HomeMy WebLinkAboutMINUTES - 04082008 - C.24 I
I
I
TO: BOARD OF SUPERVISORS, ASIGOVERNING
Contra
4s'BOARD OF THE FLOOD CONTROL & WATER
_ ,,
,CONSERVATION DISTRICT I o? : - � _ �;< Costa
I "t`
FROM: JULIA R. BUEREN, CHIEF ENGINEER County
coo.
DATE: April 8, 2008
I
I
SUBJECT: Tetra Tech Inc. Agreement to Update Multi-Jurisdictional Hazard Mitigation Plan for Flood and
Earthquake, Countywide. (75% FEMA Grant and 251/o Flood Control District Funds) (All Districts)
Project No. 7505-6178227
SPP(-1FK.:REQUFST(S)OR RECOMMENDATION(S)1.B.AC:K( ROUND.AND.IUSTIFICATION
I
RECOMMENDED ACTION:
I
APPROVE and AUTHORIZE the Chair,Board of Supervisors, as governing board of the Flood Control & Water
Conservation District, to execute a consulting services agreement with Tetra Tech Inc. to update the multi-
jurisdictional County Local Hazard Mitigation Plan for flooding and earthquake hazard risks utilizing the new
FEMA flood hazard mapping, for the period
beginning April 1, 2008, through December 31, 2009, Countywide.
I
I
I
I
I
I
I
CONTINUED ON ATTACHMENT- ❑x ; SIGNATUIZI
RF.CO�1\IE\DA1lOV OF COUNTI'AUiN•IINIS'I'RATOR R , .ONINIE:NDA"Il0\ BOARD C�
APPROVE OTHER I
I
i
SIGNATURE(S):
i
� � �lflQ
ACTION O1 130:\ U .N' O I APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS: I I HI;R1;BY CERTIFY THAT"PHIS IS A TRUF AND C:ORRLC:I
COPY OF AN ACTION 'IAKFN AND ENTERED ON
x UNANIMOUS(ABSENT � ) MINUTES 017 THE BOARD OF SUPERVISORS ON THE
(7--'
APES: DATE SHOWN.
ES: �
ABSENT: AF STAIN: I
Contact: Rich Licrly(925-3,11-2348)
Fldl.•tl\Board Ordcrs 2005 Omward`2003 BOA:rctraTech Agreement BO 4-08- ATTESTED
08.doc b/ aid
.101 IN CU I_EN,C:1..1:RK OF THE BOARD OF
SUPERVISORS
cc: CAO
PUNIC Works:
Circe Cnnnaughlon.Flood Control Division
Rich Lierly,Flood Control Division I BY: DUITF),
I
I
I
I
I
SUBJECT: Tetra Tech Inc. Agreement to Update Multi-Jurisdictional Hazard Mitigation Plan for Flood and
Earthquake, Countywide. (75%FEMA Grant and 25%Flood Control District Funds)(All Districts)
Project No. 7505-6F8227
DATE: April 8, 2008
PAGE: 2 of 2
I
I
FISCAL IMPACT:
There is no impact to the County General Fundl This project is fiinded by FEMA(75%) and Flood Control District
(25%) hinds.
i
REASONS FOR RECOMMENDATIONS IND BACKGROUND:
On August 10, 2007, the Governors Office of Emergency Services,Hazard Mitigation Branch, roti fed the Public
Works Director that FEMA selected the County Hazard Mitigation grant for funding. The perforniance period ends
July 24, 2010. The grant total is $224,998 ofIwhich FEMA will fiind 75%.
I
The Consultant will update the flood and earthquake sections of the Contra Costa Counties local hazard mitigation
plan (LHMP). The Disaster Mitigation Act o,1f 2000 (DMA 2000) encourages and rewards agencies who do pre-
disaster planning, which promotes sustainability with the overall goal of the strengthening statewide hazard
mitigation program. This enhanced planning approach enables local governments to articulate accurate and specific
needs for hazard mitigation, resulting in faster more efficient allocation of funding and more effective risk reduction
projects.
Since the indemnity clause of the ConsultantlAgreement is not the standard, the County Counsel's office requested
that the Board of Supervisors be made aware hof the changes. The changes have been approved by the Public Works
Director and the County Risk Manager. They are as follows:
1. Indemnification Paragraph 18 (Indemnification) of the General Conditions is hereby modified as
follows:
Contractor shall defend, indemnify, save, and hold harmless County and its officers and employees
fi-om any and all claims, costs and liability for any damages, sickness, death, or injury to person(s) or
property, ineludin damages,from any cause whatsoever arising
directly or indirectly from or connected with the operations or services or negligent acts, errors, or
omissions of Contractor or its agents, servants,employees or subcontractors hereunder,save and except
claims or litigation arising through the-sole negligence or—sole willful misconduct of County or its
officers or employees, or agents of County. Contractor will reimburse County for any expenditures,
including reasonable attorneys' fees, County may make by reason of the matters that are the subject of
this indemnification, and, if requested by County, will defend any claims or litigation to which this
indemnification provision applies at the sole cost and expense of Contractor.
I
CONSEQUENCES OF NEGATIVE ACTION:
I
If the Tetra Tech Inc. Agreement is not approved, the FEMA funds will not be used.
I
I
I
I
Contra Costa County STANDARD CONTRACT Number -
Standard Form L-1 (Purchase hof Services-Long Form) Fund/Org#
Revised 2002 Account #
Other # r '
1. Contract Identification.
Department: Public Works Department-(Flood Control District
Subject: Update Flood and Earthquake Sections of the County Local Hazzard Mitigation Plan
;2. Parties. The County of Contra Costa, Calilfornia(County),for its Department named above,and the following
named Contractor mutually agree and promise as follows:
Contractor: Tetra Tech, Incorporated
Capacity: Consultant
Address: 90 South Blackwood Ave. Eagle, Id 83616
3. Term. The effective date of this Contract is April 1, 2008. It terminates on 12/31/2009 unless sooner
terminated as provided herein. I
. to Contract Payment Limit. County's total payments or under this Contract shall not exceed
$ 170,000.00.
5. County's Obligations. County shall make to the Contractor those payments described in the Payment
Provisions attached hereto which are incorporated herein by reference,subject to all the terms and conditions
contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the
Service Plan attached hereto which is incorporated herein by reference,subject to all the terms and conditions
contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions
(if any) attached hereto, which are incorporated herein by reference.
8. Proiect. This Contract implements i I whole or in part the following described Project, the application and
approval documents of which are incorporated herein by reference:
Not Applicable
L-1 (Page 1 of 2)
Contra Costa County STANDARD CONTRACT Number Contra Co
Standard Form L-1 (Purchase of Services-Long Form)
Revised 2002
I
I
I
I
.9. Legal Authority. This Contract is entered into under and subject to the following legal authorities:
Contra Costa County Flood Control and Water Conservation District Act as enacted by Chapter 565 of the
Statutes of 1992 I
I
I
10. Signatures. These signatures attest the parties' agreement hereto:
I
j
COUNTY OF CI ONTRA COSTA. CALIFORNIA
'
I
I
I
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
I
I
I
I
I
I
By a4A By
Cha' than/Designee I Deputy
I
! CONTRACTOR
I
I
i
Name of bu ' ss ty� r ET R�} T1=C1, I N C• Na o usiness entity I Tl�C f� , I n(C.
By / rJ
By K .
(Signature of individual or officer) ( .
I
TOHt\,l All `CaLEN N
I
(Print name and title A, if applicable) I (Print name and title B, if applicable)
I
Note to Contractor: For Corporations(profit or nonprofit), the contract must be signed by two officers. Signature A must be that of the
president or vice-president and Signature li.must be&t of the secretary or assistant secretary(Civil Code Section 1190 and Corporations
Code Section.313). All signatures must be acknowledged as set forth on Form 1,2.
I
i
I
I
I _
FORM APP
S!LVANO B. C
IBy Deputy --
I
I
I
I
I
I
I
L-1 (Page 2 of 2)
I
I
I
I
I
i
I
Contra Costa County SERVICE PLAN OUTLINE Number
Standard Form L-3 (Purchase o f Services—Long Form)
Revised 2002
I
SERVICE PLAN
I
Tetra Tech Incorporated (Consultant)will update the flood and earthquake sections of the
Contra'Costa Counties local hazard mitigation plan (LHMP). The Disaster Mitigation Act
of 2000 (DMA 2000) encourages and rewards agencies who do pre-disaster planning
which promotes sustainability with j the overall goal of strengthening statewide hazard
mitigation program. This enhanced planning approach enables local governments to
articulate accurate and specific needs for hazard mitigation, resulting in faster more
efficient allocation of funding and more effective risk reduction projects.
The Scope of Work and proposal are attached which lists and identifies each item of
work and describes the process, service and level of work to be provided by the
consultant. The overall goal is to update the County LHMP thereby making grant
applications to FEMA more competitive and readily fundable. The project goals include;
Phase 1, Organize Resources; Phase 2, Risk Assignment; Phase 3, Public Involvement
Strategy; Phase 4, Develop the Mitigation Plan; Phase 5, Implementation; and Phase 6,
Project Management.
I
All work will be coordinated with Public Works and the Sheriffs Office of Emergency
Services. Public Works Flood Control District will direct the Consultants work. The
Consultant estimates approximately 1000 to 1200 hours will be needed to complete the
project at a cost not to exceed $176,000.
All work listed will be done in accordance with FEMA guidelines and under all local,
State and Federal guidelines, statutes, and/or regulations.
I
G:T-1dCtl\Bob\Hazzard Mid Grant\L-3 Tetral Tech I Service Plan.doc 2/27/08
I
I
I
I
I
I
I
Initials:
IContractor County Department
I -
L-3 (Page 1 of 1)
Contra Costa County j Number
Standard Form L-4
Revised 2002 SPECIAL CONDITIONS
(Purchase of Services - Long Form)
I
1. Indemnification Paragraph 18 (Indemnification) of the General Conditions is hereby
modified as follows:
Contractor shall defend, indemnify,Isave, and hold harmless County and its officers and
employees from any and all claims, costs and liability for any damages, sickness, death, or
injury to person(s) or property, damages,
from.
from.any cause whatsoever arising directly or indirectly from or connected with the
operations or services or negligentIlacts, errors, or omissions of Contractor or its agents,
servants, employees or subcontractors hereunder, save and except claims or litigation arising
through the-ole negligence or-sole1willful misconduct of County or its officers or
employees, or agents of County. Contractor will reimburse County for any expenditures,
including reasonable attorneys' fees, County may make by reason of the matters that are the
subject of this indemnification, anal, if requested by County, will defend any claims or
litigation to which this indemnification provision applies at the sole cost and expense of
Contractor.
I
I
2. Copyrights and Rights in Data JParagraph 25 (Copyrights and Rights in Data of the
General Conditions is hereby deleted in its entirety and replaced with the following
paragraph: I
All final designs, drawings, specifications, documents, and other work products
prepared by Consultant prior to completion or termination of this Agreement are
instruments of service for this project. Consultant will not be held liable for reuse
of documents,including documents on electronic media or of modifications thereof
by County or its representatives for any purpose other than the original intent of this
Agreement, without the prior written authorization of Consultant.
Material already in Consultant's'1possession, independently developed by Consultant
outside the scope of this contract or rightfully obtained by Consultant from third
parties shall belong to Consultant.
I
I
I
I
I
_ I
L-4 (Page 1 of 1)
I
I
I
I
Conti► Costa County GENERAL CONDITIONS
';buidard Form L-5 (Purchase lof Services - Long Form)
Revised 2003
I "
1. Compliance with Law. Contractor shall be subject to wid comply with all applicable federal,state incl local laws wid
regulations widh respect to its perforinwice under flus Contract, includiiig but not linited to, licensing, eniployinenta.rid
purchasing practices; and wages, hours and conditi�iis of employment, including non discrinuination.
2. Inspect Conti Factor's perfonnnwnce, place)of business and records pertaiahing to this Contract are subject. to
monitoring,Inspection,review and audit by autionzed representatives of the County,die State of Califonua,and die United
Stites Government.
i
3. Records. Contractor shall keep wid make available for inspection wid copyiug by authorized representatives of die
County, die State of"California, wid die United States Goveniinneiit, die Contractor's regular business records and such
additional records pertaining to this Contract as array be required by die County.
I -
a. Retention of Records. Contractor slhalliretaii all documents pertaining to dais Contract for five years from die
(late of submission►of Contractor's fini-a.l payment deinwhid or final Cost Report;for any furter peniod dial is required
by law; ul until all lederal/state audits are complete plete and exceptions resolved for dais contract's funding peniod. Upon .
.
request, Contractor shall make these records available to authorized representatives of the County, die State of
Caliloriiia, and die United States Goveniineiit
I
I
l). Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861(v)(1) of die Social
Security !let., and w►y regulations promulgate() diereunder, Contractor sliall, upon written request incl until die
expiration of four years after die funaishiaglof services pursuant to dais Contract, make available to die County, die
Secret;i y of Heald►wxl Hllmwi Services,orldie Comptroller Gener 1,or why of tlieir duly audionizecl representatives,
dais Contract uid books,documents,ind.records of Contractor anecessary to certify die nature wid extent of all costs
wnl clhartes hereunder.
Furdier, if Contractor carries out wiy of the duties of dais Contract dirough a subcontract with a value or cost of
10,000 or more over a twelve-niondi period, such subcontract sliall contain a clause to die effect,that upon written
request anti until die expiration of lour years after the fiiniishing of services pursuant to such subcontract, die
subc•ontrutor shall snake available to diel County, die Secretary, die Comptroller General, or :nay of their duly
audiorized representatives,die subcontract1wul books,docaunents,wid records of tie subcontractor(necessary to verity
die nature wid extent of all costs and charges diereunder..
This spec i;il condition's ,11,in addition to any I rad all otier terms regarding die niailtenvice or retention of records under
I
dais Contract vac) is binding on die lieirs, successors, assigns and representatives of Contractor.
I
4. Reporting,Requirements. Pursuant.to Govenunent Code Section 7 550,Coiitractor shall include in gill documents or
written reports completed wid subnniued to County in accordwicc wide dais Contract,a separate section listing die numbers
wid dollar wnounts of all contracts wid subcoilitmas relating to die preparation of each such document or written report..
This section shall apply only if die payment limit under dhis Contract exceeds $5,000.
I
5. Termination and Cancellation.
a. Written Notice. This Contract may be terainma6d by either party,ii its sole discretion,upon thirty-day advw►ce
written notice thereof to the oilier, and may be cancelled iihiinecliately by written mutual consent.
I
I
I
l Lr5 (Page 1 of 6) i
I
I
C'onn-�l Costa County GENERAL CONDITIONS
Sbuulard Form Lr5 (Purchase i f Services - Long Form)
Revised 2003
b. Failure to Perform. County,upon written til tice to Contractor,may
immediately ternhn4ate tlls Contract should
C(intractor 141 to perlonn properly arty ol'its of)igations
hereunder. In die event of such termination, County may
proceed wide the work in arhy reasonable lhhaluher it chooses. The cost to County of completing Colltmctor's
pertornhance shall be deducted from ally sum due Contractor under this Contract,without prejudice to County's rights
to recover darmages.
C. Cessation of Funding. Not.widistanding Paiagrrhplh 5.a.above;uh die event drat federal,stage,or other non-County
funding for this Contract ceases, dhis Contract is tenninated without notice.
j
I
6. Entire Agreement. This Contract contains all die terns and conditions agreed upon by die parties. Except as
expressly provided lhereirh,hho odher understandilig,oral or otherwise,reg-ardilhg the subject matter of dus Contract shall be
deemed to exist or to bind any of the parties hereto.
I
I
7. Further Specifications for Operating Proceaures. Detailed specilications of operating procedures and budgets
required by diis Contract,uichulmg I)ut iiot.11llnte(1 to,molutoruig,evaluating,auditing,billing,or regulatory changes,may be
developed aihd set lorth in a written Informal Agreement between Contractor and County. Infornhal Agreements shall be
designa(ed as such aild shall not be aiiiendinellts tri this Contract except to die extent that dhey lurdher detail or clarify that
which is already required thereunder. Inforrril Agreements may not elhlarge in any lhl<aluher die scope of'this Contract.,
iiicludiug;uhy suihhs ol'inouey to be paid Contractor as provide(1 herein. Ilhfonhi d Agreeimeihts nhay be approved an(1 sighed
by the head ol'die county departrhhent for which this Contract is macre or its designee.
I
I
K. Modifications and Amendments. i
a. General Amendments. This Con i ct may be modified or alhhended by a written document. executexl by
Contractorarid the Contra Costa County Board of Supervisors or,after Board approval,by its designee,subject to any
required state or ledelal approval. lI
I
b. Administrative Amendments. Subject,to die Payment Limit,die Payment Provisions and die Service Plash inay be
auhhendecl by a written administrative annendIment executed by Contractor and die County Adinui nstrhtor(or designee),
subject to �uhy required state or federal approval, provided that such adnuliistrative amendment.may not materially
may
the Payment Provisions or the Service Plan.
9. Disputes. Disagreements between Countyiand Contractor conceniing die mewiilhg,requirements,or perlonnailm of
dhis Contract shall be subject to final written docnmihhation by the head of die county department for which this Contract is
made,or his designee,or iii accordance with die applicable procedures(if ashy)required by the state or leder-al govenunerit
10. Choice ol*Law and Personal Turisdiction.
a. This Contract is nhade in Contra Costa County ahul slhall be governed arh(1 construed in accordance widi the laws
of die State. of Caliibmia. I
I
I
b. Ashy action relating to this Contract sli<all be instituted arid prosecuted in die courts of Contra Costa County,State
of Califonua. I
L-5 (Page 2 of 6) i
I Initials:
I
Contractor County Dent.
I
I
Contra Costa County GENERAL CONDI'T'IONS
St<wdard Form 1,5 (Purchase of Services- Long Form)
Revised 2003
I •
11. Conformalice wide Federal and State Regulations and Laws. Should federal or state regulations or laws toucliillg upon
the subject of thus Contract be adopted Or revised during the term liereof,this Contract shall be deemed ainended to assure
conforniallce wide such federal or state requirenieli i.
12. No Waiver by County. Subject.to Paragraph 9! (Disputes)of these General Conditions,inspections or approvals,or
statements by wily Officer, agent or employee of County indicating Contractors perfornialice or ally part thereof complies
with die requirements of flus Contract,oracceplaince Of the whole Or airy part of said pertorikvnce,Or payments therefor,or
ally combination ol•these acts, sliall not relieve Colitractor's obligation to fulfill this Contract as prescribed; nor slia.11 die
County be thereby estopped from brungiing airy action for damages or enforcement arisuig from any failure to comply with
ally of die ternis alid conditions of dins Contrlct I
13. Subcontract.and Assignment. This Contractl1)ui(Is die heirs, successors, assigns and representatives of Contractor.
Prior written consent of the County Aclniiliistatoi or flus designee, subject to ally required state or feden d approval, is
required before the Contractor may enter into Subcontracts for any work contemplated under this Contract,or before die
Conlractor may assign this Contract or Ironies dui or to become due, by operation of law or otherwise.
14. Ilncfependent Cointractor Status. This Contract is by and between two independent.contractors and is not intended to
alul shall not be construed to create the relationship between tine parties of agent, servant, employee, partnership,joint
venture or association. i
15. Conflict~of Interest. Contactor,its officers;partners,associates,agents,mien employees,sliall not make,participate ul
making,or iii any way attempt to use the position afforded them by thus Contract to influence airy governmental dCcisiou 111
wlllcli dicy kilow or have reasoIl to kilow they have a financial interest snider CallfOnlla Goveriunent.Code Sections 87100,
i
et Seq., or odlerwlse. I '
16. Confidentiality. Contractor agrees to comply alld to require its Officers,partners,associates,agents alld employees to
comply with all applicable slate or federal statutes or regulations respecting confidentiality,including but not limited to,the
identity of persons served under dais Contract, dleir records, or services provided tlielii, alicl assures drat:
a. All applications yid records coucerllillg;uly individual made or kept by Contractor orally public officer or agency
in connection wlfli die administration Of OT relating to services provided under flu's Conti-act will be confidential,alld
will not be open to examuiatloll for ally purpose not directly connected widi die adnnlliStrab011 Of SUCI1 Service.
b. No-person will publish Or disclose o i penult or cause to be published or disclosed,my listof persons receiving
services,except as may be required in die adiilinistration of such service. Contractor agrees to inform all employees,
agents quid partners of die above provisl ions, acid tliat any person knowuigly and intentionally disclosing such
information oflier dlall as audiorized by II w may be guilty of a inns leliiealior.
I .
17. Nondiscrimillat.ory Services. Contactorli agrees that all goods and services under dins Contact shall be available to all
qualified persons regardless of age, sex, race, religion, color, nation al ongni, edulic background, disability, or sexual
orientation, alien that none shall be used, in wl�lole Or in part, for religious worship or instruction.
I
18. Indemnification. Contractor sliall defend,indemnity,save,and mold harmless Countyand its officers and employees
from any and all ennuis,costs auncl liability for aiiy daniages, sickness, deadi, or injury to person(s) or property, includuig
widiout Ilnuta6oii all consequential daliiages,from any cause whatsoever arsuig directly Or liAlrectly from Or co nnected widl
i
1,5 (Page 3 of f) Ai--cm
Initials:
I
Contractor County DeDt.
I
I
Contra Costa County GENERAL CONDITIONS
Siuldard Forel Lr5 (Purchase bf Services -Long Form)
Revised 2003 I
I
alae operations or services of Contractor or its agents, servants, employees or subcontractors hereunder, save arid except
cl.ums or litigation arising tlu-ough tie sole negligence or sole willful misconduct of'County or its officers or employees.
Contractor will reimburse County for any expenditu Ics,including reasonable attonlcys•'fees,County may make by reason of
the matters that are die subject of this Indemnification, all(], if requested by County, will detend illy clainis or litigation to
which this indeminitication provision applies at.die Tole cost alld expense of'Contractor.
19. Insurannc:e. During die entire teen of this Conti ct alld any extension or modification thereof;Contractor shall keep in
effect insurallc e policies meeting die following ulsulailce requirements unless odhenvise expressed*ill die Special Conditions:
a. Liabilit Insurance. For all contracts where die total payment Brant of die contract is$500,000 or less,Contractor
shall provide comprehensive liability hisurall.e, uhcluding coverage for owned and non-owned automobiles, wide a
illiniiliuni combined simigle limit coverage of$500,000 for all dainages,including coilsequeiidal damages,due to bodily
injury, sickness or disease, or deadl to airy person or dainage to or destruction of property, uncludiing die loss of use
tliereol; arising bona each occurrence. Sucll insti mice sliall be endorsed to include County alid its officers yid
employees as additional ilhsureds as to all services perlonned by Contr-actor.under this agreement. Said policies shall
constitute primary insuruuc as to County,die state alid federal governments,and dleir officers,agents,mid employees,
so that.odler insurance policies held by tienl!or their self insurance programli(s) sliall not be required to contribute to
;uly loss covered under Coiitractorall
s instiri e policy or policies. For all contracts where dlc total payment limit is
above $500,000, die alorementioned nlsuruice coverage to be provided by Contractor shall have a mlilnlluill
combined single limit coverage 01',$1,000,000,alul Contractor sliall be required to provide Colulty with a copy of die
endorsement slaking tie County aura additional insured on all general liability, worker's compensation, when, 11'
applicable,all professional liability ilisurailcel policies as required llereul no later tialn the effective date ol'dus Contract.
b. Workers'Compensation. Contractor Ilnall provide workers'compensation insurance coverage for its employees.
C. Certificate of Insurance. The Coutmictor shall provide die County wide(a)certilicale(s)of insurance cvidencu '
liability and workers compensation unsurulce as required herein no later thin die effective date of this Contract Ifd►c
Contractor should renew the insurance policy(ies)or acquire cidier a new ulsurallce policy(ies)or almend die coverage
afforded through aih endorsement to die policy at.aiiy time duruig die tern of dais Contract, then Contractor sliall
provide (a) current certificate(s) of unsuru ic e.
d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for
darty (30) clays written notice to County b�fore cancellation or material change of'die above specified coverage.
I
20. Notices. All notices provided for by dais Contract shall be un writing aii(1 may be delivered by deposit in the United
States imil, postage prepmid. Notices to County sliall be addressed to the lieacl of die county department for which this
Contract.is macre. Notices to Contractor shallibe addressed to die Contractors address designated herein. The effective
(late of notice shall be die(late of deposit.in diee snails or of'other delivery,except that die effective date of notice to County
sliall be die date of receipt.by the lieacl of'die county department for wlielh dais Contract is macre.
I
21. Primacy of'General Conditions. Except.for Special Conditions wlicln expressly supersede General Conditions, die
I
Special Conditions (if aihy) alld Service Phui clo not limit arty tens of die General Conditions.
I
I
L,5 (Page 4 of G) "a
Initials:
Contractor County Dent.
I
i
Contra Costa County GENERAL CONDITIONS
Siwilard Fonii Lr5 (Purchase of Services - Long Form)
Revised 2003
I
22. Nonrcuewal. Contractor uuderstuids and agrees that there is no representation,unplication,or understaihding that die
services provided by Contractor wider this Contract will be purchased by County under a new contract following expiration
i
or termination of this Contract, mid waives all rights or clunes to notice or hearing respecting ally fvlure to.cointirnue
purchasing all or aiy such services from Contractor.)
23. Possessory Iinterest. If flus Contract results in Contractor having possession of,claun or right to the possession of land
or improvements,but.does not.vest.ownership of tielland or uriproveniehnts in die sone person,or if•tus Contract results un
the placenncrht of fixable improvements on tax exempt land (Revenue &Taxation Code Secdonn 107), such interest or
improvements may represent a possessory interest subject to property tax,and Contractor may be subject to the payment of
property taxes levied ori such interest. Contractoragrees that dais provision complies with die notice requirements of'
Revenue&Taxation Code Section 107.6,and waiv is Al nights to further notice or to clanages under dhator any comparable
statute.
24. No rl'lhird-Party Beneficiaries. Notwidhstaili IIig mutual recogiution that services wider flus Contract may provide some
aid or assist;unce to members of the County's population, it is not die intention of either County or Contractor that such
individuals occupy die position of intended dune-party beneficiaries of the obligations assumed by eidier party to this
Corntract
I
25. Copyrights and Rights in Data. Contractors shall not publish or transfer any iiiaterials produced or resulting from
activities supported by this agreement widiout tre express written consent of die County Adniiiustrator. if any material is .
subject to copyright, County reserves die right to)copyright, ;uxl Contractor agrees not.to copyright., such material. If die
material is copyrighted,County reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish,and use
such materials, ill whole or 'ill part, ail to authorize others to do so..
26. Endorsements. Contractor slia11 not.ill itsI Icapacity as a contractor widi Contra Costa County publicly endorse or
oppose die use of any particular brand inure or connnerci-al product without die prior approval of die Board ol•Supervisors.
In its County contractor capacity, Contractor shall not publicly attribute quall6es or lack of•quAides to a particular bruid
none or commercial product un die absence of)a.well-establislhed ail widely accepted scientific basis for such claims or
widhoi.it tlhe prior approval oldie Boad of•Supervisors. In its County ,contractor capacity,Contractor shallnot partjcipate or
appear in any commercially produced advcrtiseriients designed to promote a particular brand none or conunercial product,
even 11' Contractor is not publicly endorsing alproduct, as long as die Contractors presence in die advertisement can
reasonably be Interpreted as an endorsement.of die productby or ori heltafl•of Contra Costa County. Notwidnstwiduig die
foregoing,Contractor may express its views oat products to other contractors,die Board of•Supervisors,County oflicers,or
odhers who may be audiirir_ecd by die Boardof Supervisors or by law to receive such views.
I
27. Required AudiL (A) Il'Contractor is fun deet by$500,000 or more ill federal grant fluids inn any fiscal year ending
alter December 31, 2003 from any source, Contractor sli<•dl provide to County at.Contractor's expense all audit
conforming to die requirements set forth un tale most current version of Office of Management.aid Budget Circular A-
133. (B) If Contractor is funded by less diaih $500,000 uh federal grunt funds in any fiscal year ending after December
31, 2003 from any source, but such grant undioses specific audit requirements; Contractor sliall provide to County air
audit conforming to those requircnients. (C)IIf Contractor is funded by less dhan $500,000 in federal grant funds nh any
fiscal year ending alter December 31, 2003 froth airy source, Contractor is exempt from federal audit requirements for
tial.year, however, Contractor's records must. be available for and air audit may be required by, appropriate officials of
die lederhl awarding agency, die General Accounting Office (GAO), die pass-dirough entity and/or the County. If•arhy
j L-5 (Page 5 of 6)
I Initials:
Contractor County Dent.
i
Contra Costa County GENERAL CONDITIONS
Standard Form Lr5 (Purchase of Services - Long Form)
Revised 2003
such audit is required, Contractor shall provide Coulaty Willi such audit. Widi respect to the audits specified ii►(A.), (13)
and (C) above, Contractor is solely responsible for airuigiug Cor the conduct of the audit, and for its cost. County may
widahold die estimated cost of'die audit.or 10 percent of the contract amount, whichever is larger, or alae final payment.,
from Contractor until County receives die audit lror Ia Contractor.
I
28. Audiorization. Contractor, or die represent<�ative(s) signing flus Contract on behalf of Contractor, represents quad
warrants that it.has Bill power wad authority to enter Tinto this Contract and perforin die obligations herein.
I
I
i
i
i
I .
Lr5 (Page 6 of 6) '����(
Initials:
i
Contractor County Dent.
i
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
' I
Contra Costa County Natural Hazard Mitigation Plan-Update
In this scope of work (SOW) Tetra Tech Inc. Infrastructure Group (CONSULTANT) will
prepare an update of the Contra Costa County Local Hazard Mitigation Plan pursuant to
the requirements of the Disaster Mitigation Act (Public Law 106-390). The principal
objective of this project is to submit an updated plan to CAOES and FEMA Region IX
that will meet FEMA's criteria for updates to local hazard mitigation plans and thus
provide a new DMA eligibility window for Contra Costa County and its planning partners.
The work tasks identified are 11to be completed within a14-month period. The tasks are
broken down into 6 primary phases with tasks and deliverables identified under each
phase. One of the primary objectives of this project will be to provide DMA compliance
for all planning partners that participate in this process. This project has been laid out
so that tasks that are essential to DMA compliance can be differentiated from task that'
exceed DMA criteria that offer other tangible benefits such as Community Rating
System (CRS) eligibility and other grant program eligibility such as,the Flood Mitigation
Assistance Grant Program (FMA).
I
PhasW0NiOwkesodmes
The primary objective for this phase is to identify all resources within a defined planning
area that can be utilized through a facilitated planning effort to mitigate the probable
impacts of natural hazards. Working with Contra Costa County Flood Control and Water
Conservation District (District) District personnel, CONSULTANT will'assist in identifying
additional jurisdictions within the planning area to be incorporated into this planning
process. All eligible local governments as defined under section 201.2, of 44 CFR within
the operational area will be invited to participate in this process. By participating, these
local governments will either; 1) meet their initial planning requirements under the DMA,
or (2) meet the update requirements to their current local Hazard Mitigation Plan in
effect. All participating partners in this planning effort will be asked to formally commit to
this process by providing a "letter of intent" to participate that appoints a designated
point of contact, and commits the jurisdiction to the process. This commitment will be
based upon each partners) review and acceptance of "planning partner expectations"
that will be developed by the planning team.
Under this phase, the District will designate a lead project planner that will assume the
responsibility for elements; of the plan development process that fall outside those
elements described in this scope of work. The lead project planner will be the primary
point of contact for the coordination of this process with the planning partners.
Phase 1 will be broken !down in to 6 specific tasks that will identify measurable
deliverables for the consultant to provide that will meet the overall objectives of this
phase. Each task and the deliverables for each task are described as follows: -
Task 1A: Formation of the Planning Partnership: Under this task, CONSULTANT will
facilitate the assembly of a planning partnership within the Contra Costa County
Operational Area (OA). This will be accomplished via a "kick-off' meeting in which all
eligible local governments with the OA will be invited. The list of these local
governments will be provided by the District. CONSULTANT will send notice of this
G:IFIdCtABobViazzard Mid GrantlFCContract SOW-030308.doc
i
i
I
i
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
Kickoff meeting that announce date, time, location, and purpose. It has been assumed
that at a minimum, this will include: all incorporated Cities within the County including
those that participate in the CRS program and all eligible Special Purpose District's not
currently covered by a Hazard Mitigation Plan, The purpose of this kickoff meeting will
be the following: .
• Inform the audience of the process.
• Review the scope of Iwork..
• Outline planning partner expectations.
• Define the Planning Partnership.
I
• Obtain formal commitment from partnership.
• Identify potential members for Steering Committee
Task 1B: Hazard Mitigation Steering Committee (HMSC): Under this task, Consultant
will support the Lead Projecti Planner in the formation of a Steering Committee to
oversee the plan update process from start to finish. Under this task, it has been
assumed that the HMSC will meet once per month at a date and time to be determined,
during the plans development. For the purposes of the SOW, it has been assumed that
this will be no more that 12 meetings. This support shall include:
• Guidance on makelup of committee
• Drafting of Steering Committee "ground rules"
• Working with the lead project planner to develop agendas for each meeting
that will assure the,progress in the plan's development.
• The .HMSC. meetings will be lead by the CONSULTANT. Under this Task,
CONSULTANT will actively participate in all scheduled, determined on need
via coordination between the lead project planner and the CONSULTANT.
I
Task 1C: Plan review: The current LHMP in effect for Contra Costa County and many
of its planning partners is based on the regional planning effort sponsored by the
Association of Bay Area Governments (ABAG). The intention of this ABAG effort was to
establish a "baseline" foundation for hazard mitigation within the San. Francisco Bay
Area by providing tools and templates for local governments to use in developing plans
pursuant to the Disaster Mitigation Act. Under this task, the HMSC and the Planning
Team will review each qualifying plan for each committed planning partner to identify all
portions of the plan(s) that (a) need updated due changes in applicability; or (b) need to
be enhance due to the existence of new data, technology or tools and (c) need to be
enhanced to be more applicable to each local government within Contra Costa county.
Key areas of focus for this review shall be the, risk and vulnerability assessment, goals
and objectives, the Mitigation action plan, the plan maintenance section and an overall
review of the plans performance. The performance review will strive to answer the
following questions:
• What initiatives were completed during the performance period?
• What initiatives were not completed?
I
I
2
G:IFIdCtABob1Hazzard Mid GrantIFCContract SOW-030308.doc
V/i
i
I
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
• Why were those initiatives not completed?
• Have the Jurisdiction's capabilities changed since the initial plan's
development?
• Are there new actions that need to be considered?
• Are these actions consistent with the goals and objectives of the plan?
Task 113: Recommend/ Initiate) changes- Once the review has been completed, it is
anticipated that some of the identified changes will require action for the HMSC. For
example, were-the regional goals and objectives adequate for what the Contra Costa
County Coalition hopes to achieve ? If a goal or objective was found to not be applicable
to what this plan was striving tolachieve based on the performance review, a new goal
or objective will need to be identified using standardized goal setting techniques. Since
this effort will shift the focus of hazard mitigation from a "regional concept" to a more
defined "County concept" all facets of plan implementation and maintenance will have to
be revisited.
I
I
Task 1E: Coordination with Other Agencies. Under this task, CONSULTANT will
identify other agencies involved in hazard mitigation that may have an interest in this
effort to be invited to participate. The level of participation solicited will be determined
by the HMSC. At a minimum, this will include the neighboring Counties, FEMA Region
IX, and the California Department of Water Resources (DWR) and the California Office
of Emergency Services (CAOES). Consultant will prepare mailing list and e-mail lists of
all key agencies and provide to the Lead Project Planner, to assure that they are kept
apprised on all phases of the plans development. These agencies will also be provided
a copy of the draft plan for theirlreview and comment at the end of the planning process.
Also under this task, CONSULTANT will support the lead Project Planner in tracking the
progress of the plan's development for reporting to agencies that administer the grant
funding utilized for this process.)
I
Task 1F: Review of Programs: Under this task, CONSULTANT will provide the Lead
Project Planner a list of pertinent; studies, plans, reports and technical information that
are pertinent to the planning area to be utilized by the partnership in identifying their
capabilities to mitigate natural hazards. The purpose of this task will be to assure
compliance with section 201.6.b.3,44CFR. This list will be come a part of the template
created for each planning partni r discussed under phase 3.
Ph'ase:r2 RiskAssessmen.�
i
I .
Under this phase, CONSULTANT will assist the partnership in refining the
characteristics and potential consequences of the natural hazards that impact the
planning area and provide the planning partnership with a catalog of mitigation
alternatives specific to each hazard to consider when identifying their action plan. The '
ABAG effort did perform a regional risk assessment. This phase will be dedicated to
enhancing this regional risk assessment such that it is directly attributable to the risks
and vulnerabilities within Contra Costa County. Since this project is entails an update to
an original, "approved" plan, this phase will focus on those hazards impacted by the
i
3
G:IFOUABobVlazzard Mid GranNFCContract SOW-030308.doc
I
I
i
SCOPE OF WORK
I
LOCAL HAZARD MITIGATION PLAN UPDATE
FEMA protocol established for updating a local hazard mitigation plan. This protocol
stresses that a hazard section of a risk assessment must be updated if
• There has been occurrence of an event
• New data that can be use ld to gauge risk and vulnerability has been developed
• Or new tools that can better refine the degree of risk has become available to
the planning area
Based on these protocol, this (phase will primarily focus on updating the flood and
i Y
earthquake hazard sections of the risk assessment. The reasoning for this focus is; that
the New FEMA flood hazard i mapping for Contra Costa County through its map
modernization initiative could significantly impact the flood hazard risk assessment for
the planning area. Additionally„ since HAZUS will be the primary tool used to perform
this risk assessment, it only makes sense to update those other hazards for which
HAZUS can analyze, namely earthquake. It has been assumed that the other, "non-
HAZUS" hazards will not need updating because the FEMA update protocols are not
triggered under these hazards.
,
A thorough assessment of the iflood and earthquake hazards as well as the vulnerability
of the planning area to these hazards will be accomplished using the HAZUS-MH risk
assessment tool, benefit-cost! analysis tools and historical/local knowledge of past
occurrences. As a starting point, CONSULTANT will use any existing pertinent
documents identified under Phase 1, task F, the ABAG Risk Assessment and the
existing State Hazard Mitigation Plan, as the best available data to create the following
elements:
I
✓ Define a planning area'.
I
✓ A description of the type, location (map), and extent of the updated natural
hazards that can impaict the planning area.
✓ A description of the planning area's vulnerability to the updated hazards that
include an overall summary of the hazard and its impact on the planning area.
✓ The types and numbers of existing and future buildings, infrastructure, and
critical facilities located in the identified hazard areas.
✓ An estimate of the potential dollar losses to vulnerable structures in the studied
hazard areas.
✓ A general description of current land uses and development trends within the
planning area.
I
✓ A review of all identified National Flood Insurance Program (NFIP) repetitive loss
properties. This review will meet the section 503 requirements for repetitive loss
communities under the CRS program.
✓ For the flood hazard a review of all properties within the defined planning area
that have received flood insurance claims (in addition to those identified
repetitive loss properties).
4
G:IFIdCtABo61Hazzard Mid GranhFCContract SOW-030308.doc
i
I
I
i
i
I
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
I
I
Phase 2 will be broken down in to 4 specific tasks that will identify measurable
deliverables for the consultant to provide that will meet the overall objectives of this
phase. Each task and the deliverables for each task are described as follows:
Task 2A: HAZUS. The HAZUS j program will be utilized to produce risk assessment
results for the Earthquake and flood hazards. Under this Task, CONSULTANT will
perform the HAZUS analysis for these hazards specific to the planning area. The
HAZUS results will be broken I down by those planning partners that have permit
authority (the County and incorporated Cities),and cumulatively for the entire planning
area. COSULTANT shall provide the results of this analysis.in a user friendly format to
the HMSC for their review and approval. The level of the.HAZUS will be determined by
the availability/quality of local data available that can be incorporated into the HAZUS
model. Outputs from this task will include:
I
• Maps that illustrate extent and location of hazard areas.
• Review of past occurrences since the completion of the prior plan.
• The types and numbers of existing and future buildings, infrastructure, and
critical facilities located in the identified hazard areas for each scenario
event.
• Loss estimates for each scenario event for all residential, commercial,
industrial buildings and identified critical facilities within each hazard area.
• An analysis of identified, vulnerable critical facilities for each scenario event.
• An analysis of the estimated debris generated form each scenario event
A land use-analysis for each scenario event that includes a look at land with
potential for future i evelopment (i.e.: buildable lands analysis)
Task 2B: Risk Assessment for "non-HAZUS hazards: Under this task,
CONSULTANT shall "review"I the non-HAZUS hazard sections of the risk assessment
and make recommendations for future enhancements to those sections via the County's
update/annual review process. The deliverable under this task will be a written report
that outlines the recommended enhancements to those sections.
Task 2C: GIS Maps. Under this task, CONSULTANT will generate "GIS" based maps
that will illustrate the extent)and location of each hazard within the defined planning
area. Maps will also be generated for each planning partners with specifics to hazards
that they are vulnerable to b utilized in their jurisdictional annex to the plan.
i
Task 2D: Mitigation Catalog: Under this task, CONSULTANT will support the Lead
Project Planner in the facilitation of the development' of a catalog of mitigation
alternatives to be considered by the partnership in selecting actions to mitigate hazards.
Key to this task will be a Strengths, Weaknesses, Obstacles and Opportunities (SWOO)
session with the HMSC and the planning partnership. The purpose of this facilitated
session will be to identify! actions that will become the basis for the catalog of
alternatives. I
I
5
G:IFIMASobWazzard Mid GrantlFCContract SOW-030308.doc
i
i
i
i
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
i
Task 2E: Technical Feasibilityl Analysis- Under this task CONSULTANT, based on
direction from the District, will perform technical feasibility studies of problem areas
identified in the risk assessment to (a) provide a better gage of risk and vulnerability and
(b) identify feasible, cost-effective mitigation actions that will reduce the risk caused
from the problem. This task is will be implemented on an "as needed". basis determined
by the District.
Ptiase�3:'Pub:lic'Inv:o,I�ement�Strate"
Under this phase, CONSULTANT will work with the Lead Project Planner and the HMSC
to develop and implement a public involvement strategy that will meet the. statutory
requirements of Section 201.6, 44CFR, and also meet the requirements of the FMA and
CRS programs. Since the public outreach effort sponsored by the ABAG effort was
regional in scope, it has been assumed that this planning effort will need to develop a
new public involvement strategy that is specific to the Contra Costa County planning
area. Key to this task will be Ito utilize multiple media within the capabilities of the
partnership that will give the public multiple opportunities to provide comment on the
subject matter..This strategy will focus on 3 primary objectives:
1. Assess the public's perception of risk.
2. Assess the public's perception of vulnerability to those risks.
I
3. Identify possible mit igation.strategies that will be supported by the public.
It should be noted that the level of effort for this phase will be totally at the discretion of
the HMSC, the planning partnership and Contra Costa County Office of Emergency
Services. It should be noted that it is not the intent of this phase to establish "grass roots
level" outreach strategy typical utilized during initial plan development. This strategy will
focus on how to best share the revised/updated information with the public and thus
allow for the opportunity for public comment. It will also look at ways to strengthen the
public outreach components for other programs such as the Flood Mitigation Assistance
Grant Program (FMA) and the Community Rating System (CRS). The following tasks
are recommended components of a comprehensive public involvements strategy. that
meet or exceed the statutory, requirements specified under the Disaster mitigation Act.
However, these components will meet the requirements of the CRS and FMA programs,
thus maximizing the potential benefits to the county and its planning partners. Key
components of this phase are described in the following tasks.
Task 3A: Questionnaires-1 Under this task, CONSULTANT will develop a hazard
Mitigation questionnaire pertinent to issues within the planning area to gauge the
public's perception of risk, vulnerability and willingness to support mitigation initiatives.
This questionnaire will be disseminated primarily via what ever means are available
within the partnership. Eachl planning partner will be asked to make an effort to canvas
their geographic region, tol assure the data is not skewed regionally. This task will
include tabulation of the questionnaire responses and analysis of the results.
Task 3 B: Public Meetings- Under this task, CONSULTANT will support the Lead
Project Planner inthe facilitation of public meetings during the course of the plan update
process. Once again, the number of public meetings held during this process will be at
the discretion of the HMSC . Key to this task, will be to plan and schedule these
meetings such that their Iodation is regionally applicable to all planning partners, and are
advertised such that all residents within the planning area are given an opportunity to
6
G:IFIdCt11t3obVgazzard Mid GrantlFCContract SOW 030308.doc
i
i
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE .
comment on the plan. For the basis of the cost estimate for this task, it has been
assumed that there will be a minimum of 4 public meetings held during this update
process. Two(2) meetings will be held during the risk assessment phase to share
findings of the risk assessment and to gage the publics perception of risk. Additionally,
two (2) public meetings will be held once the draft plan has been assembled to give the
public an opportunity to comment on the plan. These meetings shall be held at locations
geographically accessible to allplanning partners. Once again., the objective of this
phase is to implement a strategy that will meet.the public outreach requirements for all
partners. To accomplish this objective, publicity of these meetings will need to be
county-wide utiAzing multiple media.
Task 3C: Website- Under this task, CONSULTANT will support the Lead Project
Planner in the preparation of alloutreach materials in a "web-friendly" format so that the
internet can be utilized as an outreach medium. This SOW assumes that the District or
its designee will establish and maintain a website with specifics to this planning process.
This website will be kept up to date.during the plan update process as a means to keep
the public apprised of plan development milestones.
Task 3D: Media releases- Under this task, CONSULTANT will support the lead project
Planner in preparation of press release materials via multiple media providing plan
update details and announcing;public meetings scheduled under task 3B.
I
Pl ase 4:: D.e elWt`e Miti`, io I a 'Ian
The principal object of this entire project is to submit an updated plan to CAOES and
FEMA Region IX that will meet FEMA's criteria for updates to local hazard mitigation
plans and thus provide a new DMA eligibility window for Contra Costa County and its
planning partners. Under this!phase, the planning team will assemble the updated plan
utilizing all updated or enhanced data generated in phases 1 through 3. It is anticipated
that the format of the current plan will need to be changed significantly in light of the
proposed changes to the risk!assessment portion of the, plan. The format and layout of
the updated plan will be determined by the planning team and approved by the HMSC.
Key elements to be addressed by this plan layout include:
• The plan shall describe the process used to review and analyze each section of
the plan. If the planning team or HMSC found that some sections of the plan
warranted an update;, and others did not, the process the team undertook to
make that determination shall be documented in the plan.
• The plan will provide,' a discussion on how the public was kept apprised of the
plan's actions during the initial performance period.
• The plan shall describe the need for changes to the risk assessment and what
changes were made in comparison to the initial plan. This would include any
changes to.exposure or probability of occurrence do to the occurrence of events
during the performa ice period.
• The plan shall illustrate any changes to Risk exposure due either to; (1)
successful mitigation projects, or (2) changes in land use due to annexation or
new development.
I '
I 7
GAFOCUIBoblHazzard Mid GrantlFCContract SOW-030308.doc
I
I
I
' I
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
• The plan shall illustrate dilly changes to the action plan and include explanation
of why/or why not actions were changed.
Y The plan shall identify the completed, deleted, or deferred actions or activities
from the previously approved plan as a benchmark for progress. Further, the
updated plan shall include in its evaluation and prioritization any new mitigation
actions identified since the previous plan
• The plan shall include an analysis of the prior plans schedule for monitoring,
evaluating and updating jthe plan worked, and make any recommendations for
changes to the plan maintenance process.
The tasks to be completed under this phase are as follows:.
I
Task 4A: Establish goals/objectives of the plan- Under this Task, CONSULTANT will
support the lead project planner in facilitating the selection of a guiding principal, goals
and objectives for the plan. These components identified in prior/existing plans of
planning partners will be reviewed to identify a consistent set of options applicable to
planning area and partnership. iTheselection of new goals and objectives will be made
by the HMSC, based on feed back received via the public involvement strategy, and
issues identified by the risk assessment. The primary goal of this task is to identify goals
and objectives that are measurable and are consistent with the needs and capabilities of
the entire planning area. The support provided by the CONSULTANT shall include:
• Example goal, objective, and guiding principal statements.
• Facilitation of goal setting, and objective identification meeting .
Task 413: Establish Prioritization schedule Action Plans. Under this task,
CONSULTANT work with the HMSC and the Lead Project Planner to develop a
prioritization schedule that will be utilized by all planning partners in the selection of their
mitigation action plan. The prioritization shall be established with a special emphasis on
estimated project costs versus the estimated project benefits. It is not the intent of the
law to require a detailed benefit/cost analysis when prioritizing initiatives. However,
some sort of costs versus benefits of a project must be taken into account to be
complaint with the requirements of section 201.6, 44CFR. Under this Task,
CONSULTNT will support the lead project planner in establishing a priority schedule that
includes:
• Categories that can be lassigned to each project's cost and benefits that are
reasonable measurable (ie: high, medium and low) to show ratios of 1.0 or higher.
Identify other measurablei elements to be considered when prioritizing an action (ie:
the number of goals and or objectives an action will meet).
• Identify funding options (ie grants, local sources. private sector sources)
• Create guidance package for planning partners on how to prioritize projects once
selected.
i
• Clearly identify whether initiative Will impact new or existing structures
Task 4C: Jurisdictional Annexes. Under this Task, CONSULTANT support the Lead
project Planner in the development of Jurisdictional Specific Annexes to be included in
I
I 8
G:IFIdCtABobWaaard Mid GranAFCContract SOW-030308.doc
1
i
I
i
SCOPE OF WORK
LOCAL HAZARD MITIGATION PLAN UPDATE
i
Volume II of the plan. The primary objective of this task is to prepare a DMA compliant
annex to the plan for all participating planning partners. The key to meeting this
objective is the participation of each planning partner as directed under their
"expectations" package for which they committed at the very beginning of the planning
process. The lead project planner or the CONSULTANT can not do this work for them.
By completing this task, each planning partner will be eligible to meet the "participation"
requirements mandated under section 201.6,44CFR. Under this task, CONSULTANT
will support the Lead Project Plai ner by providing the following:
• CONSULTANT will develop a template to be utilized by each planning partner to
complete the required information for DMA compliance. Two(2) template formats will
be created; one for municipalities and 1 for special purpose districts.
• Detailed instructions on the! completion of the templates will be prepared for each
type of template.
• CONSULTANT will hold a, 1/2 day (4 hour) training sessions for the planning
partners on how to complete the template. This session will be considered
"mandatory" for all planning ipartners participating in the process.
Task 4D: Author the updated plan text- Under this task, the draft updated plan will be
authored and assembled byi the planning team. Coordinating with the advisory
committee, the planning team will format the plan layout to meet the objectives
established for the update process. CONSULTANT will prepare a plan that will include
the following parameters: I
• A description of the planning process.
• A description of the public involvement campaign.
• A capability assessment that includes: an inventory of the planning areas missions,
programs and policies and, an analysis of the capability to carry them out.
• Illustrate goals of the plan
• A review of all possible !mitigation activities for each hazard including those not
recommended by the plan.
• Include an action plan that will target agencies/departments for implementation,
targeted time frame for completion and potential funding.
• A summary of how the pli n's progress will be monitored and establish a timeline for
progress reports and updates.
• Include "linkage" procedures to be followed by "non-participating" local governments
within the planning area that wish to "dock" to this plan after its completion..
• Identification of the process for incorporating the plans requirements into other
planning mechanisms with the planning area.
Task 4E: Technical edit/Format- Once the initial draft has been developed, the draft
plan will be submitted for altechnical/format edit to prepare the final draft plan that will
be presented to the public for their review and comment, and provided to WAEMD and
FEMA for pre-adoption review and approval.
I 9
GAFOCMBoblHazzard Mid GranAFCContract SOW-030308.doc
i
i
i
i
!
SCOPE OF WORK
LOCAL HAZARID MITIGATION PLAN UPDATE
Phase��Vi=jjlm"' lemee�tand'=Atlo"_t::ttiea ala
Once Phase 4 is complete, the Final Draft.Plan will be ready to present to the political
body. To meet the DMA requirements the governing body must adopt the Plan. Under
this phase, CONSULTANT will support the Lead Project Planner in the preparation and
presentation of the Plan to the political body for adoption. Phase IV will be broken down
in to - -specific tasks that will identify measurable deliverables for the consultant to
provide that will meet the overall Jobjectives of this phase. Each task and the deliverables
for each task are described as follows:
Task 5A: Complete plan Review Crosswalk: Under this task, CONSULTANT will
complete the plan review crosswalks to illustrate the plan's compliance with the
requirements of section 201.6,44CFR, The Flood Mitigation Assistance Grant Program
and the Community Rating System.
I
Task 5B: Pre-adoption Review request: Under this Task, CONSULTANT will prepare
and submit the draft plan to CAOES, and the Insurance Services Office to request their
pre-adoption review and comment on the draft plan.
Task 5C: Adoption Support: Once pre-adoption approval has be received from
CAOES, CONSULTANT will support the Lead project Planner in the adoption phase of
the planning process. This support will include the following:
I
• Sample resolutions for adoption
• Consultant will provide 2 (master hard copies of the completed plan and 2 "print-
ready" digital copies of the plan. This SOW has assumed that the District and/or its
planning partners will assume the responsibility for mass reproduction of the final
plan.
• Preparation of Power Point presentation to be utilized by the planning partners in
their presentations to their councils.
• Support the Lead Project Planner in the preparation for the public meeting(s) to
present the draft plan to the public for review and comment.
• Track the adoption status of all planning partners for final submittal and approval by
CAOES and FEMA region IX
I
Plisse-V_ ect'Mana etnen
This phase will be dedicated to billing and invoicing and overall project management
through completion of all phrases of the project. Also under this task, CONSULTANT will
support the lead Project Planner in tracking the progress. of the plan's development for
reporting to agencies that administer the grant funding.utilized for this process. This will
include tracking of participation of all planning partners and HMSC members to be
applies towards "in-kind" contributions towards the local match of the grant. In addition,
Consultant will prepare and file on behalf of the DISTRICT all quarterly progress reports
required by CAOES. There,'will be 2 principle tasks under this phase:
I
Task 6A: Billing and Invoicing: this task will be dedicated to administrative duties such
as tracking and preparing invoices.
10
G:IFIdCtABoblHazzard Mid GrantIFCContract SOW-030308.doc
i
i
I
i
SCOPE OF WORK
i
LOCAL HAZARD MITIGATION PLAN UPDATE
Task 613: Quarterly Progress reports: Under this task, Consultant will track the level of
effort for all planning partners to be applied to the "in-kind contribution" of the local
match under the terms of the Pre-Disaster Mitigation Planning Grant that is Funding this
effort. CONSULTANT will prepare and file on behalf of the DISTRICT all quarterly
progress reports required under the terms of the PDM grant by CAGES.
- •_... -- -- _ . .... -. �-Cosf�Estimat .
The estimated level of effort forithis Scope of Work is 964 man hours. The preliminary
cost estimate including reimbursable expenses is $170,000 (See attached Estimate of
Professional Services)
I
. i
• I
I
i
I
I
I
I
I
I
I
I
I
i
i
i
I
I
I
I
I
. I
I
I
i
i
I
I
I
11
G:IFIdCtABob1Hazzard Mid GranhFCContract SOW-030308.doc
i
I
I
I
►
Team Member Rate Table ����f Z 00$
e- e4 TPG .
Name Title I Bill Rate with overhead
Robert Flaner Project Manager $122
Carla Buriks Corporate QA/QC $120
Bill Bohn Lead GISMAZUS ► $120
I
Cynthia Carlstad Public Involvement/Hydrogeologist .$146
Greg Gaasland Technical Feasibility Analysis, Civil Engineer $145
Cara Murphy GISMAZUS Analyst $62
Dan Portman Technical Editor $93
Jonathan Raser Technical Advisor/QA-CSC $121
I
Tom Spangenberg Lead Technical Feasibility Analysis $126
Ed Whitford GIS/HAZUS Analyst I $91
Tracy Winjum Technical Feasibility Analysis, Civil Engineer $113
Sara Wrenn Public Involvement/Scientist $61
I
I
I
I
I
I
I
►
I
I
I
I
I
I
I
I
►
I
I
I
I
I
I
I
I
I
I
I
I
I
I .
I
I
i
I
I
►
I
i
n ��- Z _� �-mi C my �: -I-i 8 -i-1 -i �-i-i �••I -7 -i S �••1-i �••I �••1 -i -i-1 -i�i -i-i-1 -i -i -i "'-' n� �-�7
ma nma m,Pv, nm,a' � v�maQ mcnma mvnm >
nm
g5 � §.;
tz
.°� E o v ° g_ '�n W H •o$ E 3 C _ fD
4 a _
c
s
Ooa � I
e 2 y
N N N
tm
P
y M G
n a
- Y �
O '+1
I � o
q 6
� G
p C
O ,y
vN pp�� pp.. 00a^
C
N
w �
P
H pI 0 6
Q a N O 8 -
N I p Y
N v
=arNi "' I 9 •'
N
I •'
• Q I
� N N M H M M N N M M W N N U W .•
#-P
dNN w Jo �
C
z:
is A
N b
O O O O O i O coo O O 00 O 0000 .000.
J N A N A O N A b b J�u N N N N H w N N N N V N H� N ti•
W J
A
�..
N r N
U q r
tA
J O yO1�
W U J J a A U