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