Loading...
HomeMy WebLinkAboutCAP Contract Scope of Work Butte County Board of Supervisors Agenda Transmittal Subject: Department: Meeting Date Requested: Contact: Phone: Regular Agenda Consent Agenda Department Summary:(Information provided in this section will be included on the agenda. Attach explanatory memorandum and other background information as necessary). Fiscal Impact: Personnel Impact: Action Requested: Clerk of the Board Use Only Agenda Item: Administrative Office Review: 4.07 Development Services Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan December 11, 2012 Tim Snellings 538-6821 ✔ General Plan 2030 Conservation and Open Space Element Action COS-A1.1 requires the preparation of a Climate Action Plan (CAP). General Plan 2030 policies and actions provide a comprehensive framework for reducing Greenhouse Gas (GHG) emissions in the County.The CAP requirements under Action COS-A1.1 would assist California in meeting the GHG reduction goals for 2020 that is a requirement of State law and embodied in the Global Warming Solutions Act of 2006 (AB 32). Action COS-A1.1 would ensure that GHG emissions in Butte County would not contribute considerably to cumulative GHG emissions and associated climate change effects. Action COS-A1.1 is also identified under General Plan 2030 and the General Plan 2030 Final EIR requirement to mitigate environmental impacts under the California Environmental Quality Act (CEQA) for GHG emissions associated with the General Plan’s implementation. Development Services staff requests that the Board of Supervisors approve an agreement with Pacific Municipal Consultants (PMC) to prepare a CAP,and either an Addendum to the General Plan 2030 EIR or a Supplemental EIR, in an amount not-to-exceed $209,276. The not-to-exceed amount includes a contingency for three optional tasks as set forth under the PMC work program. The term of the agreement is from December 11, 2012 through June 30, 2014. An additional amount of $14,246 is required to provide for costs incurred by Development Services for other contractually-related expenses for a CAP. For fiscal year 2012-13 costs are estimated to be $173,957. $209,276 for the agreement with PMC and $14,246 for costs to the department in fulfilling the County's contracted responsibilities (facility rental, video recording of meetings, refreshments, display advertising, printing, cd production, agency fees (Fish & Wildlife and Clerk/Recorder) for a total of $223,522 covering two fiscal years. For fiscal year 2012-13 costs are estimated to be $173,957. The cost will be covered through General Fund Appropriations for Contingencies. Does not apply. 1. Approve the agreement and authorize the Chair to sign subject to review by County Counsel and the Auditor-Controller. 2. Approve a budget adjustment. Sang Kim, Deputy Chief Administrative Officer Balances of contract $52,431.50 and dept expenses $5746 for FY2013-14 shall be budgeted via the FY2013-14 budget process, along with any adjustments needed to reflect costs of actual expenses delivered in FY 2012-13. Admin Office Use Only: Date of Review/Approval:Reviewed and approved by: 4/5 Vote Required (Increases Overall Appropriations in a Fund or transfers from Contingencies):Yes _X_No ___ Use of Funds Recommended Appropriation Increase/(Decrease) Recommended Revenue Increase/(Decrease) Use of Fund Balance 0010 690010 580002 Appro. For Contingencies (173,957.00) 0010 440001 536 Professional & Specialized Svcs 173,957.00 TOTAL - - Source of Funds BUDGETARY ADJUSTMENT WORKSHEET Fund Budget Unit/ Cost Center Project #Account #Account Description Summary of Budget Adjustment: General Fund transfers to cover FY 2012-13 contract costs for County Climate Action Plan. Butte County Department of Development Services TIM SNELLINGS, DIRECTOR | PETE CALARCO, ASSISTANT DIRECTOR 7 County Center Drive Oroville, CA 95965 (530) 538-7601 Telephone (530) 538-7785 Facsimile www.buttecounty.net/dds www.buttegeneralplan.net December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 1 TO: Honorable Chair and Board of Supervisors FROM: Tim Snellings, Director Butte County Department of Development Services SUBJECT: Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction DATE: December 11, 2012 Department Summary General Plan 2030 Conservation and Open Space Element Action COS-A1.1 requires the preparation of a Climate Action Plan (CAP). General Plan 2030 policies and actions provide a comprehensive framework for reducing Greenhouse Gas (GHG) emissions in the County. The CAP requirements under Action COS-A1.1 would assist California in meeting the GHG reduction goals for 2020 that is a requirement of State law and embodied in the Global Warming Solutions Act of 2006 (AB 32). Action COS-A1.1 would ensure that GHG emissions in Butte County would not contribute considerably to cumulative GHG emissions and associated climate change effects. Action COS-A1.1 is also identified under General Plan 2030 and the General Plan 2030 Final EIR requirement to mitigate environmental impacts under the California Environmental Quality Act (CEQA) for GHG emissions associated with the General Plan’s implementation. Development Services staff requests that the Board of Supervisors approve an agreement with Pacific Municipal Consultants (PMC) to prepare a CAP, and either an Addendum to the General Plan 2030 EIR or a Supplemental EIR, in an amount not-to- exceed $209,276. The not-to-exceed amount includes a contingency for three optional tasks as set forth under the PMC work program. The term of the agreement is from December 11, 2012 through June 30, 2014. An additional amount of $14,246 is required to provide for costs incurred by Development Services for other contractually- related expenses for a CAP as shown below. For fiscal year 2012-13 costs are estimated to be $173,957. December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 2 Development Services Costs - CAP Item Cost Meeting Hall Rentals 500 Video Recording Meeting 1,000 Food/Refreshments 500 Display Ads 3,200 Printing 5,000 CD Duplication 1,000 Dept. Fish & Wildlife Fees 2,996 Clerk Recorder 50 Total 14,246.00 Actions Requested 1. Approve the agreement and authorize the Chair to sign subject to review by County Counsel and the Auditor-Controller. 2. Approve a budget adjustment. Background In accordance with Butte County General Plan 2030 Conservation and Safety Element Action COS-A1.1, set forth below, Butte County shall prepare, within one year of adoption of General Plan 2030, a Climate Action Plan (CAP), which, in combination with other existing policies and regulations by other agencies and business sectors of the economy, would reduce greenhouse gas (GHG) emissions in the County to a level that would comply with State guidelines. Conservation and Open Space Element Action COS-A1.1 is also identified under General Plan 2030 and the General Plan 2030 Final EIR as required as a means to mitigate environmental impacts under the California Environmental Quality Act (CEQA). Proposed General Plan 2030 policies and actions provide a comprehensive framework for reducing GHG emissions in the County. In particular, the Climate Action Plan requirements under Action COS-A1.1 would assist California in meeting the reduction goals for the year 2020 that are embodied in the Global Warming Solutions Act of 2006 (Assembly Bill 32), and would ensure that GHG emissions in Butte County would not contribute considerably to cumulative GHG emissions and associated climate change effects. December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 3 Development of a Climate Action Plan under General Plan 2030 COS-A1.1 Within one year of adoption of General Plan 2030, coordinate with regional agencies to develop a Climate Action Plan, which, in combination with other existing policies and regulations by other agencies and business sectors of the economy, would achieve reduction consistent with State guidelines using methodology deemed appropriate at the time of quantification. Include the following as components in the Climate Action Plan: a. Establish a detailed inventory of current (2006) GHG emissions in Butte County, including, but not limited to, residential, commercial, industrial and agricultural emissions. b. Forecast GHG emissions for areas within the jurisdictional control of the County for “business as usual” conditions in 2020. c. Identify methods to reduce GHG emissions to a level that would achieve reduction consistent with State guidelines at the time of quantification. d. Quantify the 2030 reductions in GHG emissions from the identified methods. e. Require monitoring and reporting of GHG emissions. f. Establish a schedule of actions for implementation through 2020. g. Identify funding sources for implementation through 2020. h. Identify a process to set a reduction goal for 2030 by 2020. i. Update the Climate Action Plan by 2020 to include reduction measures to achieve the adopted 2030 reduction goal. j. Develop a Climate Change Preparedness Plan that will prepare for the impacts of climate change on the County’s economic and natural ecosystems and promote a climate-resilient community. Butte County Sustainability Report A Sustainability Report prepared by County staff and reviewed by the Board of Supervisors on August 14, 2012, also recognized the importance of the preparation of CAP to address climate change and energy efficiency. The Sustainability Report states that ideas and policies established in General Plan 2030 can address the one aspect of climate change that is under human control – GHG emissions. To this end, General Plan 2030 identified a community-driven and collaboratively-created CAP as a key Action Item. The CAP is critical to taking the County’s commitment to sustainability to the next level by establishing a quantifiable GHG emissions reduction target and monitoring the County’s progress towards agreed- upon outcomes. The Sustainability Report also states that efforts to reduce GHG emissions can benefit Butte County’s economy. By using energy more efficiently, harnessing renewable energy to power our buildings, enhancing access to sustainable transportation modes, and recycling our waste, we can keep dollars in our local economy, create new green December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 4 jobs and improve community quality of life. Additionally these measures position the County to be more fiscally sound as traditional forms of energy becomes less available and more expensive to purchase. The Sustainability Report also points out that the same principles and approaches that will be developed through the CAP can apply to County operations. Actions to reduce the contribution of GHG emissions from Butte County operations must be taken as a matter of leadership and legal compliance. Selected Consultant Pacific Municipal Consultants (PMC) is a full-service multidisciplinary firm that serves public agencies throughout the western region of the United States. PMC consists of approximately 100 professionals working out of six primary offices, including an office located locally in Chico. PMC has a strong background in serving local municipalities including extensive work in the preparation of Climate Action Plans, including for Yolo, Contra Costa, Solano, San Mateo (Energy Efficiency Climate Action Plan) and San Luis Obispo (EnergyWise Plan) Counties. Key personnel from PMC who will manage the CAP process include Project Director Tammy Seale, Project Manager Jeff Henderson, Community Engagement Manager Nora De Cuir, and Senior Environmental Planner Scott Friend. PMC will also partner with specialized sub-consultants including Ascent Environmental, Inc., which provides a breadth of analytical knowledge concerning climate change and agriculture, and Fehr & Peers, which provides innovative transportation solutions with an emphasis on sustainability and energy efficiency. Scope of Work The Scope of Work was arrived at through the review of PMC’s original proposal and was refined through negotiations with Development Services staff. The Scope of Work provides the road map showing the various steps to be undertaken during the CAP process. PMC will coordinate with County staff to host up to two public open houses for County residents and businesses. Outreach will also take place to specific community groups particularly in the agriculture and conservation sectors. Community engagement is a key part of developing feasible emission reduction measures that reflects the needs of Butte County. The Scope of Work provides a detailed work program for the major tasks of the CAP process, including: 1. Climate Action Plan Organization and Format 2. Detailed inventory of Current GHG Emissions December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 5 3. Identify and Evaluate Emission Reduction Measures 4. Environmental Review (EIR Addendum or Supplemental EIR) 5. Community Engagement 6. Develop Administrative and Public Review Draft CAPs 7. Develop Final Action Plan 8. Meetings with Planning Commission and Board of Supervisors PMC also includes in their scope monitoring and reporting tools that will benefit County staff in the annual evaluation and tracking of emission reduction measures to track progress in reducing emissions, Vehicle Miles Traveled, waste, and energy and water use over time, highlighting successful programs and those needing improvement. State CEQA Guidelines Section 15183.5 allows jurisdictions to analyze and mitigate the significant effects of GHGs by adoption of a CAP for the reduction of GHG emissions. Once a CAP is adopted for Butte County, future individual development projects will only be required to prepare project-specific environmental documents, which may “tier” from the analysis and mitigation measures provided in the CAP. PMC’s scope of work will include tools and processes in the CAP that future project applicants can use to streamline environmental review and project processing. This will provide for more efficient permit processing with the potential to save time and money for projects deemed to be consistent with the CAP. Optional Tasks Included in the $209,276.00 not-to-exceed amount of the contract are three optional tasks set forth under the PMC proposal, shown below. Only Optional Task #1 is anticipated by County staff to be necessary, but the other two Optional Tasks are recommended for inclusion as discussed in more detail below. In order to provide funds for unanticipated expenses such as the need to hold additional community open houses ($4,540.00 each), staff meetings ($1,500.00 for each) and Board and Planning Commission meetings ($1840.00 for each), moneys may be used from the contingency budget provided for optional tasks. Base Contract Amount $156,991.00 1) Inventory of Local Government Actions $5,550.00 2) Trip Reduction Visualization Tool $16,730.00 3) Supplemental EIR $30,005.00 ________________________________________________ Total $209,276.00 Optional Task #1 consisting of an Inventory of Local Government Actions, would help to supplement the existing inventory that does not include County government operations. PMC will review the Sustainability Report provided to the Board of Supervisors concerning County operations and complete a baseline inventory of local government actions for 2006 and will forecast municipal emissions for 2020 and 2030. December 11, 2012 Board of Supervisors Meeting Contract Approval with Pacific Municipal Consultants for the Preparation of a Climate Action Plan Pursuant to General Plan Direction, Page 6 Development Services staff recommends the completion of this optional task to provide more complete information concerning the sustainability report and County government operations. Optional Task #2 regarding the Trip Reduction Visualization Tool calls for Fehr & Peers to prepare a quick-response tool for visually presenting travel and associated GHG reductions associated with various trip reduction strategies for use during public outreach meetings including changes to land use allocations. Staff does not anticipate this tool being necessary but recommends inclusion in the contract as an option to address any transportation issues that may come up during the process. Optional Task #3 provides for the preparation of a Supplemental EIR to address environmental review under CEQA. The existing strategy to prepare an Addendum to the General Plan EIR will adequately address compliance with CEQA. The Addendum will summarize impact conclusions under the General Plan EIR and document how CAP impacts are 1) adequately addressed in the General Plan EIR, 2) not peculiar to the project and, 3) mitigated by adopted standards. Staff does not anticipate the need to prepare a Supplemental EIR as proposed under this optional task but recommends inclusion in the contract should it become necessary to address CEQA issues. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 1 of 23 PROFESSIONAL SERVICE CONTRACT This Contract, dated as of the last date executed by the County of Butte is between the County of Butte, a political subdivision of the State of California, hereinafter referred to as “COUNTY”, and the professional service contractor indicated in the variable information table below, hereinafter referred to as “CONTRACTOR.” VARIABLE INFORMATION TABLE Term of This Contract (Complete Dates in Just One of the Following Three Rows) Term Begins Term Completion Date On Following Date Upon Execution On Following Date June 30, 2014 County Department Development Services Basis of Price (Do Not √ More Than One of the Following Four Blocks) Price $ Fixed Price Annual Price Monthly Price Hourly Rate Not-to-Exceed Price $209,276.00 √ if Reasonable Expenses are authorized in addition to Hourly Rate CONTRACTOR Contact Information COUNTY Contact Information CONTRACTOR PMC Project Manager Dan Breedon, Principal Planner Address 140 Independence Circle, Ste. C Address 7 County Center Drive City, State & ZIP Chico, CA 95973 City, State & ZIP Oroville, CA 95965 Telephone (530) 894-3469 Telephone (530) 538-7629 Facsimile (530) 894-6459 Facsimile WHEREAS, COUNTY, through the COUNTY Department identified above, desires to have work described in the Attachment II - Scope of Work performed; and WHEREAS, CONTRACTOR possesses the necessary qualifications to perform the work described herein; NOW THEREFORE BE IT AGREED between the parties to this Contract that this Contract is subject to the provisions contained in the following attachments, which are made a part of this Contract. Should there be any conflicts between this Contract and the attachments that are incorporated herein precedence shall first be given to the provisions of this Contract followed by the attachments, in descending order, as indicated below: Attachment III – Terms and Conditions (including Exhibit “A”) Attachment I – Insurance Requirements for Professional Service Contracts Attachment VI – Professional Credentials Attachment II – Scope of Work By signature below, the department head or his or her deputy certifies that no unauthorized alterations have been made to the Attachment III – “Terms and Conditions” and/or the Attachment I – “Standard Insurance Requirements.” Typed or Printed Name Signature Date This Contract and the above listed Attachments represent the entire undertaking between the parties. COUNTY CONTRACTOR By Date Date Steve Lambert, Chair of the Board of Supervisors PMC REVIEWED FOR FISCAL CONTROL, REVIEWED AS TO FORM SUBJECT TO BUDGETARY APPROPRIATION BRUCE S. ALPERT General Services Contracts Division BUTTE COUNTY COUNSEL By By Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 2 of 23 ATTACHMENT I INSURANCE REQUIREMENTS For Professional Services Contract Before the commencement of work, Contractor shall submit to County: (1) Certificates of Insurance for all relevant coverages listed in Section A below; (2) All Endorsements listed in Section B below; and (3) a “Declarations Page” listing the titles of all endorsements to the Commercial General Liability (CGL) policy. A. MINIMUM SCOPE LIMIT OF INSURANCE – Coverage shall be at least as broad as: 1.) Commercial General Liability. Insurance Services Office (ISO) “occurrence” form CG 00 01 12 07 CGL or equivalent on an “occurrence” basis, including bodily injury, property damage, contractual liability, medical expenses for any one person, personal and advertising injury, products-completed operations coverage and policy limits of no less than $1,000,000 per occurrence. If a general aggregate applies, either the general aggregate shall apply separately to this project/location or the general aggregate shall be twice the required occurrence limit. 2.) Automobile Liability Insurance. ISO form CA 0001 covering (any auto) Code 1 or if Contractor has no owned autos, hired (Code 8) and non-owned autos (Code 9), with limits no less than $250,000 per passenger and $500,000 for all passengers. (Not required if Contractor provides written verification he or she will not be using a vehicle to perform the scope of work described in the contract.) 3.) Workers’ Compensation Insurance. As required by the State of California with Statutory Limits and Employer’s Liability Insurance with limits of no less than $1,000,000 per accident for bodily injury and disease. (Not required if Contractor provides written verification he or she has no employees.) 4.) Professional Liability (Errors and Omissions) Insurance. (If applicable. See Note below.) Insurance appropriate to the Contractor’s profession with limits no less than $1,000,000 per claim, and $2,000,000 aggregate. (Note: Professional liability insurance coverage is normally required if the Contractor is providing a professional service regulated by the State. For example, insurance agents, professional architects and engineers, doctors, lawyers, nurses and certified public accountants. However, other professional Contractors not regulated by the State, such as computer or software designers, claims administrators, consultants, and others should also have professional liability insurance. If the contracted service requires “brain work, as opposed to “physical work”, then professional liability insurance will most likely be required.) If Contractor maintains higher limits than the minimums shown above, County shall be entitled to the higher limits. B. INSURANCE POLICY ENDORSEMENTS 1. The Commercial General Liability policy shall contain or be endorsed to contain the following: The County, its officers, officials, employees, and volunteers are covered as additional insured’s on the CGL policy with respect to liability arising out of work performed or operations performed on behalf of Contractor including materials, parts, or equipment furnished in connection with such work or operations. For any claims related to this contract, the Contractor’s insurance coverage shall be primary insurance as respects the County, its officers, employees and volunteers. Any insurance or self insurance maintained by the County, its officers, employees and volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 3 of 23 The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mall return receipt has been given to the County. (Note: We recommend contractor’s insurance carrier insert the language above into ISO form 20 10 11 85; or if that form is not available, later additions editions of ISO forms CG 20 10 and CG 20 37. We will also accept a Blanket Additional Insured Endorsement, as long as it provides coverage equal to coverages noted in Section A1 above and all items listed in Section B above.) 2. Workers’ Compensation Insurance. The Contractor’s Workers’ Compensation Insurance policy shall contain or be endorsed to contain a waiver of subrogation in favor of the County, for all work performed by Contractor, its employees, agents and subcontractors. C. OTHER INSURANCE PROVISIONS 1. Primary Coverage - For any claims related to this contract, Contractor’s insurance shall be primary insurance as respects the County, its officers, employees and volunteers. Any insurance or self insurance maintained by the County, its officers, employees and volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. However, Contractor’s insurance may contribute with other additional insureds providing primary insurance coverage for the same “occurrence”, offense, claim or suit. 2. Notice of Cancellation - Each insurance policy required above shall not be canceled, except after thirty (30) days’ prior written notice (10 days for non-payment) has been given to the County. 3. Waiver of Subrogation - Contractor hereby grants to County a waiver of any right to subrogation that an insurer of said Contractor may acquire against the County, by virtue of payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County received a waiver or endorsement from the insurer. 4. Deductibles and Self Insured Retentions - Any deductibles or self insured retentions must be declared and approved by the County. The County may require the Contractor to provide proof of ability to pay losses and related investigations, claims administration, and defense costs within the retention. 5. Acceptability of Insurance Carriers - Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A: VII, unless otherwise acceptable to County. (A.M. Best Ratings can be accessed over the internet for no cost at www.ambest.com). 6. Claims Made Policies If any of the required policies provide coverage on a claims-made basis then the following requirements must be met: a.) The Retroactive Date of the policy must be shown and must be before the contract or beginning of contract work. b) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract work. c) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase “extended reporting” coverage for a minimum of five (5) years after the completion of contract work. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 4 of 23 7. Verification of Coverage - Contractor shall furnish the County with: a) an original certificates of insurance, b) all amendatory endorsements or copies of applicable policy language effecting coverage required by Attachment I, c) a declarations page listing the title of all endorsements to the CGL policy; and d) a completed and signed “Insurance Agent Check List” attached hereto as Attachments 1A and 1B. All certificates, endorsements, CGL declaration page and Insurance Agent Checklist are to be received and approved by the County before the Contactor begins work under this contract. The County reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8. Subcontractors - Contractor will require and verify that all subcontractors maintain insurance meeting all the requirements stated herein or cover subcontractors under their insurance policies. Upon request, Contractor shall provide County proof that all subcontractors are covered by their own insurance or the Contractor’s insurance policies. 9. Special Risk or Circumstances - County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage or special circumstances. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 5 of 23 Attachment II Scope of Work Unless indicated otherwise herein, the CONTRACTOR shall furnish all labor, materials, transportation, supervision and management and pay all taxes required to complete the project described below: At August 1, 2013 prior to the end of the contract term an assessment may be made of the value of the professional services herein delineated and thus far received. At the conclusion of the assessment, it may be determined that the CONTRACTOR owes certain fulfillment and/or deliverables for which the remaining payments may be withheld up to 20% of the contract. The assessment may determine that there is additional work to be amended to this scope of work. In the event of an amendment, the CONTRACTOR shall be notified and the amendment submitted and duly authorized in accordance with COUNTY Policy and Procedure. Otherwise, pertaining to this contract’s scope of work it is the CONTRACTOR’s responsibility to remain within the term and amount of the contract. If the terms and/or conditions of this contract including the amounts, rates, time and/or duration are exceeded in any way without fully executed amendment, the CONTRACTOR may not be reimbursed. The remainder of this page is intentionally left blank. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 6 of 23 CLIMATE ACTION PLAN – SCOPE OF WORK Task No. Task Name/Description Deliverables County Responsibility Timeline 1 CLIMATE ACTION PLAN ORGANIZATION AND FORMAT Contractor shall develop an outline and format a document template for the County Climate Action Plan (CAP). Draft outline Up to three graphic layout concepts Provide comment/ feedback on the outline and graphic style 1/31/13 2 ESTABLISH DETAILED INVENTORY OF CURRENT GREENHOUSE GAS (GHG) EMISSIONS Contractor shall review the baseline inventories of (1) emissions associated with local government operations, and (2) emissions associated with all activities taking place within the community. 2A Review Existing Inventory and Prepare Forecasts Contractor shall review the 2006, 2020 and 2030 community-wide emissions inventories. Contractor shall verify and document accuracy and completeness of emissions allocations per source type. Contractor shall prepare business-as-usual forecasts that reflect recent and anticipated annexations and local benefits of statewide GHG reduction programs and regulations. Contractor’s subcontractor – Ascent shall prepare a comprehensive emissions inventory for the agriculture and forestry sector including quantification of emissions. This scope may be altered to be consistent with current California Air Resources Board (CARB) supported research associated with the quantification of agricultural-related emissions. Ascent shall develop a methodology to estimate GHG emissions generated by heavy-duty equipment and logging trucks in the forestry sector and prepare future year projections for agriculture and forestry sectors using trends in the distribution of crop types and overall amounts of agricultural land, in consultation with County (Agricultural Commissioner). Contractor’s subcontractor – Fehr & Peers shall provide origin-destination Vehicle Miles Traveled (VMT) estimates and forecasts by speed bin for a single base year (2006) and two horizon years (2020, 2030) using the Butte County travel demand model. VMT estimates shall be tabulated for up to five districts, including unincorporated Butte County, and cities of Biggs, Chico, Gridley and Oroville. Memo summarizing VMT estimates and forecasts. Memo summarizing peer review findings Provide data files and source information for the existing inventories. 2/28/13 2B Inventory Local Government Actions (Optional) – Contingency Budget Contractor shall review the Sustainability Report provided to the Board of Supervisors concerning county operations. Contractor shall complete a baseline inventory of local government actions for 2006 and shall forecast municipal emissions for 2020 and 2030. Memo summarizing municipal inventory and forecast results. Complete data collection forms, provide information for 2006 municipal operations 2/28/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 7 of 23 Task No. Task Name/Description Deliverables County Responsibility Timeline 2C Recommend Emissions Reduction Targets Contractor shall recommend feasibly GHG reduction targets that correspond to the emissions profiles identified in the inventory and forecasts. The targets shall reflect guidance from the General Plan, ARB, the Butte County Air Quality Management District, the AB 32 Guidelines and Scoping Plan, and CEA Guidelines Section 15183.5 and be aligned with transportation sector targets identified in the regional Sustainable Communities Strategy. Emission reduction target memo Work with Contractor to consider target options 2/28/13 3 IDENTIFY AND EVALUATE EMISSIONS REDUCTION MEASURES Contractor shall develop tailored emissions reduction and climate adaptation/resilience measures for the unincorporated county and for County operations. Contractor shall identify timelines, potential costs and financing mechanisms for each measure. Measures shall be designed to be implemented within the context of available financial and staff resources. 3A Develop Emissions Reduction Measures Contractor shall analyze the County’s General Plan policies and programs that reduce GHG emissions. Contractor shall identify additional feasible reduction measures for both community- wide and municipal activities addressing energy efficiency, renewable energy, land use/transportation, solid waste, agriculture and community engagement and outreach. Contractor’s subcontractor - Ascent shall develop measures for the agricultural and forestry sector, including measures addressing off-road equipment, irrigation pumps, fertilizer volatilization, lime and urea application, pesticide application, residue burning, rice field decomposition, and manure management, and enteric fermentation associated with livestock. Contractor’s subcontractor – Fehr & Peers shall provide input on the effectiveness of GHG reduction strategies involving transportation systems management (TSM) and transportation demand management (TDM) related to vehicle trip reduction. Fehr and Peers input may include participation in meetings, research or quantitative evaluation. Preliminary reduction measure matrix Review/confirm selection of preliminary reduction measures. 3/31/13 3B Evaluate Emissions Reduction Measures Following County’s review of the preliminary reduction measures, Contractor shall quantify the metric ton emissions reduction anticipated for reduction measures. Plan-level cost estimates shall be expressed using the relative implementation cost (low, medium, high) to the County based on research, public reports, comparable climate action plans or local estimates. Contractor shall identify secondary benefits that may accrue to each reduction measure. Quantified reduction measure matrix Review/confirm evaluation of recommended reduction measures 4/30/13 3C Prioritize Measures and Develop Implementation Timeline Contractor shall work with County to prioritize measures and develop an implementation timeline which allows the County to meet long-term emissions targets. Contractor shall develop action steps for each measure identifying performance metrics, responsible parties, and timeframes. Prioritized measures matrix with action steps Review/comment 6/30/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 8 of 23 Task No. Task Name/Description Deliverables County Responsibility Timeline 3D Develop Climate Change Resilience Strategies Contractor shall develop measures and actions to help County address impacts of climate change. These measures and actions shall be incorporated as a subsection of the CAP. Analysis of risk and vulnerability and development of strategies shall generally follow the outline presented in OPR’s Climate Change Adaptation Policy Guide, subject to task budget limitations. Preliminary and a revised matrix of resilience measures and actions Review/comment on resilience measures and actions 4/30/13 3E Develop Monitoring and Reporting Program Contractor shall develop a monitoring and reporting tool for County to use to monitor the annual progress toward achievement of the GHG reduction target. This tool shall identify major implementation milestones, the staff person assigned to report on the measures, progress and completion. Each proposed action shall include a description, intended start date, expected benefits and expected cost. Draft Microsoft Excel-based monitoring tool Draft Microsoft Excel-based monitoring tool Review/comment on draft monitoring tool 9/30/13 11/30/13 3F Report to County to Present Findings Contractor shall summarize the results of analyses and information completed in Task 3 in a report to County. Report summarizing Task 3 work products 4/30/13 3G Trip Reduction Visualization Tool (Optional) – Contingency Budget Contractor’s subcontractor – Fehr and Peers shall prepare a visual quick –response tool for presenting travel and associated GHG reductions associated with various trip reduction strategies for use during public outreach meetings to provide participants with a real-time understanding of how policy choices will affect GHG emissions. Strategies may include changes in land use allocation, TSM and TDM measures, and varying inputs related to transit service levels, and facilities to support increased pedestrian and bicycle travel. Draft and Final visualization tool Review and comment on visualization tool 4 ENVIRONMENTAL REVIEW (EIR (ENVIRONMENTAL IMPACT REPORT) ADDENDUM) Contractor shall prepare an addendum to the Butte County General Plan Final EIR as the California Environmental Quality Act (CEQA) compliance mechanism for the CAP. 4A Confirm CEQA Approach and Scope Upon completion of the prioritized CAP mitigation and resilience measures matrices, Contractor shall confirm that the approach to prepare an EIR Addendum for the proposed CAP is appropriate, or shall recommend preparation of a Supplemental Environmental Impact Report (SEIR). Brief memo confirming scope of the EIR Addendum or SEIR Review memo and confirm approach to CEQA analysis 4/30/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 9 of 23 Task No. Task Name/Description Deliverables County Responsibilities Timeline 4B Prepare Administrative Draft EIR Addendum Contractor shall prepare an Addendum to the Butte County General Plan 2030 Final EIR (General Plan EIR). The EIR Addendum shall consist of the following chapters and will include graphics and appendices as necessary. Introduction. The introduction shall summarize the proposed CAP and the relationship of the CAP to the General Plan and previous environmental analysis provided in the General Plan EIR. This section shall summarize why an addendum is the appropriate environmental review document, including citations to the State CEQA Guidelines and case law supporting the use of addendums. Project Description. The Project Description shall provide a concise summary of the CAP, including emissions inventories, reduction targets, reduction measures, and associated actions. The Project Description shall also identify GHG significance thresholds based on the CAP and anticipated review process on how this Addendum (in combination with the General Plan EIR) shall be used to streamline subsequent environmental review as provided under State CEQA Guidelines sections 15168, 15183, 15183.5, streamlining provisions under Senate Bills 375 and 226. Environmental Analysis. The Environmental Analysis chapter shall be organized by environmental issue area addressed in the General Plan EIR and associated CEQA findings. The analysis for each environmental issue area shall summarize the impact conclusions previously identified (including mitigation measures adopted as part of the General Plan approval) and evaluate how impacts associated with the adoption and implementation of the CAP are either: a) “adequately addressed” or b) “not peculiar to the project or the parcel”. The evaluation shall be supported by substantial evidence cited in the Addendum. Contractor’s subcontractor – Ascent shall provide analysis and discussion of GHG emissions, air quality, and noise impacts. Administrative Draft EIR Addendum Review/comment on Administrative Draft EIR Addendum 6/30/13 4C Prepare Public Draft EIR Addendum Upon receipt of County comments on the Administrative Draft Addendum, Contractor shall revise the document and prepare a revised Administrative Draft Addendum using revision marks for final County review. Upon receipt of final County comments, Contractor shall finalize the Public Draft Addendum. Public Draft EIR Addendum Publish and distribute Draft EIR Addendum 06/30/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 10 of 23 Task No. Task Name/Description Deliverables County Responsibilities Timeline 4D Prepare Response to Comments and Final EIR Addendum After completion of the Draft CAP and Draft Addendum, Contractor shall respond to comments received on the Addendum. If required, Contractor shall prepare a memorandum responding to comments received on the Public Draft Addendum. An administrative draft of the technical memorandum and Final Addendum shall be provided to County for review and comment. Contractor shall revise the documents and provide them using revision marks for final County approval. Upon final acceptance of the County, Contractor shall prepare the Final Addendum. Comment/response memo Administrative Final EIR Addendum Review/comment on response memo Admin Final EIR Addendum Publish and distribute Final EIR Addendum. 09/30/13 4E Prepare a Supplemental EIR (optional task) – Contingency Budget Should Contractor and County determine an SEIR is required, Contractor shall refine the environmental review tasks as appropriate. The SEIR shall be completed within the same time frame established for the Addendum, but shall require a supplemental work effort as identified in the project budget. Additional tasks include completion of a Notice of Preparation (NOP) and a scoping meeting, consideration of project alternatives, consideration of cumulative and growth- inducing impacts, a 45-day public review period, and preparation of a Mitigation Monitoring and Reporting Program (MMRP), CEQA Findings and a Statement of Overriding Considerations (SOC) (if required). NOP Scoping Meeting Admin Draft SEIR Draft SEIR Admin Final SEIR Final SEIR MMRP Findings/SOC Review/comment on administrative draft work products Publish and distribute public review draft and final work products Same time frame as for EIR Addend- um 5 COMMUNITY ENGAGEMENT Contractor’s approach is to engage the community to prepare a CAP that is publicly supported and economically feasible. A key component is to identify and work with local stakeholders to help define the scope and style of the CAP. 5A Targeted Stakeholder Events Contractor shall review the County’s list of identified stakeholders and advise the County regarding additional stakeholders. Contractor shall work with County to conduct up to three targeted stakeholder outreach events of the course of the project. Contractor shall meet with County to determine the desired techniques to engage smaller groups of stakeholders, and focus group interviews. Up to three targeted stakeholder events Identify key stakeholder events Attend stakeholder events to assist Contractor 2/1/13- 3/31/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 11 of 23 Task No. Task Name/Description Deliverables County Responsibilities Timeline 5B Project Promotions and Information Contractor shall provide one press release introducing the project and advertising community open houses. Contractor shall provide a project fact sheet to distribute during presentations to community groups. The fact sheet shall summarize the GHG inventory and forecasts, existing accomplishments, and future issues and opportunities. Press release Fact sheet Review draft content Distribute Press release and materials 4/30/13 5C Community Open Houses Contractor shall coordinate with County to host up to two public open houses for County residents and businesses. Contractor shall prepare a written approach that outlines the agenda, roles of participants and materials needed to conduct the open house. Contractor shall provide up to six large format posters and comment cards for each open house. Contractor shall summarize meeting results in electronic format no later than two weeks after each workshop. Up to two community open houses Large format posters Meeting results Identify open house locations Provide public notice Attend open houses to assist Contractor 4/30/13 8/31/13 6 DEVELOP ADMINISTRATIVE AND PUBLIC REVIEW DRAFT CLIMATE ACTION PLANS Contractor shall prepare a CAP that is user-friendly and focused on implementation. 6A Prepare Administrative Draft Cap Contractor shall prepare an Administrative Draft CAP using simple language, color, graphics and other features that make the document easy to read and accessible. The document shall convey reduction measures along with associated costs, benefits, implementation strategies, and forecasted reductions, incorporating a minimal amount of background information. Administrative Draft CAP Review and provide consolidated comments on Administrative Draft CAP 6/30/13 6B Prepare Public Review CAP Contractor shall meet with County to review comments on the Administrative Draft CAP. Contractor shall revise the Administrative Draft CAP to produce a Public Review Draft CAP. Public Review Draft CAP Circulate Public Review Draft CAP in tandem with CEQA documentation developed in Task 4 7/31/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 12 of 23 Task No. Task Name/Description Deliverables County Responsibilities Timeline 7 DEVELOP FINAL CLIMATE ACTION PLAN This task includes preparation of the Draft Final CAP for consideration by the Board of Supervisors and a Final CAP incorporating Board direction and comments. 7A Prepare Final Draft CAP Contractor shall meet with County to identify changes to the Public Review Draft CAP and incorporate these changes to produce a Final Draft CAP for consideration by the Board of Supervisors. Meeting with County Final Draft CAP Prepare consolidated comments on the Public Review Draft CAP 10/31/13 7B Prepare Final CAP Contractor shall incorporate Board of Supervisor comments and direction on the Final Draft CAP to produce a Final CAP. Final CAP Acceptance of Final CAP work product 11/30/13 8 MEETINGS AND PROJECT MANAGEMENT Contractor shall promote proactive communication and manage the project to a successful conclusion on time and on budget. 8A Kickoff Meeting with County Contractor shall coordinate with County to plan and participate in an initial project kickoff meeting to confirm project objectives, expectations, work program milestones, and schedules. Contractor’s project director and project manager shall attend the kickoff meeting Contractor’s subcontractors: Fehr & Peers and Ascent shall participate by teleconference Contractor shall provide an agenda and data collection questionnaires in support of the GHG inventory and CAP Contractor shall provide a meeting summary following the meeting Setup meeting, confirm attendance Provide initial background data 12/31/13 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 13 of 23 Task No. Task Name/Description Deliverables County Responsibilities Timeline 8B Additional Meetings with County Contractor shall attend two (2) additional coordination meetings with County beyond the kickoff meeting, and in addition to meetings identified in other tasks within this scope of work. The meetings shall be used to discuss proposed emission reduction and climate resiliency measures and evaluate selection criteria, and to plan for communitywide open houses. Two additional meetings with County Set up meeting and confirm attendance 2/28/13 5/31/13 8C Community Open Houses See Task 5C for description of communitywide open houses 04/30/13 08/31/13 8D Planning Commission Meeting – Draft CAP Contractor shall prepare a PowerPoint presentation and provide staff support for presentation of the Public Review Draft CAP and EIR Addendum to the County Planning Commission at a public hearing. Contractor’s subcontractors shall be available to attend on a time-and-materials basis. Contractor’s charges for meetings shall be adjusted down as appropriate when less than the maximum number of Contractor personnel, “a project manager and up to two Contractor staff” attend the hearings. Contractor’s project manager shall present documents and up to two Contractor staff shall attend the hearing PowerPoint presentation Review PowerPoint presentation Prepare staff report 9/30/13 8E Board of Supervisors Meeting – Final Draft CAP Contractor shall prepare a PowerPoint presentation and provide staff support for presentation of the Final Draft CAP and EIR Addendum to the County Board of Supervisors at a public hearing. Contractor’s subcontractors shall be available to attend on a time-and-materials basis. Contractor’s charges for meetings shall be adjusted down as appropriate when less than the maximum number of Contractor personnel, “a project manager and up to two Contractor staff” attend the hearings. Contractor’s project manager shall present documents and up to two Contractor staff shall attend the hearing PowerPoint presentation Review PowerPoint presentation Prepare staff report 11/30/13 8F Project Management Contractor shall provide project management and administrative services to track project progress, maintain schedule and budget, and respond to requests for information. Contractor’s project manager shall facilitate progress status conference calls every two weeks with County’s project manager. Other Contractor staff, and subcontractor staff shall attend as necessary. Biweekly (every two weeks) conference calls Participate in conference calls Biweekly Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 14 of 23 Transfer of Funds Contractor shall be authorized to transfer funds between subtasks under the same task, without prior County authorization. To move funds between tasks, requires written pre-authorization from County. To request a transfer between tasks Contractor shall submit a written request which addresses the need for the transfer, and the impact on the task(s) where funds are to be taken from. Contractor shall not perform work dependent upon the transfer of funds between tasks until Contractor receives the County’s written authorization. No transfers utilizing funds from tasks or subtasks identified as “contingency” are permitted to fund other non-contingency tasks or subtasks. Invoicing Contractor shall submit monthly invoices which identify charges per each subtask, the total per task, and the budget balance remaining per task. Any transfers between subtasks shall be identified. Detail shall be provided as to classification of positions, hourly rates and time charged with the associated costs. Expenses shall be itemized and copies of receipts and subcontractor invoices for services/expenses shall be submitted with invoices. Electronic Deliverables All documents delivered electronically shall be Microsoft Office Suite compatible. County shall accept delivery via CDs, email (if size permits), and/or file transfer protocol (FTP). Contractor’s Subcontractors Contractor is responsible for any and all obligations delegated to their subcontractors; such obligations are the obligations of the Contractor exclusively. Scope of Work The scope of work in this agreement is derived from the proposal submitted by Contractor. Should questions arise regarding the work scope, County and Contractor shall refer to the proposal submitted by Contractor (PMC County of Butte Climate Action Plan Proposal), which although not attached as a part of this agreement, is included by this reference to be a source document for reference as to the methodology, intent, and stated outcomes/deliverables. Contingency Funds Scope of Work tasks and subtasks identified as budgeted as “Contingency Funds” shall be only utilized at the discretion of County (2B, 3G, 4E and N/A). Use of these funds shall require written pre-approval from County. Contingency funds shall be authorized to fund work necessary to accomplish the development of a Climate Action Plan should work be needed as listed in the Scope of Work for “optional – Contingency budget” tasks, and/or for County requested additional Community Open Houses, Planning Commission or Board of Supervisor meetings. Funding for additional meetings and/or other tasks determined by County to be required to develop a County-approved Climate Action Plan, including those unforeseen but determined necessary by County shall be funded from the Contingency Funds and not require a formal amendment to this agreement unless the maximum amount of the agreement would be exceeded. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 15 of 23 PMC Climate Action Plan Budget Tasks Project Directo r Project Manag er Communit y Engageme nt Lead Senior Env Planner Senior GHG Analyst Communi ty Engagem ent Specialist Associa te Planner Env Planner Assista nt Planner GIS, Graphic s, Tech Editor Admin TOTAL PMC HOURS TOTAL PMC LABOR PMC Direct Costs $ Fehr & Peers $ Ascent $ TOTAL BUDGET $ 160.00 $ 150.00 $ 140.00 $ 130.00 $ 110.00 $ 110.00 $ 95.00 $ 95.00 $ 85.00 $ 95.00 $ 65.00 1 Climate Action Plan Organization and Format 2 2 4 1 9 $ 935 $ 935 2 Establish Detailed Inventory of Current GHG Emissions 2 14 8 14 40 2 80 $ 8,220 $ 9,686 $ 11,655 $ 29,561 2A. Review Existing Inventory and Prepare Forecasts 1 10 8 10 40 1 70 $ 6,985 $ 9,686 $ 11,655 $ 28,326 2C. Recommend Emissions Reduction Targets 1 4 4 1 10 $ 1,235 $ 1,235 3 Identify and Evaluate Emission Reduction Measures 8 50 0 0 14 0 98 0 112 10 2 294 $ 30,230 $ 2,894 $ 4,305 $ 37,429 3A. Develop Emissions Reduction Measures 1 8 10 20 1 40 $ 4,105 $ 2,894 $ 4,305 $ 11,304 3B. Evaluate Emissions Reduction Measures 2 8 10 12 46 2 80 $ 7,860 $ 7,860 3C. Prioritize Measures & Develop Implementation Timeline 2 6 12 20 $ 2,360 $ 2,360 3D. Develop Climate Change Resilience Strategies 1 12 40 4 3 60 $ 6,385 $ 6,385 3E. Develop Monitoring and Reporting Program 2 8 4 20 40 4 2 80 $ 7,770 $ 7,770 3F. Report to County to Present Findings 8 4 2 14 $ 1,750 $ 1,750 4 Environmental Review (EIR Addendum) 2 18 0 40 0 0 0 100 0 16 24 200 $ 20,800 $ 500 $ 2,856 $ 24,156 4A. Confirm CEQA Approach and Scope 4 6 10 $ 1,380 $ 1,380 4B. Prepare Administrative Draft EIR Addendum 8 20 60 8 12 108 $ 11,040 $ 2,856 $ 13,896 4C. Prepare Public Draft EIR Addendum 1 4 7 20 4 6 42 $ 4,340 $ 500 $ 4,840 4D. Prepare Response to Comments and Final EIR Addendum 1 2 7 20 4 6 40 $ 4,040 $ 4,040 5 Community Engagement 2 26 28 0 0 64 0 0 0 28 2 150 $ 17,970 $ 2,750 $ 20,720 5A. Targeted Stakeholder Events (up to 3) 16 16 32 4 1 69 $ 8,605 $ 500 $ 9,105 5B. Project Promotions and Information 2 2 8 8 1 21 $ 2,285 $ 250 $ 2,535 5C. Community Open Houses (2) 2 8 10 24 16 60 $ 7,080 $ 2,000 $ 9,080 6 Develop Administrative and Public Review Draft Caps 6 24 0 0 0 0 68 0 60 10 12 180 $ 17,850 $ 1,000 $ 18,850 Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 16 of 23 6A. Prepare Administrative Draft CAP 4 16 44 40 6 8 118 $ 11,710 $ 500 $ 12,210 6B. Prepare Public Review Draft CAP 2 8 24 20 4 4 62 $ 6,140 $ 500 $ 6,640 7 Develop Final Climate Action Plan 4 6 0 0 0 0 24 0 18 6 12 70 $ 6,700 $ 6,700 7A. Prepare Final Draft CAP 2 4 16 12 4 8 46 $ 4,360 $ 4,360 7B. Prepare Final CAP 2 2 8 6 2 4 24 $ 2,340 $ 2,340 8 Meetings and Project Management 16 72 12 0 0 0 30 0 0 0 0 130 $ 17,890 $ 750 $ 18,640 8A. Kickoff Meeting with County Staff 4 4 8 $ 1,240 $ 1,240 8B. Additional Meetings with County Staff (2) 12 6 6 24 $ 3,210 $ 3,210 8C. Community Open Houses (2) Included in Task 5C Above 0 $ - 8D. Planning Commission Meeting-Draft CAP 2 8 8 18 $ 2,280 $ 250 $ 2,530 8E. Board of Supervisors Meetings-Final Draft CAP 2 8 8 18 $ 2,280 $ 250 $ 2,530 8F. Project Management 8 40 6 8 62 $ 8,880 $ 250 $ 9,130 TOTAL Required Tasks 40 212 40 40 22 64 236 100 230 76 53 1,113 $ 120,595 $ 5,000 $ 12,580 $ 18,816 $ 156,991 Contingency Budget for Optional Tasks 2B. Inventory Local Government Actions 1 50 12 63 5,550 $5,550 3G. Trip Reduction Visualization Tool 4 4 8 980 $15,750 $16,730 4E. Prepare a Supplemental EIR 8 24 55 8 10 125 18 24 272 29,005 $1,000 $30,005 NA. Additional Community Open Houses, Planning Commission, To be funded utilizing existing funds from Contingency budget. Board of Supervisor Meetings at County's Request 9 28 0 55 8 0 14 125 50 30 24 343 $ 35,535 $ 1,000 $ 15,750 $ - $ 52,285 TOTAL INCLUDING OPTIONAL TASKS 49 240 40 95 30 64 250 225 280 106 77 1,456 $ 156,130 $ 6,000 $ 28,330 $ 18,816 $ 209,276 The actual time spent/charges against tasks may not meet, or may exceed task budgets in the performance of the contracted scope of work. Contractor shall request in writing, pre-authorization to move funds between tasks (not subtasks within same task - not applicable for Contingency funded tasks/subtasks). Such request shall also include documentation of Contractor's ability/plan to complete all tasks impacted by such transfers. County's written approval of each request is required prior to providing work that will cause a task buget to be exceeded. Professional Services Contract Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 17 of 23 Attachment III TERMS AND CONDITIONS 1. Scope of Work. The work to be undertaken is identified in the attached “Attachment II – Scope of Work” which is made a part of this Contract. 2. Reimbursement. The work shall be performed for the Fixed price, Annual price, Monthly price or Hourly rate as indicated above in the variable information table, but shall not exceed the Not-to- Exceed Price if included in the variable information table. Reasonable expenses if authorized and specified in addition to the Hourly Rate if both the Hourly Rate block and the block authorizing Reasonable Expenses are checked in the variable information table. Payment shall be made after the Project Manager or designee reviews and approves the work and after submittal of an invoice by the CONTRACTOR. Expenses and or materials if stipulated shall be paid only upon prior approval and with receipts and only after review and authorization by the Project Manager. 3. County Project Manager. The COUNTY Project Manager or designee for this undertaking who will receive payment invoices and answer questions related to the coordination of this undertaking is identified above in the variable information table. 4. Independent Contractor. CONTRACTOR is an independent contractor, working under his/her own supervision and direction and is not a representative or employee of COUNTY nor is the CONTRACTOR a partner or in any way directly affiliated with the COUNTY. CONTRACTOR agrees to file tax returns, report compensation and pay all applicable taxes on amounts paid pursuant to this Contract. 5. Ownership. CONTRACTOR by execution of this contract acknowledges that this is a Work for Hire agreement and hereby grants ownership of all work performed by the CONTRACTOR under this agreement to the COUNTY. The COUNTY shall retain the exclusive right of ownership to the work, products, inventions and confidential information produced in performance of this contract for the COUNTY by the CONTRACTOR. 6. Confidentiality. The CONTRACTOR shall comply as follows and in accordance with the required performance of this contract: a. All applications, records, data or any information concerning any individual made or kept by any public office, officer or department obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties, shall be the confidential property of the COUNTY and shall not be communicated, transmitted, reproduced or in any other way conveyed to any person not directly a party to this contract, its terms and conditions in accordance with all applicable laws and regulations including but not limited to the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and any implications thereof including destruction of records or data as appropriate under compliance criteria. b. No person will publish or disclose or permit or cause to be published or disclosed any data, facts, figures, list of persons or any other form of information obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. No person shall publish, disclose, or use or permit, or cause to be published, disclosed or used any confidential information pertaining to any individual or group of individuals obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. c. CONTRACTOR agrees to inform all employees, agents, associates and partners on the above provisions and that any person knowingly and intentionally violating the provisions of this clause is guilty of a misdemeanor. CONTRACTOR shall bear equal responsibility for any violation of the provisions of this paragraph. d. CONTRACTOR agrees and understands that if confidential information concerning any Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 18 of 23 individual made or kept by any public office, officer or department is obtained by the CONTRACTOR and included on any memory device that may be housed in a computer, or other device (such as a “PDA”) may become subject to Federal HIPAA requirements and/or any state or local regulations that apply which could result in surrender of the hard drive, sanitization or the destruction thereof in accordance with Department of Defense (DoD) 5220.22-M standard and/or industry standards current to time of the release of the equipment which ever represents the greatest level of (permanent) information destruction. At the very least, at the end of this contract, CONTRACTOR may be required to stipulate to the fact that no such files exist. 7. Termination. This Contract may be terminated by either the COUNTY or CONTRACTOR by a thirty day written notice. Authorized costs incurred by the CONTRACTOR will be reimbursed up to the date of termination. Notwithstanding anything stated to the contrary herein, this Contract shall expire on the Completion Date indicated in the above Variable Information Table unless the Completion Date is modified by written amendment to this Contract. 8. Indemnification. CONTRACTOR agrees to accept responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the COUNTY, its officers, agents and employees from and against any and all actions, claims, damages, disabilities or expenses that may be asserted by any person or entity, including CONTRACTOR, to the extent arising out of or in connection with the negligent acts or omissions or willful misconduct in the performance by CONTRACTOR hereunder, whether or not there is concurrent negligence on the part of the COUNTY, but excluding liability due to the active negligence or willful misconduct of the COUNTY. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for CONTRACTOR or its agents under worker’s compensation acts, disability benefit acts, or other employee benefits acts. CONTRACTOR shall be liable to COUNTY for any loss of or damage to COUNTY property arising out of or in connection with CONTRACTOR’s negligence or willful misconduct. 9. Right to Monitor/Audit and Associated Liability. It being understood by the parties hereto that the COUNTY’s funding source herein may be COUNTY, State and/or Federal appropriation, and therefore CONTRACTOR is responsible for administering the program as described herein, CONTRACTOR agrees to accept responsibility for receiving, replying to and/or complying with an any audit of this project which may be deemed appropriate or required in compliance with COUNTY, State or Federal mandates and to reimburse the COUNTY for any liability upon the COUNTY for any discrepancy resultant from said audit exceptions or for any liability that result from a breach of contract, misrepresentation or inaccuracy. 10. Record Retention and Availability. CONTRACTOR shall maintain and preserve all records related to this agreement in its possession (or will assure the maintenance of such records in the possession of any third party performing work related to this agreement) for a minimum period of three (3) years from the effective date of this agreement, or until all State and/or Federal audits are complete, whichever is later. Upon request, CONTRACTOR shall make available copies of these records to COUNTY, State or Federal Governments’ personnel, including but not limited to the State Auditor General. In the event that this contract is related to a FEMA grant record retention shall be three years from the date of the Grant Close-out letter. 11. Insurance Requirements. CONTRACTOR shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damages to property which may arise from, or be in connection with the performance of the Work hereunder by CONTRACTOR, CONTRACTOR’s agents, representatives, employees and subcontractors. At the very least, CONTRACTOR shall maintain the insurance coverage, limits of coverage, and other insurance requirements as described in Attachment I to this Contract. 12. Changes to the Contract. Changes to this Contract may only be approved by written amendment to this Contract. No alteration or variation of any term or condition of this agreement shall be valid unless made in writing, signed by the parties hereto in accordance with COUNTY Policies and Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 19 of 23 Procedures. No oral understanding or agreement not incorporated as a duly authorized written amendment shall be binding on any of the parties hereto. 13. Representations and Warranties. CONTRACTOR by execution represents the skill, knowledge, proficiency and expertise to perform as herein stipulated and warrants that the credentials presented herein Attachment VI are authentic, current and duly granted. 14. Contractor’s Standard of Care. COUNTY has relied upon the professional ability, experience, and credentials presented and represented by the CONTRACTOR as a material inducement to enter into this Contract. CONTRACTOR hereby warrants that all of CONTRACTOR’s work will be performed in accordance with generally accepted and applicable professional practices and standards 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. Where applicable, the CONTRACTOR shall maintain the appropriate certification(s), license(s) or accreditation(s) through the life of this contract, as submitted and stipulated herein Attachment VI and make them available for audit upon request by the COUNTY. 15. Termination for Exceeding Maximum Level of Expenditures. Contracts exceeding the monetary limits delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds the amount prescribed by Government Code Section 25502.5 for personal services contracts or the amount prescribed by Public Contract Code Section 22032 (b) for public works contracts. 16. Termination for Exceeding Maximum Term. Contracts exceeding the three year term delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the term exceeds three years. Amendments to this Contract, or new Contracts for essentially the same purpose, shall not be valid beyond the three year limitation unless duly executed by the Chair of the Board of Supervisors. 17. Compliance with Laws. CONTRACTOR shall comply with all Federal, State and local laws, rules and regulations including, without limitation, and not limited to any nondiscrimination laws. Specifically, the CONTRACTOR by executing this agreement stipulates and certifies that as an individual or as an entity, complies in good faith as well as all actions the following regulatory requirements at least but not limited to: a. Non-discrimination with regard to minority, women, and disabled veteran-owned business enterprises; hiring practices on the basis of race, color or national origin, gender, handicaps or age. b. Environmental protection legislation and in particular regarding clean air and water, endangered species, handling or toxic substances and the public right to know. c. Drug Free workplace, Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act and Public Health Service Act d. National Labor Relations Board Public Contract Code 10296. e. Domestic Partners – Public Contract Code 10295.3. f. ADA 1990 42 USC 12101 et seq. 18. Applicable Law and Forum. This Contract shall be construed and interpreted according to California law and any action to enforce the terms of this Contract for the breach thereof shall be brought and tried in the Superior Court of the County of Butte. 19. Contractor Performance and the Breach Thereof. The COUNTY may terminate this agreement and is relieved of the payment of any consideration to CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. CONTRACTOR shall be notified in a timely manner of default and provided 30 days in which to Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 20 of 23 remedy the default. If at the end of the 30 days, if remedy is not made or does not satisfy the default, the COUNTY shall notify the CONTRACTOR of the breach and thereby the termination of this contract. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by the COUNTY. The cost to the COUNTY shall be deducted from any sum due the CONTRACTOR under this agreement and the balance, if any, shall be retained by the COUNTY. 20. Contradictions in Terms and Conditions. In the event of any contradictions in the terms and/or conditions of this Contract, these Attachment III TERMS AND CONDITIONS shall prevail. 21. No Delegation Or Assignment. Provider shall not delegate, transfer or assign its duties or rights under this Agreement, either in whole or in part, directly or indirectly, by acquisition, asset sale, merger, change of control, operation of law or otherwise, without the prior written consent of COUNTY and any prohibited delegation or assignment shall render the contract in breach. Upon consent to any delegation, transfer or assignment, the parties will enter into an amendment to reflect the transfer and successor to CONTRACTOR. COUNTY will not be obligated to make payment under the Agreement until such time that the amendment is entered into. 22. Conflict of Interest. CONTRACTOR and CONTRACTOR’S employees shall have no interest, direct or indirect, which will conflict in any manner or degree with the performance of services required under this contract. a. This contract is entered into by COUNTY upon the express representation that CONTRACTOR has no other contracts in effect with COUNTY except as described on Exhibit “A” hereto attached. Exhibit “A” is hereby made part of this contract by it reference herewith and hereby subjugated to these General Terms and Conditions (Attachment III). b. CONTRACTOR understands and will adhere to the COUNTY’s policy that no contracts shall knowingly be issued to any current COUNTY employee or his/her immediate family or to any former COUNTY employee or his/her immediate family until two years after separation from employment, without notifying the Director of the Department of Human Resources in writing: Brian Ring 3 County Center Drive Oroville, CA 95966 c. CONTRACTOR stipulates by execution of this contract that they have no business or other interest that provides any conflict with the interest of the County of Butte in the matters of this agreement. CONTRACTOR recognizes that it is a breach of ethics to not disclose any interest that may be a conflict to the COUNTY for the advise of County Counsel on the matter prior to executing this contract. 23. Cannon of Ethics. CONTRACTOR by execution of this contract agrees to act in the best interest of and on behalf of the County of Butte and its constituents in all matters, honest, fair, prudent and diligent as dictated by reasonable standards of conduct for their profession. 24. Severability. The terms and conditions of this contract shall remain in force and effect as a whole separate from and even if any part hereof the agreement is deemed to be invalidated. 25. No Implied Waiver. In the event that The COUNTY at any point ignores or allows the CONTRACTOR to break an obligation under the agreement, it does not mean that COUNTY waives its future rights to require the CONTRACTOR to fulfill those obligations. 26. Entirety of Agreement. This contract inclusive of all Attachments herein in stipulated and made part of the contract constitutes the entire agreement between these parties. Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 21 of 23 EXHIBIT “A” Acknowledgement of OTHER COUNTY Contracts List any and all contracts that you have with COUNTY agencies. If none, you must stipulate “none.” This cannot be left blank or omitted from the contract. None Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 22 of 23 ATTACHMENT VI PROFESSIONAL CREDENTIALS The CONTRACTOR herein presents the required and essential credentials for performance of this contract and warrants them to be authentic, current and duly granted. Professional Degrees and Certifications for PMC Team Staff for the Butte County Climate Action Plan Name Professional Degrees Certifications PMC Tammy L. Seale MSP, Urban and Regional Planning, Florida State University BA, Environmental Conservation, University of Colorado Jeffrey A. Henderson MUP, Urban Planning, University of Washington BA, Sociology, Whittier College American Institute of Certified Planners Scott Friend MEP, Environmental Planning, Arizona State University BA, Political Science, California State University, Chico American Institute of Certified Planners Seth A. Myers BA, Environmental Studies and Planning, California State University, Sonoma International Society of Arboriculture Certified Arborist (WE-7501A) Nora De Cuir MS, Community Development, University of California, Davis BA, History, University of California, Berkeley Abby Monroe MS, Community Development, University of California, Davis BS, Economics and Marketing, University of Illinois, Chicago Leeanne M. Singleton BS, City and Regional Planning, California Polytechnic State University, San Luis Obispo LEED Accredited Professional Christopher A. Read MCRP, City and Regional Planning, California Polytechnic State Professional Services Contract - GT$25K Initial Publication Current as of 12/6/2012 Butte County General Services Page 23 of 23 University, San Luis Obispo MA, Sociology, University of Kansas BA, Sociology; BA, Philosophy, University of Nevada, Las Vegas Xico Manarolla MPP, Environmental Policy, University of Maryland BA, English and Philosophy, St. Mary’s College Louis G. Lillegard BS, Applied Art and Design, California Polytechnic State University, San Luis Obispo Suzanne Wirth AA, Liberal Arts, Yuba Community College Ascent Environmental Honey Walters MS, Atmospheric Science, University of California, Davis BS, Environmental Science, Indiana State University J. Austin Kerr BA, Economics and Sociology, Oberlin College Heather Phillips MS, Atmospheric Science, University of Michigan BS, Atmospheric Science, University of Michigan Fehr & Peers Transportation Consultants Ronald T. Milam BS, Environmental Policy Analysis and Planning, University of California, Davis American Institute of Certified Planners Transportation Professional Certification Board, Professional Transportation Planner David Robinson BS, Civil Engineering, California State University, Sacramento Traffic Engineer, State of California (TR 2201) Kwasi Donkor BS, Civil Engineering, Walla Walla College Engineer-in-Training, State of Washington