Loading...
HomeMy WebLinkAboutQuartic Solutions LLC; 2008-02-15; PWENG630PWENG630 AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR ASSET INVENTORY ENTERPRISE GEODATABASE SERVICES (QUARTIC SOLUTIONS, LLC) This Amendment No. 1 is entered into and effective as of the -fi\i day of vx _ 2009 , extending the agreement dated February 15, 2008 (the "greement) by^and between the City of Carlsbad, a municipal corporation, ("City"), and QUARTIC SOLUTIONS, LLC, a California Limited Liability Company, ("Contractor") (collectively, the "Parties"). RECITALS A. The Parties desire to extend the Agreement for a period of one (1) year; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended fora period of one (1) year ending on February 14, 2010. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions hereof of this Amendment. CONTRACTOR QUARTIC SOLUTIONS, LLC, a California Limited Liability Company *By: ./ (sign here) J- (print name/title) (e-m£il address) (print name/title) *i CITY OF corporatio B SBAD, a municipal ifornia ATTEST: LORRAINE M. City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. . 'Group A. Chairman, President, or Vice-President "Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney City Attorney Approved Version #05.22.01 AGREEMENT FOR ASSET INVENTORY ENTERPRISE GEODAT ABASE SERVICES (QUARTIC SOLUTIONS, LLC) THIS AGREEMENT is made and entered into as of the ** _ day of 200/_, by and between the CITY OF CARLSBAD, a municipal corporation, (tfCity"), and QUARTIC SOLUTIONS, LLC, a California Limited Liability company, ("Contractor"). RECITALS A. City requires the professional services of a geographic information systems professional that is experienced in asset inventory and enterprise geodatabase services. B. Contractor has the necessary experience in providing professional services and advice related to asset inventory enterprise geodatabase services. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1 ) year from the date first above written. The City Manager may amend the Agreement to extend it for one additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #11.28.06 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be Seventy-five thousand one hundred and seventy five dollars ($75,175). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #11.28.06 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved Version #11.28.06 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved Version #11.28.06 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name: Marshall Plantz Name: Timo Luostarinen Title: Senior Civil Engineer Title : President Department Engineering Address: 1380 Garnet Ave. #E-402 City of Carlsbad San Diego. CA 92109 Address 1635 Faraday Avenue Phone No. (619)602-7606 Carslbad. CA 92008 Phone No. (760) 602-2766 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, City Attorney Approved Version #11.28.06 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #11.28.06 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #11.28.06 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #11.28.06 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR QUARTIC SOLUTIONS, LLC, a California Limited Liability company *By: CITY OF cor (sign here) Timo Luostarinen/President (print name/title) ATTE (e-mail address) *By: (sign here) (print name/title) (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: Deputy City Attorney City Attorney Approved Version #11.28.06 EXHIBIT "A1 November 14, 2007 Scope and Cost Proposal for Carlsbad Enterprise Geodatabase for City of Carlsbad, CA %Quartic^SOLUTIONS LLC PROJECT APPROACH Quartic Solutions takes a structured approach to projects. We agree on a scope and schedule prior to the kickoff meeting. Points of contact on our side and the customer side are identified. We will produce a schedule that the customer can use to gauge our progress throughout the duration of the project. We generally provide monthly status updates on tasks accomplished during the prior month and a list of outstanding issues and tasks. Task 1 - Evaluate All Available Data on User Needs and Required Information Products One of the most important aspects to building a premier GIS database is that it fits in with the workflow and specific needs of each department. Quartic will obtain an understanding of what each department's GIS needs area by meeting with and interviewing key department staff. As part of the meetings, deficiencies in current data availability and additional data needs, and existing systems requiring integration will be noted. Existing business processes and documents that use GIS related data, such as maps, reports, digital files, screen shots, existing software, or other material will be used to solicit ideas and suggestions from staff. A complete inventory of map products, models, reports, data flows, and enterprise requirements will be documented. Quartic understands that the final design must be able to support and/or integrate with existing systems and business needs such as parcel maintenance, the permitting system, Hansen's workorder system and utility billing and mobile/wireless applications. The database structures and standards required to do this will be noted and considered. Task 2 - Identify and Organize Conceptual Data Themes to Support User Needs Creating a sound conceptual geodatabase design must be done in a logical and methodical manner. In order to create an enterprise geodatabase, data must be modeled in a manner that is organized for the entire City, but still supports all the individual needs of each unique Department. We will include the public works, engineering, planning, building, parks and recreation, stormwater departments or divisions in our plan. In order to create a foundation for the conceptual data themes, we will correlate each product identified in the prior task to its supporting data needs. We will document all Data layers, along with their properties such as scale dependencies, geometric representation (line, point, poly, anno), cartographic representations (visual offsets, etc.), and accuracy (relative vs. absolute) into one model. Collating all this information will be done by reviewing existing materials, meeting with city staff as subject matter experts, reviewing local data sources, and incorporating ESRI and industry best practices. 2 | Page %Quartic>ot«nm.iic Scope and Cost Proposal- Carlsbad Enterprise Geodatabase Finally, like data will be grouped with like data. This means that if a data layer relates to another data layer, they will be modeled together. Needed domains, data standards, naming standards, relationships, and rules will all be identified to ensure consistency and standardization at the enterprise level. ESRI data models will be used as a basis where appropriate. However, each data model will be modified to take into account client specific needs and local conditions. In addition, we will draw heavily on our experience as to what has worked well at other locations. Sometimes complex data designs are difficult to maintain, so we use our experience and expertise in order to incorporate departmental wishes with prudent design. We will strive to develop a design that is robust, expandable, ensures data integrity via built in checks, while still being maintenance and user friendly. Task 3 - Create a Geodatabase Design Incorporating All Required Data and Functionality The goal of this subtask will be to produce a complete and detailed model of all proposed CIS objects. This will involve, for example, specifying each attribute, along with its datatype, developing the valid lists of values for each domain, and identifying any needed subtypes. We will do this by reviewing the existing data, industry standard data models, meeting with staff, and looking for various data characteristics such as: 1) Unpopulated fields, 2) Codes, 3) Valid values, 4) Duplication, 5) Fields that need to be added etc. Next, we will model data that has been identified as being needed, but does not exist yet. We will review potential data sources and design the data layers based on available data sources as well as city needs. Related data that should be grouped together will have Feature Datasets along with topological rules and network connectivity to enforce spatial data integrity. Finally, we will produce several Geodatabase diagrams that document the design. The diagrams will be produced in Visio software using ESRI provide objects. The diagrams will be used to forward engineer the actual objects into the database. In order to enhance diagram readability, each object will be color coded by type and relationship lines will also be color coded as needed. Possible objects on the diagrams will be: Feature Datasets, Feature Classes, Tables, Domains, Relationships, Domains, and Views. Each diagram will be of a functional area within a department: 1. Engineering: Common layers including: Parcels, Parcel Ownership, Parcel History, Road Centerlines, Addresses, Lots, Easements; Permits System data exchange. 2. Public Works: Lighting, Traffic control, sidewalks, curb & gutter, drainage, signs, trees, poles, and furnishings. Review of Water model, completion of Wastewater model, and creation of a separate model for recycled water assets or modification of water model to include recycled water. 3 | Page %QuartlcI0'""°"s ltc Scope and Cost Proposal - Carlsbad Enterprise Geodatabase Each diagram will be reviewed by City Staff in working meetings with Quartic Solutions staff. We will go over each item on the diagram in order to solicit feedback for possible revisions. We will modify the geodatabase design and diagrams as needed. What will NOT be included within the scope are: 1. Inspections (including CCTV) 2. Geometric Networks 3. DMS integration design 4. Public Safety including law enforcement incidents, North Zone fire model integration, fire incidents. Task 4 - Conduct a Pilot Project to Create, Test and Refine the Physical Database Prior to creating the final database schema, Quartic will create a two prototype databases for Carlsbad staff to review and accept. The first database will consist of the data modeled for the engineering section and the second database will include the data modeled for the Public Works section. Each prototype database will be developed in the following manner: We will forward engineer the Visio diagrams into a personal (or SDE) geodatabase and populate the layers with sample data. The sample data may be existing data or sample data that was generated for the purpose of demonstrating the database design. We will set up an MXD to display the functionality of the geodatabase design. Next, we will schedule meetings with city users to visually demonstrate the database design by using the demo MXD. We will show how the data can be viewed, queried, reported on, and maintained. If the users desire, we will provide the application and database to them for 'playing with' at their own pace. All feedback received will be considered in refining the preliminary geodatabase design prior to taking it into production. When building a geodatabase it is critical to document structures and processes thoroughly. Datasets, tables, relationships, rules, domains, views, and processes will all be documented. As part the data documentation, Quartic will identify who is the data steward for each layer, how it is updated (external source, other system, GIS maintenance), and where the data should come from. If needed, in some cases a swim lane diagram will be produced to document the work flow. We will use various tools to document the design in diagram and tabular format. These may include Visio, ESRI geodatabase diagramer, SQL Server tools, and verbiage. 4 | Page Quartic^.ot.r«».uc Scope and Cost Proposal - Carlsbad Enterprise Geodatabase Task 5 - Finalize the Geodatabase Design and Load All Available Data We will provide technical guidance and advice to assist the City in loading existing GIS data into the newly designed Geodatabase. Quartic Solutions will work with the city to determine the most appropriate technique to use to move existing data. The technique may be different for different data sets. In addition, we will provide custom coded tools or programs as much as we can do so and still be within the budget constraints of this item. Techniques that may be used include the use of Arctools, python scripting, and database views. In general the steps will require the data to be extracted from the existing database, transformed to the new data structures and then loaded into the database. This approach offers the advantage of being able to use standard tools such as SQL Server 2000 Data Transformation Services (DTS) and ESRI's ArcGIS Interoperability Extension. The high level process involves: 1. Extracting the data to staging data structures to flatten out the structures. 2. Transform the values and codes to the new ones. Data scrubbing can take place at this step. 3. Load the final format database from the staging tables. Inevitably, there will be data that does not migrate cleanly into the new data structures due to data input errors, invalid coding, or other reasons. The city will be responsible for correcting data content errors that prevent loading into the new data structures. DELIVERABLES TASK 1 - Mini Needs Assessment 1. "Mini" Departmental Needs Assessment Document based on meetings with the afore mentioned five departments. 2. Diagram(s) of existing hardware, software, and data flow as they relate to the identified GIS needs 3. Inventory of existing data and needed data along with sources 4. Recommendations for restructuring existing systems or data repositories to eliminate redundancies and leverage GIS data to the fullest possible extent TASK 2 - Over Arching Design for the listed five departments 1. UML diagram of data entities without attributes 2. Standards document with naming, metadata, organizational, security recommendations, rules 3. Spreadsheet of groups? TASK 3 - Detailed GDB Design for Engineering and Public Works departments 5 | Page Quartic•'.oi™™.^ Scope and Cost Proposal- Carlsbad Enterprise Geodatabase 1. Detailed UML diagrams by topic area of Feature Datasets, Feature Classes, Relationships, Topologies, Tables, Domains, Subtypes. All subject matter listed in Task 3 section will be covered by the diagrams. TASK 4 - Prototype GDB of the design developed in Task 3 1. Prototype Geodatabase populated with sample data 2. Data documentation TASK 5 - Data Load support for CIS data migration to new data structures The budget listed in this proposal is sufficient to accomplish only a portion of the needed work on this task. Therefore a significant portion of the migration work will need to be done by City staff with Quartic Solutions providing as-needed limited support. We will use the funds allocated to deliver the following items: 1. Document listing suggested approach to moving CIS data from existing ArcSDE database to the new data structures. 2. Set up custom models, tools, scripts, views for use in moving data. The quantity of these tools will depend on the budget allocated for this purpose. TASK 6 - Recommendations Document 1. Document listing areas of hardware, software, applications, and/or workflows that will be impacted along with recommendations for improving identified issues. Cost The following table lists costs by core task. Tasks 1, 2, and 6 will be done completely as they are organizational wide in scope. Tasks 3, 4, and 5 are limited to the two departments listed in Task 3. ,'.. ,• ••<', ;-.'; : • . . , . •" , > '>• -v MB**** Cost 1 - Mini Needs Assessment 84 7,560 2 - Over Arching Design 96 8,640 3 -Detailed GDB Design Engineering 296 26,640 Public Works 216 19,440 4 - Prototype GDB 64 5,735 5 - Data Load 56 5,000 6 - Recommendations 24 2,160 TOTAL 836 $75,175 6| Quartic Duration We propose to begin the project on 1/2/2008. The following table lists the duration of each task, along with the start and end dates. These dates are calculated on a resource working 50% of the time on the project, which we feel is a reasonable assumption. If the proposed schedule does not meet the needs of the city, we can discuss alternatives. Task Mini Needs Assessment Review Existing Data Develop Over Arching Design Develop Detailed Geodatabase Design (Engineering) Prototype GDB (Engineering) Develop Detailed Geodatabase Design (Public Works) Prototype GDB (Public Works) Migrate and load existing GIS data into new design Prepare recommendations document for additional steps Duration 10.5d 2.5d 12d 44d 7d 31d 7d 28d 3d Start 1/2/08 1/30/08 2/6/08 3/11/08 7/1/08 7/21/08 11/1/08 11/15/08 12/15/08 End 1/29/08 2/5/08 3/10/08 6/30/08 7/21/08 10/16/08 11/15/08 12/15/08 12/31/08 %Quartlc^»otwno«s LLC 7 | Page Scope and Cost Proposal - Carlsbad Enterprise Geodatabase