HomeMy WebLinkAbout1995-01-24 - AGENDA REPORTS - AERIAL MAPPING STORMWATER PLAN (2)AGENDA REPORT
City Manager Appro
v�e_
Item to be presented by:
Anthony J. Nisich_!0�
DATE: January 24, 1995
SUBJECT: AERIAL MAPPING FOR THE STORMWATER MANAGEMENT PLAN
DEPARTMENT: Community Development
REQUEST
Approve consultant contract for aerial photography and automated mapping for use in
developing the Stormwater Management Plan in compliance with the Federally -mandated
NPDES permit.
BACKGROUND
The City of Santa Clarita is a co -permittee under the Los Angeles County's National
Pollutant Discharge Elimination System (NPDES) permit. This permit is required by Federal
mandate and administered by the California Regional Water Quality Control Board
(RWQCB). The permit requires that an extensive Stormwater Management Plan be prepared
and implemented to measure and control runoff and pollutants in the City's portion of the
Santa Clara River watershed. To comply with this requirement, the City is proposing the
preparation of a Stormwater Management Plan with a computerized Automated Mapping
System for the required resource inventory and system monitoring,
The Stormwater Management Plan will require digitized orthophotography to create
topographical aerial photos of the project area that will be used to create base maps. These
base maps will be used to geographically identify existing infrastructure and, resources as
required by the permit. The base maps created from the aerial photos will also be used to
prepare a hydrology/hydraulics model to estimate storm drainage flows and to evaluate the
existing drainage system. This is a key component for determining water quality standards
and capacities at current land -use levels and at development saturation.
!f! b' J��J e,fdn fl'
Agenda ltemolf.
AERIAL MAPPING FOR THE STORMWATER MANAGEMENT PLAN
January 24, 1995 - Page 2
The City has already formed a stormwater utility enterprise as a program funding
mechanism (effective July 1, 1994). The stormwater utility's annual workplan and budget
includes the development of a comprehensive stormwater management plan, including the
aerial photography for this project. The City solicited proposals from consultants with
specific expertise in aerial orthophotography to prepare digitized aerial photos for use in the
proposed Automated Mapping System. Seven proposals were received in response to the
Request for Qualifications process.
The firms were: Olympic Mapping System - Upland
Metrex Systems Corporation - Pasadena
Coast Surveying, Inc - Irvine
Aerial Photomapping Services - Clovis
Golden State Aerial Surveys, Inc. - San Luis Obispo
Airbourne Systems, Inc. - Anaheim
Advanced Digital Maps, Inc.. - Azusa
Four firms were selected for interviews. Those firms were: Coast Surveying, Metrex
Systems, Advanced Digital Mapping and Airbourne Systems. Staffs interview panel
determined that the firm of Airborne Systems, Inc., is most qualified for the project. The cost
for this aerial mapping is $238,555 and is budgeted in Account No. 51-5602-227.
Direct the City Manager to execute a contract with the firm of Airborne Systems, Inc., in the
amount of $238,555, budgeted in Account #51-5602-227, for the preparation of digitized aerial
orthophotos and Automated Mapping for the proposed Stormwater Management Plan subject
to the final approval of the agreement by the City Attorney.
ATTACHMENT
Contract
NED:hds
wumi[\air pOlned
CITY OF SANTA CLARITA
COMMUNITY DEVELOPMENT DEPARTMENT °` "``
ENGINEERING DIVISION '
23920 VALENCIA BOULEVARD, SUITE 300
SANTA CLARITA, CALIFORNIA 91355
CONTRACT FOR AERIAL MAPPING SERVICES
AGREEMENT NO. 51-5602-227-1
This Agreement is entered into this 1 day of , 1994, by and
between the City of Santa Clarita, a municipal corporation of the State of California,
hereinafter "City," and AIRBOURNE SYSTEMS INC., hereinafter "Contractor."
WHEREAS, City intends to develop a Stormwater Master Plan and the necessary base
mapping in G.I.S. format to be used in the City's automated mapping system as required to
comply with the N.P.D.E.S. permit requirements; and
WHEREAS, City requires aerial mapping services which are necessary for the base mapping
for the Automated Mapping System; and
WHEREAS, Contractor represents that it is qualified to perform such services, that it has
carefully examined the RFQ 51-5600-227 and the attached scope of work, and that it is
willing to perform the services hereinafter defined.
NOW, THEREFORE, for mutual consideration as provided herein, it is agreed by and
between City and Contractor as follows:
A. Contractor shall provide the services described in Exhibit A as the Scope of Work, which
is attached to this Agreement and incorporated herein by this reference.
B. Contractor shall ensure that all work is performed by qualified personnel under the
supervision of a licensed or registered Photogrammetric Surveyor and a licenced
Consulting Engineer, and that all documents submitted by Contractor shall bear the
Surveyor's or Engineer's seal and certification to that effect.
C. City will compensate Contractor for services in accordance with the Terms and Conditions
contained herein and in accordance with the Specifications for Aerial Mapping in Exhibit
B which is attached to this Agreement and incorporated herein by this reference_
D. This Agreement is subject to the following Terms and Conditions:
TERMS AND CONDITIONS
1, ENTIRE AGREEMENT: This Agreement supersedes any and all agreements either
oral or written, between the parties hereto with respect to the services by the
Contractor for the City and contains all of the covenants and agreements between the
parties with respect to the rendering of such services in any manner whatsoever.
Page 1 of 6
Each party to this Agreement acknowledges that no representations, inducements,
promises, or agreements, either orally or otherwise, have been made by any party or
anyone acting on behalf of any party, which are not embodied herein, and that no
other agreement, statement, or promise not contained in this Agreement shall be valid
or binding. Any modification of this Agreement will be effective only if it is in writing
and signed by the party to be charged..
2. ASSIGNMENT AGREEMENT: This Agreement is personal to Contractor, and shall
not be assigned by either Contractor or City without the prior written consent of the
other.
3. INDEPENDENT CONTRACTOR: It is understood and agreed that the contractor is,
and at all times shall be, an independent contractor and nothing contained herein
shall be construed as making the Contractor, or any individual whose compensation
for services is paid by the Contractor, an agent or employee of the City, or authorizing
the Contractor to create or assume any obligation or liability for or on behalf of the
City.
4. CONFLICT OF INTEREST: Contractor represents, warrants, and agrees that she/he
Toes not presently have, nor will she/he acquire during the Pterm of this Agreement,
any interest, direct or indirect, by contract, employment, or otherwise, or as a partner,
joint venture, or shareholder (other than as a shareholder one percent or less interest
in publicly -traded companies) or affiliated with any business entity, or individual that
has entered into any contract, subcontract, or arrangement with the City.
5. PROVISIONS SEVERABLE: City's waiver of any term, condition, or covenant, or
breach of any term, condition, or covenant, shall not constitute the waiver of any other
term, condition, or covenant, or breach of any other term, condition, or covenant. If
any term, condition, or covenant of this Agreement is held by a court of competent
jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this
Agreement shall be valid and binding on Contractor and City.
6 .GOVERNING LAW: This Agreement shall be governed and professional services
shall be performed in compliance with the law of the State of California and
applicable governmental regulations, building codes, and ordinances in effect at the
date of this Agreement.
OWNERSHIP OF DOCUMENT: Photos, drawings, logs, calculations, specifications,
printouts, and other documents, whether in hard copy or machine readable form, are
and shall remain the property of THE CITY. City shall be permitted to retain
reproducible copies of all such documents and following completion of the Project, the
original of all such documents shall be provided to City for any use deemed
appropriate by the City. City releases Contractor and agrees to defend, indemnify,
and hold Contractor, its partners, employees, and consultants harmless of, from, and
against claims, loss, cost damage or expense of any nature, including attorneys' fee,
arising of, based upon, or relating to use of documents for purposes other than for
design and/or construction of the Project(s) named in this Agreement.
8. ARBITRATION: Controversies or claims arising out of or relating to this Agreement,
or the breach thereof, shall be finally settled by arbitration conducted in Los Angeles,
Page 2 of 6
California in accordance with the Construction Industry Arbitration Rules of the
American Arbitration Association with consent given to the full use of discovery
proceedings provided for use in civil actions in the California Code of Civil Procedure.
No demand for arbitration shall be made after institution of legal or equitable
proceedings would be barred by the applicable statute of limitations. The arbitrator(s)
shall not vary, modify, or alter the terms and provisions of this Agreement. Judgment
upon the award rendered by the arbitrator(s) may be entered in any court having
jurisdiction thereof.
9. INDEMNIFICATION: Contractor agrees to indemnify, defend and save City and its
agents and employees harmless from any and all liability, claims, damages or injuries
to any person, including injury to Contractor's employees, and all claims which arise
from or are connected with the performance of or failure to perform the work or other
obligations of this Agreement, or are caused or claim to be caused by the acts or
omissions of Contractor, its agents or employees, and all expenses of investigating and
defending against same; providing, however, that this indemnification and hold
harmless shall not include any claim arising from the sole negligent or willful
misconduct of the City, its agents or employees. This indemnification and hold
harmless shall remain in effect and survive the temporary suspension or completion
of the project contemplated under this Agreement.
10, EQUAL OPPORTUNITY: Contractor agrees that it will not discriminate against any
employee or applicant for employment because of race, color, religion, sex, national
origin, ancestry, marital status, or handicap. Contractor agrees to take affirmative
action to assure that applicants are employed or retained, and that employees are
treated without regard to their race, color, religion, sex, national origin, ancestry,
marital status, or handicap. Such action shall include, but not be 'limited to:
recruitment or recruitment advertising, layoff or termination, rates of pay or other
reform of compensation, and selection for training.
11. WARRANTY: Contractor shall perform services in accordance with generally accepted
principals and practices and in accordance with OSHA safety standards. Contractor
shall use that degree of care and skill ordinarily exercised under similar
circumstances by members of its profession.
12. INSURANCE:
a. General Liability and Property Damage Insurance. During the entire term of this
Agreement, Contractor agrees to procure and maintain general liability and
property damage insurance at its sole expense to protect against loss from liability
imposed by law for damages on account of bodily injury, including death
therefrom, suffered or alleged to be suffered by any person or persons whomsoever,
resulting directly from any act or activities of City or Contractor, its subcontractors
or any person acting for city, or Contractor or under its control or direction, and
also to protect against loss from liability imposed by law for damages to any
property of any person caused directly or indirectly by or from acts or activities of
City, or Contractor, or its subcontractors, or any person acting for City or
Contractor, or under its control or direction. Such public liability and property
damage insurance shall also provide for and protect City against incurring any
legal cost in defending claims for alleged loss. Such general liability and property
Page 3 of 6
damage insurance shall be maintained in full force and effect throughout the term
of the Agreement and any extension thereof in the following minimum limits:A
combined single limit policy with coverage limits in the amount of $1,000,000 per
occurrence will be considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and shall name City of Santa
Clarita as an additional insured. If the operation under this Agreement results
in an increased or decreased risk in the opinion of the City Manager, then
Contractor agrees that the minimum limits herein above designated shall be
changed accordingly upon request by the City Manager.
Contractor agrees that provisions of this paragraph as to maintenance of insurance
shall not be construed as limiting in any way the extent to which Contractor may
be held responsible for the payment of damages to persons or property resulting
from Contractor's activities, the activities of its subcontractors, or the activities of
any person or persons for which Contractor is otherwise responsible.
b. Worker's Compensation Insurance. Contractor shall procure and maintain, at its
sole expense, Worker's Compensation Insurance in such amount as will fully
comply with the laws of the State of California and which shall indemnify, insure,
and provide legal defense for both Contractor and City against any loss, claim, or
damage arising from any injuries or occupational diseases happening to any
worker employed by Contractor in the course of carrying out the within
Agreement.
Page 4 of 6
c. Automotive Insurance. Contractor shall procure and maintain, at its sole expense,
throughout the term of this Agreement any extension thereof public liability and
property damage insurance coverage for automotive equipment with coverage
limits of not less $500,000 combined single limit. All such insurance shall be
primary insurance and shall name City of Santa Clarita as an additional insured.
If Contractor does not own automobiles, Contractor shall provide a waiver
releasing City from all liability resulting from Contractor's use of personal vehicles
on Project. ,q 1
`
d. Professional Liability Insurance. Contractor shall maintain�rofessional liability
insurance which provides coverage for negligent professional acts, errors, or
liable, in the $1,000,000
omission for which Contractor is legally amount of per
y
claim and in aggregate which arise from the performance of professional services
by Contractor under this Agreement. The policy shall provide for coverage of
CJ'
T _V
claims occurring during the term of the policy.
a1.
e. Miscellaneous Insurance Requirement. A Certificate of Insurance, or an
0 �f1
D
appropriate insurance binder, evidencing the above insurance coverage with a
b�
company acceptable to the City's Risk Management Officer shall be submitted to
City prior to execution of this Agreement on behalf of the City.
The terms of the insurance policy or policies issued to provide the above insurance
coverage shall provide that said insurance may not be amended or cancelled by the
carrier, for non-payment of premiums otherwise, without 30 days prior written
notice of amendment or cancellation to City. In the event the said insurance is
Page 4 of 6
cancelled, Contractor shall, prior to the cancellation date, submit new evidence
of insurance in the amounts heretofore established.
If Contractor at any time during the term of this Agreement should fail to secure
or maintain any insurance required under this Agreement, City shall be permitted
to obtain such insurance in Contractor's name and shall be compensated by
Contractor for the cost of the insurance premiums upon receipt of Contractor of
written notice that the premiums have been paid.
The naming of an additional insured shall not affect any recovery to which such
additional insured would be entitled under the policy if not named as an additional
insured, and an additional insured shall not be held liable for any premium or
expense of any nature on the policy or any extension thereof solely because they
are as additional insured thereon.:
13. SCHEDULING OF WORK AND COLLATERAL WORK City will endeavor to provide
18 -hours advance notice prior to the time when work will be required to support the
project. There shall be no limit on the number of visits to the project site, however,
City will endeavor to schedule work in eight-hour increments in order to reduce
unnecessary travel time. Upon notice to proceed with an activity, Contractor shall
diligently perform work in a timely, workmanlike, and professional manner.
Contractor's compensation shall include all costs related to advance notice,
coordination of result of work with others, and costs necessary to minimize delays to
other contractors performing collateral work on the Project.
14. PROTECTION OF PROPERTY. Contractor shall take all reasonable precautions to
prevent damage to property, visible and concealed, and shall restore the site to the
condition existing prior to Contractor's entry insofar as is practicable.
15. COMPENSATION: City agrees to pay Contractor for services performed pursuant to
this Agreement. Contractor shall maintain a nd submit to City itemized records
substantiating services performed including the dates, times, and description of work,
When Contractor is to be compensated on an hourly rate basis, payment will be
limited to work performed at the project site directly related to the work assignment,
and shall be inclusive of all direct and indirect charges. When Contractor is to be
compensated on a unit price basis, the, quantities listed in the Agreement will not
govern final payment; payment will be made only for the actual quantities provided,
and shall be inclusive of all direct and indirect charges.. When Contractor is to be
compensated on a fixed price basis, such payment shall be full compensation for the
items of work and shall be inclusive of all direct and indirect charges.
Direct and indirect charges include, but are not limited to: direct salaries plus the
cost for mandatory and customary benefits; premium payments for hours worked in
excess of the normal daily or weekly schedule; travel and subsistence expenses; travel
time; mileage expenses; communication costs including delivery charges, express mail
and postage, telephone, and FAX; expenses for reproduction, binding, and delivery of
technical reports; insurance; overhead; field office expenses; report preparation and
submittal; and secretarial services.
Page 5 of 6
Invoices shall be submitted monthly for work performed, and compensation for that
portion of the work which is undisputed will normally be made within 30 days upon
receipt of invoice. If payment for undisputed work is not received within 30 days upon
receipt by City of invoice, Contractor may suspend all work until payment is received,
or terminate the unperformed portion of this Agreement.
16. ATTORNEY FEES: If any action at law or in equity, including an action for
declaratory relief, is brought to enforce or interpret the provisions of this Agreement,
the prevailing party will be entitled to reasonable attorney fees, which may be set by
the court in the same action or in a separate action for that purpose, in addition to
any other relief to which that party may be entitled.
17. TERMINATION: This Agreement may be terminated with or without cause by City
at any time. This Agreement may be terminated by Contractor only by providing City
with written notice no less than 30 days in the advance of such termination. In the
event of termination, Contractor will be compensated for services performed up to the
point of termination. Compensation of work in progress will be prorated as to the
percentage or progress completed at the date of termination.
In recognition of the obligation state in this Agreement, the panties have executed this
Agreement on the date indicated above.
ATTEST: CITY OF SANTA CLARITA
City Clerk City Manager
Approved as to Form:
City Attorney
AIRBOURNE SYSTEMS INCORPORATED
Address: 1891. Betmor Lane
Anaheim, CA 92805-6775
Phone: (714) 634-3002
FAX--
By:
AX:
By:
NamelTitle:
Jack Van Eden - Executive Vice President
ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACH ACKNOWLEDGMENT).
Print Name and Title
eng civlcontmctegr
Page 6 of 6
CITY OF SANTA CLARITA
DEPARTMENT OF COMMUNITY DEVELOPMENT
EXHIBIT "A"
SCOPE OF WORK - PROJECT NO. 51-5602-227 - AERIAL MAPPING
SCHEDULE
All work products related to this proposal are to be delivered to the City in the formats indicated not
later than May 1, 1995: The aerial photography is to be completed in January, 1995.
II. AREA OF MAPPING COVERAGE
The area to be covered by the mapping is as indicated on Exhibit Al. The area encompasses
approximately 44 square miles, including certain areas outside of the present City boundaries and all
areas from the 5 freeway to the 14 freeway.
III. DESIRED MAPPING PRODUCTS
The City requires delivery of the following photographic, computer and mapping products:
1. Hard copy aerial photos for each section at a scale of 1" = 200 ft. with appropriate borders..
2. Mylar reproducible of each photos for each section at the same scale with appropriate borders and
notation. Drawing size to be approximately 36" x 36".
3. Computer file of digital orthophotos for each section at the same scale in AutoCad 12 format, or
in a direct GIS format at the City's option.
4. Hard copy topographic maps for each section at a scale of I" = 200 ft. with 5 ft. contour interval
and showing all roadways, development on commercial properties, driveway entries for residential
properties and stylized symbols for single family residential development properties.
5. Mylar reproducibles of the topographic maps with appropriate borders and notation. Drawing size
to be approximately 36" x 36",
6. Computer files of the topographic maps for each section at the same scale in AutoCad 12 format
or a direct GIS format, at the City's option.
EXHIBIT "B" - Specifications for Aerial Mapping
Attachment A City of Santa Clarita Disclosure Statement
Attachment B - Equal Opportunity/Affirmative Action Statement
Attachment C - Hold Harmless Agreement
np&,., .Lff,