Loading...
HomeMy WebLinkAbout10/19/1999, C9 - FLOOD MANAGEMENT PLAN-PHASE 2-SURVEY Council °'�°`to-,q -qy j acEnaa izEpoRt CITY OF SAN LUIS OBISPO FROM: Mike McCluskey,Director of Public Works Prepared By: Wayne Peterson,City Engineer SUBJECT: Flood Management Plan-Phase 2-Survey CAO RECOMMENDATION Approve contract with Questa Engineering in the amount of$93,821 for.the performance of Survey work for Flood Management Plan Phase 2 and authorize the Mayor to execute the contract. DISCUSSION Bankgmnnd The City Council on August 20, 1996 authorized the distribution of an RFP for professional services to prepare a Flood Management Plan for the City of San Luis Obispo and for areas lying within the County Flood Control and Water Conservation District-Zone 9. The RFP provided for the project to be divided into two phases. The Council in December 1996 authorized the CAO to award a contract to Questa Engineering for Phase 1. The CAO awarded the contract in January 1997. The Council also authorized the CAO to enter into a contract with Questa for Phase 2 if the project came within a budget of$400,000. Since that time the staff has recognized that the Phase 2 project will cost about $600,000. The approved budget has already recognized this change in cost by including it. Staff has been working closely with several Federal and State agencies and Zone9 Flood Control and Water Conservation District to finalize the scope of work for Phase 2. The progress has been slow but is close to completion. In order to expedite the final product the Consultant, Questa Engineering, Zone 9 advisory committee and City staff have identified survey work which can be done immediately and will then be available when Phase 2 is authorized. This survey work is a part of Phase 2. Additionally City staff when reviewing the scope of the survey work recognized that it would be very cost efficient to expand the scope to include the entire Urban Reserve area of the City. Several projects listed m the fiscal section will directly benefit from this work. Therefore the scope of work includes work beyond that required for the Phase 2 work and the funding for the program includes City fiords to cover the expanded work. The survey will utilize L tDAR technology that allows the contractor to obtain accurate and detailed information. The contours of the entire area will be at V2 meter (1 'h ft.) intervals and it will have spot elevations at 0.25 meters(10 inches). C9-1 Flood Management Plan-Phase 2-Survey Page 2 Within 2 months staff will be bringing the contract for Phase 2 to the Council for approval. Council approval is required because the cost of the work exceeds the amount authorized previously. FISCAL EUPACT The adopted budget includes $600,000 for the Phase 2 work. The scope of the project is regional. Therefore the funding for this program comes from the County Flood Control and Water Conservation District Zone 9 budget. Upon approval of an agreement with the County, the City will be able to begin billing the County for reimbursement. The base cost for all Phase 2 survey work is $53, 821. The cost of the supplementary survey work for Cily CIP"re aration is$40,000 and will by funded as follows: Available Funds Funds Needed Total Higuera Street Widening $20,000 $5,000 400-53901-90073-53910073-90551 Laguna Lake Dredging $123,000 $5,000 400-65900-90097-65900097-90557 Railroad Recreation Trail Phase 3 $70,000 $5,000 400-51900-90087-51900087-90551 Wastewater Collection System $786,224 $7,500 Improvements 520-58900-99087-58909087-90553 Water Distribution System $1,873,164 $7,500 Improvements 500-55900-99067-55909067-90553 Reconstruction and Resurfacing Fund $427,249 $10,000 400-53901-90012-53910012-90551 Subtotal-City funding $40,000 Zone 9 Funding $53,821 $53,821 Total funds $93,821 Questa Engineering has solicited 3 quotes for UDAR Surveying and with staff overview and comments selected the best-qualified and least costly firm to provide the work. The Cost of the Survey and control work by Questa Engineering is $93,821 ALTERNATIVES 1. The City can choose not to pay for and obtain the additional survey work within the City. Although doing it at this time is very cost effective, C1P projects could be surveyed later at additional cost. 2. The City could also choose to not do the survey work prior to the Phase 2 contract work. This would likely result in increased cost and delay of the work of Phase 2. The Work C9-2 Flood Management Plan-Phase 2-Survey -Page-3 Scope for Phase.2 is close to completion and is likely to be in front of the Council within a month. If the Contractor for Phase 2 has this work completed when he starts it will expedite the work-. There is also a window of opportunity with the providers of the survey work. Putting off the work may .result in ,less opportunity to take advantage of their work schedules. 3. Deferring the surveying is not an alternative if the Phase 2 project is pursued. Attachments Contract with Questa Engineering for Survey Genodramage land Management PladPhase 2 woddWark scopetsucvey/CC Phase 2 award survey C9-3 AGREEMENT TMS AGREEMENT is made and entered into in the City of San Luis Obispo on this day Of , by and between the CTTY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as City,and QUESTA ENGINEERING,hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on August 29, 1996, City requested proposals for Engineering Services: Flood Management Plan per Specification No.96-05A,which provided for Phase I and Phase 2 services;and WHEREAS, the Council on December 3, 1996 authorized the CAO to enter into an agreement with the Contractor when staff was ready to proceed with Phase 2 services;and RBEREAS,the workscope is still being finalized for Phase 2 services in order to meet the requirements of Federal and State agencies;and WHEREAS,surveying work is an integral part of Phase 2 services and this work can be started now which will facilitate project completion;and WIIEREAS, the City requires surveying work related to other projects, which can be more efficiently completed by combining it with Phase 2 survey work NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as first written above,until acceptance or completion of said engineering services. 2. INCORPORATION BY REFERENCE. City Specification No. 96-05A is hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing engineering services as specified in this Agreement, City will pay and Contractor shall receive therefore compensation based on time and expenses not to exceed $93,821.00 on a monthly basis. 1 C9-4 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to perform engineering services as described in Attachment A attached hereto and incorporated into this Agreement. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Director of Public Works of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Public Works City of San Luis Obispo 955 Morro Street San Luis Obispo,CA 93401 Contractor Questa Engineering Corporation Box 70356 Pt.Richmond,CA 94807 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF,the parties hereto have caused this instrument to beexecuted the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: City Clerk Mayor APPROVED AS TO FORM: CONTRACTOR 2 C9-5 By: 3 O-6 INSURANCE REQUIREMENTS: Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents,representatives,employees,or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability,code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and Employers Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property . damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the .City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions: 1. The City,its officers,officials,employees,agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor,products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official,employees,agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 4 C9-7 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers,officials,employees,agents or volunteers. 4. The Contractors insurance shall apply separately to each insured against whom claim is made or suit is brought,except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANTI. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 5 C9-8 ATTACHMENT A CONTRACT FOR DTM DATA ACQUISITION AND PROGRAM MANAGEMENT OF LiDAR TOPOGRAPHIC SURVEY OF THE SAN LUIS OBISPO AREA This Contract is to have Questa Engineering Corporation manage the acquisition of LiDAR acquired elevation and topographic data, and aerial photography for the SLO area. The data would be used for two purposes: (1) hydrologic/hydraulic analysis as part of the SLO Phase II Waterway Management Plan; and (2) as a base GIS layer for other City planning and engineering needs. Two separate UDAR study areas are shown in Figures 1 and 2. Figure 1 shows the SLO Phase I strip map of the SLO Creek floodplain and See Canyon corridors. Figure 2 shows the larger City Urban Reserve boundary. Although the Airport area has an existing detailed topographic map prepared as part of the Specific Plan studies, this area will be included in the mapping program, as this would avoid the need to digitally compile information from two sources, and result in a common format and data quality for all City topographic, air photo, and DTM data layers. The airport area, and other recent survey information, including the Phase I surveys and the Mission Plaza project, will be used as quality control checks of the LiDAR acquired DTM and topography information. Please note that the LiDAR information just includes elevation and topography, not building locations, which can be acquired from the imagery at substantially higher costs. If needed, this information can be obtained in the future as a separate contract with the LiDAR provider, and as a separate GLS data layer. The actual LiDAR data in the form of a digital terrain model (DTM) and accompanying 0.5 meter topographic map will be provided by a sub-contractor to us, Aerotec Inc. of Bessemer, Alabama Our services would include providing the specifications for the LiDAR survey, hiring as a sub-contractor the LiDAR provider, directing and managing their work, and providing quality control checks of the LiDAR deliverable products to insure the deliverables meets City and Zone 9 needs and conform to the preliminary FEMA LiDAR mapping standards for Federal Flood Insurance Studies. Cutting cross-sections from the DTM for use in the hydraulic model by automated methods, and locating the cross-sections in the field for characterization in the model (N value etc.) is not included in this work scope; it remains in the larger Phase II work scope. As part of our overall management services, the LiDAR provider's invoices will be submitted to Questa, and we will evaluate and approve the invoice, pay the invoice, and then submit the invoice to the City for payment, along with our costs for project management Since the LiDAR provider has asked for an up front mobilization fee, and a 30 day turn-around time on payment of invoices, we are requesting to add on a surcharge of three percent for our administrative fees and up-front payment costs.We will request that the City expedite payment of our invoices. 6 C9-9 SCOPE OF SERVICES The following services will be provided by Questa associated with the LiDAR/ Air Photo mapping Project. • Develop bidding specifications, conduct informal bidding, evaluate bids, review qualifications,work products, and references of prospective bidders. • Finalize contract terms and deliverables with selected contractor, including identifying study area boundaries, deliverables, and costs. Execute contract with sub-contractor to provide LiDAR/Air photo information meeting the following specifications and deliverables requirements: • All mapping will conform to National Map Accuracy Standards (NMAS), and meet the preliminary FEMA UDAR mapping standards. • Mapping to include preparation of 0.5 meter contour interval topographic maps, with spot elevations to 25 cm. • Mapping and presentation of the map sheets is to be based on the City of San Luis Obispo grid system so that the topographic mapping can be linked to this system in a GIS. SLO's grid system is based on the California Coordinate System with each square 500 meters by 700 meters, and coordinates available for all grid corners. The City's current aerial photography and DTM is also divided into these grids. • UDAR deliverables are to include electronic file of DTM's and 0.5 meter contour interval topographic map referenced to City grid system in AutoCAD.rl4 dwg file. • Air photo Digital Imagery Map Deliverables will include: 1) One hard copy plot of each high resolution digital imagery map sheet with contour map overlay, 2) One electronic copy as TIF file on CDROM of each geo-mosaic map sheet with contour map overlay 3) One electronic copy of MrSid compressed file format delivered on CDROM of each geo- mosaic map sheet, accompanied by a single copy of the MrSid viewer software, • Work scope is to include all necessary ground control (i.e., GPS control points) to meet NMAS. • Coordinate and manage UDAR work, including providing field accuracy checks by comparing DTM with recent ground surveys and limited field surveys at benchmark sites, and quality control review to insure deliverable data meets. project goals and objectives and subscribes to preliminary FEMA LiDAR and National Map Accuracy Standards (LAMAS) for Federal Flood Plain Mapping studies (as attached). Evaluate and resolve problems that may develop. Communicate progress and results with City. 7 C9-10 • Review and approve LiDAR vendors invoices for consistency with contract provisions. Pay invoice upon approval from City. • Assume responsibility for delivery of LiDAR DTM and topographic map information in approved format. • We have listed as an additional cost alternative, provision of field transects and surveys of bridges and other structures, and dense riparian canopy areas (not penetrable by LiDAR) which may be needed to supplement the UDAR data and solve certain problems. Limited field survey accuracy checks are also included in this task to conform with FEMA NMAS requirements. We plan on using old bridge HEC-2 information from previous FEMA and Corps models wherever possible to reduce survey costs. Field survey costs are not known at this time; the included survey costs are an informed estimate. COST ESTIMATE All of Questa's work will be completed on a time-and-expenses basis using our standard fee schedule with a not-to-exceed task cost as follows: • Task 1- Develop LiDAR specs,bid project, select vendor...........................$ 3,000 • Task 2- Finalize contract, study area, and deliverables with vendor................. 1,000 • Task 3- Coordinate and manage LiDAR work..................................................3,000 • Task 4- Review and approve vendor invoices................................................... 1,000 • Task 5- QA/QC accuracy check and coordinate delivery of DTM................. 2.000 Subtotal professional and management fees......».».»....».»..».»».....»»...».».$ 10,000.00 Direct Expenses LiDAR/Air photo vendor(per quote from Aerotec,Inc.) Subtotal LiDAR Data Acquisition...».»... ....... $819380.00 Plus 3% Administrative fee...»»»»».... »»... ..... $2441.00 Total Estimate,including$10,000.00 labor,and administrative fee......»»........$939821.00 8 C9-11 TERMS AND CONDITIONS This contract would be completed as a separate project from the Phase H Waterway Management Plan studies; however, all insurance provisions and other contract terms and provisions will be in force. All work will be completed on a time-and-expenses basis not to exceed contract amount using our contract fee schedule as follows: Norman Hantzsche, P.E.,Managing Engineer............................................................$140/hour Jeffrey H. Peters,Principal-in-Charge.........................................................................$125/hour Sydney Temple,P.E., Senior Hydrologist/Engineer.....................................................$90/hour WesLauer, Staff Engineer............................................................................................$65/hour Drafting/GIS..................................................................................................................$58/hour Clerical/Administrative.................................................................................................$48/hour Invoices would be prepared and submitted on a monthly basis, showing work completed, labor charges, and outside expenses, including the LiDAR vendor invoices. Invoices are due net 30 days. Outside costs will be marked up 3% for administrative overhead. 9 C9-12 N W E S . :Waters d'Boui aDAR Survey Phase 2, 'Slfip:N�p;for:Zarie;9;Rioject ��.yrS;, - :. .. 11 1 ti Y S. em San Luis Obispo Creek Watershed and Area along creeks for UDAR Survey Figure 1 C943 �d�'J'{��/'��jis'C• L�;`{,'\`la -i �) �.ti `�� •�u`l\ 11!•""C�f'1.{'�J pp �.1 ,\ 1,�... 1��.~. I L OR- FS '..^ M`:\`:111'�:j 'l'S:} •\ •J, ..1+1� .... 't•< =1v/ . `i'.r:C�.., %'c% �;.�'��',�y�.a ,,�NJ'��rS�!Il'(,�`J, \ 7 u ° Y `�:': .r `.�.."% ?J ,�.;.. =c`✓`f; ^,, f�'�`., l,c ti':.�"�`;�... \. ; , �%�-'4,� .::.", '.d' "' Y• l; I'1f ' .\i� +�`�`Lf�I \� 1 y:-,ti. �`;n��"11� �1 t.,., � iJlF-'• a;[••�.�.rf : Jit•'ti`+�7�. ...� `: 'tea-/ �;fi`:,,i ��. � i I '� �:�.:.... \:c�1,a�/� - ��1; :. �,J�J� �� I �-- J \. 1-� � �, flet, 1~,u' •��z:��, t/ l\Ilk .?\�'rSl ,fr 7`�,r T'i.'� J �`.�'�' L�!\�.-.'�-/ � 1� `�, •.v�1 ♦ 1 . . '.moi)�.'�. �'r,:'•• 5 >F.�. >,f: IN ,i�jl)�JJ J 'f •• �'.. ��C• -, ;` �.�`"P�. '. •IF � 1 �+.',,7 ;l' 4 !, \ -:1=1r(?..'j,J' /. 4 '/: •.J"� \`.; : I� I+S•� -� ``'',x'11 '. \.�,Y K \. �.'...�Jx\...C> i i :�Z•' `,-. �'�.����_'�.J�C I ' 1 U�:. ..t :1f:.4 �14�.'. �.I, :1•✓^ I' •rte{ 1. 1• n, Urban Reserve l ine ,`,��,:Zc '1` :�` :..;� 4 �;.`/ r•:`',• t4•f'^fA�4 s�l` a_ iJ �/ ��.����. L'� `� 1 1. - -!� _� C•-�_ ./_'\ _\•\ c�•:'� .���!\� +`.j. % .i,f ffl%�1:j-x,•_..:57: ��\'.`—?\�,�y ���'y r`•. ' - ..r'.-i= - .� 1.\111 Jif \�\`e � ➢: \' -�. '�"Cx.L 'n -' � ! �`� _ •-fay ,-\ r'rr t�' r „- �Iu -p6 /`�•!' '.7 1 ,\. •JI,"S!\., ' .. C, \. J♦".'• ,` , t` �, ',�.r1 '.may 1?1� y2;�.)C-'l'(E!./�.J' 1��T i'-t..\J�'.�`�tii v� ' ..> s/�,r'elr..:y,: J .�" "' — _ - .J)� 'r, :• '.y�J^%�F�'. Z •'Cii �a S\ \\,�•`•��-"1 ti•\\ � -JJ..' pF� :r i if�,T y��''cJ��. � _ �,(� ',.� 1 1 .w'l�l' i. [l �/-ti•.� � "l, �.,` � ` � ice_/. � '_, �. r�'§��yy ,... G'l til• rc II ii VJ` —C� r � '�rs ` H, � '�"R•� �'%' ,-ti; �,ai ,�V�.:,a..\t��\ti _S'•—_ "'r �,\_ ��i :�. •-"L�e-� '(�., /9 f�7` lieu e_<�'--:.rwi _i Ji ;s;. .:\ `. ' JI vn \ _ ��\ ,T {y. ,r.J��. tom,- ,/ " "_,"!.•'�` - r�\ � � ' �� �}r Y•'-' F 'J •:l _ r�Y yam•- �'�.,,—a::;,• "'.x 4 � _ — \ e .✓-.o' `w 1 1 �.'�f�ala:\r-J�.i � QX�' r+l ;. .J� �•, /w AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as City,and QUESTA ENGINEERING,hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on August 29, 1996, City requested proposals for Engineering Services: Flood Management Plan per Specification No.96-05A,which provided for Phase 1 and Phase 2 services;and WHEREAS, the Council on December 3, 1996 authorized the CAO to enter into an agreement with the Contractor when staff was ready to proceed with Phase 2 services;and WHEREAS,the workscope is still being finalized for Phase 2 services in order to meet the requirements of Federal and State agencies;and WBEREEAS,surveying work is an integral part of Phase 2 services and this work can be started now which will facilitate project completion;and WHEREAS, the City requires surveying work related to other projects, which can be more efficiently completed by combining it with Phase 2 survey work. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above,until acceptance or completion of said engineering services. 2. INCORPORATION BY REFERENCE. City Specification No. 96-05A is hereby incorporated in and made a part of this Agreement 3. CITY'S OBLIGATIONS. For providing engineering services as specified in this Agreement, City will pay and Contractor shall receive therefore compensation based on time and expenses not to exceed $93,821.00 on a monthly basis. 1 C9-15 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to perform engineering services as described in Attachment A attached hereto and incorporated into this Agreement. 5. AMENDMENTS. Any amendment;modification,or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Director of Public Works of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement,understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect,nor shall any such oral agreement,understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Public Works City of San Luis Obispo 955 Monro Street San Luis Obispo,CA 93401 Contractor Questa Engineering Corporation Box 70356 Pt.Richmond,CA 94807 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN VMNESS WHEREOF;the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: C=OF SAN LUIS OBISPO,A Municipal Corporation By: City Cleric Mayor APPROVED AS TO FORM: CONTRACTOR 6l'lC.d By: ty om 2 C9®16 INSURANCE REQUIREMENTS: Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor,its agents,representatives,employees,or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability,code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 1 Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions: 1. The City,its officers,officials, employees,agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official,employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City,its officers,officials, employees,agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought,except with respect to the limits of the insurer's liability. 3 C9-17 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANLL Verification of Coverage. Contractor shall famish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 4 C9-18 ATTACHMENT A CONTRACT FOR DTM DATA ACQUISITION AND PROGRAM MANAGEMENT OF LiDAR TOPOGRAPHIC SURVEY OF THE SAN LUIS OBISPO AREA This Contract is to have Questa Engineering Corporation manage the acquisition of LiDAR acquired elevation and topographic data, and aerial photography for the SLO area The data would be used for two purposes: (1) hydrologic/hydraulic analysis as part of the SLO Phase II Waterway Management Plan; and(2) as a base GIS layer for other City planning and engineering needs. Two separate LiDAR study areas are shown in Figures 1 and 2. Figure 1 shows the SLO Phase I strip map of the SLO Creek floodplain and See Canyon corridors. Figure 2 shows the larger City Urban Reserve boundary. Although the Airport area has an existing detailed topographic map prepared as part of the Specific Plan studies, this area will be included in the mapping program, as this would avoid the need to digitally compile information from two sources, and result in a common format and data quality for all City topographic, air photo, and DTM data layers. The airport area, and other recent survey information, including the Phase I surveys and the Mission Plaza project, will be used as quality control checks of the LiDAR acquired DTM and topography information. Please note that the LiDAR information just includes elevation and topography, not building locations, which can be acquired from the imagery at substantially higher costs. If needed, this information can be obtained in the future as a separate contract with the LiDAR provider, and as a separate GIS data layer. The actual LiDAR data in the form of a digital terrain model (DTM) and accompanying 0.5 meter topographic map will be provided by a sub-contractor to us, Aerotec Inc. of Bessemer, Alabama. Our services would include providing the specifications for the LiDAR survey, hiring as a sub-contractor the LiDAR provider, directing and managing their work, and providing quality control checks of the LiDAR deliverable products to insure the deliverables meets City and Zone 9 needs and conform to the preliminary FEMA LiDAR mapping standards for Federal Flood Insurance Studies. Cutting cross-sections from the DTM for use in the hydraulic model by automated methods, and locating the cross-sections in the field for characterization in the model (N value etc.) is not included in this work scope;it remains in the larger Phase II work scope. As part of our overall management services, the LiDAR provider's invoices will be submitted to Questa, and we will evaluate and approve the invoice, pay the invoice, and then submit the invoice to the City for payment, along with our costs for project management. Since the LiDAR provider has asked for an up front mobilization fee, and a 30 day tum-around time on payment of invoices, we are requesting to add on a surcharge of three percent for our administrative fees and up-front payment costs. We will request that the City expedite payment of our invoices. 5 C9-19 SCOPE OF SERVICES The following services will be provided by Questa associated with the LiDAR/ Air Photo mapping project. • Develop bidding specifications, conduct informal bidding, evaluate bids, review qualifications,work products, and references of prospective bidders. • Finalize contract terms and deliverables with selected contractor, including identifying study area boundaries, deliverables, and costs. Execute contract with sub-contractor to provide LiDAR/Air photo information meeting the following specifications and deliverables requirements: • All mapping will conform to National Map Accuracy Standards (NMAS), and meet the preliminary FEMA LiDAR mapping standards. • Mapping to include preparation of 0.5 meter contour interval topographic maps,with spot elevations to 25 cm. • Mapping and presentation of the map sheets is to be based on the City of San Luis Obispo grid system so that the topographic mapping can be linked to this system in a GIS. SLO's grid system is based on the California Coordinate System with each square 500 meters by 700 meters, and coordinates available for all grid comers. The City's current aerial photography and DTM is also divided into these grids. • LiDAR deliverables are to include electronic file of DTM's and 0.5 meter contour interval topographic map referenced to City grid system in AutoCAD.rl4 dwg file. • Air photo Digital Imagery Map Deliverables will include: 1) One hard copy plot of each high resolution digital imagery map sheet with contour map overlay, 2) One electronic copy as TIF file on CDROM of each geo-mosaic map sheet with contour map overlay 3) One electronic copy of MrSid compressed file format delivered on CDROM of each geo- mosaic map sheet,accompanied by a single copy of the MrSid viewer software, • Work scope is to include all necessary ground control (i.e., GPS control points) to meet NMAS. • Coordinate and manage LiDAR work, including providing field accuracy checks by comparing DTM with recent ground surveys and limited field surveys at benchmark sites, and quality control review to insure deliverable data meets project goals and objectives and subscribes to preliminary FEMA LiDAR and National Map Accuracy Standards (LAMAS) for Federal Flood Plain Mapping studies (as attached). Evaluate and resolve problems that may develop. Communicate progress and results with City. 6 C9-20 e Review and approve LiDAR vendors invoices for consistency withcontract provisions. Pay invoice upon approval from City. • Assume responsibility for delivery of LiDAR DTM and topographic map information in approved format. • We have listed as an additional cost altemative, provision of field transects and surveys of bridges and other structures, and dense riparian canopy areas (not penetrable by LiDAR) which may be needed to supplement the LiDAR data and solve certain problems. Limited field survey accuracy checks are also included in this task to conform with FEMA NMAS requirements. We plan on using old bridge HEC-2 information from previous FEMA and Corps models wherever possible to reduce survey costs. Field survey costs are not known at this time; the included survey costs are an informed estimate. COST ESTIMATE All of Questa's work will be completed on a time-and-expenses basis using our standard fee schedule with a not-to-exceed task cost as follows: • Task 1- Develop LiDAR specs,bid project,select vendor............................$ 3,000 • Task 2- Finalize contract,study area, and deliverables with vendor.................1,000 • Task 3- Coordinate and manage LiDAR work..................................................3,000 • Task 4- Review and approve vendor invoices...................................................1,000 • .Task 5- QA/QC accuracy check and coordinate delivery of DTM.................. 2.000 Subtotal professional and management fees...................................................$ 10,000.00 Direct Expenses LiDAR/Air photo vendor(per quote from Aerotec,Inc.) Subtotal LiDAR Data Acquisition..........................................................................$81,380.00 Plus 3% Administrative fee.......................................................................................$2441.00 Total Estimate,including$10,000.00 labor, and administrative fee...................$93,821.00 7 C9-21 TERMS AND CONDPITONS This contract would be completed as a separate project from the Phase 11 Waterway Management Plan studies;however, all insurance provisions and other contract terms and provisions will be in force. All work will be completed on a time-and-expenses basis not to exceed contract amount using our contract fee schedule as follows: Norman Hantzsche,P.E., Managing Engineer............................................................$140/hour Jeffrey H. Peters,Principal-in-Charge........................................................................$125/hour Sydney Temple,P.E., Senior Hydrologist/Engineer.....................................................$90/hour Wes Lauer, Staff Engineer............................................................................................$65/hour Drafting/GIS .................................................................................................................$58/hour Clerical/Administrative.................................................................................................$48/hour Invoices would be prepared and submitted on a monthly basis, showing work completed, labor charges, and outside expenses, including the LiDAR vendor invoices. Invoices are due net 30 days. Outside costs will be marked up 3%for administrative overhead. 8 C9-22