HomeMy WebLinkAboutContracts & Agreements_129-2013_CCv0001.pdf AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for engineering services associated with the preparations of a citywide
drainage master plan("Agreement") is made and entered in this 2nd day of July,2013 ("Effective
Date"), by and between the City of Redlands, a municipal corporation ("City")and RBF
Consulting("Consultant"). City and Consultant are sometimes individually referred to herein as
a"Party"and,together, as"Parties." In consideration of the mutual promises contained herein,
City and Consultant agree as follows:
ARTICLE I —ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to provide engineering services associated with the
preparation of a citywide drainage master plan for the entire city and tributaries
impacting the City of Redlands (the"Services").
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing like and similar types of Services.
ARTICLE 2—SERVICES OF CONSULTANT
2.1 The Services that Consultant shall perform are more particularly described in Exhibit
"A,"entitled"Scope of Services,"which is attached hereto and incorporated herein by
reference.
2.2 Consultant shall comply with applicable federal, state and local laws and regulations in
the performance of this agreement including,but not limited to, State prevailing wage
laws.
ARTICLE 3 —RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that may assist
Consultant in performing the Services.
3.2 City designates Chris Diggs, Deputy Municipal Utilities and Engineering Director,as
City's representative with respect to performance of the Services, and such person shall.
have the authority to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services.
ARTICLE 4--PERFORMANCE OF SERVICES
4.1 The term of this Agreement shall be for two hundred seventy (270)calendar days,
commencing upon the Effective Date of this Agreement.
4.2 If Consultant's Services include deliverable electronic visual presentation materials,such
materials shall be delivered in a form, and made available to the City,consistent with
1
l:�ca\djmlhgreemenstRBF Flood Control%4P.doc
City Council adopted policy for the same. It shall be the obligation of Consultant to
obtain a copy of such policy from City Staff.
ARTICLE 5 --PAYMENTS TO CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of Two Hundred Ninety Six Thousand Six Hundred Dollars ($296,600.00) and
shall be paid on a time and materials basis based upon the rates shown in Exhibit"B,"
entitled"Project Cost,"which is attached hereto and incorporated herein by reference.
5.2 Consultant shall submit monthly invoices to City describing the Services performed
during the preceding month. Consultant's invoices shall include a brief description of the
Services performed, the dates the Services were performed, and the number of hours
spent and by whom. City shall pay Consultant no later than thirty (30) days after receipt
and approval by City of Consultant's invoice.
5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail
should be addressed as follows:
city Consultant
Chris Diggs John McCarthy
City of Redlands Vice President
35 Cajon Street, Suite 15A RBF Consulting
P.O. Box 3005 (mailing) 14725 Alton Parkway
Redlands,CA 92373 Irvine, CA 92816
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail. Changes may be made in the names and addresses of the person to whom notices
and payments are to be given by giving notice pursuant to this section 5.3.
ARTICLE 6—INSURANCE AND INDEMNIFICATION
6.1 Insurance required by this Agreement shall be maintained by Consultant for the duration
of its performance of the Services. Consultant shall not perform any Services unless and
until the required insurance listed below is obtained by Consultant. Consultant shall
provide City with certificates of insurance and endorsements evidencing such insurance
prior to commencement of the Services. Insurance policies shall include a provision
prohibiting cancellation or modification of the policy except upon thirty(30)days prior
written notice to City.
6.2 Consultant shall secure and maintain Workers' Compensation and Employer's Liability
insurance in accordance with the laws of the State of California, with an insurance carrier
acceptable to City as described in Exhibit"C,"entitled"Workers' Compensation
Insurance Certification,"which is attached hereto and incorporated herein by this
reference.
6.3 Consultant shall secure and maintain comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage of One Million Dollars($1,000,000)per
2
1:'.catdnn�Agreements\ BF Flood Control MP.doc
occurrence and Two Million Dollars ($2,000,000) aggregate for public liability,property
damage and personal injury is required. City shall be named as an additional insured and
such insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City.
6.4 Consultant shall secure and maintain professional liability insurance throughout the term
of this Agreement in the amount of One Million Dollars ($1,000,000)per claim made.
6.5 Consultant shall have business auto liability coverage,with minimum limits of One
Million Dollars($1,000,000) per occurrence, combined single limit bodily injury liability
and property damage liability. This coverage shall include all Consultant owned vehicles
used in connection with Consultant's provision of the Services, hired and non-owned
vehicles,and employee non-ownership vehicles. City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or self
insurance maintained by City.
6.6 Consultant shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by and negligent or intentionally wrongful act, omission or failure to act by Consultant,
or its officers,employees and agents in performing the Services.
ARTICLE 7—CONFLICTS OF INTEREST
7.1 Consultant covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any manner or
degree by the performance of Consultant's Services. Consultant further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement.
7.2 Consultant agrees it is not a designated employee within the meaning of the Political
Reform Act because Consultant:
A. Does not make or participate in:
(i) the making or any City governmental decisions regarding approval of a
rate, rule or regulation,or the adoption or enforcement of laws;
(ii) the issuance, denial, suspension or revocation of City permits, licenses,
applications, certifications, approvals, orders or similar authorization or
entitlements;
(iii) authoring City to enter into, modify or renew a contract;
(iv) granting City approval to a contract that requires City approval and to
which City is a party, or to the specifications for such a contract;
(v) granting City approval to a plan,design,report, study or similar item;
(vi) adopting,or granting City approval of policies, standards or guidelines for
City or for any subdivision thereof.
3
l:\ca\djrn FAgreementslRBF Flood Control N4P.doe
B. Does not serve in a staff capacity with City and in that capacity,participate in making
a governmental decision or otherwise perform the same or substantially the same
duties for City that would otherwise be performed by an individual holding a position
specified in City's Conflict of interest Code under Government Code section 87302.
7.3 In the event City officially determines that Consultant must disclose its financial
interests, Consultant shall complete and file a Fair Political Practices Commission Form
700, Statement of Economic Interests with the City Clerk's office pursuant to the written
instructions provided by the City Clerk,
ARTICLE 8 —GENERAL CONSIDERATIONS
8.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party,
8.2 Consultant shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement.
8.3 Project related documents, records, drawings, designs, cost estimates, electronic data
files,databases and any other documents developed by Consultant in connection with its
performance of the Services, and any copyright interest in such documents, shall become
the property of City and shall be delivered to City upon completion of the Services, or
upon the request of City. Any reuse of such documents, and any use of incomplete
documents, shall be at City's sole risk.
8.4 Consultant is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor, Neither City nor any of its agents
shall have control over the conduct of Consultant or Consultant's employees, except as
herein set forth. Consultant shall supply all necessary tools and instrumentalities required
to perform the Services. Assigned personnel employed by Consultant are for its account
only, and in no event shall Consultant or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of,City. Consultant
shall have no authority, express by City for the account of, or on behalf of City.
Consultant shall have no authority, express or implied, to act on behalf of City in any
capacity whatsoever as an agent, nor shall Consultant have any authority, express or
implied,to bind City to any obligation,
8,5 Unless earlier terminated as provided for below, this Agreement shall terminate on March
28, 2014, provided, however this Agreement may be terminated by City, in its sole
discretion,by providing ten (10) days prior written notice to Consultant I ant(delivered by
certified mail, return receipt requested) of City's intent to terminate. If this Agreement is
terminated by City, an adjustment to Consultant's compensation shall be made,but(1) no
amount shall be allowed for anticipated profit or unperformed Services, and(2) any
payment due,Consultant at the time of termination may be adjusted to the extent of any
additional costs to City occasioned by any default by Consultant. Upon receipt of a '
termination notice, Consultant shall immediately discontinue its provision of the Services
4
l:,.Ca,JnnAgreernents',"F Flood Control MP.doc
and, within five (5) days of the date of the termination notice, deliver or otherwise make
available to City, copies (in both hard copy and electronic form, where applicable)of
data, design calculations, drawings, specifications, reports, estimates, summaries and
such other information and materials as may have been accumulated by Consultant in
performing the Services. Consultant shall be compensated on a pro-rata basis for Services
completed up to the date of termination.
8.6 Consultant shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years,or for any longer period required by law, from the date of final payment to
Consultant pursuant o this Agreement. Such books shall be available at reasonable times
for examination by City at the office of Consultant.
8.7 This Agreement, including the Exhibits incorporated herein by reference,represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement. Except as otherwise provided for herein, an
amendment to this Agreement shall be in writing, approved by City and signed by City
and Consultant.
8.8 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed
in confirmation of this Agreement.
CITY OF REDLANDS RBF CONSULTING
By: By:
Pete Aguilar, N*or John YcCarO,Vice Fre ii0ent
Attest:
Sam Irwin, City Cferk
Lca,djmAgreements`-.RBF Flood Control MP.doc
"EXHIBIT "A"
Scope of Work
A. General Tasks
1. Project Management.
Consultant will preparing project schedules,budgets, reports, coordinating with City, and
performing quality control by monitoring all project activities.
a. Protect Meetinas.Consultant shall schedule, attend and conduct meetings with City staff and
other agencies to discuss issues relevant to the development of the Master Plan. Meetings
may be scheduled for, but are not limited to:
i. Project kickoff meeting,
ii. Site visit meeting (s);
iii. Periodic project update meetings;
iv. Coordination meetings with other public agencies;
V. Community outreach/public meeting(s);
vi. Consultant team meetings.
b. Prosect Schedule. Prepare a project schedule (using Primavera P6 or an approved
alternative)at a sufficient level of detail to show a clear understanding of the work required
to meet the project goals, objectives and delivery timeline. The schedule will show the
interdependencies among tasks and interim and final milestones for project completion and
shall be updated monthly to show project progress,
c. Project Files. Consultant will assemble and maintain project files that include all
documentation and data resulting from or related to the project, including but not limited to
survey files, engineering computations, assumptions, working drawings, meeting minutes, all
correspondence, digital image, and video library,
2. Reports.
Consultant will prepare the following reports-
• Field investigation reports, including all data collected during the reconnaissance
process and all pictures (included in Section B)--
• Monthly project status reports to communicate interim findings, and to convey
discovery of any difficulties or special problems that need to remedied;
• Technical memoranda, including analysis and evaluation for each facility and
identified alternative improvements (included in Section B);
• Design recommendation reports(s), including design alternatives analysis(included in
Section B).
Deliverables. Submit five hard copies and one NIS Word electronic copy of a draft document
that includes methods, findings, and recommendations generated as part of the tasks described
herein. Upon City approval of the draft document, five spiral bound copies, and one MS Word
electronic copy of the"Final Master Plan" document shall be submitted to City. Deliverables
shall be organized so that they are fully accessible and usable by City.
B. Master Plan Preparation
1. Background Information Research & Review.
Consultant will conduct a thorough review of existing drainage plans, video documents,planning
documents,regulatory rules,programs and activities, and other materials important to the
development of the Master Plan. A complete inventory of existing drainage data will be
prepared for City. Consultant will compile and review all available references and consult with
City and San Bernardino County Flood Control District(SBCFCD) staff to acquire background
and knowledge required to develop drainage solutions. Reports to be reviewed will include:
• "Zone 3 Comprehensive Storm Drain Plan (CSDP)No. 4", 1976, SBCFCD;
• "Final Hydrology, CSDP No. 4", 2013, SBCFCD;
• "Field Investigation Report for City of Redlands", 2009, SBCFCD;
• "Crafton and Opal Basin Detention Basins Feasibility Study", 2009, SBCFCD,- and
• County reports dealing with detention basin location feasibility;
• Drainage report for the proposed diversion of Mission Zanja (TIDE).
2. Field Facility Inventory
a. Facility Reconnaissance.Consultant will perforin an office review of existing asbuilts from
the City GIS Database to identify storm drain facility dimensions, flowlines,material type,
and connectivity to adjacent facilities. For the areas not covered with asbuilt information,
Consultant will identify and create a list for the City to provide field reconnaissance
information(i.e. manhole flowline,catch basin flowlines, inlet dimensions, and connecting
pipe diameters and types). This inventory will include the facilities that have been listed in
the SBCFCD CSDP and City GIS database.
3. Hydrology,& Hydraulics
a. Establish Engineering Design Criteria. Consultant will provide preliminary engineering
services to establish the design criteria for hydraulic and hydrologic design requirements
prior to initiating the preliminary design process. The necessary planning criteria and
standards will be established to ensure the required level of flood protection is provided to
meet the various jurisdictional agency requirements, and are in conformance with City and
guidelines. All elements of the Master Plan of Drainage will be prepared in accordance with
the procedures established by the SBCFCD. This work item will include establishment of
the following critical design features:
• Hydraulic controls
• Street inlet requirements
• Outlet requirements
• Local drainage system hydraulic modeling
Z11
• Review of master plan design assumptions
Distribution of flows to the proposed storm drain and street section
Critical design water surfaces (committed elevations)
• Allowable street flooding and storage
• Deficiency upgrade requirements
• Allowable design deviations(i.e.,min. Flood protection levels)
A memo summarizing the recommended design criteria and guidelines will be prepared for
City review. This document will serve as an initial reference framework for future decisions
as work progresses and unique opportunities are encountered.
C,
b. Watershed Hydrologi'
b.1 Delineate of Local Watershed Characteristics- Consultant will review and validate the
local drainage areas identified in the CSDP No. 4 report based on field investigations and the
Lidar topography provided by City. Boundaries for the drainage basin areas will be
determined and the minimum critical hydrologic concentration points will be established to
assist in the development of the watershed model and analysis requirements for the hydraulic
design. A watershed map with the delineation of the Citv watershed drainage basins will be
updated to document the mapping for the SBCFCD hydrologic modeling. The watershed
map will determine the average characteristic parameters associated with the modified or
updated watershed subareas necessary for the application of hydrologic analysis. Field
verification of watershed boundaries will be performed for areas with conflicts or incomplete
data. It is assumed that not many changes will be needed since the SBCFCD recently
updated all hydrology in February 2013.
b.2 Rational Method Local Hydrology Analysis—Consultant will utilize the existing CSDP
No. 4 update hydrology for all local facilities within the City. Consultant will review and
update, if necessary, the County files with the most recent City's "ultimate" land uses. Since
the CSDP No 4 hydrology only calculated flows for the 100-year storm, Consultant will have
to perform calculations for the 10-year and 25-year events, for the local watersheds only.
The AES Software hydrology model will be used to develop a link-node model for the
critical concentration points previously identified in the mapping phase. These locations will
generally follow the existing rational method boundaries, but will need to be modified based
on future drainage needs (i.e. future catchbasins, or drainage laterals). Flowrates developed
will be limited in minimum tributary drainage area size to the master plan or primary
backbone facility systems only (i.e. flowrates will not be calculated for each individual
surface inlet, unless through separate addendum).
). Hydrology calculations will be competed
in accordance with the San Bernardino County Hydrology Manual. All areas over 640 acres
will be evaluated using the Unit Hydrograph method. It is assumed that most of the
hydrology(characteristics,parameters) can be estimated from the SBCFCD CSDP#4 report
100-year storm event recently updated in February 2013,
b.3 Unit HydrogLaph Hydrology Analyses tXPSWMM)—For the purpose of running the
1D/2D coupled model for the main regional backbone facility (Mission Zanja), hydrographs
need to be identified and input into the XPSWMM model at each of the main junction
locations along Mission Zanja. These models are dynamic, and thus do not evaluate peak
flows only,but rather, entire hydrographs. It is estimated that eight (8) local unit
hydrographs will be needed to model Mission Zanja through downtown (from 1-10 to Texas
Street)developed using the AES Software model (Small Area Unit Hydrograph)module.
These hydrographs can be input into the model at each respective junction. This procedure
ensures that the hydrology is per the SBCFCD hydrology guidelines. It is assumed that the
SBCFCD hydrology can be used upstream of the I-I O/Mission Zanja tributary.
c. Drainage System Hydraulic Modeline
c.1 Existing Local Storm Drain Analysis - Consultant will perform a hydraulic analysis of the
conveyance"capacity"of the existing City backbone storm drain system including
subsurface storm drains under 36-inches in diameter, and open minor open channels. The
larger backbone drainage systems will be evaluated in WSPG or XPSWMM. The hydraulic
analysis will be based upon evaluation of the hydraulic grade line, rather than"normal depth"
calculations. Hydraulic grade line (HGL) calculations will be performed utilizing the Los
Angeles County Water Surface and Pressure Gradient (WSPG)program. The hydraulic
model developed as part of this task will provide the baseline model to identify system
deficiencies and to test the modification alternatives of the recommended storm drain
improvements. The storm drain water surface profile models will only be generated for the
main storm drain lines, using downstream tailwater controls in the major systems from the
results of the XPSWMM analyses. Private or local facilities outside of public right-of-way
(not including easements) intercepting the lot/building surface drainage will not be analyzed.
All storm drains that outlet to channels will be evaluated. The water surface data and
hydraulic information will be summarized in tabular format for each reach or element of the
facility to allow easy use and review.
Thehydraulicmodels generated for the"existing"mainline storm drain systems will be
analyzed in a sensitivity analysis to determine the maximum hydraulic "capacity"of the
system. The maximum allowable hydraulic capacity will be defined as the highest elevation
of the hydraulic grade line below the street that allows the surface inlets to function. A
sensitivity analysis will be performed by factoring the"design"discharges to a lower amount
until the storm drain operates without causing flooding of surface inlets.
c.2 Street Flooded Width Calculations - The results of the hydrology analysis will be used to
perform street flooded width calculations at critical street locations to ensure conformance
with SBCFCD drainage design criteria. The street flooded width analysis will be based on
normal depth calculations and using City standard street sections. The street flooded width
calculations will be used to identify locations that do not meet SBCFCD criteria and
therefore, may require additional underground storm drain improvements.
c.3 Deficiency Removal and Alternatives Formulation 1 Feasibility Analvsis(XPSWMM)-
Consultant will develop preliminary alternatives formulation for removal of hydraulic
deficiencies within the existing"mainline"storm drain improvements focusing on Mission
Zanja and Reservoir Canyon storm drains. The conceptual assessment will focus on either:
(1) increasing the hydraulic capacity through enlarged drainage facilities or new parallel
system adjacent to existing facilities, (2) constructing a diversion system, or(3) constructing
detention storage for flow reduction and water quality benefits. All "diversions" will be
local, not regional. Potential concept alternatives will be proposed so as to not divert flows
from one watershed to another, unless approved by the SBCFCD. The number of potential
basin locations will be limited to (up to 3) for budget purposes.
Consultant will perform a system optimization study,
focusing on a "watershed solution', not just multiple local
solutions. Consultant will review existing reports, and
evaluate multiple options for reducing flooding, in addition
to variances of multiple options to identify the most
feasible alternatives.
XPSWMM will be used to evaluate the impacts of the
alternatives on the main drainage backbone systems using PW
the 1D/2D analyses. In particular, the Mission Zanja from
the I-10 to Texas Street, will be modeled in 1D/2D.
Increasing the capacity of proposed storm drains will also be evaluated for impacts to
regional facilities. Based on existing condition flows tributary to each regional facility (i.e.
surface and subsurface), proposed condition hydrology and hydraulics will be calculated to
ensure no negative impacts to existing regional facilities occur.
A technical memorandum will be prepared that summarizes the results of the alternatives
analysis. The memorandum will serve to reference the methodology, design assumptions,
guidelines, and criteria developed for the identification and evaluations of the drainage
alternatives.
c.4 Drainage Improvement Facility Sizing and Alignment- The proposed increased local pipe
sizing will be based on the results of XPSWMM or WSPG for the new revised flowrates.
Preliminary horizontal and vertical alignments will be developed for the recommended
facilities. The lengths and elevation data will be used for detailed hydraulic analysis and cost
estimating purposes. Recommended drainage improvements to remove hydraulic
deficiencies of the municipal storm drain systems will be analyzed in FlowMaster, or in some
cases WSPG, developed in the previous tasks to verify operation. The precise sizing of the
modifications to the existing storm drain sizes will be adjusted using the water surface profile
model to optimize the performance of the system. For the major systems,the proposed
increased sizing will be based on the XPSWMM results.
Final drainage solution alternatives will be prepared for City review and acceptance. These
alternatives will be identified based on priority. Areas of high susceptibility to flooding
and/or priority water quality treatment will be ranked highest. Three levels of storm drain
modification priority will be created in conjunction with City. A color coded map will be
provided to the City identifying the priority ranked systems to be replaced.
4. Flood Control and Storm Water Drainage System Improvements
a. Concept Plan Preparations—Consultant will prepare concept plans (plan view only) of the
proposed drainage improvements. These plan sheets will be displayed similar to the CSDP#4
plans (but without profile). Maps will show updated flows, dimensions, manning's roughness
values, and lengths. The plan sheets will be created in 8.5"xI I" format for inclusion into the
Master Plan Report.
b. Preliminary Construction Quantit-
v Estimates—Cost estimates will be performed for the
identified most feasible drainage alternatives based on the recommendations in the above tasks
and the City concurrence. A preliminary estimated cost of construction will be generated from
the quantity estimate using approved unit costs from the City. Unit costs will be based upon the
most current cost information for recent similar projects in the area compiled by Consultant and
approved by the City. The total project costs for each alternative will then be estimated which
include line items for project design, survey, geotechnical, administration and construction
support. In addition, intangible costs for alternative systems will be investigated, such as
environmental mitigation, if these are determined to be critical for a particular system. Major
physical constraints will be included in the estimate such as (1) land acquisition, (2) street paving
and traffic control, (3)utility relocation or protection, and (4) compliance with the current
NPDES MS4 permit.
5. Master Plan document and Floodplain Maps.
Consultant will develop a Master Plan report that documents the system and the models, maps
existing floodplains,provides concept plan drawings of each major conveyance components of
the City's system(including locations of existing physical deficiencies and/or hydraulic
constraints), and clearly lays out the recommended improvements.
Preparation of the floodplain maps shall conform to FEMA mapping standards. Consultant shall
give presentations to the City on the development and use of hydrologic and hydraulic models
and their results. Drainage areas and drainage structures, shall including both existing and future
systems. Include total area and coefficient of runoff for each drainage area. Maps shall be
properly scales and shall show the locations and types of existing storm water drainage facilities.
Submittals for the Master Plan document will consist of a Draft submittal and a Final submittal.
For the Draft submittal, RBF will provide three(3) printed, and one (1) PDF copy of the
submittal for City review,
Final Report submittal will consist of ten (l 0) copies of the Report, three (3)) copies of the
Appendix,and one CD containing all files, including the final Master Plan in NIS Word format.
The final drainage exhibits associated with the master plan of drainage include the following:
zn
• Updated Drainage Concept Maps (8.5"x 11")
• Watershed Hydrology Map (Basins and Drainage Areas)
• Storm Drain Deficiency Exhibits
• Proposed Drainage Systems Map
The hydrology maps will be prepared on the developed base sheets, modifying the existing
drainage and will include the hydrologic concentration points or nodes clearly identified and the
associated design discharge. Facility maps will indicate the recommended sizes and lengths for
the backbone infrastructure. The drainage index map will be prepared at 1"=600' scale. Maps
will be created using the GIS shapefiles generated during the project and electronic copies of all
maps will be provided in PDF format.
C. Scope of Services—Additional Tasks
a. FEMA Applications for Letter of Map Revision. Prepare preliminary Conditional Letter
of Map Revision(CLOMR) applications and Letter of Map Revision (LOMB)applications
and supporting documentation for submittal to FEMA as directed by the City. This task will
be budgeted as an on-call basis, as no project has been identified at this point. A budget
amount of$19,000 has been set for this Task.
b. Assist in conducting community outreach and public meetings. When requested by City,
Consultant shall participate in public information, community outreach, and/or public
hearings and meetings related to individual projects. Consultant shall gather information
from the community and local agencies regarding individual projects and assist City in
answering questions related to proposed capital improvement projects. For budgeting
purposes,Consultant will assume the following:
• Strategy Meeting with City staff.
• Development of one distinct promotional piece to be used for community distribution.
• Four Stakeholder Interviews.
• Facilitation of two (2)workshops that will be open to public.
c. Rights-of-Way. The results of the regional flooding analysis may identify different
solutions, other than the existing diversion alternative. If this is the case, 'Consultant will
identify right-of-way needed based on available parcel data and the proposed drainage
facility alignments. For budgeting purposes, 20 man-hours has been allotted.
d. XPSWMM 3-D result animation—Consultant will prepare a 3D video of the dynamic
analysis of the surface flow results of XPSWMM, Consultant will work with XP Software
and FORUMS to prepare a flyover technique of the downtown as the surface overflows flood
the streets. This rendering will be provided for the existing and recommended proposed
conditions(if flooded) for a portion of the City downtown (generally generally between the inlet at 9'�'
Street of the existing culvert to the outlet near Texas Street). This task has been budgeted for
up to two (2)video result files. The budget of S 11,600 includes a set number of hours to
produce the motion pictures.
e. Drainage Impact Fees & Funding
Consultant will provide support to the City and their Consultant for the development of the
Drainage Impact Fees, and to identify opportunities for funding. The work effort could
involve one or more of the following subtasks. A time and material budget of$10,000 has
been allocated to this Task.
-Review Existing Documentation
-Engineering Analysis and Technical Memo
-Development Impact Fee Determination
-Written Report and Draft Ordinance
L Additional Detailed Survev&/or Data Processing for 2D Modelin2
Consultant will provided additional survey support for areas along Mission Zanja that the
City's topo does not cover. If the existing Lidar data was taken from aerial, the tree canopies
along the creek will shadow the true topography below. These areas need to be surveyed and
appended to the City's existing topographic map to perform a detailed hydraulic evaluation
of the area. Other areas that may need additional survey include areas within the City
downtown that also lie under tree canopies. A budget of$10,000 has been set for this task.
If needed, Consultant will provide additional survey services per separate addendum.
g. City Staff Advanced Modeling Training —Consultant will provided training for City staff
for using,reviewing, and evaluating XPSWMM data, Consultant will provided staff
handouts and hands-on training. XP Software will also be available for providing
documentation and answering questions. Consultant will help the City upload the free
reviewing XPSWMM software, which allows staff to open any XPSWMM result file (which
has been coded) for review. This item has been budgeted for$3,400.
Assumptions:
1) Facility Conditions Assessment not part of this scope.
2) Facility Reconnaissance only consists of 2 days in field by Consultant. Most of the field work
will be provided by City.
3) City to pay for the FEMA CLOMR application fees.
Exhibit `B"
Project Cost
Foe Fee Trt 7.. E
Wolk Mall Dem"%am Oeedow,Prgscl Yr'n3kr &-tarpnaas pmond brgk`sot DNW fM111FM f111kan FWM SWWr 618 AnWat GrW frk AIMd 17u4k31e4 NPRa Fee H.
f1W r
MASTER PLAN OF DRAINAGE
A.(a—Al 13010 .. 6"..
Task 1-Pr act Mann
Task to t Meetings 16 20 24 $10,200 60
Task 1.b Pr2JISt Schedule 8 $1,440 8
Task t.t Protect FiMk�Drr11I McMMa SaalYa ReWAsl -_- 8 $1,440 a
i1'r1l1lwllf
Task 1 Review and t&Vft fe" Watershed and fat Data i Rs rte 1 4 8 40 $7,010 53 $7,010 53
Tuk I-F Inv 36o 62
Teak 2.a Field Recon fCKY to aid H nesdod.1 0 1 8 16 14 15 8 $6,960 62
Task 2.b CondWons Assessment(City Consultant To Provide 0 0 0 0 0 $0 0
Task 3-Hydrology 8 $127090 923
Task 3.a Establish E M Criteria O 1 2 4 16 0 $3,120 22
Task 3.b RsUonalklethod Ana is
Task 3.b,I Dekneabon Ex Watershed Charecteristks 1 6 8 16 20 $6.010 51
Task 3.b.2 Rational MeOod Hydtm(10r 625 0 4 8 20 48 1 $10480 80
Task 3.tr.3 Una w H ro a XPSWMM focal Areas 0 2 8 20 24 $7,1 54
Task 3.c Orei Sr tem Hydraulic Modeling
Task 3.c.1 Existing Local Storm Drain Ana is C 2 12 16 40 80 1$32,720
40 150
Task 3.c.2 Street Flooded"th Caimbdions 0 1 12 20 40 60 73
Task 3.C.3 De Removal and AHerns vas Fonnuletion/Feasibik Ana O bmlzation R Iona 4 16 40 80 100 240
Task 3 c.4 Oran Im ovement F i Stri and nment Local Fdhues 2 16 40 60 80 60 60 258
Task 4-Flood Control S W tem vmanls 333
Task 4.a Coat Plan P ration S tam Ma 8.5'X11' 0 4 8 80 40 80 80 212
Task 4.b Pmllins ConsUmflon uan Esdmat" 1 8 32 80 10 121
Task 5-Draf a Master Plan Doeumenl 6 Flood fn M 34 000 250
Draft R 2 20 12 30 3fi 14 90 114
Fmat R 2 12 16 16 24 6 $10640 76
Final:0,--r E.It—Nan 4 8 16 24 8 $7,770 60
OJMKV Tkats $67,130 -21
Task a FEMA Appikations for Letter of Map Revtalons LM not to exceed $19,000 0
Task b Assist in Community Outreach and Public Meetings 2 20 20 1 40 U 520 82
Task c R htof-wa B tad 20 hre 2 2 16 $2w820 20
Task d XPSWMM 3D Result Animadon(Up to 2 Animations 0 8 20 16 32 10 $11,45 86
Task a Drainage knpact Fee i Funding Research T3M not to exceed 24 48 100 160 1 $10,000
Task f Additional Detailed Sum*y Wor data processing for 20 Modeling Bu et item 550,000 0
Task g City Staff Advanced Modeling Tmlnlnp 0 0 8 12 6 $3390 26
ermbursable P—(kN and DaWersble Costs f6.00p $6 WO
TOTAL ... SZ 197 304 Ti30 fn 16 0 48 Z41 1211, 191
RBF 2013 Rete Schedule
Positfo" Hourly Rate(i)
Project Director 210
Project Manager(Task Manager) 180
Sr. Engineer 150
Project Engineer 135
Design Englneer 122
Intern 50
Fleki Survey [2 Man crew] 250
GIS Analyst 120
Graphic Artist 95
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
FOR ENGINEERING SERVICES
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways:
(a) By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State.
(b) By securing from the Director of Industrial Relations, a certificate of consent to
self-insure, either as an individual employer or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self-insure and to pay any compensation that
may become due to his or her employees.
I am aware of the provisions of Section 3700 of the Labor Code which requires every employer
to be insured against liability for Workers' Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of this Agreement. (Labor Code §1861).
RBF CONSULTING
By:
�ACarthy Date:
hn McCarthy