Loading...
HomeMy WebLinkAbout06/04/1996, C-5 - SAFETY ELEMENT UPDATE JOINT POWERS AGREEMENT r r jcouncil 6- 16 aGEnba Repout RmNumba CITY OF SAN LU I S OBIS PO 0 FROM: Arnold B. Jonas Community Development Director Prepared By: Glen Matteson, ssociate Planner SUBJECT: Safety Element Update Joint Powers Agreement CAO RECOMMVIENDATION Approve, and authorize the Mayor to execute, a joint powers agreement (JPA) with the County and participating cities, for updating the General Plan Safety Element, with the City's cost share of consultant services to be $16,671. DISCUSSION This year's work program calls for updating, and combining, the City's Seismic Safety Element (1975) and Safety Element (1978). The combined Safety Element will assess risks from sources such as earthquakes, floods, fires, and hazardous materials transport, and provide land use policies to minimize threats to life and community disruption. Updating the Safety Element will require updating the City's information regarding hazards. Doing so requires several technical surveys of the area in and around the City. Several other cities in the county, and the County itself, want to update their safety elements. To economize on the technical services required, the County and interested cities have agreed to share the cost of consultant services. San Luis Obispo is participating in this venture. The County is administering the consultant contract with guidance from participating cities. The JPA is the formal agreement among the County and participating cities that enables this combined effort. Fugro West was recently selected as the primary consultant, with Cal Poly's Landscape Architecture Department helping with Geographic Information System mapping. The agreement provides for a focused, program-level environmental impact report(EIR), though a negative declaration may be sufficient for the City's portion of the update. FISCAL EWPACT The City's total cost for consultant services provided through the JPA will be $16,671.43. This amount was determined by prorating participating agencies' shares of the total $110,000 cost, based on 1994 populations. In July 1995, the City deposited with the County $16,250, so $421.43 remains to be paid. The current budget (account number 4040-1()0-053) identifies $18,100 as the total direct cost for the update, including consultant services, a document filing fee (which probably will not be required), and printing. The budgeted amount will cover the direct costs. The City will have indirect costs, such as staff time for review of consultant work, reformatting the final document, and participating in the required public hearings for adoption, which are covered by current departmental budgets, mainly Community Development. Council Agenda Report- Safety Element Update-JPA Page 2 ALTERNATIVES The Council May reject the JPA or direct-staff to pursue substantial Chang_e§, though such actions would.not:6e consistent with previous direction, The-Council inay continue action,. Attachments Draft JPA for preparation of county and cities-safety element update and EIR Council Reading File Consultant services contract (Fugro.West and Cal Poly) CAR=JPA:SAF JOINT POWERS AGREEMENT AMONG THE COUNTY OF SAN LUIS OBISPO AND THE CITIES OF ARROYO GRANDE, ATASCADERO, GROVER BEACH, EL PASO DE ROBLES, MORRO BAY, AND SAN LUIS OBISPO FOR PREPARATION OF COUNTY AND CITIES SAFETY FI•F.M qT UPDATE AND PROGRAM LEVEL ENVIRONMENTAL IMPACT REPORT THIS JOINT POWERS AGREEMENT is made and entered into this day of , 1996,by and between the COUNTY OF SAN LUIS OBISPO, hereinafter called COUNTY, and the cities of ARROYO GRANDE, ATASCADERO, GROVER BEACH, EL PASO DE ROBLES, MORRO BAY, AND SAN LUIS OBISPO, hereinafter called CITIES, under and pursuant to Section 6500 et seq., of the Government Code. WITNESSETH: WHEREAS, COUNTY and CITIES desire to undertake certain surveys, studies and plans leading to the development of updates to the Safety and Seismic Safety Elements of their General Plans as consolidated Safety Elements pursuant to Section 65302 of the Government Code; and, WHEREAS, COUNTY and CITIES wish to prepare an integrated,program level environmental impact report (EIR) for the consolidated and updated Safety Elements of their General Plans to evaluate any impacts associated with mitigation measures resulting from the adoption of policy programs to reduce potential safety hazards, in order to promote informed decision-making; and, WHEREAS, it will avoid duplication of efforts, minimize expense, and be of benefit to the citizens of COUNTY and CITIES to jointly agree for the execution of one contract for the preparation of updates to said Safety Elements of their General Plans and program level EIR and one contract for geographic information system (GIS) mapping services in support of said updates; and, WHEREAS, the Planning or Community Development Director of each City and the Director of the County Department of Planning and Building have reviewed and have had opportunity to comment on the tentative Work Program for the preparation of the Safety Element updates and program level EIR; and WHEREAS, FUGRO WEST, INC., a California Corporation (hereinafter Consultant) is engaged in the business of geotechnical, environmental, engineering and planning analysis and preparation of Safety Elements and represents that it is qualified to offer its services as consultant in the preparation of said updates to the Safety Elements and program level EIR; WHEREAS, the CALIFORNIA POLYTECHNIC STATE UNIVERSITY (hereinafter University), through the Landscape Architecture Department, which is engaged in the business of providing GIS mapping services and preparation of digitized map products, represents that it is qualified to offer its services as consultant in the preparation of GIS mapping in support of said updates to the Safety Elements and program level EIR; NOW, THEREFORE, IT IS MUTUALLY AGREED I. The sole purpose of this Agreement is to provide a vehicle by which the parties hereto may cooperate in the preparation of the updates to Safety Elements of their respective General Plans and a program level EIR, and no party to this Agreement intends or does hereby assume any of the debts, liabilities or obligations of any party hereto. 2. The COUNTY, upon approval by the San Luis Obispo County Board of Supervisors, for and on behalf of COUNTY and CITIES, is hereby designated and empowered as the party to negotiate and execute contracts with Consultant and University for the preparation of said updates to the General Plan Safety Elements and a program level EIR, in a total amount not to exceed $110,000. jpal.saf 4/24/96 Page 2 C'-5-� 3. COUNTY, or such person as the COUNTY may designate, is hereby designated as the party charged with the administration and enforcement of said contracts on behalf of the COUNTY and CITIES. 4. COUNTY and CITIES shall contribute funds in accordance with Exhibit "A", (Cost Contribution Obligation), which exhibit is attached hereto and hereby incorporated herein by reference as though here fully set forth, for payment of the obligation incurred under the contracts which are the subject of this Agreement, and none of the parties to this Agreement shall be liable to any person or agency for the share of any other such parties; and provided that the liability of COUNTY and CITIES to contribute funds hereunder shall be limited to the amounts set forth in Exhibit "A". 5. The amount of money to be expended pursuant to said contracts shall not exceed a total of$110,000 except by written amendment to this Agreement concurred in by all parties hereto. 6. Within 90 days of execution of the contracts, the Treasurer of the County of San Luis Obispo shall receive and receipt for all money contributed by COUNTY and CITIES pursuant to this Agreement. These monies will be maintained in a trust fund by the Auditor and appropriated to the County Department of Planning and Building's budget in the fiscal year when the expenditures occur. Amounts due on the contracts referred to herein shall be drawn upon warrants of the Auditor of the County of San Luis Obispo. After termination of this Agreement as provided for in paragraph 11, any surplus money on hand in the trust fund shall be returned to the parties to this Agreement in proportion to their contribution made within 45 days from the date of the final billing from Consultant and University. 7. Costs of additional work tasks other than those specifically set forth in the contracts between the COUNTY and Consultant and University are the responsibility of the city jpal.saf 4/24/96 Page 3 or county requesting the additional service and shall be borne by the county or city electing to have such work tasks performed. Such additional work tasks shall be performed by the county or city desiring them or through separate contract(s) between the county or city and Consultant and University. The costs of such additional work tasks shall be above and beyond the amounts specified in Exhibit "A" attached hereto and the maximum expenditure stated in paragraph 5 of this Agreement. 8. COUNTY and CITIES shall each be responsible for completing at their own expense certain activities, such as reproduction of final documents, as specified in the contracts with Consultant and University. 9. COUNTY and CITIES shall each be responsible for furnishing information with regard to area under their jurisdiction for use by Consultant and University including but not limited to the following: A. The location of critical facilities such as police and fire stations, schools, hospitals and roadways that are designated evacuation routes. B. The location, capabilities and needs of emergency service providers. C. Information on the location of areas with hazardous or substandard structures that may be subject to damage or collapse in the event of an earthquake, available as a result of Senate Bill 547 implementation (unreinforced masonry building legislation). D. Available information on past localized flooding and areas prone to high groundwater. E. Copies of existing safety-related ordinances and regulations. jpal.saf 4/24/96 Page 4 A4.,sft�-� F. Desired Safety Element goals and any preferred policies and implementation measures, G. Review of suggested Safety Element policies for consistency with other general plan elements of the jurisdiction. H. Comments on the administrative draft issue/policy report and technical report. 10. COUNTY and MIES and each of them shall indemnify and save harmless the COUNTY and each other and the officers, agents and employees of each, from any and all claims, demands, damages, costs, expenses or liability arising out of or occasioned by any act or omission to act by such COUNTY or CITIES pursuant to this Agreement, including, but not limited to, any act or omission to act on the part of COUNTY'S or CITIES' agents or employees or independent contractors directly responsible to COUNTY or CrM. 11. This Agreement shall take effect upon its execution by the chairman, or mayor, and clerks of the legislative bodies of the County of San Luis Obispo and the six incorporated cities authorized pursuant to resolutions of such legislative bodies authorizing such execution and shall continue until COUNTY'S contracts with Consultant and University shall have been fully performed by the parties thereto and until the updates to the Safety Elements and program level EIR hereunder have been completed and received by the parties hereto and all the obligations of the parties hereto have been performed, whereupon it shall automatically terminate. 12. Entire Agreement and Modification. This Agreement supersedes all previous contracts and constitutes the entire understanding of the parties hereto. No changes, amendments or alterations shall be effective unless made in writing by all parties to this Agreement. jpal.saf 4/24/96 Page 5 C-S- 07 13. Non-Assignment of Contract. No party to this Agreement may assign, transfer, delegate or sublet any interest therein. 14. Enforceability. If any term, covenant, condition or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. 15. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first hereinabove written. CITY OF ARROYO GRANDE By: Date: Mayor By: Resolution No. Clerk CITY OF ATASCADERO By: Date: Mayor By: Resolution No. Clerk CITY OF GROVER BEACH By: Date: Mayor By: Resolution No. Clerk jpal.saf 4/24/96 Page 6 a�S CITY OF MORRO BAY By: Date: Mayor By: Resolution No. Clerk CITY OF EL PASO DE ROBLES By: Date: Mayor By: Resolution No. Clerk CITY OF SAN LUIS OBISPO By: Date: Mayor By: Resolution No. Clerk COUNTY OF SAN LUIS OBISPO By: Date: Chairman, Board of Supervisors By: Resolution No. Clerk, Board of Supervisors JOINT POWERS AGREEMENT PROVISIONS APPROVED AS TO FORM: JAMES B. LINDHOLM, JR. County Counsel By: Deputy County Counsel Dated: jpal.saf 4/24/96 Page 7 c-.1 9 EXHIBIT "All COST CONTRIBUTION OBLIGATION Arroyo Grande $ 52759.30 Atascadero 9,304.88 E1 Paso de Robles 8,019.03 Grover Beach 4,781.42 Morro Bay 31804.87 City of San Luis Obispo 16,671.43 *County of San Luis Obispo 61.659.07 TOTAL $110,0Q.00 *County will be responsible for costs of contract administration and limited reproduction services as described in the Scope of Work and Work Program exhibit of the contracts. ADDMONAL TASKS AND COSTS The following work tasks are not to be included within the scope of services of the contracts between the County and Consultant and University. These tasks and any other tasks not specifically set forth in the contracts between the County and Consultant and University shall be the responsibility of the. County or City requesting the additional service and shall be performed by that County or City or through separate contract(s) with the Consultant or University. The cost of such additional service shall be borne by the County or Cities desiring such tasks, and shall be in addition to the cost contribution obligation specified above: 1. Analyses of types of safety hazards and risks that are in addition to those specified in the Scope of Work and Work Program exhibits of the contracts. 2. Meetings and public hearings that are in addition to the three public information meetings specified in the Scope of Work and Work Program exhibit of the contracts. 3. Reproduction of documents that are in addition to the type and number of documents described in the Scope of Work and Work Program exhibits of the contracts. 4. Preparation of mapping products that are in addition to the type, number and file formats described in the Scope of Work and Work Program exhibits of the contracts. jpal.saf 4/25/96 Page 1 e-S-/D C� �k1�.il.. .>�ll•I� SAN LUIS OBISPO COUNTY AND CITIES SAFETY ELEMENT UPDATE AND PROGRAM LEVEL EIR CONTRACT FOR SPECIAL SERVICES BY AN INDEPENDENT CONTRACTOR THIS CONTRACT is made and entered into on this day of , 1995, by and between the COUNTY OF SAN LUIS OBISPO, a political subdivision of the State of California [hereafter "County"], acting in conjunction with the cities of Arroyo Grande, Atascadero, Grover Beach, Morro Bay, El Paso de Robles and San Luis Obispo (hereafter "Cities"), and FUGRO WEST, INC., a California Corporation [hereafter "Consultant"]. WITNESSETH: WHEREAS, the County and Cities have the need for consultant services and advice in preparation of general plan Safety Elements and related planning matters by updating and consolidating the existing County and Cities Seismic Safety Elements and the existing 1977 Regional Safety Element and preparing a program level environmental impact report (hereafter "EIR") on the updated Safety Elements; and . WHEREAS, the Consultant represents that the persons performing the services for this contract are. specially trained, experienced, expert and competent to perform such special services of completing the Safety Element update and program level EIR; and WHEREAS, it is understood that the Safety Element update and program level EIR prepared are to be independent, objective and unbiased work products. Consultant warrants that the Consultant, the subcontractors and real persons working on this contract have no conflict of interest. with this project and will produce an independent, objective and unbiased work product; and WHEREAS, it is understood that Consultant, the officers and employees of Consultant, suboontractors and the officers and employees of the subcontractors will comply with all applicable federal or state laws while performing this contract; and WHEREAS, it is understood that Consultant shall be an independent contractor of the County. NOW, THEREFORE, in consideration of the covenants, conditions, and agreements, and stipulations set forth herein, the parties agree as follows: I. PREPARING THE SAFETY ELEMENT AND PROGRAM LEVEL EIR A. DUTIES OF THE CONSULTANT 1. The Consultant shall provide to the County the special services that are outlined in the approved scope of work dated March 26, 1996 [hereafter "proposal"], which document is attad in' Exlubl "A" hereto and incorporated by this reference as if set forth in full at this point except that the terms regarding costs and payment are included for information purposes only. To the extent there may be conflict between terms expressed—'M Exhibit -" ei`and' the specific terms expressed in this contract, the terms expressed in this Contract shall control. 2. The proposed work program and scope of services shall be generally divided into the following tasks and milestones. Contract execution/project initiation (milestone 1) Task 1. Kickoff meeting Task 2. Data review Task 3. Identify issues and opportunities Task 4. Provide descriptions of hazards (milestone 2, tasks 14 inclusive) Task 5. Identify critical facilities Task 6. Prepare hazard maps Task 7. Provide hazard reduction and planning policies Task 8. Prepare an administrative draft Issue/Policy Report and Technical Report and Executive Summary (milestone 3, tasks 5-8 inclusive) Task 9. Prepare a draft Issue/Policy Report and Technical Report (milestone 4) Task 10. Prepare a draft program level EIR (milestone 4) Task 11. Public participation Task 12. Respond to review comments and prepare final documents (milestone 5, tasks 11 and 12 inclusive) Project close-out (milestone 6) The. tasks are further described in Exhibit "A". The time of performance is further described by the milestones in paragraph I.C.2 below. The San Luis Obispo County Director of Planning and Building [hereafter "Director"] must approve each written product required in each task for the task to be complete. The Director will notify Consultant of approval of written products and of completion of a task. The Director approval may either be orally or in writing. 3. The Consultant shall submit an itemized billing to the County after each milestone of tasks is completed. -2- B. DUTIES OF THE COUNTY 1. The County will make available to the Consultant those documents referenced in Exhibit "A" pertaining to the proposed project: 2. The Director will review the drafts and finals of each written product and inform the Consultant as to whether or not the Director has approved the product. If the Director does not approve the product, the Director will provide instructions to the Consultant. 3. The Director will inform the Consultant when each Task has been completed to . the satisfaction of the Director. 4. The County will provide for payment to the Consultant as provided by the terms of this Contract. 5. The County will make all documents referenced in Exhibit "A" pertaining to the proposed project and provide all instructions and approvals required of the County within two weeks (fourteen calendar days) from receipt of request submitted in writing by the Consultant. Where the request is for background or technical information and this information is simply not available or feasible to obtain, the Scope of Work as contained in Exhibit "A" or the time frame for completion of the individual Task, milestone or the project as a whole may be revised by mutual consent of the Consultant and the Director. Where the request is to obtain approval for the completion of a Task from the Director, and where approvals are denied or exceed the fourteen day time period referenced above, the Scope of Work as contained in Exhibit "A" or the time frame for completion of the individual task, milestone or project as a whole may be revised by mutual consent of the Consultant and the Director. Should the Director deny approval of an individual Task, the time period for completion of the individual Task, milestone and the contract as a whole shall be suspended pending a successful completion of the Task. The County may, however, determine that it is in the best interest of theproject to proceed with the remaining Tasks and revise the Scope of Work as contained in Exhibit "A" or the time frame for completion of the individual Task, milestone or project as a whole. These revisions shall be by mutual consent of the Consultant and the Director. Failure to reach agreement on changes in the Scope of Work or the time of completion within thirty days provides a basis for termination of the contract by the Consultant as specified under Paragraph IV.H.2. -3- C. PAiiMWM 1. Coun 's Maximum Cost. If a final product is delivered to the Director and approved by the Director, the County will pay the Consultant a maximum of ninety-five thousand dollars ($95,000.00). This is a lump sum contract. Itis not a time and materials contract. The County will pay Consultant in staged payments following the completion of each milestone listed in paragraph I.C.2 below. The Director shall advise Consultant when each milestone has been completed to the satisfaction of the Director. The Consultant shall submit itemized statements after notification that the milestone is completed. 2. Time of Payment. The County shall be obligated to pay Consultant the staged payment increment set forth in the table below only after completion of the appropriate milestone task(s) to the satisfaction of the Director. Payment shall be due within 30 days of the Director's approval of the milestone task(s). Approval of the milestone task(s) shall not be withheld unreasonably. The amount that shall be paid upon completion of a milestone shall be as follows: Milestone `Timeframe' (from Payment contract ezecut►on) Increment 1. Contract execution/ 10 working days after 10% project initiation execution of contract ($9,500) 2. Provide descriptions of 4 months 25% hazards ($232750) 3. Admin. draft 8 months 30% Issue/Policy Report & ($28,500) Technical Report & Executive summary 4. Draft Issue/Policy 12 months 15% Report & Technical ($142250) Report & draft EIR 5. Respond to review 16 months 10% comments and prepare ($92500) final documents/FEIR 6. Project close-out (post 22 months 10% hearing) ($9,500) -4- 3. Early Termination Payment.. If the contract is terminated prior to the completion of the final . product, the County will pay Consultant for work. performed on the contract from execution to date, but not to exceed the maximum amount due for the staged payments above for each completed and approved milestone plus a percentage of the maximum amount for the milestone currently being performed based *on the amount of work performed for that milestone. The percentage of the work performed on the current stage in progress may be based on the hours and materials expended. H. MEETINGS AND HEARINGS In this contract, the Consultant's attendance at meetings and hearings and reimbursement for hours and costs -for attendance at meetings and hearings is included in the proposal, Exhibit "A", and in the maximum amount listed in paragraph I.C.1 above. III. TIME OF COMPLETION The sequence and time for completion of each item of a task, including written products, is listed in the'proposal, Exhibit "A", and paragraph I.C.2 above, unless otherwise specified in writing by the Director. This Contract shall commence when the last party to the contract signs the contract and County approves insurance required under paragraph IV.D below. This contract shall be completely performed by Consultant not later than February 16, 1998 unless modified under the conditions of Paragraph B., "DUTIES OF COUNTY" or unless the starting date has been delayed by. the failure of the County to sign the Contract or approve insurance forms required of and provided by the Consultant. IV. GENERAL CONDITIONS .. A. INDEPENDENT CONTRACTOR. Consultant shall be deemed to be an independent contractor of County. Nothing in this Contract shall be construed as creating an employer-employee relationship or a joint venture relationship between the County and Consultant. Nothing in this Contract authorizes, or permits, the County to exercise discretion or control over the professional manner in which Consultant performs the services which are the subject of this contract; provided always, however, that the services to be provided by Consultant shall be provided in a manner consistent with all applicable standards and regulations governing such services. B. NO ELIGIBILITY FOR FRINGE BENEFITS. Consultant understands and agrees that its personnel are not, and will not be, eligible for membership in or any benefits from any County group plan for hospital, surgical, or medical insurance, or for membership in any County retirement program, or for paid vacation, paid sick leave, or other leave, with or without pay, or for any other benefit which accrues to a County employee. -5- C-. MEMNMCATION. (1) Except as provided in paragraph (2) below, Consultant shall defend, indemnify and save harmless the County of San Luis Obispo, the Cities, their officers, agents and employees, from any and all claims, demands, damages, costs, expenses, judgements or liability arising out of this Contract or attempted performance of the provisions hereof, including but not limited to those predicated upon theories of violation of statute, ordinance, or regulation, professional malpractice, negligence, or recklessness including negligent or reckless operation of motor vehicles or other equipment, furnishing of defective or dangerous products or completed operations, premises liability arising from trespass or inverse condemnation, violation of civil rights and also including any adverse determination made by the Internal Revenue Service or the State Franchise Tax Board with respect to Consultant's "independent contractor" status that would establish a liability for failure to make social security and income tax. withholding payments, or any act or omission to act, whether or not it be willful, intentional or actively or passively negligent on the part of Consultant or his agents, employees or other independent contractor directly responsible to Consultant; providing further that the foregoing shall apply to any wrongful acts or any active or passively negligent acts or omissions to act, committed jointed or concurrently by Consultant or Consultant's agents, employees or other independent contractors and the County or cities, their agents, employees or independent contractors. Nothing contained in the foregoing indemnity provision shall be construed. to require indemnification for claims, demands, damages, costs, expenses or judgements resulting solely from the negligence or willful misconduct of the County or Cities. (2) If any claim, demand, litigation or other challenge to the County is brought alleging a deficiency with the County's or Cities' compliance under the California Environmental Quality Act, the County and Cities shall provide the initial legal response to such challenge and shall give the Consultant notice of the challenge within 10 business days of the County's or Cities' receipt of the challenge. If the case moves to litigation, the County and Cities shall provide the attorneys to defend the action. However, the Consultant shall assist in the defense by providing any and all documents, personnel who worked on the project, including sub -Consultants, and any other in-house expertise that can assist the County and Cities in preparing for and presenting the defense to the CEQA challenge. Such assistance shall be at no cost to the County or Cities, and shall continue until the CEQA challenge is finally resolved. If the environmental study or documents need to be upgraded or modified, the Consultant shall accomplish the same at no cost to the County and Cities, unless the. Consultant has advised the County and Cities in writing of the need to upgrade or modify the study or documents and the County and Cities have declined to follow the advice of the Consultant. 'If the County, Cities, Consultant or anyone in Consultant's chain of contractual privity is found to be liable for the claim, demand, challenge or litigation, including attorney's fees, the Consultant shall reimburse the County and Cities in accordance with the percentage of fault attributed to the Consultant. The reimbursement to the County and Cities shall include a reimbursement for the County's a amities' attorney's fees and costs of c, ading the suit apportioned by the same percentage of fault.. if the percentage of fault is not included in a judgment, the percentage of fault shall be determined by agreement between the County and Cities and the Consultant or arbitration. Arbitration shall be in accordance with the California Code of Civil Procedure, section 1280 et seq. D. INSURANCE. Consultant shall not perform any work under this Contract until it has obtained insurance complying with the.provisions of this paragraph, delivered a copy of each insurance policy to the County, and obtained County approval of all such policies. Said policies shall be issued by companies authorized to do business in California. Consultant shall maintain said insurance in force at all times. The following coverages with the following features shall be provided: 1. Comprehensive Liability Insurance and Automobile Insurance. Consultant shall maintain comprehensive general and automobile liability insurance, which shall cover claims arising from bodily and personal injury, including death resulting therefrom, and damage to property, resulting from any act or occurrence arising out of Consultant's operations in the performance of the contract, including, without limitation, acts involving automobiles. The policy shall provide not less than $1,000,000.00 single limit coverage applying to bodily and personal injury, including death resulting therefrom, and property damage. The following endorsements must be attached to the policy: a. If the automobile policy covers on an "accident" basis, it must be changed to an "occurrence" basis. b. The Comprehensive Liability Insurance policy must cover personal injury as well as bodily injury. C. The Comprehensive Liability Insurance policy must have blanket coverage of contractually assumed liability, subject to the limitations of the policy. d. The policy must have a "Cross Liability" ("Severability of Interests") endorsement such that each insured is covered as if separate policies had been issued to each insured. e.. The County of San Luis Obispo and the Cities, their officers, employees and agents shall be named as additional insureds under the policy, and the policy. shall provide that ithe insurance will operate as primary insurance and that, no other insurance effected by the County and Cities will be called upon to contribute to a loss hereunder. 2. Professional Liability Insurance: Consultant shall maintain in full force and effect during the entire term of this Contract, professional liability "errors and omissions" insurance with limits of liability of not less than -7- I $1._,,000.00 per occurence to cover all sc.__ ices rendered by Consultant pursuant to this Contract. Where claims made coverage is provided; a tail of four (4) years shall be provided. 3. Workers Compensation Coverage. In accordance with theprovisions of § 3700 et seq. of the Labor Code, Consultant is required to be insured against liability for workers compensation or to undertake self-insurance. Consultant agrees to comply with such provisions before commencing performance'of the work covered by this Contract. 4. Certification of Coverage. Prior to commencing work under this contract, Consultant shall furnish County with the following for each insurance policy required to be maintained by this contract: a. A copy of the entire policy and not just the face sheet or proof of coverage (except that no copy of Consultant's workers compensation policy need be provided). b. A certificate of coverage including certification that the policy will not be canceled or reduced in coverage or changed in any other material aspect without thirty (30) days prior written notice to the County. 5. Effect of Failure or Refusal. If Consultant fails or refuses to procure or maintain the insurance required by this contract, or fails or refuses to furnish County with the certifications' required by subparagraph 3(b) above, County shall have the right, at its option; to forthwith terminate the Contract for cause. E. WARRANTY OF CONTRACTOR. Consultant, its officers and employees, and subcontractors will comply with all applicable federal or state laws while performing this contract. Consultant warrants that it, and each of the personnel employed or otherwise retained by Consultant, will at all times be properly certified and licensed under the laws and regulations of the State of California to provide the special services herein agreed to. Consultant warrants that the persons performing the services for this contract are specially trained, experienced, expert and competent to perform such special services of preparing the Safety Element update and program level EIR. Consultant warrants that the Consultant, its subcontractors and real person working on this contract have no conflict of interest with this project and will produce an independent, objective and unbiased work product. F. NON -ASSIGNMENT OF CONTRACT. Inasmuch as this Contract is intended to secure the specialized services of the Consultant, Consultant shall not delegate its obligations under this Contract and shall not assign or otherwise transfer its rights under this Contract or any interest therein without the prior written consent of County. Any such assignment, transfer, delegation, or sublet without the County's prior written consent shall be null and void. H i G. NONDISCRIMINATION. Consultant will not discriminate, in any manner forbidden by law, against any person employed to perform services under this contract. H. TERMINATION OF CONTRACT FOR CAUSE. 1. If any of the following occur, County shall have the right to terminate this Contract effective immediately upon giving written notice to the Consultant: a. Consultant fails to perform its duties to the satisfaction of the County; b. Consultant fails to fulfill in a timely and professional manner its obligations under this contract; or C. Consultant, or itsagents or employees, fail to exercise good behavior either during or outside of worldng hours that is of such a nature as to bring discredit upon the County; provided however, that in all instances the Director has contacted the Consultant, stating specific reasons for the dissatisfaction of the Director with the performance of the Consultant, and the Consultant has had a reasonable time to respond to the Director's concerns and, if any defect in performance of the Consultant exists, a reasonable time to cure such defect and has unreasonably failed to cure such identified defect. 2. The Consultant may terminate this contract for cause if the following conditions occur. a. If a representative of the Director's staff has unreasonably failed to perform the Director's duties under this contract in a timely and professional manner, causing unreasonable delay within the control of the Director; and b. The Consultant has contacted the Director personally, stating specific reasons for the dissatisfaction of the Consultant with the performance of the representative of the Director's staff; and C. The Director has had a reasonable time to respond to the Consultant's concerns and if any defect in performance of the Director exists, a reasonable time to cure such defect and has unreasonably failed to cure such identified defect; and d. The Consultant has given written notice of the Consultant's outstanding complaints pertaining to specific defects of the Director's performance under this contract to the Director, and In e. The Consultant has given written notice of the Consultant's outstanding complaints pertaining. to specific defects of the Director's performance under this contract to the Board of Supervisors of the County of San Luis Obispo, and if after a reasonable time, the Board of Supervisors fails to cure= the outstanding defect, then the Consultant may terminate this contract for cause. The Board of Supervisors has a right to cure such defect in performance within a reasonable time by causing performance or by giving written notice to Consultant of an intention to perform within a reasonable time thereafter. If the Board of Supervisors . . fails to cure the defect within a reasonable time, the Consultant may give written notice of termination for cause delivered to the Board of Supervisors with an information copy to the Director. I. ENTIRE AGREEMENT AND MODIFICATIONS. This Contract supersedes all previous contracts and constitutes the entire understanding of the parties hereto. Consultant shall be entitled to no other benefits than those specified herein. No changes, amendments, or alterations shall be effective unless in writing and signed by both parties, before the change or amendment occurs. However; the Director, without need for action, approval or ratification from the Board of Supervisors, may alter the performances required of the Consultant, including, but not limited to the description of specific taskings, the timing of specific taskings and the order of the specific taskings. However, any alteration to receiving a final product, the maximum amount of payment under paragraph I.C.1, the amount and timing of staged payments and the ultimate time for complete performance may not be altered except with the written consent of the Board of , Supervisors. Consultant specifically acknowledges that in entering into and executing this contract, Consultant relies solely upon the provisions contained in this Contract and no others. J. APPLICABLE LAW AND VENUE. This Contract has been executed and delivered in the State of California and covers services to be performed in California. The parties agree that the validity, enforceability, and interpretation of the Contract or any of its provisions shall be determined and governed -by the laws of the State of California. All duties and obligations of the parties created hereunder are performable in the County of San Luis Obispo, State of California, and such County shall be the venue for any action or proceeding that may be brought, or arise out of, this Contract. K. SEPARABILITY. The invalidity of any provision of this Contract shall not affect the validity or enforceability of any other provision of this Contract. R: I L. RECORDS. Pursuant to California Government Code § 10532, every County contract involving the expenditure of more than $10,000 in public funds is subject to examination and audit of the Auditor General for a period of three years after final payment under the Contract. Consultant shall maintain books, records, documents, and other evidence, accountingprocedures, and practices, sufficient to reflect properly all direct and indirect costs of whatever nature claimed to have been incurred in the performance of this Contract. The foregoing constitutes "records" for the purposes of this paragraph.. Consultant shall maintain and preserve, until three years after termination of this contract, and permit the State of California or any of its duly authorized representatives, including the Comptroller General of the United States, to have access to and to examine and audit any pertinent books, documents, papers, and records of Consultant related to this Contract. Consultant and County shall ensure the confidentiality of any records that are required by law to be so maintained. M. COST DISCLOSURE - DOCUMENTS AND WRITTEN REPORTS. Pursuant to Government Code § 7550, if the total cost of this Contract is over $5,000.00, the Consultant shall include in all final documents and in all written reports submitted, a written summary of costs, which shall set forth the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of such document or written report. The Contract and subcontract numbers and dollar amounts shall be contained in a separate section of such document or written report. When multiple documents or written reports are the subject or product of contracts, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports. N. NOTICES. Any notice required to be given pursuant to the terms and provisions hereof shall be in writing and shall be sent by first class mail to the following address as appropriate: 1. To the Director; Department of Planning and Building County of San Luis Obispo County Government Center, Room 317 1050 Monterey Street San Luis Obispo, California 93408 -11- 2. To the Board of Supervisors; Board of Supervisors County Government Center, Room 370 1050 Monterey Street San Luis Obispo, California 93408 3. To the Consultant; Fugro West, Inc. 1012 Pacific Street, Suite A San Luis Obispo, California 93401 O. COPYRIGHT. Any reports, maps, documents or other materials produced in whole or part by the Consultant or any subconsultant or person responsible to the Consultant under this Contract shall be the property of the County and none shall be subject to an application for copyright by or on behalf of Consultant, subconsultant or person responsible to Consultant during the performance of this contract. P. CONFIDENTIALITY. No reports, maps, information documents, or any other materials given to or prepared by Consultant under this Contact which County requests in writing to be kept confidential, shall be made available to any individual or organization by Consultant without the prior written approval of County. However, Consultant shall be free to disclose such data as is publicly available. Q. EQUIPMENT AND SUPPLIES. Consultant will provide all necessary equipment and supplies in order carry out the terms of this contract. R. ACCESS TO RECORDS AND FINANCIAL DATA. All recorded data, preserved in any form, but not to limited to material generated for this project or existing information compiled for this project and any financial documents pertaining to This project are the property of the County. At the request of the Board of Supervisors, the Environmental Coordinator, the Director, the County Counsel, the County Administrator or the County Auditor, the County's agents or employees have a right to access these records wherever located during reasonable hours for up to three years after project approval. After three years, if the Consultant wants to dispose of the background records the Consultant shall give the County the option of taldng possession of the records. This right to access includes the right to make copies of such information. -12- S. TERMS OF THIS CONTRACT AS CONTROLLING. To the extent that any terms or conditions set forth in Exhibit "A", the Consultant's Proposal, or past business practices between Consultant and County or Director differ from the terms and conditions of this contract, the terms and conditions expressed in this contract are controlling. T. SOURCES AND AVAILABILITY OF FUNDS. It is understood by the parties hereto that a portion of the funds being used for the purposes of this Contract are, funds furnished to County through a joint powers agreement with the Cities. Notwithstanding any other provision of the Contract, the liability of County shall be limited to County funds available for the project. Consultant understands that County must wait for funds to be furnished by the Cities in accordance with the joint powers agreement before payment to Consultant of any portion of Contract reliant upon funds from Cities. County shall incur no liability to Consultant, its officers, agents, employees, suppliers, or contractors for any delay in making any such payments. FUGRO WEST, INC. A California Corporation, Consultant By: DAVID GARDNER Vice President STATE OF CALIFORNIA ) SS COUNTY OF e)tt,rc ) On QQr , k 1 T , 1996, before me, the undersigned, a Notary Public in and for the tate of Califonua, personally appeared DAVID GARDNER, Vice President of FUGRO WEST, INC, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. (Seal) Name Notary Public My Commission Expires: < W) JC1q -13 Vicki L Forman ; 0 Comm. #1974388 O ARV PUBLIC . CALIPORN 0 vENTURA COUNTY l: Comm. E*m Sept.. 27. 1996 j COUNTY OF SAN LUIS OBISPO DATE ATTEST: Clerk of the Board of Supervisors DATE APPROVED AS TO FORM AND LEGAL EFFECT: JAMES B. LINDHOLM, JR. County Counsel By: A Deputy ounty unsel Dated: 9. I5-96 fugrocon.saf 4/4/96 -14- By Chairman of the Board of Supervisors u FUGRO WEST, INC. Exhibit. "A" Scope of Work SAN LUIS OBISPO COUNTY AND CITIES SAFETY ELEMENT UPDATE AND SUPPORTING MAPS AND DOCUMENTATION -Submitted to: DEPARTMENT OF PLANNING AND BUILDING COUNTY OF SAN LUIS OBISPO March 26, 1996 LO WORK PROGRAM FOR THE PREPARATION OF TIEIE SAFETY ELEMENT Provided below is the program that Fugro will use for the development of the San Luis Obispo County and participating Cities Safety Element. The goal of the Safety Element is to provide. a general overview of hazards that could effect new and existing development and to'mmirmze potential losses resulting from those hazards. The hazard identification and evaluation that will be presented in the Safety Element will be based on existing literature available at the time of the preparation of the Element. No site specific evaluations will be performed as part of the study effort. The Safety Element is intended to be used for general land use planning purposes only and must not be used as a substitute for detailed site investigation that is normally required for new development. 1.1 GENERAL APPROACH The preparation of the new Safety Element will be based on existing information that is contained in the County and Cities Seismic Safety Elements and the Regional Safety Element. These Elements will be consolidated and updated using more recent information regarding geologic, seismic, fire and flood hazard conditions, along with other recent disaster response and riskreduction programs. It will be the objective of our work program to prepare a new Safety Element that complies with general plan preparation requirements, is consistent with other elements of the adopted general plans, provides the County and Cities with a planning -oriented evaluation of geologic and safety hazards, and presents a hazard reduction policy program that is tailored to the needs of each participating jurisdiction. To accomplish this objective, the following tasks would be completed. Task L Kickoff Meeting. This meeting would be held with County and City staff members that comprise the Technical Advisory Committee (TAC) that would be established for this project. The purpose of this meeting will be introduce key Fugro project team and TAC members, to review the study objectives and approach, and to obtain copies of documents that are necessary to prepare the Safety Element. Task 2. Data Review. We will review selected published documents and maps for the San Luis Obispo County area relative to information available for assessing geologic hazards. The types of information that we expect to review include: the San Luis Obispo County and City's Seismic Safety Element, the Regional Safety Element, Alquist_Priolo Specials Studies zones, and applicable United States Geological Survey, California Division ofMnes and Geology and Soil Conservation Service documents.. To supplement the published data, we will also review selected in-house reports, guidebooks, proceedings and recent disaster response and risk reduction planning documents relative to the project. We will also rely on our local experience regarding specific geologic formation and fault . - County and cilias of San Luis obmK Proposal for W* Dement 96s1-fso conditions. The information obtained from our literature review will be used as baseline data for preparing the technical report and maps for the Safety Element. Task 3 Identrfy Issues and Opportunities. This study effort will be conductedto identify areas of concern related to the reduction or abatement of geologic and safety .hazards in each of the jurisdictions that are participating in the study. This task will be completed through meetings and discussions with the Technical Advisory Committee, agency staff and the review of existing literature sources. Issue areas that would be emphasized as part of this effort would include known geologic hazards and conditions, known deficiencies or hazards that could impact critical facilities, fire hazard response m capabilities, flooding, dasafety and the adequacy of emergency evacuation routes. A discussion of risk and hazard abatement will also be provided. Task 4 Provide Descriptions of Hazards. It will not be the intent of the Safety Element to provide complex descriptions of hazar&related phenomenon and characteristics. For each hazard that is addressed in the Element, a concise description of the causes and effects of each hazard will be provided. The language and presentation will be oriented towards persons with only a limited background in hazard and safety evaluations The level of detail regarding hazard characteristics that will be provided will be sufficient to foster a fundamental understanding of local hazard issues and to provide a data base. of existing conditions in the study area. This approach will avoid "text book" discussions of hazards and will facilitate future planning efforts and the environmental review of development projects. At minimum, the hazards that are to be evaluated in the Safety Element are listed below. Geologic and Seismic Hazards Ground rupture from faulting Ground shaking Liquefaction Seiche Tsunami Landslide and Slope Stability Structural Hazards Coastal Erosion Water Hazards Flooding Dam inundation Fire Hazards • Wildfire Urban fires Other Hazards • Electromagnetic Field Hazards • Evacuation Routes VA County and Cities of San Luis Obe Proposal for Safety Element - 96.61-0190 • Nuclear Emergency • .Aircraft Safety • Hazardous Materials • Radon Task S Identify Oifieal Facafties. Critical facilities are generally considered to be those structures and services that are necessary to provide emergency services after a major disaster, such as police and fire stations, and hospitals. Utility and "lifeline" services, such as utility systems, communication networks and transportation systems are also critical facilities. Public buildings were people tend to concentrate, such as schools and government buildings may also be considered to be critical facilities. The identification of critical facilities will be conducted in conjunction with County and City staff. Fugro will assist in this of ort by providing questionnaires of the type of information about these facilities that is necessary to complete the Safety Element. For budgeting purposes, we have assumed that the only critical facilities that would be depicted on hazards maps would generally include police and fire stations, schools, hospitals, and roadways that are designated evacuation routes. Based on information provided by the participating jurisdictions and our review and mapping of known hazards, facilities that warrant special protection from hazards will be identified, along with measures that could be implemented -to reduce potential impacts. Task 6. Prepare Hazard Maps In addition to the descriptions of each hazard and its implications for planning purposes, areas that are susceptible to each type of hazard will be described and mapped, Maps will be prepared by Fugro and the Cal Poly GIS lab, under the supervision of Mr. John Kelly at the County of San Luis Obispo. Our proposal is developed with the intent of furthering the County's commitment to developing an extensive GIS database. This will constitute the first County -wide General Plan Element GIS project. The requirements of the safety element are perfectly and appropriately suited to a GIS application. All mapping will be presented to the County in digital form, registered to the California state plane coordinate grid system (NAD27). Data based upon the USGS 7.5 minute quad sheet map series (1:24,000) shall identify, at minimum, the locations of the eight (8) lat/long coordinate grid points that represent the four corners and four interior points of the quad map. Data based on all other USGS maps (1:62,500, 1:100,000, 1:250,000) shall identify, at minimum, the locations of the four lat/long coordinate grid points that represent the comers of each individual 7.5 minute quad map. Each geologic hazard that is mapped will comprise a .separate data layer. Digital information shall be submitted in a DXF or a DWG file format on 3.5" disks. 'At minimum, the following information will be depicted on maps prepared for the Safety Element: • Geologic formations • Active and potentially active faults 3 • - . County end Cities of San Luis Obis; Proposal for safety Element se -et -also CC • Seismicity • Liquefaction hazard areas • Seiche hazard areas • Landslide hazard areas • Flood -prone areas (including 100 -year flood plains) • High water data points • Dam inundation areas • Critical facilities • Emergency response facilities • High fire hazard areas • Emergency response time contours Fugro will work with County and City staff to the extent possible to provide map products that meet the needs of each jurisdiction. To maximize the effectiveness of the proposed mapping program effort will be concentrated in areas of the County with the highest population and development area. Work products that would result from this priority=based coverage intensity are outlined below. Level One • Cities & major unincorporated areas (Los Osos, Oceano, Nipomo, Cayucos, Cambria, Templeton, San Miguel, Santa Margarita, and Avila Beach). • Everything provided on levels 2 and 3 plus: • Unreinforced masonry building inventory • Urban fire hazards • Platform for highly detailed emergency response, safety issues, and natural hazards, with instructions and recommendations for further development Level Two • Specific Planning Areas (North Coast, Estero, Salinas River, San Luis Obispo, San Luis Bay Coastal, San Luis Bay Inland, San Luis Coastal, South County Inland) • Everything provided on level 3 plus: • Greater detail on geologic features (liquefaction, slope stability, tsunami, dam inundation) • Updated landslide information Level Three • Other Planning Areas - Shandon, Carrizo, Las Pilitas, etc. • GIS platform developed with mapping at no less than 1974 levels • Seismic data updated • Information can be added at any time to augment levels SEISMIC ISSUES • The work will build upon the previous element's work 4 County and Cities of San Luis Obispp Proposal for safety Element 9661-0190 _ • Landslide Map. Fugro will update. and expand upon the map by incorporating data developed since 1974 and digitized onto the GIS • Landslide Risks (This mapping will not haire changed since 1974 and will be digitized onto the GIS) • Seismic Hazards. The map will be updated with information about faulting developed since 1974 and digitized onto the GIS FLOODING • Incorporate and expand County and FEMA mapping • FEMA Map all floodplains and.floodways per FlRMs • Hot -button links for severely impacted flood areas (Cambria, Morro Bay, Los Osos, San Luis Creep etc) • Point locations of recently recorded flood elevations FIRE • Urban fire hazards -vegetation and other factors • Wildfires - vegetation, slope • Urban/Wildland interface - areas where wildland fires present the greatest dangers to urban structures Isomorphic response contours from fire stations Task 7. Provide Hazard Reduction and Planning Policies. Policies contained in each of the Seismic Safety Elements, along with the existing Regional Safety Element and other recent risk reduction programs, will be reviewed and where possible, consolidated into a uniform set of policies -and implementation measures. To recognize unique hazard characteristics that may occur in individual jurisdictions; to maintain continuity with previous policies that have been established in each jurisdiction; and to update policy and implementation measures to be consistent with recent study and planning efforts, each County and City will have a separate policy program that is tailored to it's specific needs. All policy development will be coordinated with County and City staff. Policies will be provided that address each major hazard or issue area. It will not be the intent of this task to completely restructure each jurisdictions hazard policy program. It will be the intent of this task to provide policies that are concise, understandable, and implementable. In support of the specified policies will be related measures that will provide the framework and means for implementing the policies. All policies and implementation measures will be presented in a.separate Issue and Policy report. Policy formation will follow a review of each of the municipality's ordinances and plans and how these relate to the protection of life and. structures from hazard damage. Issues will also be solicited from each of the jurisdictions for inclusion in the analysis. Fugro will provide its opinion in some instances as to where certain policies/practices conflict, both within jurisdictions, and among them. 5 County and Cilias of San Luis Obis, Proposal for Safety i3OMMA 9&61-0190 Task.B Prepare an Administrative Draft Issue/PoCicy. Report and Technical Report and Executive Summary. A separate Administrative.Draft Issue)Poficy Report will be prepared for the County and . each participating City. The . contents of each report is described below. Executive Summary. This section will provide a brief overview of issues, hazards, and policies that have been identified for each jurisdiction. This will. function as a"pull-out" summary for a wider distribution to the public Issue Identification. This section will provide a description of the hazard -related issues that were identified for each jurisdiction as part of the work effort described in Task 3. Goal and Policy Program This section will include the goals and policies that were developed for each jurisdiction as part of the work effort described in Task 7. Hazard Maps Also included in the Draft Issue/Policy Report will be generalized hazard maps that are be based on the maps that will be prepared as part of Task 6. A separate Technical Report will be compiled for all participating jurisdictions that addresses potential hazards on.a County -wide basis. The Technical Report will be based on the results of work efforts described for. Tasks 4,5, and 6, and will generally include descriptions of the causes and effects of hazards, ways to minmi =* a the effects of hazards, assessments of emergency response capabilities, and hazard identification maps. When combined, the Issue/Policy Report and the Technical Report will comprise the revised Safety Element for each participating jurisdiction. .Task 9. Prepare a. draft issue/policy report and technical report. Based on review comments that are submitted regarding the administrative draft issuelpolicy report and technical report from each participating jurisdiction, Fugro will make the necessary revisions and submit revised reports to the county. This report, along with subsequent documents will be provided to the County in an. electronic format acceptable to the County, such as WordPerfect version 6.X. Task 10. Prepare a draft Environmental Impact Report. The adoption of a general plan element is a discretionary decision that is subject to the environmental review requirements of the California environmental quality act. The adoption of a policy program to reduce potential safety hazards can be considered as a mitigation program, however, CEQA requires that impacts associated with mitigation measures be evaluated to promote informed decision making. The EIR would be prepared in accordance with the CEQA Guidelines and EIR preparation requirements of San Luis Obispo County. The contents of an Elk for the Safety Element are described below. Introduction. This section would describe the purpose of the EIFt, legal.authority, N county and cities of San Luis Obispo Proposal for Sgety Element se -s1-0190 C., history of the project, project objectives, general CEQA requirements, responsible and trustee agencies. Summary. The E1R summary. would include a 'synopsis of the project characteristics, impacts and mitigation measures. Proled Derwiption. This section would provide a brief overview of the participating -jurisdictions, regulatory requirements for the preparation of the Safety Element, and a summary of recommended policies and programs. . Environmental Setting. This section would provide a description of the general hazard conditions in the County and hazard reduction policies that have been adopted by the participating jurisdictions. Environmental Impacts and Mitigation Measurer The potential environmental impacts that were identified by the Initial Study will be evaluated in this section. If necessary, mitigation measures to reduce identified impacts will be provided. Each mitigation measure will provide provisions for compliance monitoring. Growth Inducing Impacts Potential growth inducing impacts of the project will be identified. Alternatives: It is anticipated that the selection and evaluation of alternatives to the project (the adoption of hazard reduction policies) will be quite limited. In addition to the mandatory "No Project" alternative, Fugro will work with County staff to identify one additional project alternative to be evaluated. Other Required Sections The EIR will contain other sections required by CEQA, such as references and preparers of the document. Fugro will prepare -the Notice of Preparation, Administrative Draft EIR, and respond to review comments to prepare a Draft EIR Fugro will also respond to public and agency review comments and prepare the Final EIR. Our budget assumes that a very limited effort will be required to respond to comments and prepare the Final M, and that the County will be responsible for printing and distributing the EIR. Task 11 Public Participation. The Safety Element will be reviewed by concerned agencies and the public. Fugro staff will participate.in this review to the extent requested by the County and Cities. Our proposed budget has assumed the participation of the key project staff at up to three (3) public information meetings. Additional meeting and hearing support cat' be arranged on a time and material basis. 7 County and Chios of San Luis Obi&, , Proposal for Safety Element 96-61.0190 Task 12 Respond to Repkw Comments and Prepare Final Documents. Fugro staff will assist the County in responding to comments from review agencies regarding the content of the Safety Element. 13 COORDINATION WITS COUNTY AND CITY STAFF To meet the needs of the project within the proposed budget, Fugio proposes to request a number of tasks be completed by County and City staff These tasks are identified in the Technical Approach section of this proposal and include tasks such as providing updated locations of critical facilities such as fire and police stations, hospitals and schools; and review suggested policies and implementation measures to ensure that the Safety Element is consistent with other general plan elements of the jurisdiction. We will also ask jurisdictions to assist with the location and capabilities of the emergency response providers. 8 County and Cities of San Luis Obispo C, Proposal for Safety Element 9641-0190 2.0 TECHNICAL WORK PROGRAM Our evaluation of potential safety hazards will generally be performed using existing publishedmaps, reports and available information from sources such as the United States Geologic Survey, the California Division of Mmes and Geology, The United States Department of Forestry, Bureau of Reclamation, Pacific Gas & Electric the County and participating Cities, and other information sources that are described in the RFP for this project. Fugro will complete the following scope of work to prepare the Technical Report and maps for the new Safety Element. This proposed scope of work provides for a general evaluation of geologic hazards on the basis of review of readily available regional information, and is not intended to encompass all possible sources_ of existing information. 2.1 SEISMICITY AND FAULTING The seismic and faulting conditions of San Luis Obispo County have been continually reviewed to reflect new information obtained by various public agencies and private development. We will consider these new data sources to update the seismic and fault conditions of the County. Recent studies by Namson and Davis (1990) have identified potential blind thrust faults in the Point San Luis area that are now considered by most seismic evaluations. Significant seismic work was also performed by PG&E for the Diablo Nuclear Power Plant since the existing. Seismic Safety Element was adopted. Such studies have raised the seismic risk associated with the activity of the Los Osos, San Simeon and Hosgri faults, which are considered to be active by the Alquist-Priolo Special Study Zones Act. In addition to faulting, numerous empirically based attenuation models that are used to estimate strong ground motion have been improved based on data obtained. from the 1.989 Loma Prieta earthquake and the 1994 Northridge earthquake. After background data has been compiled for the project, we will evaluate potential geologic hazards for the County of San Luis Obispo. Geologic maps for the County will be prepared on GIS/USGS topographic maps. The mapping will be prepared as a composite of existing geologic maps available from selected sources obtained from the data review. The maps will show the areal extent of mapped geologic formations, geologic structure where available, faults, geologic formations and areas that may be subject to landslides. Separate hazards maps will also be prepared for the County planning areas and each . participating City. These maps will depict the general geologic information, epicenters of historical earthquakes of M4.0 and greater, formations subject to landslide hazards, areas with the potential to magnify the effects of ground shaking, and other hazards. Seismically Induced Surface Rupture. This section will -include a brief description of faulting characteristics and terminology, along with possible effects on 2 1 County and Cities of San Luis Obi3". -- Proposal for Safety Bement 96.61-0190 structures, services and utilities. On the basis of the information obtained from our review of existing data, we will describe mapped active and potentially active faults known to test in San Luis Obispo County. Active and potentially active faults considered to have a potential for fault rupture will be shown on the seismic hazards map. The mapping will include faults and special studies zones designated by the State Geologist in the Alquist- Priolo Special Studies Zones Act. The Act defines criteria that will be used to classify potential fault activity based on existing information. Particular emphasis will be provided to updating the activity and style of faulting presented in the existing Seismic Safety Elements. Some of the significant faults that will be specifically addressed. by the Element are: the Los Osos Valley fault, the Hosgri fault, the San Simeon fault and the Point San Luis blind thrust fault. Seismically Induced Ground Shaking. This section will provide a brief overview of groundshaking hazards, such as effects on different types of structures, geologic conditions that may exacerbate the effects of groundshaking, and relationships to fault movement and other geologic conditions. To evaluate this hazard, we will review fault records and historical data to describe the potential for seismically induced ground shaking within the County. Practices for estimating strong ground motion have changed significantly since the existing Seismic Safety Elements were adopted. Revisions of estimated ground accelerations that may result from movement along different faults will be emphasized as part of this work effort. To assist in evaluating strong ground motions for potential earthquake sources, we will use the computer program EQFAULT. EQFAULT estimates strong ground motion resulting from a maximum credible earthquake using ' deterministic methods relative to digitized fault data. Strong ground motion will be estimated for active and potentially active faults on the basis of mean attenuation relationships. We will also review historic seismic records for San Luis Obispo County. To assist in reviewing past seismic events within San Luis Obispo County we will use the computer program EQSEARCH, developed by Mr. Tom Blake. We will use EQSEARCH to assist in reviewing data bases of historical earthquakes that are available with the program which are obtained from the CDMG computerized earthquake catalogue for California and supplemented by Townley and Allen (1939) and the USGS data base system in Denver, Colorado. Epicenters of historical earthquakes will be shown on geologic maps. Areas that have unconsolidated soils, that may magnify the effects of ground shaking will be identified on the geologic maps. Seismically Induced Ground Failure. The seismically induced ground failure hazard of major concern is liquefaction. Liquefaction will generally occur in saturated, loose, granular materials that are subjected to seismic shaking. For the purposes of this study, we will identify area of potentially high ground water conditions and younger soil deposits. (such as younger alluvium, dune sands, or beach deposits) that could contain areas of potentially liquefiable soil. Other ground failure impacts that can result from 10 .. County and cities of San Luis Obispo'� Proposal for safety Element 96-61-0190 0 seismic activity include slope failures and soil compaction. The evaluation of seismically induced slope failure will be coordinated with the general evaluation of slope stability hazards that will be contained in the Safety Element. Areas of potential ground failures will be indicated on the seismic hazards map based on previous mapping efforts and our review of existing geologic conditions. Using existing geologic information, we will evaluate potential areas of liquefaction, slope instability, and soil compaction. The evaluation will consider existing mapped landslide areas, the propensity of geologic formations to generate landslides, coastal bluff top stability, and the extent of younger geologic sediments that may have a potential to liquefy or be subject to compaction in the event of an earthquake.. Seismically Induced Seiches and Tsunamis. We will evaluate the potential for seiches and tsunamis to impact water ways, land uses adjacent to enclosed bodies of water, and coastal areas on the basis of historical records, existing information, and studies performed by. others (such as PG&E, and the Bureau of Reclamation). The information reviewed will be used to describe the potential "run-up" of tsunami or seiche waters. Areas that could be potentially impacted by such hazards will indicated on the seismic hazards map. 2.2 LANDSLIDES AND SLOPE STABILITY This section will describe the causes and effects of landslides, different types of slope and earth material movement, impacts on structures, and methods that are commonly used to control slope movement. Slope instability in the County is generally related to the geologic characteristics of specific formations and certain geographic areas. Regional maps prepared by United States Geologic Survey and the California Division of Mmes and Geology, provide a relatively good mapping of major landslides in the more populated areas of the County. In our opinion, however, relatively detailed mapping of individual landslides is not practical for general planning purposes, and within the proposed level of effort and County budget. Therefore, the regional geology maps will be used as the basis for identifying areas that are prone to landslides, such as the Franciscan melange, and Serpentine Formations. Areas with steep slopes will also be identified as potential landslide hazard areas. 2.3 STRUCTURAL HAZARDS Buildings and structures that cannot resist the lateral and vertical forces of an earthquake may be subject to extensive damage, or perhaps complete failure. Property, damage, injuries and loss of life resulting from structural damage can. be significant, particularly when structures necessary for emergency response are damaged. After each 11 County and Cities of San Luis Obisp. Proposal for Safety Element 95.61.0190 major earthquake, important lessons are learned regarding techniques to strengthen buildings and structures to perform better in earthquakes. The type of building construction of particular concern is unreinforced masonry buildings, which tend to perform poorly during earthquakes. .In 1987, SB 547 went into effect, and requires jurisdictions that are located in certain seismic areas to identify potentially hazardous structures and to devise a plan to abate these hazards. This section of the Safety Element will describe the types of structures that typically perform well and poorly in major earthquakes. A brief description of legislative requirements, including SB 547, will also be provided. Areas with hazardous or substandard structures that may be subject to damage or collapse in the event of an earthquake will be identified based on information to be provided by the County and participating Cities. It is anticipated that this information should be available as a result of SB 547 implementation. 2.4 COASTAL EROSION Coastal erosion processes have the potential to result in significant impacts to near -shore development, particularly in the communities of Cayucos and Cambria. Coastal bluff studies have been performed for the City of Pismo Beach, .and for numerous individual developments on the coast by Fugro and other consultants, that address coastal erosion processes and seacliff retreat rates. This information, along with the existing Regional Safety Element, will be reviewed and incorporated into the revised Safety Element to describe risks associated with coastal developments and hazards. Included in this section will be a brief description of the causes and effects of beach. erosion and seacliff retreat, the effects of coastal structures on beach sand transportation, tal and the identification of coasresources, as identified by the existing Regional Safety Element, that have the potential to be adversely affected by beach erosion. 2.5 WATER HAZARDS Flooding. 1995 winter storms inundated marry San Luis Obispo communities, especially Cambria.' Flood hazards and inappropriate development in the flood zone is a key feature of the safety element. Fugro personnel in the San Luis Obispo office have extensive first-hand knowledge of where this flooding took place and the resulting damage. The purpose of this section is to report on the potential for flooding in the County and set forth these findings for use in planning and policy development. The County.can be roughly divided between its east and west halves. The western and coastal half has several coastal streams that are prone to flooding during heavy storm events. This flooding was most pronounced last year at this time when waters raged into communities such as Cambria, Morro Bay, San Luis Obispo and Avila. Information developed as a result of these storms showed that some of the prior. flood plain mapping does not 12 County and Cities of San Luis Obispo, Proposal for Safety OMM) t 9661-0190 adequately depict the County's potential from flood .inundation. George Gibson of County Engineering has stated that Cambria saws flood levels well in excess of 100 year elevations when precipitation volumes were considerably less than those of a 100 year storm. However, any information readily available from any of the - jurisdictions will be included in the mapping. Nevertheless,_ the foundation of the flooding analysis .in the unincorporated areas remains with the FEMA flood insurance rate maps (PMNs). These have been digitized (at least partly) by the County and will be incorporated into Fugro's mapping efforts. Areas not covered by -the FIRMs will be mapped using whatever local information, as well as topographic and ground water information, that is available. County. Engineering has various levels of information available from past flooding events. Areas prone to high ground water, such as Los Osos and Oceano will be included. The County Engineering Department will have completed a detailed drainage plan for the community of Los Osos before the Safety Element is complete, and information from the at project can be incorporated. Policy formation for flood plain management will follow a review of each of the municipality's ordinances and plans and how these relate to the protection of life and structures from flood damage. Issues will also be solicited from each of the jurisdictions for inclusion in the analysis. Fugro will provide its opinion in some instances as to where certain policies/practices conflict, both within jurisdictions, and among them. Fugro will incorporate by reference many of the policy and mitigation practices. contained in the California. Storm Water Best Management Practice Handbooks. Further, FEMA is a client of Fugro's (we hold an open services contract with the Agency) and we will use our contacts there to receive the latest available information on hazards Dam Failure. The failure of a dam has the potential to result in significant loss of resources, property damage and loss of life. Dam failure may result from seismic activity, however, many examples of catastrophic dam failure have resulted from on-site geologic conditions. We will review failure studies available for existing dams in the County. Sources will be contacted at the Division of Safety of Dams for information regarding existing dams. Existing estimates of the areas that would be inundated in the event of a dam failure will be depicted. The evaluation of fire hazards for the Safety Element is to consider both urban and wildland areas. The evaluation of the wildland fire hazard must identify and map high fire hazard areas, identify development that has occurred or may occur in and near high hazard areas, and describe the adequacy of access routes within the designated hazard areas. The urban fire hazard evaluation is intended to identify potential hazard. areas, along with fire response and suppression capabilities. 13 County and cdies a san Luis owl,... % aioposW for Sdaly Dwrent 9681.0190 The evaluation of fire hazards will rely primarily on_ information that is contained in the existing Regional Safety Element and input from the participating jurisdictions and fire suppression agencies. Fugro will coordinate the role of the jurisdictions. and agencies by preparing questionnaires that will request the information necessary to prepare updated evaluations and policy recommendations. WWand Free Hazard The analysis of wildland hazards will describe natural conditions that contribute to a high fire hazard, causes and effect of fires, and will provide an updated account of recent wildfires that have occurred in the County. Resources that are available and programs that have been implemented to control and suppress wildfires will also be described. Based on.information contained in the existing Safety Element and input from the jurisdictions and agencies,. development that is located in or near wildfire hazard areas will be described and mapped. Areas with known circulation, suppression or similar constraints will be identified. This effort will concentrate on development that is or may be located in wildland/urban interface areas. Existing policies to minimize the occurrence and severity of wildfires will be reviewed, and if necessary revised. Urban Fire Hazard The urban fire hazard evaluation will describe existing fire response capabilities for each jurisdiction. This will include the location of fire stations, mutual -aide agreements, and other fire control and suppression programs.. If identified by local fire suppression agencies, the need for new or upgraded facilities, such as fire stations, water delivery systems or access routes will be identified. The locations within each jurisdiction where building types, access, suppression capabilities or other factors result in a high fire hazard will be identified and mapped. This evaluation will be based on information contained in the existing Safety Element and jurisdiction/agency input. Radiation Hazards. Fugro will review radiation hazard information developed for the Diablo Canyon Nuclear Power Plant. This information will be incorporated into the safety element by reference. The plant will be located on the appropriate GIS data layer. Also, the emergency evacuation plan for Diablo will be incorporated by reference into the element. Fugro has worked with Korve Engineering, the firm that prepared the evacuation plan, and will contact them for relevant information about the planning efforts: Electromagnetic Fields (EMF). Fugro will provide a brief summary regarding current theories and information regarding the potential for EMF to result in safety hazards. The location of major electrical transmission lines and facilities in the County will be depicted. Hazardous Materials. This section will provide a brief overview of existing regulatory programs that have been implemented for the management of hazardous 14 County and Ctitiss or San Luis Obispo Proposal for safety EWWrd sr}s�-otso material and waste. Response capabilities in the. event of a hazardous materials incident for each participating jurisdiction will also -be described. Radon. Radon gas is emitted from certain geologic formations and has the potential to result in adverse health effects if persons are exposed for prolonged periods. Geologic formations in the County that are associated with elevated radon gas emissions wi71 be identified. Aircraft Hazards. . The three general aviation airports in the County will be identified Based on previous airport safety planning programs, maps will be provided that depict adopted aircraft hazard areas. The plan will contain a discussion of airport safety issues. Evacuation Routes. Roadways that have been identified as evacuation routes by previous planning programs will be identified and mapped. Based on the analysis contained in the revised Safety Element, roadways that could be subject to severe disruption by geologic or flooding hazards will be identified. is County and Cities of San Luis Obispu — Proposal for safety Bernard 9"1-0190 3.0 COST AND SCHEDULE 3.1 PROJECT COST Fugro will prepare the San Luis Obispo County and Cities Safety Element Update and Supporting Maps and Doaunentation for a not to exceed price of $95,000. This cost includes the preparation of an Administrative Draft, Draft and Final Safety Element, along with an Administrative Draft, Draft and Final EIR. Our proposed distribution of project costs are depicted on the attached spreadsheets. . Our proposed cost estimate assumes the attendance of.Fugro staff at up to three public meetings/hearings. Additional meetings or hearings conducted by the County or Cities can be attended by Fugro staff on a time and materials basis, in accordance with the attached fee schedule. Based on an estimated meeting attendance time of four hours, each additional meeting/hearing would cost approximately $400 per person. Our proposal includes a minimal budget for document printing and assumes that the County and Cities will be responsible for printing the Safety Element from a camera-ready copy or electronic format provided by Fugro. 3.2 PROJECT SCHEDULE The project schedule contained in the County's RFP is well reasoned and provides adequate time periods to accommodate the preparation and review of the revised Safety Element. Fugro will prepare the Safety Element in accordance with the specified schedule. 16 County of San Luis Obispo [Revised for Contract Safety and Seismic Sit : FiementlEllit FZrD&A= COST OF SERVICES 3M& Task I. KickoffMeetiog Hours 9 Fee 760 .� 130 Sema 95 8 GMM gr AWyA 85 60 alfted WP 50 so acried 35 2, Identify Issues & Oppottmities 32 3,040 32 3. Compile& ReviewExisting Data a. Seismic Hazards 58 4,600 4 24 30 b Flooding Hazards 36 2,370 6 30 c. Fire Hazard 36 2,370 6 jo d. Other 15 935 -70-0 1 14 4. Descn Descriptions of 14 1-4 Seismic Hazards_ 69 .5,960 14--F 24 31 b. Flooding Hazards 36 1 2,580 12 24 — c. Fire.Hazard 36 2,580 12 24 — d. Other is . 935 --T,1-60 1 14 5. 'Identify Critical Facilities 49 8 40 6. Prpare Hazards Maps 150 10,870 4 20 50 40 36 7. Hazard Reduction & Planning Policies 54 4,290 30 24 -- 8. Admin. Draft Rqmb (Policy & Tecbnical) 9. Draft Reports (Policy & T=brdcal) 16. Initial Shtdy 167 60 3.4 11,695 3,600 —2,240 65 20 8 60 18 30 20 8- 12 20 11. ER I - i. Public Participation 172 40 10,760 3,800 24 40 109 12 29 - 12. Comment 12.2omment Response & Final Reports 48 3,500 20 20 8 13. Prigect Management 50 4.750 so _14-LAttend Meetin 18 1,710 Ig Subtotal 1196 97,205 22 429 50 507 49 108 32 Rate Total L Printingo 300, 2. Supplies 250 1 Fugro WesL Inc. 1 3. Quad maps 51.75 273 4. ZNiew' 1.022 5. Travel 200 Subtotal (OIC) 2,045 OA,=,wm printing costs (othcr d= review drags) borne by Cmity Donuitli E!LP—Oly —GB Lab (under separate contract) 5, "Note; Adds meetings at G & A on Subcontractor 750 5,750 TOTAL COST 95,000 AGREEMENT FOR GIS MAPPING FOR THE SAN LUIS OBISPO COUNTY AND CITIES SAFETY ELEMENT UPDATE THIS AGREEMENT is entered into this day of , 1996 by and between the COUNTY OF SAN LUIS OBISPO, a political. subdivision of the State of California, hereinafter referred to as "County," acting in conjunction with the cities of Arroyo Grande, Atascadero, Grover Beach, Morro Bay, El Paso de Robles and San Luis Obispo, hereinafter referred to as "Cities", and CALIFORNIA POLYTECHNIC STATE UNIVERSITY (Landscape Architecture Department), hereinafter referred to as the "University." WITNESSETH: WHEREAS, the University has agreed to provide geographic information system (GIS) mapping services to the County for the San Luis Obispo County and Cities Safety Element Update as detailed on Exhibit "A" attached hereto and incorporated herein by the descriptive title: "Scope of Work, Safety and Seismic Safety Element, County of San Luis Obispo, March 28, 1996 (hereinafter referred to as the "Project"); and WHEREAS, the Project is of mutual interest and benefit to the University and to the County, and will further benefit the instructional and research programs of the University in a manner consistent with its status as a non-profit, tax-exempt, educational institution, and will derive benefits for the County and the Cities and the University through the proposed GIS mapping of safety-related hazard and risk information; and WHEREAS, the University will receive County funds to offset the costs of providing the GIS mapping services for the Project; and WHEREAS, the Board of Supervisors has approved the Project and has authorized a County payment to the University. NOW, THEREFORE, it is mutually agreed between the parties hereto as follows: 1. Statement -of Work: The University agrees to.use its best efforts to perform the Project as described in Exhibit "A." Anything in this Agreement to the contrary notwithstanding, County and University may at any time amend the Project by mutual written agreement. 2. Project Leader: The Project will be directed by Professor Walter D. Bremer, Landscape Architecture Department, who will be responsible for the Project. In the event that Professor Bremer becomes unable or unwilling to continue the Project, and a mutually acceptable substitute is not available, the University and/or the County shall have the option to terminate said Project. 3. Period of Performance: The Project shall be conducted during the period of April, 1996 .through February, 1997; this Agreement is subject to extension only by mutual agreement of the parties. 4. Grant of Costs: In consideration of the foregoing, the County will pay the University total project costs which shall not exceed the sum of fifteen thousand dollars ($15,000.00). The University agrees to apply the aforesaid funds solely to the Project for which the funds have been paid. 5. Payment: Payment shall be made to the University by the County on the following basis or schedule: -2- • A payment of five thousand dollars ($5,000.00), upon approval of this Agreement by the University and the County Board of Supervisors. • A payment of five thousand dollars ($5,000.00) when the draft GIS,mapping is completed to the satisfaction of the County. • A final payment of five thousand dollars ($5,000.00) upon completion of the Project and delivery of the final GIS mapping.. 6. Sources and Availability of Funds. It is understood by the parties hereto that a portion of the funds being used for the purposes of this Agreement are funds furnished to County through a joint powers agreement with the Cities.. Notwithstanding any other provisionof the Agreement, the liability of County shall be limited to County funds available for the project. University understands that County must wait for funds to be furnished by the Cities in accordance with the joint powers agreement before payment to University of any portion of Agreement reliant upon funds from Cities. County shall incur no liability to University, its officers, agents, employees, suppliers, or contractors for any delay in making any such payments. 7. Termination:. Performance under the Agreement may be terminated by the County upon "receipt" by the University of written notice; performance may be terminated by the University if circumstances beyond its control preclude continuation of the Project. County shall pay all costs accrued by the University as of the date of termination, including non -cancelable obligations incurred prior to the effective date of termination; and conditional upon acceptance of work described in Article 5. -3- �I I 8.. Publicity: County shall not use the name of the University, nor any of University's project staff, in any publicity, advertising, or news release without the prior written approval of an authorized representative of the University. Except for on -campus newsletters and reports, the University will not use the names of the County and Cities, nor any employees of or other subcontractor of the County and Cities, in any publicity without approval of the County. 9. Non -Disclosure: Anything in this Agreement to the contrary notwithstanding, any and all knowledge, know-how, practices, process, or other information (hereinafter referred to as "Confidential Information") disclosed or is WV1iJKJ AS submitted in writing or in other tangible form which is designateVonfidential Information to either party by the other shall be received and maintained by the receiving party in strict confidence and shall not be disclosed to any third party. Furthermore, neither party shall use said Confidential Information for any purpose other than those purposes specified in this Agreement. The parties may.disclose Confidential Information requiring access thereto for the purpose of this Agreement provided, however, that prior to making any such disclosures each such employee shall be apprised of the duty and obligation to maintain Confidential Information in confidence and not use such information for:any purpose other than in accordance with the terms and conditions of this Agreement. Neither party will be held financially liable for any inadvertent disclosure, but each will agree to use reasonable efforts not to disclose any agreed to Confidential Information. Nothing contained herein will in any way restrict or impair either party's right to use, disclose, or otherwise deal with any Confidential Information which at the time of receipt: ME • Is generally available. in the public domain, or thereafter becomes available to the public through no act of the receiving party; or • Was independently known prior to receipt thereof, or made available to such receiving party as a matter of lawful right by a third party. The above obligations for Confidential Information shall be in effect for a period of 10 years from the termination of the Agreement. 10. Publications and Coovrights: The Project personnel will -be free to publish the results of that part of the research which is performed by the University under this Agreement. Publication of information that had previously been researched by the County but presented to the Project personnel as a component of the research performed under this Agreement requires prior written approval of the County. Title to and the right to determine the disposition of any copyrights, or copyrightable material, first produced in the performance of the research performed at the University shall remain with the University, provided that the University shall grant to the County an irrevocable, royalty -free, non-exclusive right to reproduce, translate, and use all such copyrighted material for its own purposes.. 11. Patents: Title to any invention conceived or first reduced to practice in the performance of that part of the research performed by the University will remain with the University, which will have the sole right to determine disposition of any patents or other rights resulting therefrom. Such disposition shall be calculated to protect the public interest as well as the rights and equities of both -5- parties. This will not, however, give the University any rights to the title of any invention conceived or first reduced to practice prior to this Agreement or performed by the County, and/or employees or other subcontractors, during the time period of this Agreement, which may be required to further the research under this Agreement. 12. Independent Contractor: For the purposes of this Agreement and all services to be provided thereunder, each party shall be, and shall be deemed to be, an independent contractor and .not an agent or employee of the other party. Neither party shall have authority to make any statements, representation or commitments of any kind, or to take any action, which shall be binding on the other party, except as may be explicitly provided for herein or authorized by the other party in writing. 13. Governing Law: This Agreement shall be governed in accordance with the laws of the State of California. 14. Agreement Modification: Any changes in the terms of this Agreement in any way shall be valid only if the change is made in writing and approved by mutual agreement of authorized representatives of the parties hereto. 15. Applicable Laws and Regulations: The University agrees to abide by all laws and regulations applicable to the expenditure of County funds, including, but not limited to, the audit of the expenditure of these funds for compliance with regulations, the inclusion of provisions guaranteeing compliance with all labor laws and regulations pertinent to public funds, and further, to assure compliance with the anti -discrimination provisions of the law, including County ordinances. 16. Audit Requirement: The University agrees to allow the County- Administrative ounty Administrative Officer to inspect and audit all records pertaining in any way to this expenditure of funds, and further, to submit to the County Administrative Office a written report upon completion of this project detailing the record of expenditures under this Project. 17. Discretionary Decisions: The University agrees that all discretionary decisions related to carrying out the aforesaid Project remain subject to the control of the San Luis Obispo County Board of Supervisors. AGREED TO ON THE DAY AND YEAR SET FORTH ABOVE. ATTEST: Clerk of the Board of. Supervisors COUNTY BOARD OF SUPERVISORS By: LAURENCE L. LAURENT Chairman of the Board of Supervisors CALIFORNIA POLYTECHNIC STATE UNIVERSITY By: RAYAIACIAS Director of Support Services LANDSCAPE ARCHITECTURE DEPARTMENT -7- Department Head APPROVED AS TO FORM AND LEGAL EFFECT: JAMES B. LINDHOLM, JR. County Counsel Dated: �• I_S �� polyagr3.saf 10 Exhibit "A" Scope of Work Safety and Seismic Safety Element County of San Luis Obispo March 28, 1996 Cal Poly Landscape Architecture Department Mapping. The Cal Poly Landscape Architecture Dcpardment (Cal Poly) will prepare Geographic Information System (GIS) mapping for the County of San Luis Obispo as part of the update of the Safety and Seismic Safety Element. The trapping is part of the requirements for the safety element which is more fully set forth in a scope of work and contract between the County of San Luis Obispo and Fugiro West, Inc. Cal Poly will provide digitization, plotting, and checking of all mapped data in order to automate the data in a GIS format. Quality Control. Fugro West will work closely with Cal Poly in the development of all mapping poducts and will be responsible for the accuracy and quality of all final mapping products. It is the intention of this arrangement that all work will be produced in coordinated effort between Fugro West. Cal Poly and the County of San Luis Obispo. Prepare Hazard Maps. In addition to the descriptions of each hazard and its implications for planning purposes, areas that are susceptible to each type of hazard will be described and.mapped. Maps will be prepared by Fugro and digitized by Cal Poly, under the supervision of Mr. John Kelly at tht County of San Luis Obispo. All mapping will be presented to the County in digital form, registered to the California state plane coordinate grid system (NAD27). Data based upon the USGS 73 minute quad sheet map series -(1:24,000) shall identify, at minimum, the locations of the eight (8) lat/long coordinate grid points that represent the four corners and four interior points of the quad map. Data based on all other USGS maps (1:62,500, 1:100,000, 1:250,000) shall identify, at minimum, the locations of the -four lat/long coordinate grid points that represent the corners of each individual 7.5 minute quad map. Each geologic hazard that is mapped will comprise a separate data layer. Digttaj information shall be submitted in an ARC/INFO, DXF or a DWG file format on 3.5" disks (final format.to be determined by the County). At minimum, the following information will be depicted on maps prepared for the Safety Element: • Geologic formations • Active and potengall- active faults • Seismicity • Liquefaction hazard areas • Seiche hazard arras • Landslide hazard areas • Flood -prone areas (including 100 -year flood plains) • High water data points • Dam inundation areas • (uncal facthnes • Emergency response facilities • High tine hazard areas • Emergency response time contours To mardmize. the effectiveness of the proposed mapping program, effort will be concentrated in areas of the County with the highest population and developtnent area. Work products that would result from this prionry-based coverage intensity are outlined below. Level One Cities & major unincorporated areas (Los Osos, Oceano, Nipomo, Cayucos, Cambria, Templeton, San 5&guel, Santa Margarita, and Avila Beach). • Everything provided on levels 2 and 3 plus: • Unreinforced masonry building inventory • Urban fire hazards • Platform for highly detailed emergency response, safety issues, and natural hazards, with instructions and recommendations for further development Level Two • Specific Planning Areas (North Coast, Estero, Salinas River, San Luis Obispo, San Luis Bay Coastal, San Luis Bay Inland, San Luis Coastal, South County Inland) • Everything provided on level 3 plus: • Greater detail on geologic features (liquefaction, slope stability, tsunami, darn inundation) • Updated landslide information Level Three • Other Planning Areas - Shandon, Carrizo, Las Pilitas, etc. • GIS platform developed with mapping at no less than 1974 levels • Seismic data updated • Information can be added at any time to augment levels SEISNUC ISSUES • The work will build upon the previous element's work • Landslide Map. Fugro will update and expand upon the map by incorporating data developed since 1974 and digitized onto the GIS • Landslide Risks (This mapping will not have changed since 1974 and will be digitized onto the GIS) • Seismic Hazards. The map will be updated with information about faulting developed since 1974 and digitized onto the GIS FLOODING 0 Incorporate and expand County and FEMA mapping • FEMA. Map all floodptainrand floodways per FIRMS • Hot -button links for severely impacted flood areas (Cambria, Mot, Bay, Los Osos, San Luis. Creek, etc) • point locations of recently recorded flood elevations FIRE Urban fire hazards - vegetation and other factors • Wtldfhw - vegetation, slope • Urban/Wildland interface - ureas where wildtand fires present the greatest dangers to urban structures Isomorphic response contours from fire stations TOTRL P.03