Loading...
HomeMy WebLinkAbout1995-01-24 - AGENDA REPORTS - STORMWATER MGMT PLAN (2)AGENDA REPORT City Manager Approv S Item to be presented by: Anthony J. Nisich DATE: January 24, 1995 SUBJECT: STORMWATER MANAGEMENT PLAN DEPARTMENT: Community Development REQUEST Approve consultant contract for the preparation of a Stormwater Management Plan with automated mapping, as required by the Federally -mandated NPDES Program. BACKGROUND On November 22, 1994, the Council authorized Mayor George Pederson to sign a "Notice of Intent" indicating the City's continued participation as a co -permittee under the Los Angeles County's National Pollutant Discharge Elimination System (NPDES) Permit No. CA0061654. This permit is required by Federal mandate and administered by the California Regional Water Quality Control Board (RWQCB). It requires that an extensive Stormwater Management Plan be prepared and implemented to measure and control runoff pollutants in the City's portion of the Santa Clara River watershed. The City has already formed a stormwater utility enterprise as a program funding mechanism (effective July 1, 1994) to fulfill part of the permit requirements. The stormwater utility's annual workplan and budget, as originally approved by the City Council, includes the development of an accurate inventory and mapping of the existing stormwater system, and development of a comprehensive Stormwater Management Plan, The proposed Stormwater Management Plan will provide necessary data to adequately identify and monitor all system parameters to facilitate actions needed for the improvement of urban runoff water quality. The City received eleven proposals in response to the Request for Qualifications process. The eleven firms were: Anil Verma Associates., Inc. - Los Angeles Dwight French & Associates - Diamond Bar Simons Li & Assoc., Inc. - Newport Beach (Teamed with Tetra Tech) Willdan Associates - Anaheim (Teamed with CDM) P & D Technologies - Orange (Teamed with DART) Boyle Engineering - Newport Beach (Teamed with Psomas) BSI Consultants, Inc. - Orange County Gannett Fleming - Anaheim Hawkes &Assoc. -Ventura da item. Woodward -Clyde -Santa Ana (Teamed with S Holmes & Narver - Orange (Teamed with Metre ) A H`15101v, E D STORMWATER MANAGEMENT PLAN January 24, 1994 - Page 2 Six of the responding firms were invited for interviews, with the top three rated as follows: 1) Woodward -Clyde; 2) Boyle Engineering; 3) P&D Tech. Staff has proposed that the Stormwater Management Plan be prepared by the consultant in two phases: Phase 1 Services (Automated Mapping System Requirements and Scope for Phase 2) Phase 1 services will include evaluation of the hardware and software needed to establish an Automated Mapping System, including cost estimates for the hardware, software, labor, training and integration with the stormwater management planning process. The system will incorporate the use of digital orthogrammetry (to be provided by the City utilizing a separate Aerial Photography consultant). A work plan for Phase 2, including a schedule and budget suitable for inclusion in a contract for accomplishing the Phase 2 work plan, shall also be prepared. Phase 2 Services (Implementation of Comprehensive Stormwater Management Plan) In Phase 2, the consultant will assist the City in the acquisition and activation of an Automated Mapping System, including entry of the data from the aerial photography and information layers of existing infrastructure and resources. A field survey and record inventory of all drainage features will be conducted for the data base. To determine capacity utilization, a hydrology/hydraulics model will be prepared to estimate storm drainage flows and evaluate the existing drainage system at current land -use and at saturation development. All critical areas will be mapped, including wetlands, high groundwater, special study zones, steep slopes and earthquake prone areas. The consultant will also prepare an inventory and mapping of commercial and governmental activities that have the potential of generating polluted stormwater runoff. RECOMMENDATION Direct the City Manager to execute a contract with the firm of Woodward -Clyde Consultants in the amount of $142,139, budgeted in Account No. 51-5602-227, for the preparation of the first phase of the proposed Stormwater Management Plan and Automated Mapping System, subject to final approval of the Agreement by the City Attorney. The second phase will utilize the same consultant and will be submitted for approval upon completion of phase 1, which will determine the scope and amount of phase two. Contract NED:hds counctt �.wstaol.vea CITY OF SANTA CLARITA COMMUNITY DEVELOPMENT DEPARTMENT w•'•••T�'4, ENGINEERING DIVISION 23920 VALENCIA BOULEVARD, SUITE 300 SANTA CLARITA, CALIFORNIA 91355 a,,•�i CONTRACT FOR A STORMWATER MASTER PLAN AND AUTOMATED MAPPING SERVICES AGREEMENT NO. 51-5602-227-2 This Agreement is entered into this day of 19945, by and between the City of Santa Clarita, a municipal corporation of the State of California, hereinafter "City," and WtS �davartl Clyde..onsultants, 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 the consultant services for the preparation of the Stormwater Master Plan and all other services described on EXHIBIT "A"; and WHEREAS, Contractor represents that it is qualified to perform such services, that it has carefully examined EXHIBIT "A" 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. C. City will compensate Contractor for services in accordance with the Terms and Conditions contained herein and in accordance with the Specifications for the Stormwater Master Plan descridbed 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. Each party to this Agreement acknowledges that no Page 1 of 6 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. 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. CONFLICT OF INTEREST: Contractor represents, warrants, and agrees that she/he does not presently have, nor will she/he acquire during the term 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. S. 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. 7, 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, 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 Page 2 of 6 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—ee 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 for damages to any property of any person caused directly or indirectly by or from acts or activities of Contractor, or its subcontractors, or any person aeting for City a 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 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. Page 3 of 6 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. 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. d. Professional Liability Insurance. Contractor shall maintain professional liability insurance which provides coverage for negligent professional acts, errors, or omission for which Contractor is legally liable, in the amount of $1,000,000 per claim and in aggregate which arise from the performance of professional services by Contractor under this Agreement. The policy shall provide for coverage of claims occurring during the term of the policy. e. Miscellaneous Insurance Requirement. A Certificate of Insurance, or an appropriate insurance binder, evidencing the above insurance coverage with a 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 canceled 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 canceled, 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 Page 4 of 6 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. 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 attorneyfees, 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 anytime. 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. Page 5 of 6 In recognition of the obligation state in this Agreement, the parties have executed this Agreement on the date indicated above. ATTEST: CITY OF SANTA CLARITA City Clerk Approved as to Form: Woodward -Clyde Consultants 2020 East First Street, Suite 400 Santa Ana, California 92705 Phone: (714)835-6886 FAX: (714)667-7147 By: Name/Title: City Attorney E. Steven Pearson, Vice President City Manager ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACH ACKNOWLEDGMENT). Print Name and Title npde %confraa.amP Page 6 of 6 CITY OF SANTA CLARITA DEPARTMENT OF COMMUNITY DEVELOPMENT EXHIBIT"A" SCOPE OF WORK AND SPECIFICATIONS FOR PROJECT NO. 51-5602-227 STORM WATER MANAGEMENT PLAN INCLUDING AUTOMATED MAPPING SYSTEM INTRODUCTION The City of Santa Clarita requires the preparation of a Storm Water Management Plan for the City area. Part of the plan preparation will include the development of a geo- based mapping system for the CITY utilizing new aerial photography and topography prepared by others. The work is to be completed in two phases with the first phase starting immediately. It is intended that Phase 2 will be authorized by June 1995 with completion by January 1996. II. BACKGROUND The City of Santa Clarita is a relatively new city, incorporated in 1987. Much of the urban infrastructure was constructed prior to incorporation. The Los Angeles County Flood Control District (LACFCD) owns and operates the majority of the drainage facilities in the City. Some of the drainage facilities are privately owned and the remainder are owned and maintained by the City. The 1987 amendments to the federal Clean Water Act established requirements for municipalities to obtain permits for the discharge of storm water under the National Pollutant Discharge Elimination System (NPDES). In 1990, the municipalities within Los Angeles County were issued a Municipal NPDES permit by the Los Angeles Regional Water Quality Control Board. The City of Santa Clarita is included as a co - permittee in the Los Angeles County Municipal NPDES Permit. Under the current permit the City is required to perform certain functions to improve the water quality of urban runoff. An inventory of drainage outfalls, potential pollution sources, and illicit discharges in part of the NPDES permit requirements. In response to the requirements of the Municipal Storm Water Permit, the City created, by ordinance, a stormwater enterprise fund (utility). Rates for stormwater service became effective July 1, 1994. Included in the stormwater utility's annual work plan and budget is the development of an accurate inventory and mapping of the existing stormwater system and the development of a Storm Water Management Plan, The facilities owned by the Los Angeles County Flood ControlDistrict are to be included in the inventory and planning. III. PROPOSED STUDY APPROACH The City proposes to have the Storm Water Management Plan prepared in two phases: Phase 1 - The City has selected a consultant team and has negotiated a contract to assist the City in the selection of a GIS system, to be utilized during Phase 2, and for the preparation of a detailed work plan and budget for Phase 2. Phase 2 - Following completion and approval of Tasks 1 and 2 of Phase 1, the City will authorize the CONSULTANT to implement Phase 2. Phase 2 is the preparation of the Storm Water Management Plan as outlined in Section V, including the GIS layers identified herein and to be further defined in Phase 1. IV. CONSULTANT SERVICES The services to be provided by the CONSULTANT are generally defined as follows. See also Section VI: Format of Storm Water Management Plan. Phase 1 Services Task 1: Evaluation of GIS System Needs and Alternatives - The CONSULTANT will work closely with the City GIS Selection Committee to evaluate the hardware and software needed to establish a Geographic Information System (GIS). This needs assessment, although primarily focused on the processes of the Engineering Department, will carefully consider the future potential uses of GIS in other City departments. A well -conceived and planned needs assessment will consider both the current and future information needs of the City, current and future technology directions, staffing, budgeting, and training. The needs assessment will consist of the following tasks:. Task 1A - Document strategy and scope: In consultation with the GIS Selection Committee, the CONSULTANT will identify long and short term goals and the planning area in which the Storm Water Management Plan will be conducted. The intent is to provide overall guidance concerning the intent of the project including the development of a mission statement for the project. Task 1B - List existing and current functionality: Many current and future processes within the City could benefit from the utilization of GIS. This task evaluates both of these areas and lists the current and future areas where GIS can play a part in the business practice of the City. In addition, the limitations of the current processes will be identified. This effort will concentrate on the needs of the Engineering Department but maintain an overview of the GIS possibilities of the other City departments. Functional requirements for the GIS will be developed for inclusion in the GIS Implementation Plan. Task 1C - Tour current operations: A familiarization with the office environment including current computer systems and networks is essential to understand the current and future direction of technology within the City. This tour will concentrate on the Engineering Department but maintain an overview of the GiS possibilities of the other City departments. A technical memorandum documenting the assessment of the current technology will be provided to the City. 2 Task 1D - Review/inventory data sources: This effort includes a detailed analysis of the current specifications for topography, planimetry, and digital orthophotography. The latter item will demand careful attention both from a system sizing and an expectation of use viewpoint. The use of other data sources will be reviewed from the documents provided by the Engineering Department. A technical memorandum documenting the data inventory will be provided to the City. Task 1E - Develop Conceptual GIS Database Requirements: Based on the information obtained in Tasks 1A through 11), the CONSULTANT will develop conceptual level GIS database requirements in consultation with the GIS Selection Committee. These requirements will include a review of proposed or potential data contents, database management practices, and database system requirements. A technical memorandum describing the conceptual database requirements will be provided to the City. Task 1F - Analyze hardware and software options: Based on the data gathered and the expectations of the City, the CONSULTANT will review available hardware and software. The capabilities and restrictions of each system will be matrixed against the desired system capabilities. A technical memorandum identifying GIS system architecture alternatives will be provided to the City. Task 1G - Recommend hardware and software: Based on the analysis of system options, the CONSULTANT will provide a recommended hardware and software solution. The recommendation will include cost estimates for all suggested system components. In addition, benefits of implementation of a storm drainage facility management system as an element of the Storm Water Management Plan will be evaluated. A technical memorandum identifying the recommended hardware and software will be provided to the City. Task 1H - Prepare GIS Implementation Plan: This plan will outline the steps necessary to begin the successful implementation of GIS within the Engineering Department. The plan will include sections on preliminary cost estimates for the hardware, software, labor training and other necessary costs to provide a fully functional GIS program incorporating County parcel data, physical data from LACFCD, and the digital orthogrammetry at one -meter contours to be provided by the City utilizing a separate consultant; site configuration issues; acquisition and installation steps; and a training plan for staff. In addition, it will describe the benefits that can be expected from the selected GIS, both quantitative and qualitative. A description of any new staff positions needed to support the GIS will also be included. Task 2: Preparation of a work plan for Phase 2 - The Phase 2 work plan will describe the objectives of Phase 2, a practical task breakdown, a schedule and budget suitable for inclusion in a contract for accomplishing the Phase 2 work plan. Development of the Phase 2 work plan will follow the following procedure: • Define applicable regulatory requirements • Define external stakeholders and their respective requirements, expectations, and preferences. • Define internal stakeholders and their respective requirements, expectations, and preferences. • Describe alternatives for the Storm Water Management Plan, and any required modeling. • Evaluate alternatives and define appropriate objectives to guide program development In developing the work plan, the CONSULTANT will assist the City in identifying a liaison committee(s) to provide input on the GIS and the Comprehensive Storm Water Management Plan. The liaison committee(s) will include representatives from affected private and public agency interests. Task 3: Meetings - Appropriate members of the Project Team will participate in three full-day review meetings with City staff. These will consist of morning and afternoon sessions to separately discuss the GIS and the storm water planning and engineering issues related to this project. In addition, the CONSULTANT will conduct one half-day workshop to present the recommendations of Phase land receive input from City staff and liaison committee(s) consisting of representatives of affected private and public agency interests. Task 4: Inventory of Drainage Features - The CONSULTANT will conduct a field and record inventory of drainage features within the City including those owned by the City, LACFCD, Caltrans; Southern Pacific Railroad, Corps of Engineers, and private facilities located in non-residential zones. We will inventory facilities that are scheduled for transfer to the City or LACFCD. The inventory will be conducted by a combination of methods including: a) A review of records, aerial photos, as-builts, maps and the othophotography provided by the City. The inventory will include a review of records of permits for connections to drains constructed after the construction of the main facility. b) Unimproved drainage channels and streams will be reviewed, where accessible, to identify areas of aggradation and degradation which need to be addressed in the drainage master plan developed as an element of the Storm Water Management Plan. c) A review of private non-residential building permits as well as other record sources, will be conducted to identify major drains tributary to public drains that could be the source of pollutants. d) Underground investigation will not be conducted during this Phase but will be evaluated for potential inclusion in Phase 2. e) Areas that are contributory to the City drainage, but are beyond the study boundaries, will be identified. The CONSULTANT, in coordination with the City, will evaluate the importance of these contributory areas. 0 Task 5: Pollutant Source Area Inventory and Mapping - The CONSULTANT will prepare an inventory and mapping of potential pollutant source areas, including major industrial, commercial, and governmental activities that have the potential of generating polluted stormwater runoff. The inventory will include the location, name of facility, potential pollutant(s) of concern, and existing facility NPDES permits. Data sources will include City, County, and RWQCB records, as well as review of aerial photographs, as appropriate. The inventoried source areas will be grouped according to the estimated potential severity of pollutant loading (i.e., gas station versus scrap metal recycling). This task will be performed in a broad -brush level of detail in Phase 1 and will be refined, extended, or intensified in Phase 2, if requested by the City. Phase 1 Schedule A report summarizing the information developed in Task 1 of Phase 1 will be provided to the City by the Project Team within 35 days of receipt of a notice to proceed. A report summarizing the information developed in Task 2 of Phase 1 will be provided within 60 days of a notice to proceed. A report summarizing the information developed in Task 4a will be completed within 90 days of notice to proceed and items 4b, 4c, 4d and 4e will be completed within 180 days of notice to proceed. A report summarizing the information developed in Task 5 will be provided within 120 days of receipt of the notice to proceed. Phase 1 Cost Estimate The work described in Tasks 1 through 5 will be performed on a time and materials basis. Following is an estimate of the labor and travel costs for each task: TASK HOURS LABOR COST ODC TASK TOTAL TASK 1 460 43,402 TASK 2 110 15,354 TASK 3 208 28,346 TASK 4 414 40,191 TASK 5 86 9,846 TOTALS 1262 137,139.00 0.00 0.00 In addition, it is estimated that an additional $5,000 will be needed for reproduction related to the work identified in Phase 1. Phase 2 - Comprehensive Storm Water Management Plan Services 1. Assist the City in the acquisition and activation of a GIS program including entry of the data and layers indicated in Section VI. This will include refinement of the cost estimates and definition of the conceptual database developed in Phase 1. 2. Preparation of a hydrology/hydraulics model for the estimation of storm drainage flows and the evaluation of the existing drainage system at current land use and at saturation development. Based on the evaluation conducted in Task 1 of Phase 1, a facility management system will be developed for inclusion in the Storm Water Management Plan. 3. Using data sources provided by the City, County and federal agencies map specified critical areas including wetlands, high groundwater, special study zones, steep slopes and earthquake prone areas. 4. Produce the data and reports indicated under Format of Storm Water Management Plan. 5. The inventoried potential source areas identified in Phase 1 will be included as a GIS layer of information and will be linked to other water quality information. BMPs will be described in a resource manual for the City to use in implementing pollutant controls. The BMP resource manual will be custom-designed for the City's specific commercial and industrial needs. 6. The Consultant will develop a database design for the drainage features and pollutant sources to be inventoried in Tasks 4 and 5 of Phase 1. The database design will incorporate those items necessary for future modelling purposes as well as for future applications as identified in Tasks 1A through 1H. This task will include the physical database design and data dictionary documentation. 7. A limited field reconnaissance of public facilities will be conducted to verify the existing records obtained in Phase 1 will be conducted. Facilities not identified by the review described in Task 4 of Phase 1 will be identified. Additional research will be conducted where discrepancies are found. Any conflicts will be resolved with the owner of the facilities in question. 8 The information obtained in Tasks 4 and 5 of Phase 1 and Task 7 of Phase 2 will be input to the selected GIS. The information will be input utilizing the digital base map information currently underway under a separate contract. V. CITY -PROVIDED SERVICES 1. Establishment of ground control in preparation of aerial mapping. 2. Preparation of 1" equals 200 ft. aerial photos of the City and certain areas outside of the City. 3. Preparation of topographic mapping at a scale of 1" equals 200 ft. and five (5) foot contours for the designated area. The mapping will be in digital format suitable for inclusion in the geographic information system (GIS). VI.. FORMAT OF STORM WATER MANAGEMENT PLAN The City is seeking a set of working documents that will constitute a record of existing storm drainage facilities and identification of needed improvements together with costs, priorities and implementation requirements. The Storm Water Management 0 Plan to be developed by the CONSULTANT during Phase 2 will consist of the following six elements (unless the discussions with the City during Phase 1 should yield a different description): 1. Aerial digital Ortho photos and mapping of the planning area, to be furnished by the City. 2, GIS based mapping of. - streets and right-of-way - property lines - topography and basin delineation - existing drainage features - critical areas (e.g., special study zones, wetlands) - potential source areas of runoff pollutants - identified problem areas recommended improvements (both quantity and quality) 3. Hard copies of reference data other than City records used in developing the plan. 4. A diskette and hard copy of the model runs used in evaluating the existing t drainage system and formulating the recommendations in item 2 above. 5. A brief technical report (on disk and hard copy) listing problem areas, both quantity and quality; recommended solutions; priorities; and costs including operating, maintenance, and regulatory actions by the City. 6. A diskette and hard copy of individual forms, to be provided by the City, for each recommended capital improvement project. It should be noted that both the format and the content of the plan described herein differ from the Storm Water Management Plans required of municipalities under NPDES regulations. VII. INFORMATION TO BE PROVIDED BY THE CITY' In addition to the City;; -provided materials and services indicated in Section V, the City will assist the CONSULTANT in other tasks including: 1. The City staff will assemble all available records on the existing storm drainage system serving the City including the facilities of the LACFCD, FEMA maps, and special study zones. The City staff will also provide, through discussions, workshop sessions, and focussed interviews, information regarding known problem areas within the City and information regarding its program objectives, priorities, and constraints.. Attachment A - City of Santa Clarita Disclosure Statement Attachment B - Equal Opportunity/Affirmative Action Statement Attachment C - Hold Harmless Agreement 3. All materials required for the execution of this project will be provided by the City in a timely manner at no cost to Consultant. npdea\aanisacp.ned