Loading...
HomeMy WebLinkAboutDAVID FORD CONSULTING ENGINEERS - CONTRACT - CONTRACT - REAL TIME FLOOD INUNDATION MAPPINGPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and DAVID FORD CONSULTING ENGINEERS, a corporation, hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of fifteen (15) pages, and incorporated herein by this reference. 2. The Work Schedule. The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of one (1) page, and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than September 30, 2001. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the PSA 10/97 Deliverables The Contractor shall provide a memorandum that summarizes the state of available models. The report shall include a table similar to the following template: Basin HEC-2, EXTRAN, or HEC- RAS model SWMM model etc. ABC Basin Updated 1994 Updated 1993 DEFG Basin Not available Preliminary updated 1998 Etc. The contractor shall meet with City staff to identify any deficiencies or gaps in the models that could delay the implementation of the RTFIM system on the applicable basin. Schedule The Contractor shall provide this report by May 31, 2000. The City shall review the report and submit their comments to the Contractor within 7 calendar days. In their comments, the City shall specify if or how they will remedy any deficiencies in the models. The Contractor shall respond to those comments within 7 calendar days. Collect and review spatial data Scope The Contractor shall compile existing ARC/INFO GIS coverages for schools, streets, stream channels, and other available themes. All spatial data provided to the Contractor or to the City shall use the North Colorado State Plane coordinate system, North American Datum (NAD) of 1983/92. Elevations shall be in feet, referenced to the National Geodetic Vertical Datum (NGVD) of 1929 without the 1984 correction. All work delivered under this task shall be compatible with ArcView Version 3.1 and 3-D Analyst Version 1.0, published by Environmental Systems Research Institute (ESRI). City provisions The City shall provide the Contractor with digital terrain models consisting of spatially referenced elevation points and breaklines in a form readily usable with ArcView and 3-D Analyst. The City shall also provide aerial photographs converted to MrSID format that are georeferenced to the same datum. The City shall provide relevant data on CD-ROM or similar electronic media, or permit the 4 EXHIBIT "A" Contractor to access the City's computer network over the Internet to obtain those data. The City shall also provide any other GIS themes that would be helpful for reporting and presentation purposes. Deliverables The Contractor shall provide a memorandum that summarizes the data available. The Contractor shall identify any deficiencies in the data that could delay the implementation of the RTFIM system on the applicable basin. Schedule The Contractor shall provide this report by May 31, 2000. The City shall review the report and submit their comments to the Contractor within 7 calendar days. In their response, the City will specify if and how they will remedy the deficiencies identified by the Contractor. The Contractor shall respond to those comments within 7 calendar days. Collect and review information about computer network and configuration Scope The Contractor shall work with the City's Information Technology Department staff to learn the layout of the City's LAN, hardware, software, and configuration. Software developed under this Scope of Work shall be compatible with the City's configuration and standards as of the start of this Scope of Services. The Contractor shall deploy all software products in accordance with the City's security policies. City provisions The City shall allocate reasonable Information Technology Department staff time to convey this information. The City shall provide the Contractor with the City's Telecommunications Policy guide. The City shall specify the computers where the RTFIM is to be installed, and any passwords required to access pertinent data located elsewhere on the City's LAN from those computers. The City shall specify the hardware, software, and LAN standards in place on the date this Scope of Services begins. The City shall specify where data required for the RTFIM are located, and where RTFIM products should be stored. Deliverables The Contractor shall provide a memorandum that summarizes how they shall provide software that follows file access permissions and guidelines specified by the City. The report also shall show how they plan to access remote data required by the RTFIM system, and where RTFIM system products will be placed. Schedule The Contractor shall provide this report by May 31, 2000. The City shall review the report and submit their comments to the Contractor within 7 calendar days. The Contractor shall respond to those comments within 7 calendar days. EXHIBIT "A" Design and construct the RTFIM system The Contractor shall design, synthesize, and deploy a RTFIM system to the City. The RTFIM system shall consist of a watershed runoff forecast modeling tool, an open -channel hydraulics model, and a visualization tool. All of these components shall be compatible with models currently used by the City. Provide a short-term flow forecasting tool Scope The RTFIM system requires forecasts of stream discharge, based on real-time hydrometeorological observations, quantitative precipitation forecasts (QPF), and the physical layout of the basins. The Contractor shall adapt its Catchment Forecasting SystemTM software product (CFS) and provide it to the City. This product integrates industry -standard hydrologic and hydraulic modeling software and databases. For this task, CFS will be modified to provide part of the total functionality required for the RTFIM system, as follows: 1. It shall be fully compatible with, and utilize rainfall and streamflow data collected automatically by the STORM Watch program; 2. It will use the PRECIP program, developed by the US Army Corps of Engineers, Hydrologic Engineering Center (HEC), to compute mean areal precipitation given gage precipitation; 3. It will use the Stormwater Management Model (UDSWMM and MODSWMM) to compute runoff hydrographs; 4. Time series of precipitation, stage, and discharge shall be stored in the HEC-DSS (Hydrologic Engineering Center Data Storage System) database format; 5. It shall have the capability to use Quantitative Precipitation Forecasts (QPF) specified by the user or QPF found by parsing files accessed through the National Weather Service's Emergency Manager's Weather Information Network (EMWIN); 6. The system will permit QPF specification by user -defined regions or by individual rain gages or multiple gages at one time; 7. It shall have the capability to utilize reports of observed rainfall to fill voids in the automatic rain gage network; 8. It shall be easily upgraded to compute water surface profiles, as required under a subsequent task. 9. The product will be tested and fully and reliably operable on the 14 stormwater basins, to the extent possible with model input provided by the City in 0. Additionally, the product shall conform to the following general specifications: 1. The Microsoft Windows NT version 4.0 operating system shall be used; 2. Major functionality of the program shall be exposed to other programs by way of the Component Objects Model (COM), also known as ActiveX Automation; 3. The program shall have complete documentation and on-line, context -sensitive help; 4. All actions taken by the program shall be written to a log. This log shall be a Microsoft Access compatible database that is secured against accidental modification. Additionally, the Contractor will furnish an upgraded version of the WatchDog real-time flood warning and dissemination software that is compatible with this enhanced version of CFS and other components of the RTFIM. The software program will operate successfully with the City's hardware, software, and LAN as 6 EXHIBIT "A" described under Task 1.5. City provisions The City will review draft versions of the graphical user interface (GUI) of the software program that the Contractor may provide from time to time during the contract period. The City will respond within 7 days to the Contractor's requests for feedback regarding the GUI and beta versions of the software. The City will specify where on the LAN or Internet the software product can access EMWIN products. The City will specify the specific products and their file formats and provide examples of each. Deliverables The Contractor will provide the following items: 1. The executable code for the software product that meets the requirements specified in this Task; 2. A perpetual, irrevocable, nontransferable license to use the software on as many City - owned workstations as deemed necessary by the City; 3. Source code for portions of the product that were developed specifically and exclusively for the City, if any; 4. One CD-ROM containing a program that provides a complete, local installation of the CFS software onto a computer. Schedule The Contractor shall provide the software product by July 1, 2000. Provide water -surface elevation (WSEL) calculation capability Scope The RTFIM requires that basin discharge computed under 0 be routed through stream channels and other features as defined in the HEC-2 or SWMM models. The Contractor will integrate available software products so that they can be operated without user intervention. To this end, the Contractor will further enhance CFS according to the following provisions: 1. It will examine the discharge time series from the forecasting software described under Task 2.1, and select an appropriate value, generally the peak value; 2. Calculation of WSEL or water depths shall be accomplished using HEC-RAS, version 2.2, UDSWMM, MODSWMM, or HEC-2, whichever is applicable for a given stream reach. Where an HEC-2 or HEC-RAS model exists, the WSEL will be from the HEC-2 or HEC-RAS model. If a HEC-2 or HEC-RAS model does not exist, approximate water depths from SWMM will be plotted; 3. It shall obtain water surface profiles given appropriate downstream conditions; 4. The product will be tested and reliably operable on the 14 stormwater basins described under Task 1.3, to the extent possible, given the limitations of existing models; 5. The Contractor shall incorporate corrections to any problems discovered with the program as developed under Task 2.1 6. The product will conform to the general specifications of Task 2.1. 7 EXHIBIT "A" City provisions The City will notify the Contractor of any problems with the software developed under Task 2.1 so that the Contractor may remedy them as part of this task. Deliverables The Contractor will provide the following items: 1. The executable code for the software product that meets the requirements specified in this Task; 2. A perpetual, irrevocable, nontransferable license to use the software on as many City - owned workstations as deemed necessary by the City; 3. Source code for portions of the product that were developed specifically and exclusively for the City, if any; 4. One CD-ROM containing a program that provides a complete, local installation of the CFS software onto a computer; 5. Complete documentation and instructions for how to make changes in the future in order to replace files, make changes to databases, etc. Schedule The Contractor shall provide a beta or draft version of the software product by August 1, 2000. The Contractor will provide, and install on City hardware, a fully operational version of CFS by September 30, 2000. Provide an inundation map creation system Scope The RTFIM requires the capability to relate the water surface profiles created under 0 to the City's GIS database. To accomplish this, the Contractor will develop and provide to the City a software product that provides the following functionality: 1. The product will combine the water surface profiles with the digital terrain model acquired under 0, so as to estimate the areal extent of the water surface; 2. It shall create a graphical map image and an ESRI compatible shape file that includes relevant reference themes and the areal extent of the water surface. The map display shall have three options for background display: 1) DTM vertically exaggerated with gradations of topography in 2 ft. increments shown in various color shading, 2) aerial photo, and 3) flat base map. The display will also allow for overlaying other GIS coverages including building footprints, hospitals, schools, fire stations, etc. on top of any of these background displays 3. The software will have a user interface that will have a map of the entire City (similar to STORM Watch). This map will display computed inundated areas for all basins with current flooding problems, as defined by WatchDog rules. The interface will allow the user to zoom in or out to see inundation maps for a single basin or multiple basins. The user must be able to select coverages that are shown with the inundated area, so that, for example, an aerial photo can be shown with a single basin, while only a simple base map is shown at the City -scale. 4. The system will have the capability to redisplay past inundation maps via a pull down menu; 5. The software will have the capability to calculate flood depths at various locations by 8 EXHIBIT "A" clicking on an icon and then on a spot on the map. A flood depth should be able to be obtained at any point where the inundation map was calculated using HEC-2, HEC- RAS, or EXTRAN. A flood depth will only be able to be obtained at specific locations for areas that were generated using SWMM. Any flood depths that are obtained from SWMM data will be "flagged" as "approximate data". 6. The map image so created shall be stored in a file format that is compatible with Internet browsers (Internet Explorer and Netscape) in use by the City as determined under 1.3; 7. The mapping procedure shall reliably operate on the 14 stormwater basins described under 1.3, to the extent possible, given the limitations of existing models; 8. The product shall utilize versions of ArcView and 3D Analyst as described under 1.5; 9. The product shall utilize technology compatible with the HEC-GeoRAS add -in developed by ESRI and HEC; 10. The product will include an interface that permits major functionality to be exposed to other programs by way of the Component Objects Model (COM), also known as ActiveX Automation; 11. The software product shall be capable of operating without user interaction. 12. The software product will not require user knowledge of ArcView to view and interact with the maps. City provisions The City shall provide, for its own use, one properly licensed and installed copy of ArcView and any required extensions from ESRI for each workstation on which the RTFIM package is to be executed. (Note that the RTFIM package is not required simply for viewing the maps.) The City shall review draft versions of the graphical user interface (GUI) of the software program that the Contractor may provide from time to time during the contract period. The City will respond within 7 days to Contractor's requests for feedback regarding the GUI and beta versions of the software. Deliverables The Contractor will provide the following items: 1. The executable code for the software product that meets the requirements specified in this Task; 2. A perpetual, irrevocable, nonexclusive, nontransferable license to use the RTFIM mapping software on as many City -owned workstations as deemed necessary by the City; 3. Source code for portions of the product that were developed specifically and exclusively for the City, if any; 4. One CD-ROM containing a program that provides a complete, local installation of the software product onto a computer. The installation may be exclusive of the ArcView application and required extensions. 5. Complete documentation and instructions for how to make changes in the future in order to replace files, make changes to databases, etc. Schedule The Contractor shall provide a beta or draft version of the software product by August 1, 2000. The 9 EXHIBIT "A" Contractor will provide, and install on City hardware, a fully operational version of the software by September 30, 2000. Provide facilities for automated execution Scope The RTFIM system will be used under many conditions and, therefore, must be operable in several ways. The Contractor will provide capabilities to use the RTFIM system or parts thereof to generate maps in the following situations: 1. Maps for all reaches in the city are generated; 2. Maps for some or all reaches are automatically generated by WatchDog; 3. A map for a user -specified reach is generated, using user -specified rainfall; 4. Map(s) are generated using actual data for a user -specified date; 5. Different hydrologic or hydraulic models are used with user -specified or real-time data to generate maps; Microsoft Windows Script or software with equivalent functionality shall be employed to implement this. Scripts shall be written in a manner that is readily understood by a programmer or computer administrator with intermediate -level knowledge of the scripting language. Scripts shall be organized into folders and given meaningful names. Scripts that provide functionality normally reserved for use only by administrators or knowledgeable users shall have "child -proof' mechanisms to prevent them from being executed inadvertently. All scripts shall have useful internal documentation in the form of code comments. Scripts may be executed from within the Windows Desktop Shell, or by way of being embedded within Hypertext Markup Language (HTML) files. Such scripts and HTML would constitute the graphical user interface (GUI) to the RTFIM. City provisions The City will review draft or beta versions of these scripts, and submit comments to the Contractor in within 7 calendar days of receipt. Deliverables The Contractor shall provide script files in electronic form as part of WatchDog to permit flow forecasting, WSEL computation, and inundated area mapping for all basins. The Contractor will also provide the source and executable copies of supporting programs developed specifically for this task, and one memorandum, with full documentation summarizing the functionality and purpose of each. Schedule The Contractor shall submit draft versions of the major scripts that comprise the RTFIM system by August 15, 2000. Final versions of all scripts shall be submitted by September 30, 2000. The Contractor -provided scripts will be organized as templates capable of running the appropriate software programs for all combinations and permutations of watershed and channel models, including SWMM and HEC-2, SWMM and EXTRAN, SWMM and HEC-RAS, and SWMM alone. The Contractor will provide a complete script for each of the 14 basins, using model input files and 10 EXHIBIT "A" ArcView coverages provided by the City. The City will be responsible for incorporating these scripts into WatchDog threat -recognition and warning rules. Provide a backup system to the inundation map creation system Scope To ensure that flood inundation maps can be obtained if the real-time modeling or mapping components are not available during a flood emergency, the Contractor shall provide an electronic backup. This will consist of a series of shape files of inundated area, generated using the RTFIM system and manually -specified stream flow data. The shape files will cover each of the 14 basins defined in Task 1.3, to the extent possible, given the limitations of existing models. Each of these files will be indexed to a stream stage at a critical location, and they will be stored on a secure file server. Then, these files can be retrieved and displayed using an application such as ArcExplorer, without using the RTFIM. The Contractor shall generate and organize these files for 10 discharge values for each stream, ranging from approximately the 2-yr discharge to the 500-yr discharge for each, as defined by the City. The Contractor shall also provide the City with a procedure for creating a map book that includes pages of maps consisting of these shapefiles and aerial photographs or other GIS themes. For example, shapefiles will be created for the Spring Creek basin for discharges Q,, Q2, Q3.... Q,o. These 10 shapefiles would be printed by City staff and bound in a book, as pages 1, 2, 3, ...10. At some critical cross section, say Taft Hill on Spring Creek, the computed WSEL corresponding to these discharge values are S,, S2, S3....S,p respectively. The book's index will include an entry for Taft Hill on Spring Creek, with subheadings for observed stages S„ S2, S3.... S,o, and a page reference to the inundated area map that corresponds to each. The Contractor is not responsible for calibrating or configuring any models under this task. City provisions The City will work with the Contractor to insure that a useful range of stream flows and combinations thereof are included. Deliverables The Contractor shall create the shape files and index for the electronic backup and provide one copy of them on one or more CD-ROMs. The Contractor shall also provide documentation on how to create additional shape files in the future that would be compatible with the ones generated in this project. The Contractor will provide a step-by-step procedural guide that the City can use to create the backup map book. Schedule This shall be completed by September 30, 2000. 11 EXHIBIT "A" Demonstrate the RTFIM system The RTFIM system shall be developed to meet the City's needs. Accordingly, the Contractor shall schedule informal sessions to demonstrate the RTFIM interface as components become available. This will permit staff to provide important feedback to the Contractor regarding usability. Also, the Contractor shall demonstrate that the RTFIM system produces maps that are reasonably useful by exercising the RTFIM system for two recent historical events and two hypothetical scenarios. Demonstration using actual data Scope The Contractor shall demonstrate that software developed under this Scope of Services performs as specified. To do so, the Contractor shall exercise the RTFIM system using actual observed rainfall and streamflow data for the following events: 1. Data from the July 1997 flood shall be used to demonstrate that the RTFIM can handle large flow events. Although precise observations are not available for all areas, the model shall be able to reproduce the general flooding characteristics and timing of that event. Data that can be utilized include: several gages that have hourly rainfall totals, indirect measurement information, high water mark documentation, and event reconstruction information. It should be noted that the City understands that there are many uncertainties in trying to model such a large event and that the results of this demonstration may not match exactly what happened in 1997, but will help provide information that can be used to know the limitations of the system and future things that can be incorporated to allow the models to perform better during extreme events. 2. Data from the April 1999 flood shall be used to demonstrate how the model will work using actual information from the ALERT gaging network. Many of the City's precipitation gages and one streamflow station were in operation at the time and can be used to recreate that storm event. The Contractor shall clearly explain any differences. City provisions The City will provide the Contractor suitable facilities for this demonstration. This includes adequate meeting space and a Super VGA -compatible computer projector. The City shall select the specific basins for this demonstration, provide data for comparison, and the models to be used. Deliverables The Contractor shall provide a two-hour in -person demonstration showing the response of the RTFIM to these two storm events. Schedule The City and the Contractor shall arrange a meeting date. The meeting shall be held after August 1, 2000 unless both parties agree to an earlier date. Demonstration of hypothetical scenarios Scope The Contractor shall demonstrate that software developed under this Scope of Services performs 12 EXHIBIT "A" as specified. To do so, the Contractor shall exercise the RTFIM system using design rainfall in hypothetical or "what -if' scenarios. The 10- and 100-year rainfall for a City -specified basin shall be used, and the same assumptions used to create the pre -determined floodplain map shall be followed. The RTFIM output will be compared to the pre -determined floodplain mapping for the same area based on the same rainfall values. The Contractor shall clearly explain any differences. City provisions The City will designate the area to be compared, provide the floodplain maps for comparison, and provide the models to be used. The City will provide a GIS theme that includes polygons representing the floodplain mapping being compared, as well as complete documentation as to the source and assumptions behind that mapping. Deliverables The Contractor shall provide the City with appropriate input files so that the City can exercise the RTFIM system as specified. The Contractor shall submit a memorandum that clearly explains any differences between the pre -determined floodplain mapping and the output from the RTFIM. Schedule The Contractor shall provide this memorandum and files by September 15, 2000. Transfer the technology The Contractor will fully document activity under this Scope of Services so that City staff now and in the future can utilize it. The Contractor shall provide training and support to City staff so that they may effectively utilize the RTFIM system. These training sessions shall be conducted in Fort Collins. - Training sessions Scope The Contractor shall provide the following training sessions: 1. An 8-hour RTFIM system mechanics session. This hands-on session will provide instruction for City staff charged with maintaining the software for the RTFIM system. Participants will include City GIS specialists and City information technology staff, and will provide an "under the hood" presentation of all components of CFS and the RTFIM system. 2. An 8-hour RTFIM system modeler session. This hands-on session will provide instruction for City staff charged with maintaining the hydrologic and hydraulic models used by the RFIM system. Participants would include engineers responsible for drainage and stormwater management in the City as well as consultants to the City. This session shall include an "under the hood" presentation of the use of SWMM, HEC- 2, and HEC-RAS within the RTFIM system. 13 termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: With Copy to: David Ford, PE, PHD Marsha Hilmes-Robinson Opal F. Dick, CPPO, Sr Buyer David Ford Consulting Stormwater Utility Purchasing/Utilities Engineers City of Fort Collins City of Fort Collins P. O. Box 188529 P. O. Box 580 P. O. Box 580 Sacramento CA 95818 Fort Collins, CO 80522 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 5. Design Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits, and errors and omissions insurance in the amount of $1,000,000. PSA 10/97 PA EXHIBIT "A" 3. An 8-hour RTFIM system users session. This hands-on session will be directed toward emergency managers and responders. The Contractor shall present and illustrate the capabilities of the RTFIM system. The training sessions shall be conducted directly by the Contractor, by personnel who actually worked on the applicable parts of the project. The Contractor shall submit a detailed agenda and draft PowerPoint slides in electronic form to the City at least 10 calendar days before the training. City provisions The City will provide the Contractor suitable facilities for this training. This includes adequate meeting space and a Super VGA -compatible projecting computer monitor for these training sessions. The City will provide, for use by trainees, two or more stand-alone computer workstations that can readily be configured with required software. The City will furnish the Contractor with an estimate of the number of attendees to each session at least 20 calendar days before the sessions begin. The City will provide trainees with paper copies of notes or handouts deemed helpful by the Contractor. Deliverables The Contractor shall conduct the described training sessions. Schedule The Contractor shall conduct the described training sessions by September 30, 2000. Computer program documentation Scope The Contractor shall provide documentation for all computer software products submitted in fulfillment of this Scope of Services. The documentation shall conform to common software industry standards and be sufficiently detailed so as to permit a user who studies it to use the RTFIM system without additional training. Documentation may consist of context -sensitive, on-line help, a manual, or both. For the purposes of this Task, a "user" is a person who: 1. Has intermediate -level proficiency in Windows NIT; 2. Has a basic understanding of recently released Microsoft Office software; 3. Has a basic understanding of hydrology and hydraulic principles; 4. Is familiar with the hydrologic geography of the City of Fort Collins; 5. Is familiar with the purpose and goals of the RTFIM system. City provisions The City will review a draft version of the documentation and submit its comments to the Contractor within 7 calendar days. The City will be responsible for making copies of the User's manual. Deliverables The Contractor shall provide a "User's manual" and on-line help files in electronic form. 14 EXHIBIT "A" Schedule A draft version of the documentation shall be submitted by August 1, 2000. The final version shall be submitted by September 30, 2000. On -call support Scope Throughout the duration of this project, the Contractor shall be available to answer questions and resolve problems with any RTFIM components that the Contractor develops, installs, constructs, or otherwise provides. Those questions may be posed in person or via telephone, fax, or e-mail. The Contractor shall respond within 24 hours. Additionally, the Contractor shall provide limited on -call help with all components of the RTFIM system that the Contractor develops for 1 year following the project completion date without additional cost to the City. This help includes solution of problems related to setup and use of the RTFIM system. The Contractor shall provide an initial response within 24 hours, and a complete response within 5 calendar days. The Contractor shall not be obligated to provide any additional engineering services beyond this Scope of Services. The Contractor and the City understand that the RTFIM system will not be truly field tested until the 2001 storm season (May -Sept). Accordingly, the Contractor shall remedy any problems or failures of the RTFIM system to meet the design requirements spelled out in this Scope of Work if such problems or failures are discovered during the 2001 storm season. City provisions If help is required, the City shall notify the Contractor in a timely fashion. The City also shall provide the Contractor with data or access to data that are required to help the Contractor successfully diagnose and solve any problems. Deliverables No tangible deliverable items are required under this task. Schedule The Contractor shall provide this support from April 1, 2000 through September 30, 2001. END OF SCOPE OF SERVICES M61 = i 11UV1 '/ /1'1 Task Date Completed City Review Amount of by Contractor of Report Review Time by Required City Task 1.1 Collect and Review May 1, 2000 yes 10 days Engineerina Documents Task 1.2 Collect and Review May 31, 2000 yes 10 days Hydrometeorological Data Task 1.3 Collect and Review May 31, 2000 yes 7 days Hydrologic and Hydraulic Models Task 1.4 Collect and Review Spatial May 31, 2000 yes 7 days Data Task 1.5 Collect and Review May 31, 2000 yes 7 days Information About Computer Network and on figuration Task 2.1 Provide a Short -Term Flow July 1, 2000 no Forecasting Tool Task 2.2 Provide Water -Surface Aug. 1, 2000 no Elevation (WSEL) Sept. 30, 2000 Calculation Capability Task 2.3 Provide an Inundation Map Aug. 1, 2000 no Creation System Sept. 30, 2000 Task 2.4 Provide Facilities for Aug. 15, 2000 yes 7 days Automated Execution Sept. 30, 2000 Task 2.5 Provide a Backup System to the Sept. 30, 2000 no Inundation Map Creation System Task 3.1 Demonstration Using Actual After no Data Aug. 1, 2000 Task 4.1 Training Sessions Sept. 30,2000 no Task 4.2 Computer Program Aug. 1, 2000 yes 7 days Documentation Sept. 30, 2000 Task 4.3 On -Call Support Sept. 30, 2001 no a Task 1: Collect data 1.1 Collect/review engr. documents 1.2 Collect/review, hydromet data 1.3 Collect/review, H&H models 1.4 Collecf/review spatial data 1.5 Collect/review info: computer network Subtotal Task 2: Design and construct RTFIM system 2.1 Provide short-term flow forecasting tool 2.2 Provide WSEL cafe. capability 2.3 Provide inundation map creation system 2.4 Provide automated execution 2.5 Provide backup Subtotal Task 3: Demonstrate the RTFIM system 3.1 Using actual data 3.2 Using hypothetical scenarios Subtotal Task 4: Transfer technology 4.1 Provide training 4.2 Provide documentation 4.3 Provide on -call support Subtotal Total x+r"r-^ - - >t,'.t ,...x'� � ...,£..:. ',-,= $a� ._ �_.�.. _ .- cow• :d ,9r.=il. _-.-�` �'J�.^.'�' �n�_ >..`- «�. WET EJM Total Principal Hydro. engr. Jr. hydro. engr. Hydro. tech. Clerical Principal CIS analyst Sys. analyst $122.00 $73.00 $58.00 $33.00 $33.00 $95.00 $57.00 $45.00 8 24 8 8 16 4864.00 8 8 8 24 16 3728.00 8 40 40 8 160 15096.00 8 8 16 8 24 4216.00 8 8 1040 s0 32 88 16 80 24 224 28944.00 8 32 24 40 6480.00 12 160 48 40 160 25408.00 16 80 40 80 13672.00 12 80 40 60 12284.00 8 44 80 8Q .0 4Il 44 15520M 56 392 128 80 8 184 380 73364.00 16 16 8 8 20 8 5644.00 N A 8 5. 24 8 5644.00 32 32 16 16 40 16 11288.90 48 56 8 8 10760.00 48 40 40 40 8 8 8 13992.00 8 n 24 6 32 24 7200.00 104 112 64 40 16 48 40 31952.00 224 624 208 160 64 56 496 436 145548.00 RT air travel Sacramento -Denver 6 trips @ 450 2700.130 Parking, tolls 120.00 Lodging & per diem 15 days @ 70 1050.00 Rental car 10 days @ 50 500«00 37000 Total travel iP ` p Ire§ _G4`r n/a 0.00 Total eauipmentlsupplies Postage & shipping Total communications Computer processint Photocopies, printing Total other costs _ 'jog' Labor Direct costs Profd Total 10% 20000 400.00 200 00 5400.00 10170.00 15571.80 171289.80 EXHIBIT "D" YEAR 2000 COMPLIANCE CERTIFICATION AND INDEMNITY Section Contractor hereby certifies that all information resources or systems to be provided or used in connection with the performance of this Agreement are "Year 2000 Compliant", except as otherwise expressly described in Section 2, below. "Year 2000 Compliant" shall mean that information resources meet the following criteria: a. Data structures (e.g., databases, data files) provide 4-digit date century recognition. For example, "1996" provides date century recognition; "96" does not. b. Stored data contains date century recognition, including (but not limited to) data stored in databases and hardware/device internal system dates. C. Calculations and programs logic accommodate both same century and multi - century formulas and date values. Calculations and logic include (but are not limited to) sort algorithms, calendar generation, event recognition, and all processing actions that use or produce date values. d. Interfaces (to and from other systems or organizations) prevent non -compliant dates and data from entering any state system. User interfaces (i.e., screens; reports; etc.) accurately show 4 digit years. Year 2000 is correctly treated as a leap year within all calculation and calendar .. . Section 2. Contractor agrees to notify the City immediately of any information resources or systems that are not Year 2000 Compliant upon encountering the same in connection with the performance of the Agreement, including without limitation any information resources or systems in use by Contractor in the performance of the Agreement or information resources or systems of the City regarding which Contractor obtains information in the course of its performance of the Agreement. Section 3. Contractor agrees to permit examination, by the City or agents thereof, of any and all information resources and systems in use in connection with this Agreement, and related Year 2000 Compliance implementation plans, in order to evaluate Year 2000 Compliance and potential implications of the same for the City and for performance of the Agreement. Section 4. The Contractor shall indemnify and hold harmless the City, and its officers, agents and employees, from and against all claims, damages, losses, and expenses, including attorneys fees, arising out of or resulting from the Contractor's information resources or systems that are not Year 2000 Compliant. 6. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: See Exhibit C consisting of one (1) page, and incorporated herein by this reference. Reimbursable direct costs: See Exhibit C consisting of one (1) page, and incorporated herein by this reference. with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed One Hundred Seventy-one Thousand Two Hundred Eighty-nine Dollars and eighty cents ($171,289.80). The parties acknowledge that Water & Earth Technologies, Inc. and EJM Systems, Inc. are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services. If the amount charged by these subcontractors exceed the rates listed in Exhibit "C" the excess amount shall not be paid or owed by the City. Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The amounts of all such partial payments shall be based upon the Professional's City -verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's reimbursable direct costs. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings and other services rendered by the Professional shall become the sole property of the City. 7. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. PSA 10/97 9 8. Project Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival quality, prepared on stable mylar base material using a non -fading process to prove for long storage and high quality reproduction. 9. Monthly Repo . Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 10. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 11. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate PSA 10/97 4 as a waiver of any rights or benefits provided to the City under this Agreement. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such parry may be declared in default. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D", consisting of one (1) page, attached hereto and incorporated herein by this reference. PSA 10/97 5 THE CITY OF FFORTnnCOLLINS, COLORADO By: (. na. },O'-,Z.,,e John . Fischbach City Manager By: c f- B. O'Neill II, CPPO Directo f urchasing & Risk Management DATE: s /3 APPROVED AS TO FORM: Assistant City Atf DAVID FORD CONSULTING ENGINEERS By: I2 Title: i Yi-Aa i CORPORATE PRESIDENT OR VICE PRESIDENT Date: 4/�7/0o ATTEST: (Corporate Seal) Corporate Secretary PSA 10/97 6 EXHIBIT "A" Scope of Services Overall gtgiect description The City of Fort Collins, Colorado is located along the Colorado Front Range where the foothills of the Rocky Mountains meet the Great Plains. The climate is semi -arid with average annual precipitation of 14.5 inches. The population of Fort Collins is approximately 106,000 and growing. The City currently covers approximately 46.6 square miles and the Urban Growth Area includes an additional 28.3 square miles. There are 14 major drainage basins in Fort Collins (Figure 1). Fort Collins has a long flooding history going back to when Fort Collins was relocated to its present location. Flooding in Fort Collins is characterized as mainly flash flooding on the local drainages within the urban area with snowmelt flooding occurring on the Cache La Poudre River in May and June. There are several FEMA designated floodplains in Fort Collins: the Cache La Poudre River, Spring Creek, Dry Creek, Cooper Slough, and Boxelder Creek (Figure 2). In addition, the City has mapped floodplains for Old Town, West Vine, Fossil Creek and many of the small drainages in the Canal Importation Basin. In June of 1998, The City of Fort Collins was selected as the first Project Impact Community in the State of Colorado. Project Impact is a new initiative by the Federal Emergency Management Agency (FEMA) to make communities more disaster resistant. As a Project Impact Community, the City was given grant money to develop new and innovative ways to reduce the impacts disasters have on the community. The main project that the City is pursuing is a Real -Time Flood Inundation Mapping (RTFIM) system. The RTFIM system is intended to be part of a comprehensive and integrated emergency response system for the entire City, which provides real time information that will assist in emergency preparedness and response operations in the event of flooding. An important aspect of the RTFIM system will be to integrate technical hydrologic and hydraulic runoff modeling with emergency operations in a system that is user friendly and graphically oriented. Project completion All tasks under this Scope of Services shall be completed by September 30, 2000. Tasks The Contractor shall provide a fully -functional RTFIM system to the City. To do so, the Contractor will complete the following tasks: Collect data The Contractor shall assemble and review prior work done by the City that is required for successful accomplishment of subsequent tasks under this Scope of Services. Collect and review engineering documents Scope The Contractor shall collect, assemble, and review pertinent engineering documents from the City, including the Fort Collins' Comprehensive Plan ("City Plan") and the Flood Recovery Action Plan. The contractor shall examine reports of prior stormwater and drainage studies and gage -installation documentation. The contractor shall also collect and review flood insurance studies, floodplain maps, reports on historical flooding, stormwater management study reports, and any other pertinent documents provided by the City. EXHIBIT "A" City provisions The City shall make pertinent reports and documents available to the Contractor. The City shall facilitate access by the Contractor to pertinent reports and documents from Colorado State University. Deliverables The Contractor shall provide a memorandum that summarizes the documents they have reviewed and which parts of those documents they shall use for subsequent tasks. Schedule The Contractor shall provide this report by May 1, 2000. The City shall review the report and submit their comments to the Contractor within 10 calendar days. The Contractor shall respond to those comments within 7 calendar days. Collect and review hydrometeorological data Scope The Contractor shall collect hydrometeorological data from historical storms. Where possible, the Contractor shall use actual short -interval data. Otherwise, they shall transform hourly data to an interval consistent with the City's STORM Watch database, using a procedure approved by the City. They shall file all data in a STORM Watch database. The Contractor shall use stream gage rating tables supplied by the City. The Contractor shall utilize actual real-time data collected by the City's STORM Watch base station during the period of this Scope of Services, by way of an FTP connection provided by STORM Watch. The Contractor shall furnish their own copy of the STORM Watch client. City provisions The City shall provide to the Contractor STORM Watch tables containing stream gage rating tables for pertinent gages. They shall also provide all relevant data from historical events and design storms in machine-readable format for demonstration use under Task 2. The City shall provide an account, with password, to permit access by the Contractor to the City's STORM Watch data FTP server during the period of this Scope of Services. Deliverables The Contractor shall provide a memorandum that summarizes the quality and quantity of data available and full documentation of how data was transformed for use. The Contractor shall provide pertinent data translated into the STORM Watch database format. Schedule The Contractor shall provide this report by May 31, 2000. The City shall review the report and submit their comments to the Contractor within 10 calendar days. The Contractor shall respond to those comments within 7 calendar days. Collect and review hydrologic and hydraulic models 2 EXHIBIT "A" Scope The Contractor shall review drainage studies completed within the City, and identify models used and the context within which they are used. The Contractor shall acquire and review models of these storm water basins: 1. Dry Creek basin 2. Boxelder Creek basin 3. Cooper Slough basin 4. Greenbriar/Evergreen basin 5. West Vine basin 6. Old Town North Tributary subbasin 7. Old Town basin 8. Canal Importation basin 9. Spring Creek basin 10. Foothills basin 11. Fox Meadows basin 12. McClellands/Mail Creek basin 13. Fossil Creek basin 14. Poudre River — hydraulics only The Contractor shall create GIS themes of the stream cross-section locations, utilizing the geographic coordinates of the stream cross -sections provided within the model input files, or if none, shall create such GIS themes using paper maps or other documents provided by the City. City provisions The City will provide: 1. Input files for existing, SWMM, HEC-2, HEC-RAS, and other hydrologic and hydraulic models for the 14 basins, in electronic form; 2. Paper maps, or access thereto, showing geographic coordinates (location) of the stream cross sections in the HEC-2 and SWMM models; 3. Geographic coordinates (lat, long, and elev.) of rainfall gages anticipated to be used with the RTFIM system. 3