Loading...
HomeMy WebLinkAbout02/19/2002, 6 - GROUNDWATER STUDY counat AD eb. 19. 2002 agenda RepoRt �Numb, CITY OF SAN LUIS 0 B I S P 0 FROM: John Moss, Utilities Directorg m' Prepared By: Gary W. Henderson,Water Division Manager SUBJECT: GROUNDWATER STUDY CAO RECOMMENDATION 1. Receive and file draft report titled "Analysis of Potential Increased Groundwater Pumping by the City of San Luis Obispo". 2. Authorize CAO to execute agreement with Cleath and Associates for consultant services for a total compensation not to exceed$7,500. 3. Authorize the CAO to execute contract(s) for well drilling services not to exceed $80,000. DISCUSSION Background In 1998, staff identified the need to study the San Luis Groundwater Basin to determine if additional long-term water resources could be supplied from this source to meet the City's water demands. The idea was to evaluate the use of the groundwater basin in conjunction with the City's two surface water supplies to potentially increase the safe annual yield from all of the sources. As a component of the Council's 1999-01 Major City Goal for Long Term Water Supply Development, it was identified that the groundwater basin analysis would be completed and presented to Council in the summer of 2000. The City Council approved a contract with TEAM Engineering and Management to prepare an evaluation of the potential for increasing water supplies from the groundwater basin. The study was completed in July of 2000 and presented to Council in August. The preliminary analysis indicated that conjunctive use of groundwater along with our surface water supplies could increase the safe annual yield by approximately 900 acre feet per year. Based on the results of this study, Council directed staff to prepare a contract amendment with the consultant for additional analysis relative to potential impacts associated with increased groundwater production. These impacts need to be evaluated prior to initiating review for CEQA related purposes. Phase II Groundwater Evaluation Study The second phase of the groundwater study (draft) has been completed and involved the development of a groundwater simulation computer model of the San Luis and Edna Valley Groundwater Basins. The model used historic water level data from the County of San Luis Obispo. Water level data is measured by the County every six months and the model was calibrated with data from 1965 to 1999. Council Agenda Report—Groundwater Study Page 2 Following the computer model development, a number of groundwater pumping scenarios were evaluated to determine the potential impacts associated with increased groundwater extractions. The two areas of potential concern involve potential subsidence and flow reductions in creeks. As discussed in the Executive Summary (Attachment 1) of the draft report titled "Analysis of Potential Increased Groundwater Pumping by the City of San Luis Obispo" dated June 18, 2001, the estimated potential subsidence associated with increased pumping is very small. The analysis assumed that the City would cease pumping when water levels reached historic low levels experienced during the drought period ending in 1991 Based on the analysis and an operation strategy of monitoring groundwater levels to insure that levels are not drawn below historic minimums, the potential impacts associated with subsidence are expected to be insignificant. The potential impacts to flows in the creeks associated with increased groundwater withdrawals were also estimated. The analysis evaluated impacts during wet, normal and dry years under various groundwater extraction scenarios. The analysis indicates that reductions during normal and wet years are likely not significant but impacts during dry years could be an issue. It should be noted that the previous study revealed that the largest increase in safe annual yield through coordinated operation with surface water supplies would require more groundwater pumping during the dry years. Since the model was developed and calibrated using six-month intervals, the analysis was only able to estimate annual total reductions in streamflow (surface and subsurface) in acre feet. An evaluation of potential impacts relative to reduced creek flows to determine significance would require more refined estimates of flow reductions throughout the year and the timing and precise locations of these reductions. Development of estimates for daily or monthly flow reductions and estimates of what the historical flows would have been will require significant additional analysis. Based on the extent of additional work required, a modified strategy for increasing groundwater supplies,in conjunction with the Water Reuse Project,is recommended as discussed below. Revised Groundwater Development Strategy The revised approach involves estimation of existing and historical groundwater production within the basin and opportunities to exchange reclaimed water (Water Reuse Project) for agricultural or other use, thereby offsetting the use of groundwater. These two areas may demonstrate that the City can develop additional safe annual yield without increasing historic groundwater withdrawals from the basin. If the annual groundwater pumping does not increase over recent groundwater usage due to changes in agricultural practices or exchange with recycled water,then the impacts could be deemed insignificant or would be avoided. An agricultural site downstream of the outfall from the Water Reclamation Facility, has historically pumped water from the creek to meet the irrigation needs for the site. The Water Reuse Project EIR requires that a well(s) be developed to meet the irrigation needs and thereby eliminate the direct diversion of creek flows for this purpose. If good production wells can be r Councfl Agenda Report—Groundwater Study Page 3 developed in this area, there may be the potential to serve the irrigation needs of the site with recycled water and use the groundwater to meet City potable demands. In addition to this location, other potential wells sites will be explored and developed if well production warrants. The agreement with Cleath and Associates includes the following services (see Exhibit A of Attachment 2 for complete scope of services): A. Estimate recent historic groundwater production from wells in the basin to estimate changes due to conversion from agricultural uses to municipal/industrial uses. B. Estimate additional quantity of groundwater that could be extracted without increasing historic demand on the basin. C. Identify exploratory well sites aimed at completing high production wells with minimal impacts on San Luis Obispo Creek flows. D. Prepare specification/scope of work for well drilling services to be included with City Standard Specifications for bidding purposes. E. Monitor and document well drilling activities and pumping tests at each selected site. F. Prepare final report summarizing the results of the exploratory and well development efforts. The work scope identified above is expected to be accomplished during the spring/summer of 2002 and results of the investigations will be presented to Council in early fall. Summary Increased groundwater production, above historic pumping levels, could have potential impacts to stream flows in the area. Since only limited historic flow information is available and estimates of reductions in flows would be difficult to estimate, a revised strategy for developing increased groundwater production is recommended. Cleath and Associates will evaluate recent changes in groundwater pumping to identify areas were production has been reduced due to improved efficiencies or changes in land use. In addition, opportunities for exchanges of recycled water for agricultural purposes could also allow the City to increase groundwater production without exceeding historical pumping amounts. This strategy should enable the City to proceed with the groundwater program while avoiding potential project impacts to streamflows. CONCURRENCES The Community Development Department concurs with this approach and recommendation. FISCAL EMPACT The recommended groundwater activities will cost $87,500 ($7;500 for consultant services and $80,000 for well drilling). Funding is recommended to come from two sources: as the well drilling activities support mitigation activities for the Water Reuse project, $60,000 will be Council Agenda Report—Groundwater Study Page 4 transferred from Water Reuse Mitigation Activities (which currently has a balance of$760,600) to the groundwater CIP construction phase. The remaining $27,500 will be transferred from the groundwater design budget (which currently has $50,000 available). The identified funding will be transferred via a budget amendment request to groundwater construction. Project Costs Consultant Services 7,500 Well Drilling 80,000 Total Cost 87,500 Project Funding Transferfrom Water Reuse Mitigation Phase 60,000 Groundwater CIP-design 27,500 Transfer to Groundwater CIP-construction _ 87,500 Total Available Fundin- 1 87,5001 ALTERNATIVES 1. Develop a strategy to proceed with a groundwater program for maximum increased production. This alternative will require development of a request for proposals for consultant services to provide the necessary flow rate estimates under various operation strategies. Following estimates of potential reductions in streamflow, a biological assessment will be necessary to quantify potential impacts in San Luis Obispo Creek. Based on past experience with the Water Reuse Project, these studies will be difficult, time consuming and costly. The studies and results will require consultation with regulatory agencies such as National Marine Fisheries Service which will likely require years of negotiation to complete. Therefore, staff does not recommend proceeding with this alternative at this time. 2. Do not proceed with any additional work associated with increased groundwater production. Direct staff to focus on other potential water supply projects currently under study or evaluation and place groundwater development on hold until a future date. Since the City has limited water available to meet projected development and the timely completion of other water supply alternatives is questionable; staff does not recommend this alternative. Council Agenda Report—Groundwater Study Page 5 ATTACHMENTS 1. Executive Summary from draft report titled "Analysis of Potential Increased Groundwater Pumping by the City of San Luis Obispo' dated June 18, 2001.* 2. Agreement for Consulting Services with Cleath and Associates. * Full report available in Council reading file. Attachment 1 EXECUTIVE SummARY The City of San Luis Obispo (City) desires to increase its groundwater pumping to increase its overall water supplies. The City has been pumping groundwater since 1989, but has limited its pumping in recent years due to subsidence and water quality issues. TEAM Engineering & Management, Inc. (TEAM) has completed an analysis of the City potentially increasing the groundwater pumping. Based on the results of a preliminary study completed in July 2000, and the results of this analysis that included developing a new groundwater model that was calibrated with data from 1965 to 1999, and running 36 scenarios with the calibrated model, the following can be concluded: • In order to maintain groundwater elevations above historic minima, groundwater pumping in dry years cannot exceed 1500 AFY.. • With regard to management of groundwater elevations, a new well in the area of the Higuera Tank Farm is better than a new well in the Dalidio Fields area. However, if the economics of siting a new well at the Dalidio Fields site are far superior to the Higuera Tank Farm site, adjusting the pumping rates of the new well can easily mitigate the associated groundwater elevation management issues. • Any increase in City pumping will cause some decrease in. flows in San Luis Obispo Creek. Average and wet year reductions are likely not significant. Dry year reductions, while estimated to be hydrologically small, need to be evaluated by a biologist to determine their significance. • Dry year pumping between 1500 and 2000 AFY would cause San Luis Obispo Creek flow reductions of between 700 and 1030 AFY. Dry year pumping of 1000 AFY would cause San Luis Obispo Creek flow reduction of between 535 and 682 AFY. Dry year pumping of 500 AFY would cause San Luis Obispo Creek flow reductions of between 365 to 453 AFY. For comparison, total dry year flow in San Luis Obispo Creek in dry years below the Water Reclamation Facility is estimated to be about 6160 AFY. • A City pumping strategy that relies on the groundwater basin more in dry years than in wet years will significantly increase safe annual yield of the City's water supply system. • A City pumping strategy that relies on the groundwater basin more in wet years than in dry years will result in relatively small increases in safe annual yield due to the loss of stored surface water in those wet years. • Estimated subsidence at these sites would range from less than 0.1 to 0.15 feet after 35 years. This estimated subsidence assumed no historic subsidence in order to compare the results with the historic subsidence, which was measured up to 0.78 feet, and average 0.20 to 0.25 feet, and occurred over a shorter period of time. • Although groundwater pumping in the Edna Sub-Basin (located northeast of the City's wells) has been increasing since 1965, a continued increase in Edna Sub- Basin pumping will have only minor effects to groundwater elevations in the San Luis Sub-Basin wells. Attachment 2 AGREEMENT THIS AGREEMENT is trade and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as City,and CLEATH and ASSOCIATES,hereinafter referred to as Contractor. WITNESSETH: WHEREAS, the City wants to explore the potential for increased groundwater production to meet City water demands. WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained,the parties hereto agree as follows: I. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as first written above,until acceptance or completion of said services. 2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed$7500. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and.shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. Attachment 2 Agreement Page 2 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo,CA 93401 Contractor Cleath and Associates 1390 Oceanaire Drive San Luis Obispo,CA 93405 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: City Clerk City Administrative Officer APPROVED AS TO FORM: CONTRACTOR By: i o y Exhibit A Cleath &Associates Engineering Geologists r-------1 Ground Water (805)543-1413 1390 Oceanaire Drive San Luis Obispo California 93405 ob• December 20, 2001 Gary Henderson and Dave Pierce D 2 n� E 2 Public Works Department L-� V - 0- City of San Luis Obispo 879 Morro Street EJA4 2002 San Luis Obispo, CA 93401 CITY OF SAN LUIS OBISPO Subject: Proposal to Perform Ground Water Consulting jervices UTILITIES DEPT Dear Mssrs. Pierce and Henderson: In response to your request,Cleath&Associates proposes to perform ground water consulting services related to the impacts assessment and the development of the ground water supply facilities. The City has indicated that additional ground water development is needed to meet future water demands. Some ofthe potentially significant impacts resulting from additional ground water development relate to San Luis Obispo Creek stream flow reduction,the lowering of water levels and production losses from other wells in the vicinity and subsidence. In order to assess these impacts,it is critical to establish water use changes with time within the area of impact. If it is shown that water use will not increase over historic water uses, the impacts should be insignificant. Cleath & Associates will perform studies to assess the change in water uses for the parcels in the Tank Farm Road-Buckley Road area,the Dalidio, McBride and Gap properties and other specific properties with changed land uses adjacent to Highway 101 between Madonna Road and Los Osos Valley Road, and,compare with the proposed increase in ground water production as part of the consulting services proposed herein. The City of San Luis Obispo is working with property owners along San Luis Obispo Creek to reduce their reliance on direct San Luis Obispo Creek water diversions,instead obtaining water from new wells in the proximity of the farming activities. Cleath& Associates would work with the City to determine where the most favorable well sites are and to assist in the design and construction and testing monitoring of the new water wells. SCOPE OF SERVICES The scope of services to be provided during these ground water impact assessment.and ground water development would involve the following tasks: Ground Water Impact Assessment Studies Task 1: Collect ground water information on wells in the San Luis Obispo ground water basin. Task 2: Define the hydrogeologic setting g C:\My DocumenCs\prcposa Ls\slopre.wpd 1 January 10, 2002 Exhibit A Task 3: Estimate historic ground water production from wells in the ground water basin with respect to changes in land uses as they move from agriculture and industrial uses to commercial and industrial uses with lesser demand for agriculture. Task 4: Establish the quantity of ground water which could be produced above the amount currently extracted by the City of San Luis Obispo. Task 5: Compare the historic and proposed production of ground water from the basin and determine how much water could be produced without increasing the demand on the resource over historic water demand. Ground Water Development Task 6: Reconnoiter the area downstream of Los Osos Valley Road and upstream of the Higuera Street bridge,review existing well and boring logs and observe hydrogeologic conditions. Task T Based on existing information prepare a map showing the extent of the alluvial basin and the depth to bedrock specific to the site. Task 8: Prepare a cross section across the alluvial valley characterizing the aquifers and aquitards within the alluvial deposits in the area of potential well drilling. Task 9: Identify where exploratory borings should be drilled to determine actual depths to bedrock and aquifer zones. Establish a program of ground water exploration and development aimed at completing high production wells with minimal impacts on San Luis Obispo Creek flow. Task 10: Prepare a simple specification and bidding document to submit to contractors for competitive bidding. Task 11: Assist the.City in the selection of a contractor and work out details of the drilling and construction work. Task 12: Monitor drilling activities and log the drilling cuttings and activities. Task 13: Communicate with the City staff the progress of the exploration work and work with the City staff determine which test holes should be completed into water wells. Task 14: Inspect the construction work and monitor the pumping test activities. The contractor would be assigned the task of running the pumping test. The City would obtain the sample for water quality testing. C:\My Documents\proposals\sl.opro.wpd. 2 January 10, 2002 ` Exhibit A Task 15: Prepare a report summarizing the results of the exploration and development efforts. FEES AND CONDITIONS The work would be performed on an hourly rate plus expenses basis in accordance to the following list of hourly rates. For budgeting purposes,we estimate that Cleath&Associates work could be performed for $7500. LIST OF HOURLY RATES AND EXPENSES HOURLY RATES Principal Hydrogeologist $90 Associate Hydrogeologist $72 EXPENSES Mileage $0.38/mile Other expenses billed at cost plus 15 percent. AGREEMENT If this proposal meets with your approval,it may serve as the basis for agreement with your signature and purchase order number assigned below. Very ytruly yours, City of San Luis Obispo Timothy S. leath Signature and date Purchase Order No. C:\My DocumenLs\proposals\nlopro.wpd 3 .ianuary 10, 2002 Exhibit B CONTRACT PERFORMANCE TERMS 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805)781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees,and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non-Discrimination. In the performance of this work,Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time / Exhibit B:Contract Performance Terms Page B-2 of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor(Net 30). 13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve_ Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against sane; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 17. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the City, including those provided through subcontractors, are "Year 2000 compliant." For the purpose of this contract, "Year 2000 compliant" means that goods or services provided to the City will continue to fully function, fault-free, before, at and after the Year 2000, without interruption or human intervention; and if applicable, any data outside of the date range 1990- 1999, including leap years, will be correctly processed in any level of computer hardware or software, including, but not limited to, microcode, firmware, application programs,files and data bases. This warranty supersedes all warranty disclaimers or limitations, and all limitations on liability, otherwise provided by the Contractor. Upon request by the City,the Contractor will provide the City with a description of its Year 2000 compliance strategy,or statement of why this is not relevant to contract performance. 18. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. J � r r- Exhibit B:Contract Performance Terms Page B-3 19. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the.City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties,obligations; responsibilities or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work,services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work-in- progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 20. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 21. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City. 22. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what Contractor is required to fumish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 23. Required Deliverable Products. Contractor will provide: a. [Number copies of the final report that addresses all elements of the workscope. Any documents or materials provided by Contractor will be reviewed by City staff and, where necessary, Contractor will respond to staff comments and make such changes as deemed appropriate. b. One camera-ready original, unbound, each page printed on only one side, including any original graphics in place and scaled to-size, ready for reproduction. Exhibit B:Contract Performance Terms Page B-4 C. When computers have been used to produce materials submitted to the City as a part of the workscope, Contractor must provide the corresponding computer files to the City, compatible with the following programs whenever possible: • Word Processing Word • Spreadsheets Excel • Desktop Publishing Coreldraw,Pagemaker • Computer Aided Drafting(CAD) AutoCad Computer files must be on 31/2", high-density, write-protected diskettes, formatted for use on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the directory. 24. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at up to number public meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working meetings with staff as necessary in performing workscope tasks. 25. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives,employees or sub-contractors. a. Minimum scope of insurance. Coverage shall be at least as broad as: • Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). • Insurance Services. Office form number CA 0001 (Ed. 1/87) covering Automobile Liability,code 1 (any auto). • Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. • Errors and Omissions Liability insurance as appropriate to Contractor's profession. b. Minimum limits of insurance.. Contractor shall maintain limits no less than: • General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/]ocation or the general aggregate limit shall be twice the required occurrence limit. • Automobile Liability: $1,000,000 per accident for bodily injury and property damage. • Employer's Liability: $1,000,000 per accident for bodily injury or disease. • Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or Contractor shall procure a Exhibit B:Contract Performance Terms Page B-5 bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other insurance provisions. The general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions: • The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees,agents or volunteers. • For any claims related to this project, Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City; its officers,officials,employees; agents or volunteers shall be excess of Contractor's insurance and shall not contribute with it. • Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials,employees, agents or volunteers. • Contractors insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurers liability.. • Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail,return receipt requested,has been given to the City. e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANII. f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences.