from all claims, damages, and losses and expenses, including attorney's fees, arising out of or resulting there from. Consultant may retain one copy of a]] documents for its files. 7.2 Final ApprovaL City and Consultant agree that until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without the prior written consent of both parties. 7.3 Governin�Law. Consultant shall comply with the applicable laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. California law shall govern the interpretation and enforcement of this Agreement and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.4 Governmental Re�ulations. 'To the extent that this Agreement may be funded by fiscal assistance from governmental entity, Consultant shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.5 Breach of Contract. If Consultant materially breaches the terms of this Agreement and, except for breaches deemed by the City to be non-curable or affecting its confidence in Consultant to adequately perform under the Agreement, has not cured such breach within l 0 days of notification by City, the City shall have the following alternative remedies: (a) Immediately terminate the Agreement with Consultant; 7 (b) Retain the plans, specifications, drawings, reports and other design documents prepared by Consultant; (c) Copyrights on plans, specifications, drawings, and reports and other design documents owned by the Consultant shall become the property of City; (d) Complete the unfinished work, under this agreement, with a different consultant, or; (e) Charge Consultant with the difference between the cost of completion of the unfinished work pursuant to this agreement and the amount that would otherwise be due consultant had Consultant completed the work. 7.6 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified or amended only by a subsequent written agreement signed by both parties. 7.7 Severability. If a court of competent jurisdiction holds any term of this Agreement invalid, the remainder of this Agreement shall remain in effect. 7.8 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.9 Assi ng ment. 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. 7.]0 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 ar condition itself. 7.l 1 Liti a�. In the event a suit or action is instituted to enforce any of the terms and conditions of this Agreement, th�; prevailing party shall collect, in addition to the costs and disbursements allowed by statutes, such sums as the court may adjudge reasonable as attorney's fees in such suit or action in both trial and appellate courts. 7.l 2 Termination. This Agreement may be terminated by either party: l) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; 3) City has abandoned and does not wish to complete the project for which Consultant was retained; ar 4) by City on thirty (30) days prior notice to Consultant. 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 non-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 perforn�ed 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. 8 7.13 Duplicate Ori�inals. 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. 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: r- ; � t t� CITY OF UKIAI-3 ���C��-�4'� 0�-��'�e� ��`:�W�-`�` DEPARTMENT OF PUBLIC UTILITIES (Name of Consultant Firm) 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482 (Address of Consultant Firm) 9.0 Consultant Entitled to Rely. Consultant shall be entitled to rely upon the accuracy of data and information provided by City or others without independent review or evaluation. 10.0 S]GNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first above written: CITY OF UKIAH F��-C�l�c,'�l .�.►? ��L�J��t._ (Name of Consulting Firm) � _ ���-����_`��t ����!� � BY: (� BY: .i�-oS CANDACE HORSLEY (Authorized A ent of Firm) CITY MANAGER 1f� �z �'2CS c�� (Agent's Title) ATTEST :?�L''-t� ��'�- �-'-�-�t-t�1��' `����'/�� ,� MARIE ULVILA Date CITY CLERK APPROVED AS TO FO � '� �23—�D � DA . APP R Date CITY ATTORNEY , ATTACHMENTS A. Attachment A. Scope-of-Work B. Table 1. Fee Estimate 9 ' • . � , ec�ions tb�t erTeq�ed + �e�d�nona�s tbar ar . �Op�eport",lt�e a���°z��l 5������ ' to�e 2 oYt witl� r the final �ask�es�til��e�'at is S�to e 2���r�p ectY��a�ally� ts�na 5,tb� � � � �x���an° ���t�5 S1�a���o Gi�, staf f ess r��'iew �O�e �����WN�' a�e eiz�enx j�xa�t'����� ort�nd S� oo�'e ��d� _ eeded tO�Yepaz �ask ,�ask a�ater�,Sana� fo�tl'�2005 p ff to dis�uss�e oY�fozn�aa°.i�{orzzlat. �e Se�,l�e o• N D eta�l ��e Gl�, sta e��o�ca11y c��es iz��� uainted w�th ���M�,' � �latz� 2.NL��1�on��� �o�e��� a d its W��e�fa � t�b��om�a q�px�p�re�e �a ax� 1 Su�'n�t map�ing�f tl�e G tY ox�pzO`ided�e i�fo m tio�Ye�u�z assump�°l�wneYe da Revie�,v ln�lvdl � a� , o� ake Ya �� ta ��& �ec a re�l ce�f o�m ly a�d an5 C�n�o�pYO`lde and n' �G locati�n,de U�Ze as Co�e�� t an o�S p� 2 pa �r a e�cisting SO°Y zma�°��at the C'1�' tezn u'cl°ding��a o rce��°�e��pWitl�ilew cb any in�O e,�,,ate�s`�� ��c��e � t�e Gi�' geseaY of�, ��a�e ysten� �xea foY 3• �S le. is� n rep ����p�Xa�on,�°er�g� unava�ab e cllaxa�tex �on, t la 1 Desczibe t�,.istox"e�orznation��the las � d tex on erav ��nclvd��g sta�daY a� ��Cl�di�g°t11eY�'a ater Systie�' �for�'`�� os�Lble�e of``�'`j Azea� ma���ng u'fpzn�a�°n� ���p�e Ses�'1�e �n ziate a�encles� . ��ionby m en�les. 3 � p �or zo � �a t��nate"' n, era�'re' �wit1�app a� ubli Z �Yesex� d a��la e te on o �e pla a�d relev xa�fall,a� repara� C a e�'�les' d�ate� Tna en'e� 1 Go��zs��atez m su 4 Agen�y C��x�a�on Pa��1���s�ope G1�, of U�a�'e Zp05 �un r � � � / � � / 5 Water Use 1. Quantify water use for the past 5 years and project future water use in five-year increments to 2025 based on adopted planning documents,identifying the uses of water among sectors. 2. Describe plan to eliininate groundwater overdraft, if any, and analysis of location, amount, and sufficiency of groundwater pumped ovet last five yeaYS and projected to be pumped every five ears for the next 20 ears. 6 Water Supplies 1. Idenrify and quantify the e�sting and planned sources of water available to the City in five- year increments from 2000 to 2025, or as far as data are available and Yeasonable assumptions are possible. Define the potential for water supplies from desalination and from groundwater. 2. Provide discussion and table of water quality impacts upon water management stxategies and supply for the next 20 years at five-year intervals. 3. Provide additional informarion on futuxe water supply projects including project start date, project completion data,normal yeax water supply to agency, single dry year water supply to agency, and years one, two, and three of multiple dry years water supply to agency. Provide cost-benefit analysis of planned water supply projects including economic and non-economic factoxs (environmental, social,health, customer impact,and technological). Provide table summarizing legal, environmental,water quality,and climatic factors resulting in inconsistency of supplies. 4. Describe additional water uses and losses fiom 2005 thYOUgh 2025 for uses such as saline baxxiers,groundwater recharge,and conjunctive use. 5. Present descLiptions of opportunities for developmcnt of desalinated water,including ocean water,brackish water,and roundwater. Page2of4 City of Ukiah, IJWMP Scope June 2005 r • I • , i / � 7 Recycled Water Potential 1. The plan shall include a description of the wastewater collection and treatment systems in the service and the potenrial for use of recycled water. Identify and contact appropriate wastewater agencies. 2. Update xecycled water discussion to include compaYison of yeax 2000 UWMP projected xecycled water use to actuai use. Update recycled watex discussion to include information on plan coordination with othex agencies, and projected tseatment and use of wastewater and recycled water. Provide tables defining the wastewater collection and tteatment volumes that meet recycled watex standards,disposal volumes and methods,and treatment level in five-year intervals for the next 20 ears. Provide table of inethods used to encoura e rec cled water use. 8 Water Supply and Demand 1. Compare the total water supply to total projected water use. This water supply and demand Comparison comparison shall compare the total watex supply sources available with the total projected water use over the next 25 years,in five-yeat increments, for a noYmal water year, a single dry water year, and multiple dry watex years. 2. Provide reliability of supply through year four of a multiple dry year drought. 3. Provide tables of projected normal and multiple dry yeaY scenario supply, demand,and supply to demand comparison during the 200G-2010,20011-2015,2016-2020,and 2021-2025 eriods. 9 Evaluation of Demand 1. Present an economic evaluation of water conservation DMMs. Conduct an economic Management Measures evaluation only for those DMMs not proposed for implemetitation. (DMMs) 2. Update water conservation section with description of current program. 3. Present descri tions and tables of activities conducted for the last five ears for each DMM. 10 Water Shortage Contingency 1. Review e�sting water shortage contingency plan and make minor revisions as deemed Plan necessa . 11 Plan Preparatian 1. Prepare draft plan for City review and submit five copies. Receive and address one collated set of review comments. Finalize the final UWMP and submit to DWR. Page 3 of 4 Ciry of Ukiah, i�WMP Scope June2005 • e meeting aYe p�renjv��aYY , � - • e�t results. T aYe Tesenta�on o �' Yes t t�e k d Yes �,, an � e� to reaiew a'QYeet��p°Y data�Y��e�zaft Ye °�and pab��tiO p � , t� �1�C�ty staf off ineeting>� �o�nez�ts �e Cl�,CQu 1. ����g.Zask 1��� to Ye�eivef��a�reseut��°�pl�n• ����es witlw�"'lv�h lt Mee���s 1r Sultssl�G� SC�ff�a pub�n'�etings to p U p to�i�es an,�R 1 A M�, Atten �ab�tY SecC1�n�tII���ssi�'�tO D S o 12 f �W I' f aaoP�°�. a�on `lYa esvl�e Reh a�ys o�C� 30 day publi��aY���p ��ovideWaY 5�plies Withi��� ������d�ou��es witbu' f �b��he�r� 13 pYOVid�s`�ate LSW��P tO D�R'�nd c a�o� pYOti id� xpO�o ,� Provide�p�5 a�atl of�e �ax� Ye �Y coord�' 4. pes�ribe P�ge 4�W����Op� of��a�''U Gl�, �une Zp05 Table 1. Fee Estimate � .� , ,- �e. T,4�Yo�d� , , �� . � . . � a � 6F �. y..��.. .4� ,ii k4m�r. . ..u.,x . ..r�.v._„ , .„ s���� � �A Water Engineer/ Principal in Project Technical Conservation Water Project C,raphics Admin. Total Labor oDC's Total Cosc Charge Manager Advisor Engineer Hours Exgert I?emands Tim Banyai Bi11 Paul Lisa Maddaus Melanie Robin Lee Susan cosc,dollars cosc, cosy dollars Faisst Selsky Holton Sicora dollars gilling Rate($/hr)* 154 208 198 134 113 98 1QG 72 1. Detailed UWMP OutGne 1 1 4 � ���� ���� 2. Data Collection and Review 2 2 3 8 15 $1,933 �1,933 3. Descriprion of Watei System l 1 l 2 4 9 �1,177 51,177 4. Agcncy Cooidination 1� l�� ��7� $��� 5. WaterUsc 1 2 2 1G 'l $2,396 $2,39G G. Warer Supplies 1 2 2 16 2l �2,39G �2,396 7, Recycled Watcr Potential 1 2 3 10 lG $1,922 �1,922 8. Watcr Supply/Dcmand Comparison 1 2 3 10 !G $1,922 �1,922 9. l;valuation of Watcr Conservation llNtMs 1 2 5 3 30 41 �4,548 g4,548 10. Watcr Shvrta�e Contingency Plan 1 1 3 5 �605 �605 11. Plan Preparation/Project Management 3 3 6 2 5 40 5 50 114 511,144 $11,144 12. Mectin� S 8 IG �2,368 �150 �2,518 13. Public Participation 4 4 8 $1,184 $300 51,484 Total 4 12 33 7 24 163 5 50 298 $33,371 $450 $33,821 'These rates include the additional project cost of$61hr