HomeMy WebLinkAbout1-11-18 UVBGSA Packet LinkedUKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY AGENCY
501 Low Gap Rd., Rm. 1010 Ukiah California 95482 (707)463-4441 fax (707)463-7237
NOTICE OF MEETING
NOTICE IS HEREBY GIVEN that the Ukiah Valley Basin Groundwater Sustainability
Agency (“Agency”) Board of Directors (“Board”) will hold its regular Board Meeting at:
1:30 P.M. - Thursday, January 11, 2018
Mendocino County Board of Supervisors Chambers,
501 Low Gap Road, Room 1070, CA 95482
AGENDA
1. CALL TO ORDER AND ROLL CALL
2. PLEDGE OF ALLEGIANCE
3. CONSENT ITEMS
a. Approval of Minutes from the December 14, 2017 Meeting
4. STAFF UPDATES
5. PUBLIC COMMENTS ON ITEMS NOT ON THE AGENDA
The Board will receive public comments on items not appearing on the agenda
and within the subject matter jurisdiction of the Agency. The Board will not enter
into a detailed discussion or take any action on any items presented during public
comments. Such items may only be referred to staff for administrative action or
scheduled on a subsequent agenda for discussion. Persons wishing to speak on
specific agenda items should do so at the time specified for those items. The
presiding Chair shall limit public comments to three minutes.
6. ACTION ITEMS
a. Discussion and Possible Action Regarding a Draft Request for
Proposal for the Development of the Ukiah Valley Basin
Groundwater Sustainability Plan
The Board will receive an update on the draft Request for Proposal for the
Development of the Ukiah Valley Basin Groundwater Sustainability Plan.
UKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY AGENCY
501 Low Gap Rd., Rm. 1010 Ukiah California 95482 (707)463-4441 fax (707)463-7237
b. Discussion and Possible Action Regarding Informational
Presentation on the Mendocino County Water Agency
Proposition 1 Grant to Develop an Initial Groundwater
Sustainability Plan
The Board will receive a presentation on Mendocino County’s Counties
with Stressed Basins Proposition 1 Grant to develop an Initial
Groundwater Sustainability Plan.
c. Update on the Development of a Technical Advisory Committee
Memorandum of Understanding
The Board will receive an update on the development of a Technical
Advisory Committee Memorandum of Understanding between the Agency,
the Mendocino County Resource Conservation District, Sonoma County
Water Agency and the California Land Stewardship Institute.
7. DIRECTOR REPORTS
8. ADJOURNMENT
The Ukiah Valley Basin Groundwater Sustainability Agency complies with ADA requirements and upon
request, will attempt to reasonably accommodate individuals with disabilities by making meeting material
available in appropriate alternative formats (pursuant to Government Code Section 54953.2). Anyone
requiring reasonable accommodation to participate in the meeting should contact the Mendocino County
Executive Office by calling (707) 463-4441 at least five days prior to the meeting.
Please reference the Mendocino County website to obtain additional information for the Ukiah Valley
Basin Groundwater Sustainability Agency: http://www.mendocinocounty.org/uvbgsa
Ukiah Valley Basin Groundwater Sustainability Agency
Agenda Summary
Page 1 of 1
Item No.:3.a
Date:1/11/18
To:Board of Directors
Subject:Approval of Minutes from the December 14, 2017,Regular Meeting
Consent Agenda Regular Agenda Noticed Public Hearing
Summary:
Approval of Minutes from December 14, 2017,Regular Meeting.
Recommended Action:
Approve the December 14, 2017, regular meeting minutes.
Background:
The Agency convened on December 14, 2017.
Fiscal Summary:
N/A
Action: ___________________________________________________
Motion:_____________________ 2nd:__________________________
UKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY AGENCY
501 Low Gap Rd., Rm. 1010 Ukiah California 95482 (707)463-4441 fax (707)463-7237
1:30 P.M. – December 14, 2017
Mendocino County Board of Supervisors Chambers,
501 Low Gap Road, Room 1070, CA 95482
ACTION MINUTES
1. CALL TO ORDER AND ROLL CALL (1:35 P.M.)
Present: Director Zac Robinson, Director Alfred White, Aternate Director Richard Mack, Director
Brandi Brown, Director Douglas Crane, and Chair Carre Brown. Chair Brown presiding.
2. PLEDGE OF ALLEGIANCE
The Pledge of Allegiance was led by: Mr. Chris Watt.
3. CONSENT ITEMS
3(a) Approval of Minutes from the November 9, 2017, Meeting
Presenter/s: Chair Carre Brown.
Board Action: Upon motion by Director Douglas Crane, seconded by Director Alfred White, and
carried (4/2/0 with Alternate Director Richard Mack and Director Brandi Brown abstaining); IT
IS ORDERED that the minutes from the November 9, 2017, Ukiah Valley Groundwater
Sustainability Agency are hereby approved as corrected.
4. STAFF UPDATES
None.
5. PUBLIC COMMENTS ON ITEMS NOT ON THE AGENDA
Presenter/s: None.
6. ACTION ITEMS
6(a) Discussion and Possible Action Including Adoption of the 2018 Board of
Directors Master Meeting Calendar
Presenter/s: Chair Carre Brown.
Public Comment: None.
Board Action: Upon motion by Director Douglas Crane, seconded by Director Brandi Brown, and
carried (6/0/0); IT IS ORDERED that the 2018 Board of Directors Master Meeting Calendar is
hereby adopted.
UKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY AGENCY
501 Low Gap Rd., Rm. 1010 Ukiah California 95482 (707)463-4441 fax (707)463-7237
6(b) Update on the Proposition One Sustainable Groundwater Planning Grant
Application
Presenter/s: Chair Carre Brown; and Ms. Sarah Dukett.
Public Comment: Ms. Tamara Alaniz; and Ms. Devin Jones.
Board Action: None.
6(c) Update on the Development of a Technical Advisory Committee Memorandum
of Understanding
Presenter/s: Ms. Sarah Dukett.
Public Comment: None.
Board Action: Upon motion by Director Douglas Crane, seconded by Director Alfred White, and
carried (5/1/0 with Director Zac Robinson abstaining); IT IS ORDERED that Director Robinson
is appointed as the alternate to Director White on the working group for the development of the
Techinical Advisory Committee’s MOU.
BOARD DIRECTIVE:that staff shall attend the working group meeting with Sonoma County
Water Agency’s counsel to go over the draft MOU which will be scheduled in early January; action
on this item shall be agendized for early February 2018.
7. DIRECTOR REPORTS
Presenter/s: Ukiah Valley Basin Groundwater Sustainability Agency Directors.
Public Comment: None.
8. ADJOURNMENT (2:07 P.M.)
________________________________
CARRE BROWN, Chair
Attest: BRANDI BROWN
Secretary
________________________________
Ukiah Valley Basin Groundwater Sustainability Agency
Agenda Summary
Page 1 of 1
Item No.:6.a
Date:1/11/18
To:Board of Directors
Subject:Discussion and Possible Action Regarding a Draft Request for Proposal for the
Development of the Ukiah Valley Basin Groundwater Sustainability Plan
Consent Agenda Regular Agenda Noticed Public Hearing
Summary:
The Board will receive an update on the draft Request for Proposal for the Development of the
Ukiah Valley Basin Groundwater Sustainability Plan.
Recommended Action:
Review the draft Request for Proposal for phase 2 of the Ukiah Valley Basin Groundwater
Sustainability Plan development and provide direction to staff.
Background:
On August 10, 2017 the Board directed staff to issue a request for proposal (RFP) for the
development of the Ukiah Valley Basin Groundwater Sustainability Plan following submission of
a grant application to the Department of Water Resources. On December 14, 2017, the Board
directed staff to bring a draft RFP for Board review prior to issuing.
Fiscal Summary:N/A
Action: ___________________________________________________
Motion:_____________________ 2nd:__________________________
COUNTY OF MENDOCINO
EXECUTIVE OFFICE/
CENTRAL SERVICES DIVISION
501 Low Gap Road, Room 1010 UKIAH, CA 95482 (707) 463-4441
ceo@mendocinocounty.org
REQUEST FOR PROPOSAL (RFP)
PHASE 2 OF THE UKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY PLAN
DEVELOPMENT
RFP No. 01-18
RFP Issue Date: January 29, 2018
RFP Submission Deadline: February 26, 2018
Issued by: Executive Office
Page 1
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
REQUEST FOR PROPOSAL
PHASE 2 OF THE UKIAH VALLEY BASIN GROUNDWATER SUSTAINABILITY PLAN
DEVELOPMENT
COUNTY OF MENDOCINO
RFP No. 01-18
RFP Issue Date: January 29, 2018
RFP Submission Deadline: February 26, 2018
I. INTENT
This Request for Proposal (RFP) announces the intent of the County of
Mendocino in conjunction with the Ukiah Valley Basin Groundwater Sustainability
Agency (UVBGSA) to seek qualified consultants to assist the UVBGSA in the
development of the Ukiah Valley Basin Groundwater Sustainability Plan
(UVBGSP).
The purpose of the RFP is to seek qualified consultants to develop UVBGSP,
which meets state requirements and aligns with the UVBGSA’s Proposition One
Sustainable Groundwater Planning Grant Application with the Department of
Water Resources.
II. DEFINITIONS
COUNTY – The County of Mendocino.
VENDOR – A person, partnership, firm, corporation, or joint venture submitting a
proposal to obtain a COUNTY contract.
CONTRACTOR – A vendor who signs a contract with the COUNTY to perform
services.
III. PROPOSAL SUBMISSION GUIDELINES
A. Vendors must submit four (4) copies of their proposal: three (3) complete
paper copies with original Vendor signature, and one (1) complete copy on
CD. The proposal must be formatted in accordance with the instructions of
this RFP. Promotional materials may be attached, but are not necessary and
will not be considered as meeting any of the requirements of this RFP.
Proposals must be enclosed in a sealed envelope or package, clearly marked
“Mendocino County RFP No. 01-18”, and delivered by 2:00 p.m. February 26,
2018 to:
Page 2
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
Mendocino County
Executive Office/Central Services Division
Attn: Janelle Rau
501 Low Gap Road, Room 1010
Ukiah, CA 95482
Late or facsimile proposals will not be accepted. It is the proposer’s
responsibility to assure that its proposal is delivered and received at the
location specified herein, on or before the date and hour set. Proposals
received after the date and time specified will not be considered. Note:
The unauthorized use of the County’s official logo is strictly prohibited.
B. Proposers are required to submit with their proposal:
Attachment A – Proposal Summary and Statement of Responsibility
(Signature Page)
Attachment B – Proposal Checklist/Table of Contents
Executive summary of proposal
Scope of services
Company background and experience
Proposal cost plan and narrative (as identified in Section XIII)
Attachment C – Exceptions to RFP
Attachment D – Letters of Reference
Attachment E – Certificate of Non-collusion
Insurance coverage/certificate of insurance
Acknowledgement of receipt of addenda, if applicable.
C. Proposers are expected to examine all provisions, specifications, and
instructions included in this RFP. Failure to do so will be at the proposer’s
risk.
D. All prices and proposals must be typed or written in ink. No erasures are
permitted. Errors may be crossed out; corrections may be printed in ink or
typed adjacent to the error and initialed in ink by the person authorized to sign
the bid. Facsimile, telephone, electronic or verbal proposals will not be
accepted.
E. Prices shall be stated in the format as requested herein. Where indicated,
vendor shall provide unit of issue and cost per unit. In the event of a
discrepancy between the unit price and the extended price for any item, the
unit price shall prevail.
F. All proposals must be dated and signed by a representative authorized to
enter into contracts for the proposing vendor.
Page 3
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
G. All proposals will remain in effect and legally binding for at least 90 days from
the opening date.
H. Expenses incurred in preparation of the proposal, site visits, or any other
actions related to responding to this RFP shall be the responsibility of the
vendor. Any and all damages that may occur due to packaging or shipping of
the proposal will be the sole responsibility of the vendor.
I. All proposals, response inquiries, or correspondence relating to or in
reference to this RFP, and all reports, charts, displays, schedules, exhibits
and other documentation submitted by vendor shall become the property of
the County of Mendocino.
J. Time when stated as a number of days, shall include Sundays through
Saturdays, excluding legal holidays.
K. Vendor must examine all information and materials contained in and
accompanying its proposal. Failure to do so will be at the vendor's risk. This
will include, but not be limited to, all relevant laws and regulations of the State
of California and the United States Government.
L. If proposed, the County reserves the right to obtain equipment items through
its own purchase programs.
M. This service has been selected to be made available for use by other local
government agencies (piggy-back). The use of the contract, by the other
government agencies, will be optional. Sales to these governmental agencies
by the Contractor shall be optional. If bidders choose to extend prices offered
on this proposal to other governmental agencies, any resulting contract will be
solely between the supplier and the third party unit of government.
Mendocino County shall not be responsible for any problems which may arise
between other government agencies and the contractor as a result of any
sales and/or purchases made.
N. The County of Mendocino encourages all vendors to participate in our
ePayables program as our preferred payment method. The County’s
ePayables program is designed to provide the highest level of efficiency and
service to our vendors ensuring that payments are received in a timely cost
efficient manner (please refer to Attachment G- Sample Mendocino County
Contract ).
IV. PRE-SUBMITTAL INQUIRIES AND POINTS OF CONTACT
A. Pre-submittal inquires and correspondence shall be directed to:
Page 4
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
Procedural inquires: Janelle Rau
Executive Office/Central Services Division
(707) 463-4441
rauja@mendocinocounty.org
Technical inquires: Sarah Dukett
Mendocino County Water Agency
(707) 463-4441
duketts@mendocinocounty.org
B. All questions regarding this RFP shall be submitted in writing (Email or Fax is
acceptable).
C. The questions and answers will be provided by the County in writing, in the
form of an addendum to all known interested vendor(s) after the inquiry
deadline. If any addenda are issued by the County, they shall be sent via
facsimile and/or first class U.S. mail to the last known business address of
each vendor known to have received a copy of this RFP. Vendors must
include in their proposals acknowledgement of receipt of any and all
addenda issued.
D. The deadline for submitting written inquiries regarding this RFP is indicated in
Section VI SCHEDULE OF ACTIVITIES.
E Questions submitted after the inquiry deadline will not be answered. Only
answers to questions communicated by formal written addenda will be
binding.
F. Mendocino County requires that other Mendocino County management and
employees not be contacted by Vendors during the RFP process. Failure to
comply with this requirement may disqualify those proposals from
further consideration. Contact is limited to the Mendocino County RFP
Representatives listed above for any and all technical and procedural
inquiries.
V. MODIFICATIONS OR WITHDRAWAL OF PROPOSALS
A. A proposal that is in the possession of the County may only be altered by
letter or facsimile bearing the signature or name of the Vendor’s authorized
representative, provided it is received prior to the deadline for submission
of proposals. Telephone, email or verbal alterations will not be accepted.
B. A proposal that is in the possession of the County may be withdrawn by the
proposer up to the time of the deadline for submission of proposals.
Page 5
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
VI. SCHEDULE OF ACTIVITIES
The County intends to progress in this procurement in a series of orderly steps.
The schedule that follows has been developed in order to provide adequate
information for Vendors to prepare definitive Proposals and to permit Mendocino
County to fully consider various factors that may affect its decision. This
schedule is subject to change at the discretion of the County. The County
will provide sufficient advance notice to vendors in the event of schedule
changes.
Scheduled Activity Proposed Date
Letter of interest and Request for Proposals mailed to
prospective proposers
January 29, 2018
Inquiry Deadline February 9, 2018
RFP Submission Deadline February 26, 2018
Presentations/Demonstrations (if applicable) March 5- March 9,
2018
RFP Selection and Notification March 26, 2017
Ukiah Valley Basin Groundwater Sustainability Approval
of Recommendation(s)
April 12, 2018
County Board of Supervisors Approval of
Recommendation(s)
April 24, 2017
Approximate Contract Start Date May 1, 2018
VII. SELECTION PROCESS
A. The County reserves the sole right to judge the contents of the Vendors’
proposals. The selection process will be governed by the following criteria:
1. The proposals must adhere to the instructions and format as specified in this
RFP.
2. The evaluation will include a review of all documents and information relating
to the Vendor’s services, organizational structure, capabilities, qualifications,
past performance, and costs.
3. Vendors may be required to make an oral presentation and interview before
final selection is made.
4. The County may evaluate any information from any source it deems relevant
to the evaluation.
Page 6
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
5. False, incomplete, or unresponsive statements in a proposal may be
sufficient cause for its rejection.
VIII. SELECTION CRITERIA
A. The selection of VENDORS(s) and subsequent contract award(s) will be
based on the criteria contained in this RFP, and as demonstrated in the
submitted proposal. VENDORS(s) should submit information sufficient for the
County of Mendocino to easily evaluate proposals with respect to the
selection criteria. The absence of required information may cause the
proposal to be deemed non-responsive and may be cause for rejection.
B. Funding determinations for this RFP will be made through a competitive
procurement process and shall be in accordance with all applicable federal,
state, and local procurement laws and regulations.
C. Competitive negotiations require that at least two (2) responsive proposals for
the same scope of work and service area must be receive in response to an
RFP. A competition is considered failed if only one (1) responsive proposal is
received. If a competition has been declared failed, the County of Mendocino
then has the option to re-compete the procurement or enter into sole-source
procurement.
D. Proposal Review and Evaluation Process
1. The proposal will be judged based on service capabilities and experience
of the prospective Vendor and all persons who will be providing services
under contract. The following are the critical areas of the proposals that
will be evaluated:
a. Adequacy of the described plan/approach to deliver requested
services as described in Section XI SCOPE OF WORK.
b. Experience of Vendor in providing services and quality of work.
c. Status of Professional Certification including whether the Vendor
meets the minimum requirements to provide service.
d. Cost of providing services as outlined in Section XI SCOPE OF
WORK.
e. All criteria identified in Attachment F, Proposal Evaluation Form.
Page 7
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
IX. AWARD AND CONTRACT INFORMATION
A. The County hereby notifies all proposers that it will affirmatively ensure that
minority business enterprises will be afforded full opportunity to submit
proposals in response to this invitation, and that no proposer shall be
discriminated against on the grounds of age, race, color, sex, religion, creed,
national origin, marital status, political affiliation, or disability.
B. The Vendor agrees that should it be awarded a contract, the Vendor shall not
discriminate against any person who performs work thereunder because of
age, race, color, sex, religion, creed, national origin, marital status, political
affiliation, or disability.
C. The County reserves the right to reject any or all proposals and to waive any
irregularities if deemed in the best interest of the County to do so. The County
will select the Vendor whose proposal is determined by the County to be the
most responsive and responsible proposal and of the best advantage to the
citizens of Mendocino County. The County shall be the sole judge in making
such a determination.
D. The successful Vendor will be required to enter into and sign a formal
agreement with the County, which agreement will be in effect for the duration
of the contract period. A sample contract is attached to this Request for
Proposal as Attachment G. It is the Vendor’s responsibility to review the
contract’s terms and conditions and to state any exceptions to those
conditions in its response to the Request for Proposals (Attachment C). If no
exceptions are noted, the County will understand that the Vendor agrees to
the terms and conditions as stated in the contract.
E. The terms and conditions of this Request for Proposal as well as the Vendor’s
proposal, and any modifications to said proposal agreed to in writing by both
parties shall become a part of the contract.
F. Prior to final selection, Vendors may be required to submit any additional
information that Mendocino County may deem necessary to determine the
Vendor's qualifications. Should any of the information requested by
Mendocino County be considered by the Vendor to be confidential, it must be
so stated. Mendocino County will attempt to treat any information submitted
by the Vendor as confidential if requested to do so; however, Mendocino
County cannot ensure such confidentiality.
Page 8
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
G. Open Procurement
1. The Vendor shall include any latitudes, prohibitions or limitations placed on
the purchase of the items presented in the Vendor's Proposal. Items and/or
services that the Vendor intends to be offered on a unit price basis must be
so identified. [The County’s objective is to clarify all purchase options.]
2. Mendocino County reserves the right to negotiate changes to the original
Proposal(s), including changes in system cost and/or unit price.
3. Mendocino County reserves the right to accept or reject any or all Proposals
in whole or in part.
4. Mendocino County reserves the right to negotiate a contract with more than
one Vendor at the same time.
H. Local Vendor Preference:
1. The County of Mendocino has established a local vendor preference. All
informal and formal Invitations to Bid and Request for Proposals for
contracts are evaluated with a 5% preference for local vendors. The
vendor must claim local vendor preference to be considered (refer to
Attachment A – Summary and Statement of Responsibility (Signature
Page), Certification No. 6). Please note the following exceptions:
a. Those contracts which State Law or, other law or regulation precludes
this local preference.
b. Public Works construction projects.
2. "Local" vendor preference will be approved as such when, 1) Vendor
conducts business in an office with a physical location within the County of
Mendocino; 2) Vendor holds a valid business license issued by the County
of Mendocino, and provides the name of the Local Agency which issued
the license; and 3) business has been conducted in such a manner for not
less than six (6) months prior to being able to receive the preference, said
Vendor provides the business address and how many years the business
has been at that location.
X. BACKGROUND INFORMATION
The Mendocino County Water Agency was awarded a Proposition 1 Sustainable
Groundwater Planning Grant from the Department of Water Resources to for
initial work for a Ukiah Valley Groundwater Sustainability Plan (Phase 1). The
Page 9
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
project started in September 2016 and is scheduled for completion in January
2018.
In May 2017, the Ukiah Valley Basin Groundwater Sustainability Agency
(UVBGSA) was created to comply with the Sustainability Groundwater
Management Act of 2014. On August 10, 2017, the UVBGSA Board (Board)
authorized the Mendocino County Water Agency to apply for the Department of
Water Resources Proposition 1 Groundwater Sustainability Planning Grant for
Phase 2 of the Ukiah Valley Basin Groundwater Sustainability Plan development.
On December 1, 2017, on behalf of the UVBGA, the Mendocino County Water
Agency submitted a Proposition One grant application for Phase 2 of the Ukiah
Valley Basin Groundwater Sustainability Plan development.
XI. SCOPE OF WORK
Successful development of the UVBGSP to meet the Ukiah region’s needs and
DWR regulations requires four (4) functional work elements that contain eighteen
(18) total tasks. The information below identifies the 18 task included in the grant
application. The full detailed Scope of Work is located in Attachment H. Some
elements will require the consultant to build upon previous work completed in
Phase 1. Attachment I includes information regarding completed Phase 1 work
and additional work needed for Phase 2. Attachment J includes the proposed
schedule for the project.
The tasks include:
1. Program Management and Client Coordination
2. Communication, Facilitation and Outreach
3. Maintain Data Management System, Develop Long-Term Strategy
4. Data Gap Analysis on Surface Water/Groundwater Interaction
5. Monitoring Protocol Manual Development
6. Historical and Current Conditions, Identify Undesirable Results
7. Hydrogeological Conceptual Model
8. Historical Water Budget
9. Documentation of Conceptual Hydrologic Model
10. Develop Future Baseline Water Budget
11. MODFLOW Alternatives Evaluation
12. Develop Sustainability Goals and Measurable Objectives
13. Inventory and Review Plans, Projects, Programs and Policies
14. Review Groundwater and Resources Management Measures
15. Integrate Management Strategies, Define Alternatives, and Select
UVBGSP Preferred Alternative
16. Financial Evaluation
17. Develop UVBGSP Implementation Plan
18. Prepare Administrative Draft, Public Draft and Final UVBGSP
Page 10
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
XII. PROPOSAL FORMAT AND CONTENT
Proposals submitted in response to this RFP should include the following
elements and are to be completed in accordance with the information and
outline contained in Attachment B – Proposal Check List/Table of Contents:
A. An executive summary and written narrative, including a detailed description
of your organization’s experience, qualifications and commitment to the
project, addressing the below listed elements at a minimum: Experience,
stability & growth, commitment, product and services.
B. A description of the process/approach to be used in providing the services
described in Sections XI – Scope of Work. Be specific and address all
elements, including but not limited to, descriptions for all system modules.
C. A description of Contractor’s experience in providing the requested services.
D. A description of the experience/qualifications of all persons who may perform
services under contract, including staff resumes that cover all experience and
educational background. All personal information provided will be maintained
in confidence as allowed by law.
E. Upon specific request of the County, Vendor shall provide consent and waiver
forms permitting County to obtain personal employment/professional
qualification information about Contractor who may perform services under
this contract from third parties, and releasing third parties from any and all
liability for disclosing such information to County.
F. Any exceptions to the terms and conditions as specified in Attachment G to
this RFP. The terms and conditions not specifically identified will be
considered acceptable to Contractor.
G. Two (2) letters of reference for the County to contact, including contact name,
phone number, and address (to be listed in Attachment D of this RFP).
These references should be organizations with which Contractor has worked
to provide services.
H. A list of key personnel, including full name, position, licenses or degrees held
and a brief summary of relevant experience as related to proposed services;
organization chart; list of Board of Directors (if applicable); licenses (where
appropriate).
I. Timeline indicating implementation schedule and training schedule (if
applicable).
Page 11
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
J. Additional documents or other material, as appendices, in support of the
proposal. The proposal, however, must reference any additional material or
documentation on Attachment B – Proposal Checklist/Table of Contents.
XIII. FORMAT OF COST PROPOSAL
The Vendor must itemize all costs, including per hour costs, chargeable to the
County as described in this Section, in the separate Cost Proposal. Prices quoted
shall be valid for at least ninety (90) days following the proposal submission
deadline and if a contract is entered into as a result of this RFP, shall become fixed
for the term of the contract.
The County shall be the sole arbiter in the determination of equality. The County
reserves the right to reject any proposals and to accept the proposal or proposals
which in its sole and absolute judgment shall, under all circumstances, best serve
the interests of the County.
XIV. CONTRACT
A. Time is of the essence in awarding the contract. The County reserves the
right to cancel any intent to award and proceed to the next vendor if the
selected vendor has not signed the agreement within two (2) weeks after the
notification of intent of award.
B. Execution of Contract
1. Upon the acceptance of a Vendor's Proposal, County will prepare and submit
a contract to the successful Vendor for signature. (See sample contract, as
Attachment G, which contains required contractual language.) In the event
that the successful Vendor fails, neglects or refuses to execute the contract
within two (2) weeks after receiving a copy of the contract from County,
County may at its option terminate and cancel its action in awarding the
contract and the contract shall become null and void and of no effect.
2. Incorporated by reference into the contract which is to be entered into by
County and the successful Vendor pursuant to this Proposal will be (a) all of
the information presented in or with this Proposal and the Vendor's response
thereto, and (b) all written communications between County and the
successful Vendor whose Proposal is accepted.
Page 12
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
C. No Assignment
Assignment by the successful Contractor to any third party of any contract based
on the Proposal or any monies due shall be absolutely prohibited and will not be
recognized by County unless approved in advance by County in writing.
D. Force Majeure
Neither party shall be liable to the other for any failure or delay in rendering
performance arising out of causes beyond its control and without its fault or
negligence. Such causes may include, but not be limited to, acts of God or the
public enemy, freight embargoes, and unusually severe weather; but the failure
or delay must be beyond its control and without its fault or negligence. Dates or
times of performance will be extended to the extent of delays excused by this
section, provided that the party whose performance is affected notifies the other
promptly of the existence and nature of such delay.
E. Contract Term
The term of the AGREEMENT(s) will be for a period of three (3) year(s) with the
option to extend the AGREEMENT(s) up to two (2) additional one-year periods.
F. Insurance
Prior to commencement of this AGREEMENT, the CONTRACTOR(s) shall
provide a “Certificate of Insurance” certifying that coverage as required herein
has been obtained. Individual endorsements executed by the insurance
carrier shall accompany the certificate. In addition, the CONTRACTOR(s)
upon request shall provide a certified copy of the policy or policies. Refer to
Exhibit C (Insurance Requirements) of Attachment G, Sample Mendocino
County Contract.
XVI. REJECTION OF PROPOSALS
The RFP does not commit the County to award a contract, to pay any costs
incurred in the preparation of the proposal to this request, or to procure or
contract for services or supplies. The County reserves the right to accept or
reject any or all proposals received as a result of this request, to negotiate with
any qualified source, or to cancel the RFP in part or in its entirety, if it is in the
best interest of the County to do so. The County may require the proposer
selected to participate in negotiations, and to submit such proposal as may result
from negotiations.
Page 13
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
Any proposal submitted during this RFP process becomes the property of the
County. The County will not be liable for nor pay costs incurred by the
respondent in the preparation of a response to this RFP or any other costs
involved including travel. The selected contractor will be required to obtain a
County business license if not already held.
XVII. GENERAL CONDITIONS
While the intent of the County is to award the contract to the selected Vendor, it
reserves the right to both either withdraw and/or not award a contract at any time
it so desires. Costs incurred in the preparation of response to this RFP will not be
reimbursed.
The County has a standard contract service agreement. The successful firm will
be required to agree to the terms contained within. Any issues with the insurance
coverage or terms of the standard contract service agreement should be
mentioned in the response to the Request for Proposals and documented in
detail in Attachment C – Exceptions to RFP.
Limitations
1) The Vendor should expect to have access only to the public records and
public files of local government agencies in preparing the proposal or reports.
The Vendor should not anticipate any compilation, tabulation, or analysis of
data, definition or opinion, etc., unless volunteered by a responsible official of
that agency.
2) The County has the authority to terminate the contract upon written notice to
the Vendor at any time during the period of the project if the County finds that
the Vendor’s performance is not satisfactory (as specified in Attachment G –
Sample Mendocino County Contract, paragraph 19).
3) Contract payments will be made on the basis of satisfactory performance by
the Vendor as determined by the County. Final payment to the Vendor will
only be made when the County finds that the work performed by the Vendor
to be satisfactory and the final work product and documents submitted meet
the tasks of the project and is accepted by the County.
XVIII. LIST OF ATTACHMENTS
Attachment A – Proposal Summary and Statement of Responsibility (Signature
Page)
Attachment B – Proposal Checklist/Table of Contents
Attachment C – Exceptions to RFP
Attachment D – Letters of Reference
Page 14
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
Attachment E – Certificate of Non-collusion
Attachment F – Proposal Evaluation Form
Attachment G – Sample Mendocino County Contract
Attachment H – Proposed Scope of Work
Attachment I – Proposed Work Plan
Attachment J – Project Schedule
Page 15
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT A
PROPOSAL SUMMARY AND STATEMENT OF RESPONSIBILITY (SIGNATURE PAGE)
County of Mendocino RFP No. 01-18
Executive Office/Central Services Division Phase 2 of the UVB Groundwater
Sustainability Plan Development Services
RFP No. 01-18
RFP Issue Date: January 29, 2018
RFP Submission Deadline: February 26, 2018
Proposals must be enclosed in a sealed envelope or package, clearly marked “Mendocino County RFP
No.01-18”, and delivered by 2:00 p.m. February 26, 2018 to: Mendocino County, Executive Office, Attn:
Janelle Rau, 501 Low Gap Road, Room 1010, Ukiah, CA 95482.
Questions regarding this RFP should be directed to:
Procedural inquires: Janelle Rau
Executive Office/Central Services Division
(707) 463-4441
rauja@mendocinocounty.org
Technical inquires: Sarah Dukett
Executive Office/Mendocino County Water Agency
(707) 463-4441
duketts@mendocinocounty.org
This Proposal Summary and Statement of Responsibility (Signature Page) must be included with
your submittal in order to validate your proposal. Proposals submitted without this page will be
deemed non-responsive.
Vendor Authorized Representative
Company Name: ______________________________________ Date: _________________
Representative: ______________________________________
Title: ______________________________________
Phone: ______________________________________
Address: ______________________________________ Fax: _________________
Federal Tax ID No.: ______________________________________ Email: _________________
RFP Contact Information (if different then above)
Contact Person: ______________________________________
Title: ______________________________________
Phone: ______________________________________ Fax: _________________
Address: ______________________________________ Email: _________________
Page 16
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
Certifications:
1. Do you agree to comply with specifications, RFP instructions, draft contract requirements and othe r
pertinent references contained in this RFP?
YES NO
2. Do you agree that the proposal will stand firm and will not be withdrawn for a period of 90 days after
the proposal is opened?
YES NO
3. Do you certify that all statements in the proposal are true? This shall constitute a warranty, the
falsity of which shall entitle the County to pursue any remedy authorized by law, and shall include
the right, at the option of the County, of declaring any contract made as a result thereof to be void.
YES NO
4. Do you agree to provide the County with any other information the County determines is necessary
for accurate determination of your qualifications to provide services?
YES NO
5. Do you agree that the proposal amount includes all costs incident to the proposed contract?
YES NO
6. The County of Mendocino has adopted a Local Vendor Preference. Does your company meet the
criteria for the five percent cost preference as a local vendor for the County of Mendocino, as
described in Section IX(H)(2) AWARD AND CONTRACTING INFORMATION?
YES NO
7. Do you agree to be an ePayable as described in Attachment G- Sample Mendocino County
Contract ?
YES NO
To the best of my knowledge and belief, the information provided in this initial determination of
responsibilities is true and correct.
Authorized Representative: ___________________________________________________
(Printed name)
Signature: ___________________________________________________
Date: ___________________________________________________
Page 17
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT B
PROPOSAL CHECK LIST/TABLE OF CONTENTS
This proposal checklist identifies the various components that must be submitted with your
proposal. This form is to be completed and included in the proposal and must be located
directly behind Attachment A.
Follow this sequence in presenting your proposal with the checklist serving as your table of
contents.
Proposal Check List/Table of Contents Page No.
Signature Page, signed by authorized representative (RFP Attachment A)
Proposal Check List/Table of Contents (RFP Attachment B)
Executive Summary
Scope of Services
(in relation to providing services described in Section XI, Scope of Work)
Company Background and Experience (including staff resumes)
Proposal Cost Plan and Narrative
Exceptions to the RFP (RFP Attachment C)
Letters of Reference (minimum of two (2)) (RFP Attachment D)
Certificate of Non-Collusion, signed by authorized representative (RFP
Attachment E)
Insurance Coverage (Certificate of Insurance)
Page 18
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT C
EXCEPTIONS TO RFP
Company Name: ________________________________________________________________
Representative: ________________________________________________________________
Title: ________________________________________________________________
Address: ________________________________________________________________
Phone: ____________________________ Email: ___________________________
I have reviewed the RFP and General Contract Terms in their entirety and have the following
exceptions: (Please identify and list your exceptions by indicating the section or paragraph and
page no. as applicable. Be specific about your proposed exception(s) to content, language, or
omissions. Add as many pages as required.)
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
Authorized Representative: ___________________________________________________
(Printed name)
Signature: ___________________________________________________
Date: ___________________________________________________
Page 19
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT D
LETTERS OF REFERENCE
Please list the references (minimum of two (2)) in the section provided below and attach
corresponding letters to this form.
Agency Contact Name/Address Phone No. Dates Services
Provided
(From/Through)
Page 20
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT E
CERTIFICATE OF NON-COLLUSION
The undersigned certifies, under penalty of perjury, that this proposal has been made in good faith
and without collusion or fraud with any other person. As used in this certification, the word
“person” shall mean any natural person, business, partnership, corporation, union, committee,
club, or other organization, entity, or group of individuals.
__________________________
(Name of Proposer)
__________________________
(Signature of Authorized Agent)
___________________, 2018
Date
Page 21
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Phase 2 of the UVB Groundwater
Sustainability Plan Development Services RFP No. 01-18
ATTACHMENT F
COUNTY OF MENDOCINO SAMPLE PROPOSAL EVALUATION FORM
RFP No. 01-18
Phase 2 of the UVB Groundwater Sustainability Plan Development Services
Vendor Name: _________________________________________________________________
Evaluated By: _________________________________________________________________
A. Completeness of Response Pass/Fail
B. Financial Stability Pass/Fail
C. Technical Criteria Pass/Fail
NOTE: In the event that the proposal rates a ‘Fail’ on any of the above, please seek the guidance
of the Executive Office.
Weight *Rating Scale Points Total
D. Cost 15 points
E. Implementation Plan and Schedule 35 points
F. Relevant Experience 25 points
G. References 10 points
H. Overall Proposal 15 points
Evaluation Total (Maximum 500)
Comments:
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
Scoring: (To be performed by the Executive Office/Purchasing Agent)
Weight X *Rating (per Scale) = Points Total
*Rating Scale: 5 = Excellent 4 = Above Average 3 = Average 2 = Fair 1 = Poor 0 = Unacceptable
Page 22
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Updated 1/8/2018
ATTACHMENT G – SAMPLE MENDOCINO COUNTY CONTRACT
COUNTY OF MENDOCINO
STANDARD SERVICES AGREEMENT
This Agreement, dated as of ___________________, 2017, is by and between the
COUNTY OF MENDOCINO, hereinafter referred to as the “COUNTY”, and ,
hereinafter referred to as the “CONTRACTOR”.
WITNESSETH
WHEREAS, pursuant to Government Code Section 31000, COUNTY may retain
independent contractors to perform special services to or for COUNTY or any
department thereof; and,
WHEREAS, COUNTY desires to obtain CONTRACTOR for its [Services]; and,
WHEREAS, CONTRACTOR is willing to provide such services on the terms and
conditions set forth in this AGREEMENT and is willing to provide same to COUNTY.
NOW, THEREFORE it is agreed that COUNTY does hereby retain CONTRACTOR to
provide the services described in Exhibit “A”, and CONTRACTOR accepts such
engagement, on the General Terms and Conditions hereinafter specified in this
Agreement, the Additional Provisions attached hereto, and the following described
exhibits, all of which are incorporated into this Agreement by this reference:
Exhibit A Definition of Services
Exhibit B Payment Terms
Exhibit C Insurance Requirements
Exhibit D Mendocino County ePayables Information
The term of this Agreement shall be from ______________, 20 through
__________________, 20 .
The compensation payable to CONTRACTOR hereunder shall not exceed [Spelled
out Contract Amount] ($[Numerical Amount]) for the term of this Agreement.
Page 23
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first
above written.
DEPARTMENT FISCAL REVIEW:
___________________________________
DEPARTMENT HEAD DATE
Budgeted: Yes No
Budget Unit:
Line Item:
Grant: Yes No
Grant No.:
CONTRACTOR/COMPANY NAME
By:
NAME AND ADDRESS OF CONTRACTOR:
COUNTY OF MENDOCINO
By: _____________________________
JOHN MCCOWEN, Chair
BOARD OF SUPERVISORS
By signing above, signatory warrants and
represents that he/she executed this Agreement in
his/her authorized capacity and that by his/her
signature on this Agreement, he/she or the entity
upon behalf of which he/she acted, executed this
Agreement
ATTEST:
CARMEL J. ANGELO, Clerk of said Board
By: ____________________________
Deputy
I hereby certify that according to the provisions of
Government Code section 25103, delivery of this
document has been made.
CARMEL J. ANGELO, Clerk of said Board
By: __________________________
Deputy
COUNTY COUNSEL REVIEW:
APPROVED AS TO FORM:
KATHARINE L. ELLIOTT,
County Counsel
By:________________________________
Deputy
INSURANCE REVIEW:
By: ______________________________
Risk Management
EXECUTIVE OFFICE/FISCAL REVIEW:
APPROVAL RECOMMENDED
By: ________________________________
Deputy CEO
Signatory Authority: $0-25,000 Department; $25,001- 50,000 Purchasing Agent; $50,001+ Board of Supervisors
Exception to Bid Process Required/Completed ___________________
Mendocino County Business License: Valid
Exempt Pursuant to MCC Section: ________________________
Page 24
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
GENERAL TERMS AND CONDITIONS
1. INDEPENDENT CONTRACTOR: No relationship of employer and employee is
created by this Agreement; it being understood and agreed that CONTRACTOR
is an Independent Contractor. CONTRACTOR is not the agent or employee of
the COUNTY in any capacity whatsoever, and COUNTY shall not be liable for
any acts or omissions by CONTRACTOR nor for any obligations or liabilities
incurred by CONTRACTOR.
CONTRACTOR shall have no claim under this Agreement or otherwise, for
seniority, vacation time, vacation pay, sick leave, personal time off, overtime,
health insurance medical care, hospital care, retirement benefits, social security,
disability, Workers’ Compensation, or unemployment insurance benefits, civil
service protection, or employee benefits of any kind.
CONTRACTOR shall be solely liable for and obligated to pay directly all
applicable payroll taxes (including federal and state income taxes) or
contributions for unemployment insurance or old age pensions or annuities which
are imposed by any governmental entity in connection with the labor used or
which are measured by wages, salaries or other remuneration paid to its officers,
agents or employees and agrees to indemnify and hold County harmless from
any and all liability which COUNTY may incur because of CONTRACTOR’s
failure to pay such amounts.
In carrying out the work contemplated herein, CONTRACTOR shall comply with
all applicable federal and state workers’ compensation and liability laws and
regulations with respect to the officers, agents and/or employees conducting and
participating in the work; and agrees that such officers, agents, and/or employees
will be considered as Independent Contractors and shall not be treated or
considered in any way as officers, agents and/or employees of COUNTY.
CONTRACTOR does, by this Agreement, agree to perform his/her said work and
functions at all times in strict accordance with all applicable federal, state and
County laws, including but not limited to prevailing wage laws, ordinances,
regulations, titles, departmental procedures and currently approved methods and
practices in his/her field and that the sole interest of COUNTY is to ensure that
said service shall be performed and rendered in a competent, efficient, timely
and satisfactory manner and in accordance with the standards required by the
County agency concerned.
Notwithstanding the foregoing, if the COUNTY determines that pursuant to state
and federal law CONTRACTOR is an employee for purposes of income tax
withholding, COUNTY may upon two (2) week’s written notice to CONTRACTOR,
withhold from payments to CONTRACTOR hereunder federal and state income
taxes and pay said sums to the federal and state governments.
2. INDEMNIFICATION: To the furthest extent permitted by law (including without
limitation California Civil Code sections 2782 and 2782.8, if applicable), Contractor
Page 25
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
shall assume the defense of, indemnify, and hold harmless the COUNTY, its
officers, agents, and employees, from and against any and all claims, demands,
damages, costs, liabilities, and losses whatsoever alleged to be occurring or
resulting in connection with the CONTRACTOR’S performance or its obligations
under this AGREEMENT, unless arising out of the sole negligence or willful
misconduct of COUNTY. “CONTRACTOR’S performance” includes
CONTRACTOR’S action or inaction and the action or inaction of
CONTRACTOR’S officers, employees, agents and subcontractors.
3. INSURANCE AND BOND: CONTRACTOR shall at all times during the term of
the Agreement with the COUNTY maintain in force those insurance policies and
bonds as designated in the attached Exhibit C, and will comply with all those
requirements as stated therein.
4. WORKERS’ COMPENSATION: CONTRACTOR shall provide Workers'
Compensation insurance, as applicable, at CONTRACTOR's own cost and expense
and further, neither the CONTRACTOR nor its carrier shall be entitled to recover
from COUNTY any costs, settlements, or expenses of Workers' Compensation
claims arising out of this Agreement.
CONTRACTOR affirms that s/he is aware of the provisions of Section 3700 of
the California Labor Code which requires every employer to be insured against
liability for the Workers’ Compensation or to undertake self-insurance in
accordance with the provisions of the Code and CONTRACTOR further assures
that s/he will comply with such provisions before commencing the performance of
work under this Agreement. CONTRACTOR shall furnish to COUNTY
certificate(s) of insurance evidencing Worker’s Compensation Insurance
coverage to cover its employees, and CONTRACTOR shall require all
subcontractors similarly to provide Workers’ Compensation Insurance as
required by the Labor Code of the State of California for all of CONTRACTOR’S
and subcontractors’ employees.
5. CONFORMITY WITH LAW AND SAFETY:
a. In performing services under this Agreement, CONTRACTOR shall observe and
comply with all applicable laws, ordinances, codes and regulations of governmental
agencies, including federal, state, municipal, and local governing bodies, having
jurisdiction over the scope of services, including all applicable provisions of the
California Occupational Safety and Health Act. CONTRACTOR shall indemnify and
hold COUNTY harmless from any and all liability, fines, penalties and
consequences from any of CONTRACTOR’s failures to comply with such laws,
ordinances, codes and regulations.
b. Accidents: If a death, serious personal injury or substantial property damage occurs
in connection with CONTRACTOR’s performance of this Agreement,
CONTRACTOR shall immediately notify Mendocino County Risk Manager's Office
by telephone. CONTRACTOR shall promptly submit to COUNTY a written report,
in such form as may be required by COUNTY of all accidents which occur in
connection with this Agreement. This report must include the following information:
Page 26
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
(1) name and address of the injured or deceased person(s); (2) name and address
of CONTRACTOR's sub-contractor, if any; (3) name and address of
CONTRACTOR's liability insurance carrier; and (4) a detailed description of the
accident and whether any of COUNTY's equipment, tools, material, or staff were
involved.
c. CONTRACTOR further agrees to take all reasonable steps to preserve all physical
evidence and information which may be relevant to the circumstances surrounding
a potential claim, while maintaining public safety, and to grant to the COUNTY the
opportunity to review and inspect such evidence, including the scene of the
accident.
6. PAYMENT: For services performed in accordance with this Agreement, payment
shall be made to CONTRACTOR as provided in Exhibit “B” hereto as funding
permits.
If COUNTY over pays CONTRACTOR for any reason, CONTRACTOR agrees to
return the amount of such overpayment to COUNTY, or at COUNTY’s option,
permit COUNTY to offset the amount of such overpayment against future
payments owed to CONTRACTOR under this Agreement or any other
agreement.
In the event CONTRACTOR claims or receives payment from COUNTY for a
service, reimbursement for which is later disallowed by COUNTY, State of
California or the United States Government, the CONTRACTOR shall promptly
refund the disallowance amount to COUNTY upon request, or at its option
COUNTY may offset the amount disallowed from any payment due or that
becomes due to CONTRACTOR under this Agreement or any other agreement.
7. TAXES: Payment of all applicable federal, state, and local taxes shall be the sole
responsibility of the CONTRACTOR.
8. OWNERSHIP OF DOCUMENTS: CONTRACTOR hereby assigns the COUNTY
and its assignees all copyright and other use rights in any and all proposals,
plans, specification, designs, drawings, sketches, renderings, models, reports
and related documents (including computerized or electronic copies) respecting
in any way the subject matter of this Agreement, whether prepared by the
COUNTY, the CONTRACTOR, the CONTRACTOR’s subcontractors or third
parties at the request of the CONTRACTOR (collectively, “Documents and
Materials”). This explicitly includes the electronic copies of all above stated
documentation.
CONTRACTOR shall be permitted to retain copies, including reproducible copies
and computerized copies, of said Documents and Materials. CONTRACTOR
agrees to take such further steps as may be reasonably requested by COUNTY to
implement the aforesaid assignment. If for any reason said assignment is not
effective, CONTRACTOR hereby grants the COUNTY and any assignee of the
COUNTY an express royalty – free license to retain and use said Documents and
Materials. The COUNTY’s rights under this paragraph shall apply regardless of the
Page 27
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
degree of completion of the Documents and Materials and whether or not
CONTRACTOR’s services as set forth in Exhibit “A” of this Agreement have been
fully performed or paid for.
The COUNTY’s rights under this Paragraph 8 shall not extend to any computer
software used to create such Documents and Materials.
9. CONFLICT OF INTEREST: The CONTRACTOR covenants that it presently has
no interest, and shall not have any interest, direct or indirect, which would conflict
in any manner with the performance of services required under this Agreement.
10. NOTICES: All notices, requests, demands, or other communications under this
Agreement shall be in writing. Notices shall be given for all purposes as follows:
Personal delivery: When personally delivered to the recipient, notices are
effective on delivery.
First Class Mail: When mailed first class to the last address of the recipient
known to the party giving notice, notice is effective three (3) mail delivery days
after deposit in a United States Postal Service office or mailbox. Certified Mail:
When mailed certified mail, return receipt requested, notice is effective on
receipt, if delivery is confirmed by a return receipt.
Overnight Delivery: When delivered by overnight delivery (Federal
Express/Airborne/United Parcel Service/DHL WorldWide Express) with charges
prepaid or charged to the sender’s account, notice is effective on delivery, if
delivery is confirmed by the delivery service.
Facsimile transmission: When sent by facsimile to the facsimile number of the
recipient known to the party giving notice, notice is effective on receipt, provided
that, (a) a duplicate copy of the notice is promptly given by first-class or certified
mail or by overnight delivery, or (b) the receiving party delivers a written
confirmation of receipt. Any notice given facsimile shall be deemed received on
the next business day if it is received after 5:00 p.m. (recipient’s time) or on a
non-business day.
Addresses for purpose of giving notice are as follows:
To COUNTY: COUNTY OF MENDOCINO
Ukiah, CA 95482
Attn:
To CONTRACTOR: [Name of Contractor]
[Number and Street]
[City, State, Zip Code]
ATTN:
Page 28
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
Any correctly addressed notice that is refused, unclaimed, or undeliverable
because of an act or omission of the party to be notified shall be deemed
effective as of the first date that said notice was refused, unclaimed, or deemed
undeliverable by the postal authorities, messenger, or overnight delivery service.
Any party may change its address or facsimile number by giving the other party
notice of the change in any manner permitted by this Agreement.
11. USE OF COUNTY PROPERTY: CONTRACTOR shall not use County property
(including equipment, instruments and supplies) or personnel for any purpose
other than in the performance of his/her obligations under this Agreement.
12. EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS:
CONTRACTOR certifies that it will comply with all Federal, State, and local laws,
rules and regulations pertaining to nondiscrimination in employment.
a. CONTRACTOR shall, in all solicitations or advertisements for applicants for
employment placed as a result of this Agreement, state that it is an “Equal
Opportunity Employer” or that all qualified applicants will receive consideration for
employment without regard to their race, creed, color, pregnancy, disability, sex,
sexual orientation, gender identity, ancestry, national origin, age, religion, Veteran’s
status, political affiliation, or any other factor prohibited by law.
b. CONTRACTOR shall, if requested to so do by the COUNTY, certify that it has not,
in the performance of this Agreement, engaged in any unlawful discrimination.
c. If requested to do so by the COUNTY, CONTRACTOR shall provide the COUNTY
with access to copies of all of its records pertaining or relating to its employment
practices, except to the extent such records or portions of such records are
confidential or privileged under State or Federal law.
d. Nothing contained in this Agreement shall be construed in any manner so as to
require or permit any act which is prohibited by law.
e. The CONTRACTOR shall include the provisions set forth in this paragraph in each
of its subcontracts.
13. DRUG-FREE WORKPLACE: CONTRACTOR and CONTRACTOR's employees
shall comply with the COUNTY’s policy of maintaining a drug-free workplace.
Neither CONTRACTOR nor CONTRACTOR's employees shall unlawfully
manufacture, distribute, dispense, possess or use controlled substances, as defined
in 21 U.S. Code § 812, including, but not limited to, marijuana, heroin, cocaine, and
amphetamines, at any COUNTY facility or work site. If CONTRACTOR or any
employee of CONTRACTOR is convicted or pleads nolo contendere to a criminal
drug statute violation occurring at a County facility or work site, the CONTRACTOR,
within five days thereafter, shall notify the head of the County department/agency
for which the contract services are performed. Violation of this provision shall
constitute a material breach of this Agreement.
Page 29
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
14. ENERGY CONSERVATION: CONTRACTOR agrees to comply with the mandatory
standards and policies relating to energy efficiency in the State of California Energy
Conservation Plan, (Title 24, California Administrative Code).
15. COMPLIANCE WITH LICENSING REQUIREMENTS: CONTRACTOR shall
comply with all necessary licensing requirements and shall obtain appropriate
licenses and display the same in a location that is reasonably conspicuous, as well
as file copies of same with the County Executive Office.
Before the COUNTY will issue a notice to proceed with the Services,
CONTRACTOR and any subcontractors must acquire, at their expense, a business
license from County in accordance with MCC 6.0. Such licenses must be kept valid
throughout the Agreement term.
CONTRACTOR represents and warrants to COUNTY that CONTRACTOR and its
employees, agents, and any subcontractors have all licenses, permits,
qualifications, and approvals of whatsoever nature that are legally required to
practice their respective professions.
16. AUDITS; ACCESS TO RECORDS: The CONTRACTOR shall make available to
the COUNTY, its authorized agents, officers, or employees, for examination any
and all ledgers, books of accounts, invoices, vouchers, cancelled checks, and other
records or documents evidencing or relating to the expenditures and disbursements
charged to the COUNTY, and shall furnish to the COUNTY, within sixty (60) days
after examination, its authorized agents, officers or employees such other evidence
or information as the COUNTY may require with regard to any such expenditure or
disbursement charged by the CONTRACTOR.
The CONTRACTOR shall maintain full and adequate records in accordance with
County requirements to show the actual costs incurred by the CONTRACTOR in
the performance of this Agreement. If such books and records are not kept and
maintained by CONTRACTOR within the County of Mendocino, California,
CONTRACTOR shall, upon request of the COUNTY, make such books and records
available to the COUNTY for inspection at a location within County or
CONTRACTOR shall pay to the COUNTY the reasonable, and necessary costs
incurred by the COUNTY in inspecting CONTRACTOR’s books and records,
including, but not limited to, travel, lodging and subsistence costs. CONTRACTOR
shall provide such assistance as may be reasonably required in the course of such
inspection. The COUNTY further reserves the right to examine and reexamine said
books, records and data during the four (4) year period following termination of this
Agreement or completion of all work hereunder, as evidenced in writing by the
COUNTY, and the CONTRACTOR shall in no event dispose of, destroy, alter, or
mutilate said books, records, accounts, and data in any manner whatsoever for four
(4) years after the COUNTY makes the final or last payment or within four (4) years
after any pending issues between the COUNTY and CONTRACTOR with respect to
this Agreement are closed, whichever is later.
17. DOCUMENTS AND MATERIALS: CONTRACTOR shall maintain and make
available to COUNTY for its inspection and use during the term of this Agreement,
Page 30
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
all Documents and Materials, as defined in Paragraph 8 of this Agreement.
CONTRACTOR’s obligations under the preceding sentence shall continue for four
(4) years following termination or expiration of this Agreement or the completion of
all work hereunder (as evidenced in writing by COUNTY), and CONTRACTOR shall
in no event dispose of, destroy, alter or mutilate said Documents and Materials, for
four (4) years following the COUNTY’s last payment to CONTRACTOR under this
Agreement.
18. TIME OF ESSENCE: Time is of the essence in respect to all provisions of this
Agreement that specify a time for performance; provided, however, that the
foregoing shall not be construed to limit or deprive a party of the benefits of any
grace or use period allowed in this Agreement.
19. TERMINATION: The COUNTY has and reserves the right to suspend, terminate or
abandon the execution of any work by the CONTRACTOR without cause at any
time upon giving to the CONTRACTOR notice. Such notice shall be in writing and
may be issued by any county officer authorized to execute or amend the contract,
the County Chief Executive Officer, or any other person designated by the County
Board of Supervisors. In the event that the COUNTY should abandon, terminate or
suspend the CONTRACTOR’s work, the CONTRACTOR shall be entitled to
payment for services provided hereunder prior to the effective date of said
suspension, termination or abandonment. Said payment shall be computed in
accordance with Exhibit B hereto, provided that the maximum amount payable to
CONTRACTOR for its [Services] shall not exceed $[Contract Amount] payment for
services provided hereunder prior to the effective date of said suspension,
termination or abandonment or lack of funding.
20. NON APPROPRIATION: If COUNTY should not appropriate or otherwise make
available funds sufficient to purchase, lease, operate or maintain the products set
forth in this Agreement, or other means of performing the same functions of such
products, COUNTY may unilaterally terminate this Agreement only upon thirty
(30) days written notice to CONTRACTOR. Upon termination, COUNTY shall
remit payment for all products and services delivered to COUNTY and all
expenses incurred by CONTRACTOR prior to CONTRACTOR’S receipt of the
termination notice.
21. CHOICE OF LAW: This Agreement, and any dispute arising from the relationship
between the parties to this Agreement, shall be governed by the laws of the State of
California, excluding any laws that direct the application of another jurisdiction’s
laws.
22. VENUE: All lawsuits relating to this contract must be filed in Mendocino County
Superior Court, Mendocino County, California.
23. WAIVER: No waiver of a breach, failure of any condition, or any right or remedy
contained in or granted by the provisions of this Agreement shall be effective unless
it is in writing and signed by the party waiving the breach, failure, right or remedy.
No waiver of any breach, failure, right or remedy shall be deemed a waiver of any
Page 31
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
other breach, failure, right or remedy, whether or not similar, nor shall any waiver
constitute a continuing waiver unless the writing so specifies.
24. ADVERTISING OR PUBLICITY: CONTRACTOR shall not use the name of County,
its officers, directors, employees or agents, in advertising or publicity releases or
otherwise without securing the prior written consent of COUNTY in each instance.
25. ENTIRE AGREEMENT: This Agreement, including all attachments, exhibits, and
any other documents specifically incorporated into this Agreement, shall constitute
the entire agreement between COUNTY and CONTRACTOR relating to the subject
matter of this Agreement. As used herein, Agreement refers to and includes any
documents incorporated herein by reference and any exhibits or attachments. This
Agreement supersedes and merges all previous understandings, and all other
agreements, written or oral, between the parties and sets forth the entire
understanding of the parties regarding the subject matter thereof. This Agreement
may not be modified except by a written document signed by both parties. In the
event of a conflict between the body of this Agreement and Exhibit A or Exhibit B,
the provisions in the body of this Agreement shall control.
26. HEADINGS: Herein are for convenience of reference only and shall in no way
affect interpretation of this Agreement.
27. MODIFICATION OF AGREEMENT: This Agreement may be supplemented,
amended or modified only by the mutual agreement of the parties. No supplement,
amendment or modification of this Agreement shall be binding unless it is in writing
and signed by authorized representatives of both parties.
28. ASSURANCE OF PERFORMANCE: If at any time the COUNTY has good
objective cause to believe CONTRACTOR may not be adequately performing its
obligations under this Agreement or that CONTRACTOR may fail to complete the
Services as required by this Agreement, COUNTY may request from
CONTRACTOR prompt written assurances of performance and a written plan
acceptable to COUNTY, to correct the observed deficiencies in CONTRACTOR’s
performance. CONTRACTOR shall provide such written assurances and written
plan within thirty (30) calendar days of its receipt of COUNTY’s request and shall
thereafter diligently commence and fully perform such written plan.
CONTRACTOR acknowledges and agrees that any failure to provide such
written assurances and written plan within the required time is a material breach
under this Agreement.
29. SUBCONTRACTING/ASSIGNMENT: CONTRACTOR shall not subcontract,
assign or delegate any portion of this Agreement or any duties or obligations
hereunder without the COUNTY’s prior written approval.
a. Neither party shall, on the basis of this Agreement, contract on behalf of or
in the name of the other party. Any agreement that violates this Section
shall confer no rights on any party and shall be null and void.
Page 32
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
b. Only the department head or his or her designee shall have the authority
to approve subcontractor(s).
c. CONTRACTOR shall remain fully responsible for compliance by its
subcontractors with all the terms of this Agreement, regardless of the
terms of any agreement between CONTRACTOR and its subcontractors.
30. SURVIVAL: The obligations of this Agreement, which by their nature would
continue beyond the termination on expiration of the Agreement, including
without limitation, the obligations regarding Indemnification (Paragraph 2),
Ownership of Documents (Paragraph 8), and Conflict of Interest (Paragraph 9),
shall survive termination or expiration for two (2) years.
31. SEVERABILITY: If a court of competent jurisdiction holds any provision of this
Agreement to be illegal, unenforceable, or invalid in whole or in part for any
reason, the validity and enforceability of the remaining provisions, or portions of
them, will not be affected, unless an essential purpose of this Agreement would be
defeated by the loss of the illegal, unenforceable, or invalid provision.
32. INTELLECTUAL PROPERTY WARRANTY: CONTRACTOR warrants and
represents that it has secured all rights and licenses necessary for any and all
materials, services, processes, software, or hardware (“CONTRACTOR
PRODUCTS”) to be provided by CONTRACTOR in the performance of this
AGREEMENT, including but not limited to any copyright, trademark, patent, trade
secret, or right of publicity rights. CONTRACTOR hereby grants to COUNTY, or
represents that it has secured from third parties, an irrevocable license (or
sublicense) to reproduce, distribute, perform, display, prepare derivative works,
make, use, sell, import, use in commerce, or otherwise utilize CONTRACTOR
PRODUCTS to the extent reasonably necessary to use the CONTRACTOR
PRODUCTS in the manner contemplated by this agreement.
CONTRACTOR further warrants and represents that it knows of no allegations,
claims, or threatened claims that the CONTRACTOR PRODUCTS provided to
COUNTY under this Agreement infringe any patent, copyright, trademark or other
proprietary right. In the event that any third party asserts a claim of infringement
against the COUNTY relating to a CONTRACTOR PRODUCT, CONTRACTOR
shall indemnify and defend the COUNTY pursuant to Paragraph 2 of this
AGREEMENT.
In the case of any such claim of infringement, CONTRACTOR shall either, at its
option, (1) procure for COUNTY the right to continue using the CONTRACTOR
Products; or (2) replace or modify the CONTRACTOR Products so that that they
become non-infringing, but equivalent in functionality and performance.
33. ELECTRONIC COPIES:
The parties agree that an electronic copy, including facsimile copy, email, or
scanned copy of the executed Agreement, shall be deemed, and shall have the
same legal force and effect as, an original document.
Page 33
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
34. COOPERATION WITH COUNTY
Contractor shall cooperate with County and County staff in the performance of all
work hereunder.
35. PERFORMANCE STANDARD
Contractor shall perform all work hereunder in a manner consistent with the level of
competency and standard of care normally observed by a person practicing in
Contractor's profession. County has relied upon the professional ability and training
of Contractor as a material inducement to enter into this Agreement. Contractor
hereby agrees to provide all services under this Agreement in accordance with
generally accepted professional practices and standards of care, as well as the
requirements of applicable Federal, State, and local laws, it being understood that
acceptance of Contractor's work by County shall not operate as a waiver or release.
If County determines that any of Contractor's work is not in accordance with such
level of competency and standard of care, County, in its sole discretion, shall have
the right to do any or all of the following: (a) require Contractor to meet with County
to review the quality of the work and resolve matters of concern; (b) require
Contractor to repeat the work at no additional charge until it is satisfactory; (c)
terminate this Agreement pursuant to the provisions of paragraph 19 (Termination)
or (d) pursue any and all other remedies at law or in equity.
[END OF GENERAL TERMS AND CONDITIONS]
Page 34
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
EXHIBIT A
DEFINITION OF SERVICES
CONTRACTOR shall provide the following services:
[END OF DEFINITION OF SERVICES]
Page 35
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
EXHIBIT B
PAYMENT TERMS
[END OF PAYMENT TERMS]
Page 36
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
EXHIBIT C
INSURANCE REQUIREMENTS
Insurance coverage in a minimum amount set forth herein shall not be construed to
relieve CONTRACTOR for liability in excess of such coverage, nor shall it preclude
COUNTY from taking such other action as is available to it under any other provisions of
this Agreement or otherwise in law. Insurance requirements shall be in addition to, and
not in lieu of, Contractor’s indemnity obligations under Paragraph 2 of this Agreement.
CONTRACTOR shall furnish to COUNTY certificates of insurance with Automobile
Liability/General Liability Endorsements evidencing at a minimum the following:
a. Combined single limit bodily injury liability and property damage liability -
$1,000,000 each occurrence.
b. Vehicle / Bodily Injury combined single limit vehicle bodily injury and property
damage liability - $500,000 each occurrence.
[END OF INSURANCE REQUIREMENTS]
Page 37
MENDOCINO COUNTY, CA REQUEST FOR PROPOSAL
EXHIBIT D
MENDOCINO COUNTY EPAYABLES INFORMATION
The County of Mendocino is currently making credit card payments to all of our vendors and
suppliers who qualify. To qualify, vendors need to currently accept credit card payments. To
achieve this more efficient form of payment, the County has partnered with Bank of America and
their ePayables credit card program. This electronic initiative will yield many benefits to its
participants:
Expedited receipt of cash – electronic credit card payments provide cash flow benefits by
eliminating mail and paper check float
Elimination of check processing costs
Remittance data transmitted with payment for more efficient back-end reconciliation
No collection costs associated with lost or misplaced checks
Reduced exposure to check fraud
More efficient handling of exception items
Fits with existing accounting software – requires no purchase of software, no modifications to
existing accounts receivable system and no change to bank accounts.
Going green with paperless electronic credit card payments help conserve the environment by
eliminating printing and mailing of paper checks.
For information regarding the payment process, please contact Margaret Yates
yatesm@mendocinocounty.org or 707-234-6869.
Additional information regarding the Bank of America Program is also available at:
http://corp.bankofamerica.com/business/ci/landing/epayables-vendors?cm_mmc=sb-general-_-
vanity-_-sg01vn000r_epayablesvendors-_-na
Page 38
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 6
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
Scope of Work
Successful development of the UVBGSP to meet the Ukiah region’s needs and DWR regulations requires
four (4) functional work elements that contain eighteen (18) total tasks, which are each described in
detail below.
Work Element: Project Management, Communication, and Facilitation
The objective for this work element is to provide overall project management, finalize the project
organizational structure, and to develop the communications plan to guide the internal and external
communications.
1. Program Management and Client Coordination
The objectives of this task are to deliver the project within the scope, schedule and budget; to identify
and avoid risks; and to define any needed recovery strategies. A competitively chosen Consultant will
help coordinate program management to guide development of the UVBGSP. This includes coordination
of the PMT; strategic consultation and communications with the UVBGSA Contract Administrator;
monthly conference calls with the Contract Administrator and/or PMT; preparation of contracts,
subcontracts, task orders invoices, and progress reports; budget and schedule tracking, monitoring, and
reporting. The Consultant will communicate program deliverables to DWR and review PMT reports and
documents to provide quality control of program deliverables.
Work in this task includes:
• Client coordination
• PMT monthly conference calls
• Grant administration
• Budget and work plan preparation for task orders and subcontracts
• Quality control of program deliverables (PMT work review)
• Preparation of invoices and monthly status reports
• Quarterly reports to DWR and final grant report
Deliverables: Subcontracts; meeting notes; monthly invoices and progress reports; DWR quarterly
reports.
2. Communication, Facilitation, and Outreach
The primary objective for this task is to establish the project CommPlan, and then to execute this plan to
ensure coordinated internal and external communications and engagement of stakeholders throughout
the process (Reg. § 354.10, 353.6). The CommPlan will identify internal and external communications
requirements; stakeholders; project organization and PMT; use of Board standing and ad hoc
committees; anticipated public and stakeholder meetings; communications channels and approaches
(collateral materials, website, email list, etc.); final assumptions for the number of meetings; risks to
completing the scope, schedule and budget; and recovery plan. It will identify notification requirements;
how interested parties, including groundwater users, stakeholders, and the public, will be informed
about the project progress; how relevant reports and data will be disseminated to these groups;
document decision-making processes; public engagement opportunities, encouraging active
participation; and a web communications strategy. This will be a living document that will be maintained
throughout the project.
Page 39
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 7
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
The Consultant will provide logistical support, outreach, and facilitation services to the UVBGSA and
committees throughout the process. For budgeting purposes, this assumes six UVBGSA meetings per
year; that committee meeting calendars will be scheduled and synchronized with UVBGSA Board
meetings; and that the UVBGSA Project Coordinator will prepare minutes. Information delivered to a
committee in a given month would be delivered to the Board the next month with committee input.
The Consultant will produce public affairs materials as requested by the Contract Administrator. Such
information intends to promote the dissemination of information regarding UVBGSP processes and
results to UVBGSA member groups. Materials to be produced are not firmly defined now, but could
include presentations, brochures, and pamphlets; briefings for the website; and opinion-editorial pieces
for the newspaper. Materials will be produced in both English and Spanish to maximize the community’s
ability to participate.
Work in this task includes:
• Develop draft and final CommPlan
• UVBGSA coordination and facilitation
• Technical Advisory and UVBGSA committee meetings and conference calls
• Public meetings and workshops
• DAC, tribal, and stakeholder group outreach
• Produce public affairs materials
• UVBGSA website maintenance
Meeting assumptions include:
• Standing, TAC, and ad hoc committees could be on-site or via conference call.
• On-site meetings would be coordinated to take place over two consecutive days to support TAC,
committee, and work group meetings.
• For budget purposes, it is assumed six UVBGSA meetings per year would be on-site in the
project area and that six would be via conference call for a total of twelve per year. The budget
includes up to four public meetings at key milestones over the project life. The budget also
includes up to twelve total DAC, tribal, and specific stakeholder (e.g.; Farm Bureau; City Council)
on-site meetings to be defined in the final CommPlan.
Deliverables: Communications Plan; meeting agendas and notes; public affairs materials.
Work Element: Technical Analysis and Support
The objectives for this work element are to provide a description of the plan area (Reg. § 354.8);
document groundwater conditions (Reg. § 354.16); complete the hydrogeologic conceptual model
(HCM) (Reg. § 354.14); finalize the water budget, including historical and future conditions (Reg. §
354.18); and identify key management areas (Reg. § 354.20). This work will also serve to establish
common methods, data, and assumptions to be applied during the project and when implementing the
UVBGSP.
Phase 2 shall establish a common understanding of the constraints and opportunities inherent in the
Ukiah Region water supply from the Russian River, the Potter Valley Project, and the Ukiah Basin;
consensus on planning assumptions and methods for quantifying future demands; and an understanding
Page 40
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 8
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
of the water budget, including potential uncertainties and areas of risk to Ukiah Region water supplies.
Consultants will work with the UVBGSA and related work groups to evaluate available surface water
data from the Russian River and local groundwater sources so that constraints (undesirable results) are
well documented and understood. Quantification of current demands and forecast of future demands
for the Ukiah Region will be updated and presented with the water budget. This will define the gaps
between the anticipated demand and available supply, help size the potential solutions, and lay a
foundation for capital projects that could close the gap with program/policy solutions.
3. Maintain Data Management System (DMS), Develop Long-Term Strategy
The objectives for this task are to fill the data gaps identified in Phase 1, compile the best available
information, identify the data management system, support long term monitoring and reporting,
formulate projects, and build public awareness and understanding. The work will identify the most cost-
effective, long-term needs and objectives for the DMS required to support implementation of the
UVBGSP; manage monitoring network and collected data; DWR reporting; and help the UVBGSA and
public track progress in meeting the measurable objectives using the sustainability indictors and project
metrics to prevent undesirable results (Reg. § 352.6, 354.8, and 354.40). This work will also serve to
establish common methods, data, and assumptions to be applied during the project and when
implementing the UVBGSP.
Phase 1 included a task to compile existing data (Task 3.1), which was focused primarily on the
description of the groundwater conditions in the basin. Task 3.1 included a literature and file review of
hydrologic and hydrogeologic information; acquiring, analyzing, georeferencing, and creating a database
of 2,490 well completion reports provided by DWR, 6,588 groundwater elevation data points from
GeoTracker, and 457 groundwater elevation data points from CASGEM and DWR wells; and
characterization of hydrogeology geometry and properties. An updated geologic map, maps of
estimated hydraulic conductivity, and associated cross sections were developed as part of the drafted
hydrogeologic conceptual model. Maps of soil type, land use, and agricultural type were developed as a
part of the drafted water budget.
Phase 2 work proposed is to perform biannual updates to the DMS with new groundwater and surface
water data; expand the current groundwater and surface water monitoring networks to fill data gaps;
support completion of the UVBGSP; develop the surface water / groundwater model (MODFLOW-2005);
and put together an integrated DMS/GIS to meet long term UVBGSP needs for data sharing, exchange,
access, analysis, and reporting. An integrated system will be developed, or commercial off-the-shelf
systems adopted, to meet the needs of the UVBGSA, to store and report information relevant to the
completion and implementation of the GSP, and to monitor the basin. The PMT will identify functional
requirements and business needs, evaluate alternatives and cost-benefit relationships, and obtain
guidance from the TAC and UVBGSA. This includes the approach for managing information generated
during the UVBGSP development (e.g. groundwater contours, depth to water, well density, water quality
conditions, etc.); supporting access and transparency; and reporting to DWR. Plans for exchange or
permission to access data between UVBGSA members and downstream Santa Rosa Plain Groundwater
Sustainability Agency (GSA) will be developed.
Additional time series, water demand and hydrogeologic data will be collected from local, state, and
federal sources to support the technical and project/program analysis. A plan will be developed for how
monitoring data will be included in the required annual report and submitted electronically on form or
Page 41
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 9
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
formats required by the DWR. Further work for Phase 2 includes developing maps that depict the area,
boundary, adjudicated areas, historical land use, jurisdictional boundaries, water use sector, sources,
density of wells per square mile, water supply, extractors, and written description of features.
Activities of this task include:
• Develop and maintain project data management system and GIS
• Collect, aggregate, and manage digital maps and time series
• Develop the DMS plan for program management, monitoring data and GSP implementation.
Deliverables: Operational DMS, documentation, and an inventory of digital time series and spatial data
captured or developed under the project.
4. Data Gap Analysis on Surface Water/Groundwater Interaction (100% complete)
This work was completed in Phase 1 (Task 3.2) and accepted by DWR. The analysis will be provided to
the TAC for review.
5. Monitoring Protocol Manual Development (100% complete)
This work was completed in Phase 1 (Task 3.3). Phase 2 work includes coordination and completion of
the TAC review, and updating the protocol based on the input.
6. Historical and Current Conditions, Identify Undesirable Results
The objective is to complete and supplement Phase 1 work and to provide for TAC review. Historical
conditions have been added to the existing DMS. The identification of undesirable effects must be
addressed through the development of the final water budget, reviewed by the TAC, and by filling
surface water-groundwater data gaps through additional monitoring. Stream seepage runs (measuring
the differences between streamflow using streamflow gauges along a stream reach) incorporation in the
analysis to provide field data to calibrate MODFLOW-2005 water budget results is recommended. This
will require expansion of the streamflow monitoring network.
The purpose of this task is also to provide for independent TAC review of the description of current and
historical groundwater conditions in the basin based on the best available information as required (Reg.
§ 354.16). This includes groundwater elevation contours and hydrographs, change in groundwater in
storage, groundwater quality, land subsidence, identification of interconnected surface water systems,
and groundwater dependent ecosystems within the basin.
Deliverable: Final documentation of historical and current groundwater conditions.
7. Hydrogeologic Conceptual Model (HCM)
The purpose of this task is to complete the description of the regional geologic and structural setting
and to gather information to support the final current and future water budget and model. Work
completed in Phase 1 includes gathering and presenting existing data, including lateral basin boundaries,
major geologic features affecting groundwater flow, bottom of the basin, principal aquifers and
aquitards, physical properties of aquifers and aquitards that would support modeling (e.g.; hydraulic
conductivity, storativity); preparing cross-sections and documenting major stratigraphic and structural
features map; and describing soil characteristics. The ISRP conceptual model, along with the HCM, will
meet the requirements of SGMA and application of the MODFLOW-2005 model of the Ukiah Basin.
Page 42
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 10
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
Additional work for Phase 2 includes:
• Characterize water quality
• Update the bottom of groundwater basin characterization with USGS-derived gravimeter study
data (to be released within a few years)
• Delineate existing recharge and discharge areas that substantially contribute to the
replenishment of the basin or provide streamflow (gaining/loosing reaches and conditions
under which they may occur)
• Identify potential recharge and discharge areas, including significant active springs, seeps,
wetlands, and groundwater-dependent ecosystems
• Document surface water beneficial uses and water supply sources, and surface water bodies
that are significant to the management of the basin
• Locate sources and points of delivery for diversions, including existing agreements,
requirements, and operational strategies
Phase 2 will include TAC review of the existing studies and analysis, abstracting information for public
understanding, and further addressing undesirable effects that are or may occur. These would be
further evaluated in the water budget in Task 8 using MODFLOW. This work will also provide input for
the establishment of goals, objectives, sustainability indicators, and thresholds.
8. Historical Water Budget
By the end of Phase 1, it is projected that a transient groundwater flow model (MODFLOW-2005) will be
calibrated to groundwater monitoring data from 2014 to 2017 to expand on the spreadsheet-based
water budget completed by Maritza Marquez of U.C. Davis. TAC will review the water budget and
MODFLOW-2005 flow model prepared for Phase 1, along with the existing U.C. Davis water budget. The
groundwater flow model will provide spatial representation of surface water / groundwater fluxes and
will enhance the understanding of areas sensitive to surface water depletion from groundwater
pumping. The calibration period will be extended for the historical analysis to cover hydrologic and
operations variability for critical dry, dry, normal, above normal, and wet years to help the model reflect
the historical groundwater levels and Russian River stage values. Phase 2 will document historical and
current water demands, extend the baseline and increase the calibration-period of the model, lay the
foundation for application of the model to future conditions, and coordinate TAC review. Output from
this task will be used for purposes of comparison with the future baseline forecasts. Working with the
TAC, the Consultant will ensure compliance with DWR requirements and that the following are
quantified:
• Total surface water entering and leaving the groundwater basin by water source type
• Inflow to the groundwater system by water source type, including subsurface
groundwater inflow from bedrock, infiltration of precipitation, applied water, and surface
water systems and operations
• Outflows from the groundwater system by water use sector, including pumping,
subsurface discharge to the Sanel Valley groundwater basin, and groundwater discharge
to surface water
• Changes in groundwater storage between seasonal high conditions
• Overdraft conditions, if they occur, and an estimate of sustainable yield
Additionally, the TAC and Consultant will:
Page 43
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 11
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
• Evaluate availability or reliability of past surface water supply deliveries and aquifer
response to water supply and demand trends relative to water year type; and surface
water supply deliveries as a function of the historical planned versus actual annual surface
water deliveries, by surface water source and water year type, and based on the most
recent ten years of surface water supply information
• Assess historical water budget, starting with the most recently available information and
extending back a minimum of 10 years
• Describe how historical conditions concerning hydrology, water demand, and surface
water supply availability or reliability have impacted the ability of the UVBGSA members
to operate the basin within sustainable yield
9. Documentation of Conceptual Hydrologic Model (HCM) and Historical Water Budget
The purpose of this task is to complete the documentation for the historical groundwater conditions,
HCM and historical water budget, and provide the calibration report for the MODFLOW-2005 analysis
and incorporate recommendations from TAC and UVBGSA review. This includes preparing a draft and
final technical report, TAC review of the work, and presentations to the UVBGSA.
Deliverable: Final Phase 1 technical report: HCM, historical water budget, and model calibration.
10. Develop Future Baseline Water Budget
The purpose of this task is to develop the future baseline water budget assumptions and analysis that
show the future conditions with no changes to projects, policies, or programs. The outputs will be the
MODFLOW-2005 model results, forecasted future water budget conditions, and assessment of the
potential undesirable effects that would need to be avoided or mitigated in the UVBGSP. The future
baseline will be developed both with and without climate change scenarios and variability in diverted
water supply from the Potter Valley Project. There will be four climate change scenarios consistent with
DWR regulations, guidance and technical information provided, and with the downstream interests in
Sonoma County to ensure that consistent methods, data, and assumptions are used. The same outputs
will be produced as are generated for the historic water budget to allow for comparison between
current conditions and possible futures. Working with the TAC, the Consultant will ensure compliance
with the DWR requirements.
The Consultant will develop future scenarios for land use, groundwater pumping, precipitation,
evapotranspiration, streamflow, groundwater recharge, and water demand based on 50 years of past
data and climate change scenarios from the California Basin Characterization Model: A Dataset of
Historical and Future Hydrologic Response to Climate Change from the U.S. Geologic Survey (USGS,
2014). Assumptions will be documented. The workplan includes performing a hydrologic analysis to
quantify streamflow based on proposed hydrologic future scenarios, and developing a transient
simulation that forecasts surface water and groundwater response to variability in future scenarios,
including developing climate change scenarios and assumptions. Updates will be presented to the TAC
for discussion and review prior to configuring the final model inputs and running the model. Transient
model simulations will be executed to forecast surface water and groundwater response to variability in
the future scenarios. The Consultant will compare all outputs using the same sustainability criteria and
thresholds as defined during the final calibration, and will document the results of the simulation.
Activities of this task include:
Page 44
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 12
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
• Create future scenarios
• Perform a hydrologic analysis to quantify future streamflow
• Develop climate change scenarios
• Confirm future scenarios with TAC
• Configure model input files
• Run transient simulations
• Document the results of transient simulation
Deliverables: Future baseline and climate change water budget analysis technical memorandum; TAC
presentation; documentation of TAC review and comment.
11. MODFLOW Alternatives Evaluation
The purpose of this task is to apply the MODFLOW-2005 model to the evaluation and comparison of
alternatives. The Consultant will use the calibrated groundwater flow model to characterize the benefits
of groundwater projects, programs, and policies that will be configured into alternatives in Task 15
(Integrate Management Strategies, Define Alternatives). All alternatives will be compared to the future
baseline analysis and water budget and with the climate change scenarios. Tables, maps, and graphs will
be produced, showing the effects in terms of the sustainability indicators and thresholds adopted as
identified in Task 12 (Develop Sustainability Goals and Measurable Objectives). The model technical
results will be one of the factors used in selecting a preferred alternative and developing the UVBGSP.
Deliverables: TAC presentation; alternatives analysis technical memorandum; documentation of TAC
review and comment.
Work Element: Project/Program/Policy Analysis
The objectives for this work element and related tasks are to bring the results of the technical analyses
into the UVBGSA decision process, and to use the results to help develop the local projects, programs,
and policies to create a comprehensive UVBGSP preferred alternative that will be funded and
implemented to meet sustainability goals. The CommPlan will define the process used by the UVBGSA to
make decisions (Reg. § 354.22). The UVBGSP will then include measures that will be implemented to
ensure that the basin will meet sustainability goals and be operated within its sustainable yield, and
avoid undesirable effects to the Russian River and related fishery and riparian resources. (Reg.
§354.24). The Consultant will work with the UVBGSA, committees, and work groups to define
projects and management actions to achieve the sustainability goal for the basin, including projects and
management actions to respond to changing conditions in the basin (Reg. § 354.44). Project
management actions will identify physical solutions, including structural projects (e.g. recharge
facilities), as well as non-structural policies and programs (e.g.; demand reduction, drought response,
well standards). There is a wide array of individual projects, programs, and policies the UVBGSA may
consider. The individual projects, programs, and policies serve as elements or building blocks that can be
used to formulate overall UVBGSP alternatives. For example, a demand reduction alternative may be
formulated and compared to a supply development alternative.
This work element includes:
• Develop sustainability goals
Page 45
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 13
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
• Finalize undesirable results, sustainability indicators minimum thresholds, interim milestones,
and measurable objectives
• Inventory and review of plans, projects, programs, and policies
• Review groundwater and related resources management measures
• Configure and compare alternatives
• Select a preferred GSP alternative
• Evaluate financial/funding potential
12. Develop Sustainability Goals and Measurable Objectives
The purpose of this task is to gain consensus on the nature and extent of current problems and
undesirable effects, sustainability goals, sustainability indicators, minimum thresholds, interim
milestones, and measurable objectives, and to lay the foundation for agreement and practicable
solutions. It is critical that UVBGSA members agree on the undesirable results that must be addressed,
and recognize the nature and extent of the conflicts and issues facing the Ukiah Region. The
sustainability goals and measurable objectives should then seek to mitigate and avoid current or future
undesirable results, and to resolve the identified problems, conflicts, and issues. The objectives are
critical to the screening of projects, programs, policies, and alternatives.
Preliminary purpose, need, sustainability goals, and measurable objectives for the UVBGSP will be
prepared in Phase 1. These will be reviewed by the TAC in workshops. These preliminary goals and
objectives will be revisited and revised once the technical analysis and SW/GW model has been
completed and the future baseline without project conditions has been evaluated. Each of the elected
bodies (GSA Board, County Supervisors, cities, and special districts) will be asked to review the UVBGSP
final goals and objectives and to adopt resolutions of support for the UVBGSP. Obtaining these
resolutions of support and attending meetings of their representative bodies will be the responsibility of
a UVBGSA project manager.
Task activities to be completed include:
• Review issues and conflicts to be addressed by the UVBGSP
• Draft goals and objectives
• Define sustainability indicators and thresholds
• Coordinate with UVBGSP committees and work groups
• Prepare presentations and briefings
• Draft resolutions for UVBGSA
Deliverables: Presentations and briefings on opportunities, issues and conflicts, purpose and need, goals
and objectives; draft and final resolution of support for UVBGSP to be adopted by stakeholder groups
(County of Mendocino, City of Ukiah, water companies, Farm Bureau, tribes, the Mendocino County
Resource Conservation District, agricultural leaders, and members of the community).
13. Inventory and Review Plans, Projects, Programs, and Policies
The purpose of this task is to inventory and review the current land use and water related plans; current
and proposed projects; and related local, state, and federal policies and programs that effect
groundwater management on the Russian River. Also, this task aims to identify any program gaps
between current local land and water management plans, policies, and programs; SGMA requirements;
and local sustainability goals. A policy review of the land use plans (general plans) will document water
Page 46
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 14
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
supply and quality plan elements, and address whether these acknowledge or identify any current or
potential undesirable effects. Current policies, plans, and programs to manage surface water and
groundwater will be documented to inventory those that will help meet sustainability goals, or which
could be revised to support the UVBGSP implementation (e.g. well standards and permitting; state and
regional board policy, biological opinions, operating agreements, etc.). During the scoping and review, a
preliminary list of potential stakeholder projects will be compiled from current capital improvement
plans, existing groundwater plans, and the area’s Integrated Regional Water Management Plan
(IRWMP). The outputs of this activity will serve as inputs to both the Technical Analysis element (e.g.
future water demands) and the other Program/Project Development element of this work plan.
Work of this task includes:
• Review general plans and land use plans
• Review current urban and agricultural water management plans and the prevailing Integrated
Regional Water Management Plan (IRWMP)
• Conduct outreach to DACs and the tribal community
• Document current major project operations and proposed capital projects
• Inventory local agency programs and policies
• Document other state and federal programs and policies affecting local groundwater
• Conduct a program and policy review and SGMA analysis of gaps
• Prepare memorandum, briefings and presentations
Deliverable: Inventory and review of existing management measures memorandum; briefings and
presentations.
14. Review Groundwater and Resources Management Measures
The purpose of this task is to introduce the UVBGSA to the wide array of management measures and
strategies available to the Ukiah Basin. The UVBGSA partners already have programs that reflect the
SGMA requirements. The existing programs, along with the groundwater resource management
measures defined in SGMA and Water Code statutes and Best Management Practices (BMPs)
documentation prepared by the DWR, provide the management measures (building blocks) that will be
reviewed, screened, and prioritized. The output from this task will be used as input to the next task to
integrate management measures and formulate integrated groundwater management alternatives.
The Consultant will review the DWR’s voluntary and mandatory groundwater management measures
with the UVBGSA, committees, or work groups formed for this purpose. The process will be informed by
the prior policy gap analysis. The voluntary and mandatory elements will be reviewed to develop
opportunities to improve the programs.
The PMT will work with the UVBGSA to develop and apply a criterion to screen and prioritize individual
management measures. The Consultant will provide a series of briefings and facilitate workshops to
review resources management measures that could reduce or avoid undesirable results and meet the
sustainability goals, consistent with the SGMA requirements and DWR regulations. This includes BMPs
identified by DWR for consideration by UVBGSA. A list of strategies will be prepared for review by the
UVBGSA committees and/or workgroups, which will provide preliminary rankings of each strategy. The
review will support establishing UVBGSP priorities; the planning framework to integrate the mix of
Page 47
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 15
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
project, policy, and programs; to configure alternatives; and to develop evaluation, screening, and
ranking criteria in subsequent tasks.
Workshops will be conducted to review resources management strategies and BMPs with the UVBGSA
and to initiate a more detailed review by the committees or work groups. The committees or work
groups will make findings and recommendations regarding the value of each strategy and management
practice to the UVBGSA for final formulation of alternatives and subsequent evaluation to define a
preferred alternative for inclusion in the UVBGSP implementation chapter. These findings and
recommendations may take the form of policy statements, which provide overall direction for both plan
development and implementation. Ultimately, the information will be used by the Consultant to define
a preferred alternative and implementation plan.
Activities of this task include:
• Review mandatory and voluntary groundwater management measures
• Review DWR BMPs
• Prepare presentations and briefings for UVBGSA, committees, and work groups
• Develop screening and ranking criteria for management measures
• Coordinate work groups and committees
• Prioritize and screen management measures
• Develop findings and recommendations
• Prepare presentations and briefings for groundwater management strategies
• Prepare project memorandum
Deliverables: Management strategy memorandum, briefings and presentations to UVBGSA; screening
criteria; work group findings and recommendations.
15. Integrate Management Strategies, Define Alternatives, and Select UVBGSP Preferred
Alternative
The objective for this task is to combine the management measures into alternatives for the UVBGSA to
compare. The MODFLOW-2005 model will be used to evaluate the alternatives and provide the technical
analysis results needed to compare the future baseline with the GSP program alternatives; identify
undesirable results; and apply the sustainability indicators and thresholds identified for the UVBGSP.
Alternatives will be formulated to emphasize the overall management approach. For example, one
alternative could configure demand management measures and reduction to compare with an
alternative that focused on supply and water development solutions (in-lieu recharge, intentional
recharge, injection, reoperations, etc.). In this way, the relative benefits and costs can be compared and
a preferred alternative selected. Similar to the screening and prioritization of management measures, a
criterion will be established by the UVBGSA that will be applied to configure and select the preferred
alternative for inclusion in the UVBGSP implementation plan. The criteria may include technical
(feasibility, yield, quality, environmental) and social criteria (economic, political, legal, social, etc.).
Preliminary environmental screening criteria would use sustainability indicators and criteria similar to
those found in the California Environmental Quality Act (CEQA) check list and prior biological opinions.
Work in this task includes:
• Develop integrated groundwater management program alternatives
• Define evaluation criteria for alternatives
Page 48
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 16
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
• Conduct environmental evaluation
• Review alternatives and selection criteria with UVBGSA
• Develop preliminary feasibility level program costs
• Apply alternatives evaluation criteria and identify preferred alternative
• Prepare UVBGSA, committee, and work group presentations and briefings
• Coordinate work groups and committees
• Prepare preferred alternative project memorandum
Deliverables: Preferred alternative project memorandum; briefings and presentations; meeting notes.
16. Financial Evaluation
The preliminary costs identified in Task 12 will be factored into an evaluation of funding alternatives that
will review and discuss revenue generation strategies that might be implemented by the UVBGSA to
cover the costs of implementing projects, programs, plans, and policies. This could include existing
authorities used by members of the UVBGSA, which are not available to the UVBGSA pursuant to SGMA.
This will also include identification of programs that provide low interest loans and grants to fund
program and project development and implementation. This might include benefits assessments, impact
fees, permit fees, water charges, and other user rates and fees that may be considered by the UVBGSA
for funding the preferred program alternatives. This review will include discussion of the pros and cons
of the different funding strategies. A technical memorandum will be prepared and presented to the
UVBGSA and appropriate committees to facilitate discussion and development of a preferred funding
strategy, including identification of the needed ‘next steps’ to finalize the approach (e.g. Prop 218
initiative; hearings, etc.) to be included in the UVBGSP implementation plan.
Activities to be completed include:
• Develop and review funding and revenue alternative descriptions
• Prepare briefings and presentations to UVBGSA and committees on funding strategies
• Coordinate work groups and committees
• Develop a preliminary funding strategy based on UVBGSA input
• Prepare financial/funding alternatives and recommendations technical memorandum
Deliverables: Funding alternatives technical memorandum.
Work Element: Prepare Implementation Plan and UVBGSP
17. Develop UVBGSP Implementation Plan
To meet State of California regulations, the UVBGSP must present regional priorities for
implementation; identify short-term and long-term milestones; and identify how decision making will be
responsive to regional changes, how responses to implementation of projects will be assessed, and how
project sequencing may be altered as implementation is carried out. An implementation schedule will be
developed showing timelines for planned projects and other policy or programmatic actions or
additional studies needed to solidify projects. This will include preferred funding and a financial strategy
when consensus is achieved, and a description of the long-term through the 50-year planning horizon,
which will show how sustainability will be achieved in 20 years. Results of the strategy will be used to
develop the final chapter of the UVBGSP that will detail capital project and program priorities, demand
management measures, and preferred policies for adoption by responsible agencies. Roles and
Page 49
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 17
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
responsibilities, schedules, and funding requirements will also be identified. The final chapter will also
include monitoring and reporting requirements, adaptive management strategies, and methods for
tracking progress.
Activities to be completed include:
• Define project actions and schedule
• Define program actions and schedule
• Develop draft and final agreements
• Prepare implementation plan technical memorandum
Deliverable: Implementation plan technical memorandum.
18. Prepare Administrative Draft, Public Draft, and Final UVBGSP
The purpose of this task is to compile the previous work into a complete UVBGSP that is ready for review
and adoption. This includes using the technical memorandum and UVGSA inputs on the interim work
products to produce an administrative draft UVBGSP. This will be reviewed by the UVBGSA members
and TAC. Based on the review, a final public review draft UVBGSP will be produced and used to present
the work to the public. Written comments will be sought, and oral public comments will be received
during UVBGSA meetings held in the project area. The comments will be used to prepare the final
UVBGSP that will be considered for adopted by the UVBGSA. The PMT will resolve conflicting comments.
Significant policy differences implied by conflicting comments will be resolved by decision of the
UVBGSA. The PMT will decide how public comments will be addressed and a final report will be
prepared. A draft resolution to adopt the UVBGSP will be prepared by the Consultant for consideration.
Activities to be completed include:
• Prepare administrative draft UVBGSP
• Coordinate UVBGSA review of administrative draft UVBGSP
• Review administrative draft and member comments
• Prepare public review draft UVBGSP
• Conduct a public comment period
• Conduct two UVBGSA meetings to review Pubic review draft
• Prepare final draft UVBGSP
• Conduct a UVBGSA meeting to adopt the UVBGSP
Deliverables: Administrative draft, public draft, and final UVBGSP; public comments; meeting
presentation notes.
Page 50
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 1
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
Attachment 4: UVBGSP Work Plan
The Ukiah Valley Basin Groundwater Sustainability Agency (UVBGSA) will apply a collaborative, multi-
stakeholder planning process to prepare and adopt the Ukiah Valley Groundwater Basin Sustainability
Plan (UVBGSP) pursuant to the Sustainable Groundwater Management Act (SGMA) and California
Department of Water Resources (DWR) SGMA Regulations. The UVBGSP will define regional projects,
policies, and programs; identify and address water supply and quality needs of the region and its
disadvantaged communities (DACs) and tribal entities; consider the effects of climate change; and will
be adopted to provide a roadmap for the region’s future, using a 50-year planning horizon.
Purpose
Beyond complying with SGMA, the primary purpose of UVBGSA is to preserve and enhance the economic
and environmental health and well-being for the Ukiah Valley through regional stewardship and
comprehensive management of water and groundwater resources in a practical, cost-effective,
sustainable, and responsible manner.
This objective shall be obtained by developing and adopting minimum thresholds, interim milestones,
and measurable objectives that mitigate and avoid undesirable results from changes in climate, diverted
water supply, and groundwater extraction. Minimum thresholds will be maintained through community
engagement during the preparation of the UVBGSP, and through technical projects and programs that
address groundwater issues and management of surface water (SW) / groundwater (GW) interaction.
Current challenges include the effects of groundwater pumping and surface diversions on Russian River
flows, maintaining a healthy fishery and riparian corridor, regulatory requirements regarding the
continued operation of water supply diversions (Potter Valley Project, Lake Mendocino), biological
opinions, and State Water Board decisions.
Phased Approach
The UVBGSP Phase 2 Work Plan proposes to build on the existing work and body of knowledge from
Phase 1 work conducted under the Department of Water Resources (DWR) Counties with Stressed Basins
Grant.
Phase 1 resulted in the formation of the UVBGSA and established the foundation for development of the
UVBGSP. Phase 1 included compiling existing data (Task 3.1), a data gap analysis (Task 3.2), Monitoring
Program Manual and Protocol (Task 3.3), a preliminary draft water budget using MODFLOW-2005 (Task
3.3), 2), a draft Hydrogeologic Conceptual Model (HCM) (fulfilling the grant requirement to prepare a
technical memorandum describing aquifer conditions); and a draft report describing measurable
objectives, numeric thresholds, interim milestones, sustainability goals, and a preliminary list of
potential projects and actions (Task 3.5). Table 1 below shows the status of the current Phase 1 work
and anticipated Phase 2 work needed to complete the tasks, ensuring there will be no duplication of
work across the two phases.
Table 1: Phase 1 Stressed Counties Grant Tasks, Deliverables, and Additional Work
Phase 1 Task Deliverables/Status Additional Work for Phase 2
Task 3.1 Compilation of
Existing Data
• Technical memorandum on aquifer
conditions
• Database of historical groundwater
• Compile digital maps
• Produce GIS layer
• Capture data to fill data
Page 51
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 2
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
elevation data
• Estimate of current water demand
• Status: Complete per scope, but data
gaps and additional to be filled to
complete GSP elements
gaps
• Forecast future demand and
scenarios (e.g.; w/ & w/o
conservation)
Task 3.2 Data Gap Analysis
on Surface Water /
Groundwater Interaction
• Gap analysis technical memorandum
• Status: Complete SW/GW data gap
analysis. Submitted and accepted by
DWR
• Design monitoring to fill
data gaps
• TAC Review
Task 3.3 Monitoring Protocol
Manual Development
• Monitoring protocol manual, and
Quality Assurance Project Plan (QAPP)
• Status: Complete. Submitted accepted
by DWR
• TAC Review
Task 3.4 Water Budget
Development
• Draft water budget model, estimate of
sustained yield, preliminary water
budget
• Status: Draft nearing completion.
Includes transient, spreadsheet
budget, and preliminary MODFLOW
calibration
• TAC review
• Final historical water budget
analysis
• Future baseline water
budget
• Climate change scenario
Task 3.5 Development of
Sustainable Management
Criteria
• List of measurable objectives, numeric
thresholds, interim milestones, and
sustainability goals
• Planning and implementation timeline
for meeting measurable objectives
• Preliminary action plan, including a list
of projects and actions
• Status: Preliminary draft. Will be
refined with the MODFLOW analysis of
future baseline, TAC review, and
UVBGSA input
• TAC Review
• Board and community
acceptance
• Project, program, and policy
analysis and definition
• Preferred approach and
final implementation plan
and funding
Phase 2 includes additional technical analysis to fill data gaps and to develop the Basin Setting
component of the GSP requirements, to complete DWR requirements under SGMA, and projects and
programs to answer management questions and address issues identified by the UVBGSA. There was no
Technical Advisory Committee (TAC) during Phase 1, so Phase 2 includes TAC formation, review of Phase
1 work products, and review and oversight of the technical deliverables produced during Phase 2. Phase
2 work includes:
• Form and manage the TAC
• Further engage the stakeholders and community
• Develop a complete description the plan area
• Develop final sustainability goals, measurable objectives, metrics, sustainability indicators and
thresholds
• Finalize the technical analysis, including completion of the hydrogeologic conceptual model,
water budget, and related tasks to address the requirements of the basin setting component of
the SGMA emergency regulations
Page 52
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 3
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
• Extend the transient MODFLOW-2005 model to utilize 50 years of past hydrologic data to
develop future scenarios with projections of future hydrology based on climate change analysis,
land use, and water supply; and analyze the impacts of proposed projects and programs
• Identify projects, policies, and programs to be implemented
• Establish key implementation milestones and schedules, and provide stable funding
• Identify key management areas based on surface water / groundwater interaction sensitivity
and expand the current groundwater monitoring network
• Integrate water supply and land use plans and programs
• Draft and finalize the UVBGSP to ensure long-term sustainability of the Ukiah Valley Basin’s
water supply and the continued resiliency of the Russian River ecosystem
Planning Process
The UVBGSA planning process is task- and deliverable-oriented to drive the schedule, but intends to be
flexible and allow the process to move forward through a series of incremental decisions.
The UVBGSA will use a “rolling wave” planning process with the intent of addressing and resolving the
complex issues of the Ukiah Basin. The rolling wave process is designed to be dynamic and flexible to
accommodate negotiations and adapt to the evolving UVBGSA dialog. The process starts with definition
of goals and objectives and conceptual solutions, successively adding greater levels of detail, ultimately
defining specific actions to be integrated and implemented. To meet the Ukiah region’s needs and the
DWR Regulations, there are four (4) functional work elements that contain eighteen (18) total tasks. The
work elements are:
• Project Management, Communication, and Facilitation
• Technical Analysis and Support
• Project/Program/Policy Analysis
• UVBGSP Preparation
The figure below shows the relationship of the work elements and tasks and between Phase 1 and 2.
The results of Technical Analysis and the Project/Program/Policy Elements will be conducted on a
parallel path. Interim results will be documented in technical memorandums to support incremental
decisions. The TAC will review the technical work products and advise the UVBGSA, committees, and
work groups. The interim work products will enable the Project Management Team (PMT) to support
UVBGSA decisions at key milestones to gain consensus, and the interim deliverables will influence the
eventual UVBGSP.
Page 53
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 4
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
Integration and Collaboration with Other Russian River Efforts
UVBGSP development will coordinate with other studies in the Russian River to leverage the data
collected, to develop databases, and to analyze results and modeling. The coordination of this effort will
support use of common methods, data, and assumptions. UVBGSA members are party to a Cooperative
Agreement to Provide Funding and Support for the Hydrologic Characterization and a Coupled
Watershed and Groundwater Flow Model of the Russian River (Russian River Cooperative Agreement).
Terms of the agreement are from October 1, 2016 and October 31, 2021. In addition to local money,
funding is also provided by the State Water Resources Control Board (SWRCB) and US Geological Survey
(USGS). The USGS will address significant issues of stream-aquifer interaction and develop new,
transferable tools for analyzing multi-basin water management. This includes development of a
geodatabase, climate change runoff estimates and a watershed model, reservoir operations tools, and
coupled surface water / groundwater (SW / GW) model using GSFLOW. During Phase 1, data was
provided to the USGS by the Mendocino County Water Agency project team. This data included well
pump extraction locations, rates, water level measurements; land use and soil data; and previous
studies and documents related to hydrogeology, geology, land use, water supply and demand, and SW /
GW interaction.
The UVBGSA is moving forward on a faster timeline to meet SGMA requirements and is further along
than the study under the Russian River Cooperative Agreement. To be cost effective, the UVBGSA will
work to leverage these other local, state, and federal investments; exchange data; and be an active
partner in the USGS efforts. For example, the Russian River Independent Science Review Panel (ISRP)
was formed by interests in Mendocino and Sonoma County to collect existing studies and data,
promulgate a “conceptual model” of groundwater/stream flow processes, and evaluate the relationship
Page 54
Mendocino County
Sustainable Groundwater Planning Grant Program
Attachment 4: UVBGSP Work Plan 5
Prepared by RESOURCE DEVELOPMENT ASSOCIATES in partnership with GRANT MANAGEMENT ASSOCIATES
between stream flow processes and salmonid habitat 1. In addition to being referenced in the technical
memorandums prepared under Phase 1, the ISRP will also be referenced in Phase 2 to meet the SGMA
requirements and to ensure that the best available information is being utilized. Schedules and
deliverables will be coordinated where feasible, but the UVBGSA needs a tool to develop the UVBGSP,
and a model with greater resolution to evaluate stream aquifer interaction and evaluate future
scenarios. The Phase 2 work will be closely coordinated with these ongoing programs.
Communications Plan - Achieving Consensus
A Communications Plan (CommPlan) will define the UVBGSA work groups and how they will be lead
through a series of carefully crafted meetings and workshops to build understanding, obtain interim
decisions, gain consensus, and incrementally build the UVBGSP.
The proposed planning process includes feedback loops. The UVBGSP process is intended to both
provide and elicit information. The parallel path for the ethical and project/program analyses will be
coordinated through facilitated Board Standing Committees, ad hoc work groups and a TAC to discuss
interim deliverables, approaches, alternatives; and to make recommendations to the larger UVBGSA.
The UVBGSA website will be used to distribute data and deliverables; to manage notifications, board
agendas and minutes; and to provide other information to help the public understand the GSP.
The PMT is composed of agency staff and professional consultants retained through a competitive
process. The PMT will move the UVBGSA, committees, and work groups through a carefully sequenced
series of meetings to review the interim deliverables, to assess management measures, to formulate the
alternatives, and to make decisions on the path to building and adopting the UVBGSP. UVBGSA
stakeholders will seek consensus on:
• Definition of the problem, purpose, and need for the UVBGSP
• Sustainability goals and objectives, minimum thresholds, and sustainability indicators
• Review and selection of water and groundwater projects, policies, and programs
• A preferred alternative to mitigate or avoid undesirable results
• Implementation plan and schedule
• Funding and revenue strategy
• Coordinating agreement(s) and long-term governance and oversight mechanisms
• Draft and final content of the UVBGSP
Final Deliverable
The final deliverable will include a comprehensive, actionable UVBGSP and any needed coordinating
agreements. The UVBGSP will provide a roadmap for the future that identifies project, policy, and
program priorities to be funded and implemented to be sustainable within 20 years, along with
milestones and metrics to ensure sustainability goals are met. The UVBGSP will identify roles and
responsibilities; project implementation schedules for near-, mid-, and long-term actions; and funding
mechanisms, sources, and requirements.
1 ISRP, 2016. Conceptual Model of Watershed Hydrology, Surface Water and Groundwater
Interactions and Stream Ecology for the Russian River Watershed
Page 55
ATTACHMENT 6 SCHEDULE
A Gantt chart of the UVBGSP schedule is attached.
Page 56
Attachment 6‐ Schedule for Phase 2 of the Ukiah Valley Basin Groundwater Sustainability Plan Development
2018 2019 2020 2021
Task Start End Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2
1. Program Management and Client Coordination 4/2/2018 3/26/2021
2. Facilitation and Outreach 4/2/2018 3/26/2021
3. Maintain DMS, Develop Longs Term Strategy 4/2/2018 12/31/2018
4. Data Gap Analysis (100% complete)N/A
5. Monitoring Protocol Manual Development (100% complete) N/A
6. Historical and Current Conditions 4/2/2018 6/29/2018
7. Hydrogeologic Conceptual Model (HCM) 4/2/2018 6/29/2018
8. Historical Water Budget 4/2/2018 8/15/2018
9. Document HCM and Historical Water Budget 10/1/2018 3/31/2019
10. Develop Future Baseline Water Budget 4/6/2019 9/28/2019
11. MODFLOW Alternatives Evaluation 2/10/2020 8/15/2020
12. Develop Sustainability Goals & Measurable Objectives 4/2/2018 8/15/2018
13. Inventory and Review Plans, Projects, Programs and Policies 4/2/2018 8/15/2018
14. Review Groundwater & Resources Mngt Measures 10/1/2018 6/28/2019
15. Integrate Management Strategies, Define Alternatives 7/9/2019 12/31/2019
16. Financial Evaluation 10/1/2019 2/15/2020
17. Develop UVBGSP Implementation Plan 8/15/2020 10/9/2020
18. Prepare Administrative Draft, Public Draft and Final UVBGSP 10/16/2020 3/26/2021
2/20/1
Page 57
Ukiah Valley Basin Groundwater Sustainability Agency
Agenda Summary
Page 1 of 1
Item No.:6.b
Date:1/11/18
To:Board of Directors
Subject:Discussion and Possible Action Regarding Informational Presentation on the
Mendocino County Water Agency Proposition 1 Grant to Develop an Initial
Groundwater Sustainability Plan
Consent Agenda Regular Agenda Noticed Public Hearing
Summary:
The Mendocino County Water Agency was awarded a Proposition 1 Sustainable Groundwater
Planning Grant from the Department of Water Resources. The project started in September
2016. The Mendocino County Water Agency’s consultant LACO Associates will provide an
updated on the progress of the grant.
Recommended Action:
Receive the presentation on the County’s Proposition 1 Grant to develop an Initial Groundwater
Sustainability Plan.
Background:
On June 13 and November 9,2017, the Board received a presentation from the Mendocino
County Water Agency regarding the progress of the Proposition 1 Grant to Develop an Initial
Groundwater Sustainability Plan.
Fiscal Summary:N/A
Action: ___________________________________________________
Motion:_____________________ 2nd:__________________________
Ukiah Valley Basin Groundwater Sustainability Agency
Agenda Summary
Page 1 of 2
Item No.:6.c
Date:1/11/18
To:Board of Directors
Subject:Update on the Development of a Technical Advisory Committee Memorandum of
Understanding
Consent Agenda Regular Agenda Noticed Public Hearing
Summary:
Update the development of a Technical Advisory Committee (TAC)Memorandum of
Understanding (MOU)between the Agency, the Mendocino County Resource Conservation
District, Sonoma County Water Agency and the California Land Stewardship Institute.
Recommended Action:
Accept update on the development of a TAC MOU between the Agency, the Mendocino County
Resource Conservation District, Sonoma County Water Agency and the California Land
Stewardship Institute.
Background:
During the Ukiah Valley Basin Sustainable Groundwater Management Act Implementation
Formation Committee process the group discussed the creation of a TAC MOU. At the January
2017 meeting a working group (Tamara Alaniz, Jay Jasperse, Don Seymour, Patricia Hickey, and
Sarah Dukett) was convened to draft an MOU between the GSA and the members of the
Technical Advisory Committee members who are not representing GSA Directors (the
Mendocino County Resource Conservation District and Sonoma County Water Agency). At the
February meeting, the working group had agreed to submit a draft MOU framework to the
Formation Committee for consideration.At the March meeting, the formation committee
discussed the framework and provided feedback.
On July 13, 2017, the Board of Director approved adding the California Land Stewardship
Institute to the Technical Advisory Committee. On August 10, 2017, the Board directed to bring
back an item to discuss the development of the TAC MOU.
Ukiah Valley Basin Groundwater Sustainability Agency
Agenda Summary
Page 2 of 2
On September 14, 2017, the Board created a TAC MOU working group consisting of: Director
White, Tamara Alaniz,Don Seymour, Sarah Dukett, Patty Madigan and Laurel Marcus. On
October 4, 2017, the working group met to further refine the framework and MOU development.
On November 9, 2017, the Board approved the draft MOU framework and directed staff to work
with Sonoma County Water Agency on drafting an MOU agreement.
Fiscal Summary:N/A
Action: ___________________________________________________
Motion:_____________________ 2nd:__________________________