Loading...
HomeMy WebLinkAboutSonoma County Water Agency 2017-03-09sly: s:\techw\agreements\1415-014.docx version: 10/31/2016 9:30:00 AM een�t -4`/6/'7-J"76 TW 14/15-014 Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project This agreement ("Agreement") is by and between Sonoma County Water Agency ("Water Agency") and City of Ukiah ("City"). The Effective Date of this Agreement is the date the Agreement is last signed by the parties to the Agreement. RECITALS A. Prior to the winter rains in 2015-2016, California was in the third year of a significant drought that had reduced water storage levels to unprecedented low levels and caused critical water shortages in some communities in Sonoma and Mendocino Counties. Drought conditions can recur and continue for prolonged periods. The proposed Sonoma -Mendocino Immediate Drought Relief Project (Project) offers immediate drought relief, long-term water savings, and addresses potential future drought conditions. The Project will increase water use efficiency and increase drought resilience in the region for years to come and is in part a response to the Governor's emergency drought declaration that set a 20 percent water demand reduction goal. The Project will reduce demand for water from Lake Mendocino and from local groundwater supplies. B. The Project will launch a scalable water conservation program in areas affected or potentially affected by the drought that have not historically implemented water conservation programs by providing incentives directly to customers. C. On June 2, 2014, the Department of Water Resources (DWR) released an expedited 2014 Integrated Regional Water Management Drought Grant (Grant) Solicitation, seeking projects that would provide immediate measurable water savings. The Project was one of eleven projects submitted on July 21, 2014, to DWR by the North Coast Resource Partnership. The amount of the Grant award for this Agreement is $15,750. City -provided funding and Grant money awarded will be used for City water customers (Participants) only. D. City desires Water Agency's assistance in developing and implementing the City water use efficiency Program as described in Exhibit A. E. The Project is designed to provide immediate, long-term water savings and allow the City to transition into an ongoing conservation program, eventually managed by the City. F. Water Agency and City do mutually desire to cooperate in the implementation of Project. In consideration of the foregoing recitals and the mutual covenants contained herein, the parties hereto agree as follows: AGREEMENT 1. RECITALS 1.1. The above recitals are true and correct. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 2. LIST OF EXHIBITS 2.1. The following exhibits are attached hereto and incorporated herein: a. Exhibit A: Project Summary b. Exhibit B: Insurance Requirements 3. DEFINITIONS 3.1. For the purposes of this Agreement the following terms and definitions shall be used: a. Contractor: Licensed contractor hired to perform contractor work. b. Participant(s): City -approved water customer(s) who apply to participate in individual Programs as described in Exhibit A. c. Funding Match: Minimum amount of City funding. d. Programs: Components of the Project as identified in Exhibit A. e. Project: Collectively, the water conservation Programs described in Exhibit A and related activities that City and Water Agency have agreed to perform in cooperation. The Project offers immediate drought relief and long-term water savings which will increase water use efficiency throughout the Russian River Watershed. f. Site: The location where Program(s) will be implemented. g. Water Agency Representative: Water Agency staff assigned to perform Water Agency's responsibilities. h. City Representative: City staff assigned to perform City's responsibilities. i. Water Agency -run Program: Water conservation Programs described in Exhibit A and implemented for City by Water Agency. j. City -run Program: Water conservation Programs described in Exhibit A and implemented by City. 4. COORDINATION 4.1. City shall coordinate work with Water Agency. Contact information: Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 2 Water Agency City Water Agency Representative: Carrie City Representative: Sean White, or Pollard, or assigned personnel assigned personnel Phone: 707-547-1968 Phone: 707-463-6213 Email: Carrie. Pollard@scwa.ca.gov Email: swhite@cityofukiah.com 404 Aviation Boulevard 300 Seminary Avenue Santa Rosa, CA 95403-9019 Ukiah, CA 95482 Remit invoices to: Remit invoices or payments to: Susan Bookmyer Jarod L. Thiele Same address as above or email: 300 Seminary Avenue susan.bookmyer@scwa.ca.gov Ukiah, CA 95482 Remit payments to: ithiele@citvofukiah.com Lynne Rosselli Same address as above or Email: Lynne.Rosselli@scwa.ca.gov 5. CITY'S RESPONSIBILITIES 5.1. Administration: Administer City -run Programs as described in Exhibit A. 5.2. Applicant Review: Review the Water Agency -submitted list of applicants requesting to participate in Project to determine if applicant is a qualified Participant to participate in Project. 5.3. Communication: Provide regular communication monthly via email or phone with Water Agency Representative on budget tracking and other issues as required. 5.4. Monthly Status Reports: Provide Water Agency Representative with monthly status reports of City -run Programs in a form acceptable to Water Agency, including work progress, a complete cost accounting by Program (including Funding Match) with backup documentation, and electronic copies of marketing materials. 5.5. Insurance: With respect to performance of work under this Agreement, City shall maintain and shall require all of its subcontractors, consultants, and other agents to maintain, insurance as described in Exhibit B (Insurance Requirements). 5.6. Record Keeping: Maintain complete and accurate records of all transactions in compliance with generally accepted accounting principles for enterprise accounting as promulgated by the American Institute of Certified Public Accountants and the Governmental Accounting Standards Board. Such records shall be available to Water Agency at all reasonable times for inspection and analysis. City will maintain records for at least 7 years after end of Grant, and to make records available to duly authorized local, state and federal agencies. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 5.7. Payment: Make payment(s) to Water Agency as specified in Paragraph 7.2. 5.8. Continuing Eligibility: If City is an urban water supplier, must be in compliance with State Urban Water Management requirements and keep plan current. 5.9. Project Monitoring: will provide access to work sites, records, programs or procedures in order to ensure compliance with terms and conditions of the Grant agreement. 5.10. Compliance with Laws: City agrees to comply with all applicable local, state and federal laws and regulations, in performance of its obligations, and further agrees to comply with any and all applicable provisions of the Proposition 84 Implementation Agreement. 6. WATER AGENCY'S RESPONSIBILITIES 6.1. Administration: Administer Water Agency -run Programs as described in Exhibit A. 6.2. Coordination: Coordinate, document, and report on the Programs that Water Agency performs, including management, administration, budget, and follow-up of the Programs described in Exhibit A, and respond to incoming calls from City customers, as needed. 6.3. Collateral Materials: Design Project brochures, applications, and other outreach materials and provide electronic files to City. 6.4. Contract Administration: Administer contracts with Contractors hired by Water Agency. 6.5. Quarterly Reports: Prepare quarterly reports summarizing status of Programs completed by Water Agency and submit the report to City. 6.6. Record Keeping: Water Agency will maintain complete and accurate records of all Water Agency costs and transactions associated with performance of Water Agency's responsibilities under this Agreement in compliance with generally accepted accounting principles for enterprise accounting as promulgated by the American Institute of Certified Public Accountants and the Governmental Accounting Standards Board. Such records will be available to City at all reasonable times for inspection and analysis. 6.7. Insurance: With respect to performance of work under this Agreement, Water Agency shall maintain and shall require all of its subcontractors, consultants, and other agents to maintain, insurance as described in Exhibit B (Insurance Requirements). Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 7. FUNDING 7.1. Project Maximum Obligation: The Project under this agreement shall not exceed $23,250. a. Water Agency -run Programs: Estimated City obligation for Water Agency - run Programs: $7,500. Grant funding for Water Agency -run Programs is estimated to be $15,750. Water Agency -run Programs cost estimated at $23,250. 7.2. Payment to Water Agency: Amount: City shall pay Water Agency for services and materials incurred by Water Agency under this Agreement. Reimbursement amount shall be determined based on actual costs of expenses: applicable materials and services, including plumber services. Invoices: Water Agency will invoice City monthly for reimbursement of expenses incurred by Water Agency for Project. Invoices submitted to City by Water Agency shall include a complete cost accounting by Program and be clearly marked with "Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project, Project Activity Code X0080D039." Upon receipt, review, and approval of invoice, City shall pay Water Agency for costs as authorized herein and itemized in said invoice(s). 7.3. If costs run over the amount listed in paragraph 7.1 above for City -run Programs, and are approved by City pursuant to paragraph 7.4, below, City shall pay for services and materials incurred. 7.4. The amount listed in paragraph 7.1 above for City's obligation for Water Agency - run Programs, is a maximum not to exceed amount. If this amount is projected to be exceeded, Water Agency shall give City a four week written notice and City will have the opportunity to either maintain that amount or increase it to an amount mutually agreed to by both parties. 8. TERM OF AGREEMENT 8.1. This Agreement shall expire on December 31, 2019, unless terminated earlier in accordance with the provisions of Article 9 (Termination). 9. TERMINATION 9.1. This Agreement may be terminated by either party for any reason upon thirty calendar days' written notice. Water Agency's right to terminate may be exercised by Water Agency's General Manager. Water Agency shall be reimbursed for all expenses incurred up to the date of termination. City's right to terminate may be exercised by its City Manager. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 10. AUTHORITY TO AMEND AGREEMENT 10.1. Changes to the Agreement may be authorized only by written amendment to this Agreement, signed by both parties. Notwithstanding this authority, neither Water Agency nor City is under any obligation to approve such amendments. 11. INDEMNIFICATION 11.1. Each party shall defend, indemnify, hold harmless, and release the other, its officers, agents, and employees, from and against any and all actions, claims, damages, liabilities, or expenses that may be asserted by any person or entity, including the parties, to the extent that such actions, claims, damages, liabilities, or expenses arise out of the negligence or willful misconduct of the indemnifying party in connection with its performance under this Agreement. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for the indemnifying party or its agents under workers' compensation acts, disability benefits acts, or other employee benefit acts. 12. MISCELLANEOUS PROVISIONS 12.1. No Bottled Water: In accordance with Water Agency Board of Directors Resolution No. 09-0920, dated September 29, 2009, no Water Agency funding shall be used to purchase single -serving, disposable water bottles for use in Water Agency facilities or at Water Agency -sponsored events. This restriction shall not apply when potable water is not available. 12.2. No Waiver of Breach: The waiver by Water Agency of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or promise or any subsequent breach of the same or any other term or promise contained in this Agreement. 12.3. Construction: To the fullest extent allowed by law, the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute, ordinance, regulation, or law. The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired, or invalidated thereby. City and Water Agency acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement. 12.4. Consent: Wherever in this Agreement the consent or approval of one party is required to an act of the other party, such consent or approval shall not be unreasonably withheld or delayed. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 12.5. No Third -Party Beneficiaries: Except as provided in Article 11 (Indemnification), nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties. 12.6. Applicable Law and Forum: This Agreement shall be construed and interpreted according to the substantive law of California, regardless of the law of conflicts to the contrary in any jurisdiction. Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in San Rafael, or in the forum nearest to the city of San Rafael, in the County of Marin. 12.7. Captions: The captions in this Agreement are solely for convenience of reference. They are not a part of this Agreement and shall have no effect on its construction or interpretation. 12.8. Merger: This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement, pursuant to Code of Civil Procedure Section 1856. No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties. 12.9. Survival of Terms: All express representations, waivers, indemnifications, and limitations of liability included in this Agreement will survive its completion or termination for any reason. 12.10. Time of Essence: Time is and shall be of the essence of this Agreement and every provision hereof. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 7 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date last signed by the parties to the Agreement. Rev UE Administrative Services Approved az to form: By: Ery O'Donnell, Deputy County Counsel Reviewed as form: By: AZ City orney City of Ukiah By: Cit anag. Date: / 3 t C, Sonoma Cc4aty W By: Grant Davis Water Agency General Manager Authorized per Water Agency's Board of Directors Action on 8/19/14 Date: f - I / :� Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project 8 Exhibit A Project Summary 1. WATER AGENCY -RUN PROGRAMS 1.1. The High -Efficiency Fixture Direct Install Program: Water Agency will implement a direct installation program for retrofitting inefficient fixtures with new high - efficiency fixtures including toilets, urinals, showerheads, bathroom faucet aerators, and kitchen faucet aerators. Fixtures will be installed by professional plumbers contracted by Water Agency under separate contract. The Program will follow the guidelines below: Water Agency will offer a maximum of two high -efficiency toilets, toilet seats, wax rings, bolt kits, toilet recycling, and labor for installation per residential dwelling unit, and, if necessary, an angle stop with water supply line, flange or riser. During the installation appointment, the Water Agency - hired plumber will also check the showers, and bathroom and kitchen sinks and replace inefficient showerheads and aerators with water -efficient models. The Water Agency -hired plumber will also perform a leak check at the water meter. For commercial properties, existing urinals will be replaced with 0.125 gpf high -efficiency urinals. b. Participant must receive water from and be in good standing with City. c. For residential sites, building must be built before 1992 to be eligible for the fixture replacement. d. Building must have at least one high -flush (3.5 gpf or more) toilet or (1.0 gpf or more ) urinal. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project A-1 Exhibit B Insurance Requirements City and Water Agency shall maintain insurance, pooled risk coverage and/or self-insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements. The insurance shall be maintained for the entire term of this Agreement. 1. Workers Compensation and Employers Liability Insurance a. Workers Compensation insurance with statutory limits as required by the Labor Code of the State of California. b. Employers Liability with minimum limits of $1,000,000 per Accident; $1,000,000 Disease per employee; $1,000,000 Disease per policy. c. Required Evidence of Insurance: Certificate of Insurance or equivalent coverage. 2. General Liability Insurance a. Commercial General Liability Insurance on a standard occurrence form, no less broad than Insurance Services Office (ISO) form CG 00 01. b. Minimum Limits: $1,000,000 per Occurrence; $2,000,000 General Aggregate; $2,000,000 Products/Completed Operations Aggregate. c. Any deductible or self-insured retention shall be shown on the Certificate of Insurance. d. Each party will name the State of California, its officers, agents, and employees as additional insured on its liability insurance for activities undertaken pursuant to this agreement. e. Each party's insurance and/or self-insurance program shall be endorsed to cover the other party as an additional insured for liability arising out of operations under this Agreement. This coverage shall apply be primary to, and non-contributory with, any insurance or self-insurance program maintained by the additional insured. f. The policy shall cover inter -insured suits between the parties and include a "separation of insureds" or "severability" clause which treats each insured separately. g. Required Evidence of Insurance: i. Copy of the additional insured endorsement or policy language granting additional insured status; and ii. Certificate of Insurance. 3. Automobile Liability Insurance a. Minimum Limits: $1,000,000 combined single limit per accident. b. Insurance shall apply to all owned, hired and non -owned vehicles. c. Required Evidence of Insurance: Certificate of Insurance. 4. Documentation a. The Certificate of Insurance must include the following reference: TW # 14/15-014 Sonoma -Mendocino Immediate Drought Relief Project. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project B-1 b. All required Evidence of Insurance shall be submitted prior to the execution of this Agreement. Each party agrees to maintain current Evidence of Insurance on file with the other for the entire term of this agreement. c. Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists, at least ten (10) days before expiration or other termination of the existing policy. d. Each party shall provide the other with immediate written notice if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required policies are reduced; or (3) the deductible or self-insured retention is increased. S. Policy Obligations The indemnity and other obligations of the parties shall not be limited by the foregoing insurance requirements. Cooperative Agreement for Implementation of the Sonoma -Mendocino Immediate Drought Relief Project B-2 CALIFORNIA. JOINT POWERS RISK MANAGEMENT AUTHORITY Accredited with Excellence from the California Association of Joint Powers Authorities CERTIFICATE OF COVERAGE Certificate Holder and Additional Covered Party: The State of California, its officers, agents, and employees and the City of Ukiah. 404 Aviation Blvd. Santa Rosa, CA 95403 Attn: Lisa Consani This certifies that the coverage Described herein has been issued to: City of Ukiah Description of Activity: TW # 14/15-014 Sonoma -Mendocino Immediate Drought Relief Project through December 31, 2019, Upgrade and build Mendocino County and unincorporated areas of Sonoma County. Date(s) of Activity: November 21, 2016 to December 31, 2019 Location of Activity: Upgrade and build Mendocino County and unincorporated areas, Sonoma County, CA Entity Providing Coverage Excess Coverage Certificate Expiration Date California Joint Powers Risk Management Authority $500,000 excess of June 30, 2017 $500,000 The following coverage is in effect and is provided through participation in a risk sharing joint powers authority: general liability and automobile liability pooled self-insurance, as defined in the Memorandum of Coverage on file with the entity and which will be made available upon request. The coverage being provided is limited to the activity and the time period indicated herein and is subject to all the terms, conditions and exclusions of the Memorandum of Coverage of the California Joint Powers Risk Management Authority. Pursuant to Section II, subsection 8, relating to the definition of a covered party, the certificate holder named herein is only an additional covered party for covered claims arising out of the activity described herein and is subject to the limits stated herein. Coverage is in effect at this time and will not be cancelled, limited or allowed to expire at a date other than that indicated herein except upon 30 days written notice to the certificate holder. eb ar 9 2017 ae Authorized Signature Certificate Number: 2016-2017-COC1541 David J. Clovis, ARM, General Manager Name and Title (Print or type) 3201 Doolan Road, Suite 285 • Livermore, CA 94551 • Phone (925) 837-0667 • FAX (925) 290-1543 Opportunity. Diversity. Service. COUNTY OF SONOMA HUMAN RESOURCES DEPARTMENT Christina Cramer, HR Director Employment • Classification • Employee Relations • EEO Training • Risk Management n� County of Sonoma Human Resources - Risk Management Division 575 Administration Dr. Ste. 116C Santa Rosa, CA 95403 (707) 565-2942 Subject: County of Sonoma Evidence of Self -Insurance Coverage Year 2016 Covered Entities: County of Sonoma, Sonoma County Agriculture Preservation and Open Space District, Sonoma County Community Development Commission, Sonoma County Fair and Exposition, Inc., Sonoma County Harvest Fair, Sonoma County Water Agency Policy Periods: GL and WC - July 1, 2016 through July 1, 2017 To Whom It May Concern: The County of Sonoma is self-insured for general and automobile liability covering bodily injury and property damage, and maintains a self-insured retention of $1,000,000 per occurrence. Excess liability coverage is obtained through participation in the California State Association of Counties Excess Insurance Authority (CSAC-EIA) with limits in excess of $1,000,000 with no aggregate. Additionally, this coverage includes Errors & Omissions. The State of California, its officers, agents, and employees and the City of Ukiah are to be considered as additional insured, but only for the acts of the County and its employees pertaining to, and during the term of, the below captioned agreement. The County of Sonoma is permissibly self-insured for workers' compensation for its employees and volunteers. Excess workers' compensation coverage with statutory limits is obtained through participation in the CSAC-EIA. Sincerely, Marcia Chadbourne Risk Manager Letter Requested By: Name: Lisa Consani Agency: Sonoma County Water Date: November 21, 2016 Certificate Holder/Contract Name: City of Ukiah / TW # 14/15-014 Sonoma -Mendocino Immediate Drought Relief Project, through December 31, 2019 c o u N T V O P SONOMA 575 Administration Drive, Suite 116B • Santa Rosa, CA 95403 • Telephone (707) 565-2331 • Fax (707) 565-3770 • www.sonoma-county.org SONOMA C O U N T Y WATER A c EN, C) CF/47-0-21 Ukiah, City of (Coop Agree for the Sonoma -Mendocino Immediate Drought Relief Project) TW 14/15-014 (ID 5115) March 10, 2017 Sean White City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 RE: COOPERATIVE AGREEMENT FOR IMPLEMENTATION OF THE SONOMA-MENDOCINO IMMEDIATE DROUGHT RELIEF PROJECT (CITY OF UKIAH) Dear Sean: Enclosed is your fully signed copy of the subject agreement. Sincerely, Lisa Consani Technical Writing Specialist Enc Carrie Pollard Accounting/Purchasing Joan Hultberg pa\\T1Pinks\03-06-2017\1415-014 Itr exec.docx 404 Aviation Boulevard - Santa Rosa, CA 95403-9019 • (707) 526-5370 - Fax (707) 544-6123 - www.sonomacountywater.org/