HomeMy WebLinkAboutItem #07 Approval and Authorization for a Task Order in the Amount of $51,380.00 to Southern Surveying and Mapping Corp. for LiDAR Data Collection and Analysis under the City's Continuing Contract for Such Services ire center of Good Lii10 AGENDA ITEM COVER SHEET Meeting Date: January 4, 2011 Item # 7 Reviewed By: Contact Name: Al Butler, CIP Manager Department Director: Contact Number: 407 - 905 -3100, ext. 1543 City Manager: Subject: Approval of and authorization for the Mayor to execute a Task Order in the amount of $51,380.00 to Southeastern Surveying and Mapping Corp. for LiDAR data collection and analysis under the City's continuing contract for such services. (Citywide) Background Summary: Light detection and ranging (LiDAR) is a method whereby a laser is used to precisely measure the angle and distance from the sensor platform to a distant object. City staff has identified a number of applications for LiDAR data collected, such as stormwater management, sanitary sewer planning, emergency response, and flood plain mapping, using a LiDAR platform mounted on an airplane that can construct a three - dimension model of the city. Although LiDAR data are available from Orange County, those data are several years old and is at too low a resolution for some of the intended uses in Ocoee. City staff prepared a specification for LiDAR data collection that was reviewed and endorsed by a national panel of experts as representing the state of the art while also offering substantial cost savings over alternative approaches. Although initially put forth as a separate solicitation, City staff discovered during the surveying services RFP evaluation process that one of the recommended firms, Southeastern Surveying and Mapping Corp., was qualified to provide the needed LiDAR management and control services through its work with this technology for the Florida Department of Transportation. Accordingly, City staff requested that Southeastern Surveying prepare a proposal for the data collection effort in concert with a qualified LiDAR subcontractor. The selected subcontractor, Laser Mapping Specialists, Inc., is the most qualified and experienced firm in the aerial LiDAR sector. The products to be delivered by this team for the Joint Planning Area include: • Bare Earth digital terrain model with breaklines for water features • 1- and 2 -foot contour maps • Digital point cloud of LiDAR data (3D images with and without surface features) • 6 -inch pixel color orthophotographs • Five cross - sections of the city for flood mapping purposes. Issue: The Engineering Department has proposed that the City issue a Task Order to Southeastern Surveying and Mapping Corp. in the amount of $51,380.00 to compile a high - resolution LiDAR digital terrain model and related digital mapping products. Recommendations The Engineering Department recommends that the City Commission authorize the Mayor to execute the Task Order to commission Southeastern Surveying and Mapping Corp. and Laser Mapping Specialists, Inc., to conduct a LiDAR data collection effort for the City's Joint Planning Area at a cost of $51,380.00. 1 Attachments: • Proposal from Southeastern Surveying and Mapping Corp. • Scope of Work. Financial Impact: The $51,380.00 cost of the work will be covered by existing funds in the FY 2011 Stormwater Management Utility's Small Projects Capital Program, Account No. 103 - 538 -20 -6302 (p. 4 -9 of the FY 2011 Adopted Budget). Type of Item: (please mark with an `k') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction X Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. , 6 N/A Reviewed by ( ) N/A 2 Steven L. Anderson, Jr., PSM Thomas K. Mead, PSM Russell G. Daly, PSM Timothy O. Mosby, PSM Bruce C. Ducker, PSM James L. Petersen, PSM James M. Dunn, II, PSM William C. Rowe, PSM Mark J. Efird, PSM ���� ► Tony G. Syfrett, PSM Robert W. Gardner, PSM 5011 E , : Charles M. Arnett, SIT Brian R. Garvey, PE SYI I - !l g __ Tate B. Flowers, SIT Jennings E. Griffin, PSM == \® Donna L. Canney, CST IV Gary B. Krick, PSM Frank B. Henry, CST IV Brad J. Lashley, PSM SOUTHEASTERN SURVEYING AND MAPPING CORPORATION David M. Rentfrow, CST IV Myron F. Lucas, PSM SURVEYING FLORIDA SINCE 1972 Steve D. Smith, CST IV James E. Mazurak, PSM www.southeasternsurveyinc.com Celeste B. van Gelder, CST IV Land Surveying & Mapping Services • Sub - Surface Utility Designation & Location Services • GPS Asset Inventories • Geographic Information Systems December 28, 2010 Via E -mail: jabutler@ci.ocoee.fl.us Mr. Jack A. Butler CIP Manager City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 RE: LiDAR Survey and Contour Mapping - RFP #11 -003 City of Ocoee Joint Planning Area Portions of Townships 21, 22, 23 South, Ranges 27, 28 East, Orange County, Florida Dear Mr. Butler, We are pleased to submit our proposal for Surveying Services on the above referenced project. SCOPE OF WORK: Southeastern Surveying and Mapping Corporation (SSMC) will provide the following professional surveying services on the above referenced project in accordance with the specifications in City of Ocoee RFP #11 -003, Exhibit "A" Scope of Services, and Chapter 5J -17.5, F.A.C., to include the following: 1. All tasks listed in the attached proposal from Laser Mapping Specialists, Inc.(LMSI) for the LiDAR Survey and One -foot Contour Mapping requirements. 2. SSMC will provide LMSI with horizontal and vertical coordinates for up to 15 photo - identifiable control points in support of the LiDAR Survey. 3. SSMC will perform 5 cross - sections for ground truthing in areas to be determined from aerial photos by LSMI. 4. Item No. 7 of the attached Exhibit "A" Scope of Services, Thematic Mapping, will be performed as an additional service by SSMC if requested by the City. Selected planimetric features will be extracted for selected 5000 foot by 5000 foot tiles as directed by the City. This task will be invoiced on a per unit basis as listed on the attached Fee Quotation Proposal. Office 6500 All American Boulevard, Orlando, Florida 32810 • Phone: 407.292.8580 • Fax: 407.292.0141 • infoCa&southeasternsurvevina.com Locations: 1130 Highway 90, Chipley, Florida 32428 • Phone: 850.638.0790 • Fax: 850. 638.8069 • info( southeastemsurvevina.com 4200 Baymeadows Road, Jacksonville, Florida 32217 • Phone: 904.737.5990 • Fax: 904 - 737 -5995 • infono southeasternsurvevina.com 228 E. Main Street, Tavares, Florida 32778 • Phone: 352.343.4880 • Fax: 352.343.4914 • infoasoutheasternsurvevina.com 10 East Lake Street, Kissimmee, Florida 34744 • Phone: 407.944.4880 • Fax: 407.944.0424 • info( southeasternsurvevina.com Page 2 Mr. Jack A. Butler LiDAR Survey and Contour Mapping - City of Ocoee Joint Planning Area - RFP #11 -003 December 28, 2010 5. Coordinate values will be provided in NAD 1983 (latest revision) and NAVD 1988. 6. Topographic coverage will be coterminous with the City of Ocoee - Orange County Joint Planning Area boundary as depicted in the attached drawing "jpadec10.dwg ", an area of approximately 20 square miles. Final deliverables for Task 1 above will be as indicated in the Laser Mapping Specialists, Inc. proposal. The final product for Tasks 2, 3 and 4 will be two (2) certified copies and an electronic drawing file on disk for your use. Our fee for the above referenced work will be as outlined on the attached fee schedule. We anticipate completion of the above described work within eight (8) weeks after receipt of a written notice to proceed. Payment is expected within thirty (30) days from date of invoice. We look forward to the opportunity to work with you on this project. Sincerely, Timothy O. osby, PSM Project Surveyor TOM:gac If the above scope, period of service and method of compensation meets with your approval, please execute below and e- maillfax to Southeastern Surveying and Mapping Corporation as notice to proceed along with the notice of commencement. ACCEPTED BY: Authorized Signature Printed Name Date Title ?: T:\Proposal \City of Ocoee\LiDAR Survey & Contour Mapping.wpd 0 0 0 0 CO c o 0 0 0 0 0 /y 1 O O Co O o © © © © o O o A , w 0 0 o 0 0 0 0 0 0 0 0 0 CT M KM. U © © © © © 0 0 0 © 0 © © 4 y Z >. y O O O O O O O O O © O O - ' 411 x '�. 7 V 7 7 V 7 V V C 7 7 ± ` m x o 0 N M y O O O © O O O O O c O O y O O O O O O O © © © O O 0. O O o O O O © O © © O © 0 O A 0 O © © © © © © © O O O o N U o o c o 0 0 0 0 0 0 0 '0 0 ., v`, v1 vi v vi vi vi v, h vi vi vi z N C . O N A v, 0 0 0 0 0 0 0 0 t O O O O O O O O CD v'; v'; O O O O O a o N O Q O © © © © © © 0 0 0 0 0 r N� - U o o O o O o 0 0 0 0 0 0 PA z N vi 0 0 0 © © 0 0 0 0 0 0 a 0 ° N v a CA a W T) O O O O O O O O O O O O C: Cip O O O O O O O O O O o 0 69 69 69 59 69 69 69 69 H x h vi vl v) vl v1 vi s kr; s s s H [ N t r b t` r N r r N r t- W) Li. < .0) C J a) ❑ w CA _ 0 '" O O O O O O O O O O O O O O O O O O O O c O O o H VD y h © O O 0 O 0 c O. 0 0 © ,,,, N 4. N v1 0.) y = O 0 C/] W O O O O O O O O O O O O H T 2 O O O O O O O O O O O o r: Z x r4 00 0 0 0 0 0 0 0 0 0 0 00 L4 11 ,--1 a) W O x M '0 0 0) 4 O 01 Co 0 o O O o o c O o o c - Z o O o 0 0 o 0 0 o 0 0 0 © © © © © 0 © © © © © 0 - 0) a a) N c W 0 0) O a) y W © © © © © © © © © © © © Q ,,.4 T" O © O O O © © © © © © © a x vl vl vl vt vl ,r; vl v- vl h h V1 W 3 U 0) ab Z a x v v bA • a 0 , > a U 0 o y U as un - Z = et W ca O °' a O V ? T CA Z v O "�i a) a) H - d 3 ° o tt Gi = o > 2 cj 0 3 ku Q F F z, �i F o� ` n • a 2 U Q a° u Z O U c a1 o U • ..a O F y 0 . Q a U c c w .° o a 0 g O E x w v� Q H H H H z N M a a a mt f W • o o a W, P. U December 15, 2010 Southeastern Surveying and Mapping Corporation 6500 All American Boulevard Orlando, Florida 32810 ATTN: Gary B. Krick, PSM RE: LiDAR Survey and 1' Contour Mapping Ocoee, Florida Dear Gary, Laser Mapping Specialists, Inc. (LMSI) will provide a LiDAR survey of the project area as depicted on the drawing files, i.e., "The City of Ocoee -Orange County Joint Planning Area Boundary", sent to Laser Mapping Specialists, Inc. via e-mail on 12/09/10. LMSI will collect and process the LiDAR data for the project area. LMSI will deliver to Southeastern Surveying and Mapping Corporation (SSMC) both 1' and 2' contour mapping, a bald earth digital terrain model with hydro enforced breaklines, an LAS point cloud of the LiDAR data that includes classified points for a bald earth surface and first return features, and 6" pixel color orthophotography. Fee for Laser Mapping Specialists, Inc. services: Lump Sum $42,000.00, 20% of which will be due after the initial data collection task is completed and validation of the data collection effort is furnished for approval and payment of same by the City of Ocoee. The remaining 80% of which will be paid to LMSI after receipt of the final product, approval by the City, and within 10 days of SSMC being paid by the City. Robbie Robison, PLS Laser Mapping Specialists, Inc. President 601- 857 -0796 w 601-857-4181 f 601 - 668 -8744 c robbier@lasermaps.com Accepted by Southeastern Survey and Mapping Corporation Printed Name and Title of Signer Date I EXHIBIT "A" SCOPE OF SERVICES LIDAR DATA COLLECTION AND ANALYSIS 1. GENERAL This statement of work describes and defines the services which are required for the provision of light detection and ranging (LIDAR) data collection and analysis services in the City of Ocoee. The City, at its sole discretion, may elect to perform some of the work with in -house forces or additional contract forces. Map 1. City of Ocoee relative to other cities in western Orange County. 0,-.4 \ \'1 ,rt S \ 41 1 •' -� p '' - —v. T OLL Seminole County T 0 - 000 10,000 Feet 429 l r - , O \ -� * -j--- Apopka L4KE _ T _ L -_, -1 Maitland -.L { n `�.-' § T t' t b 'e'll} : > Un incorp ora ted 9 ^ Wmt 0 \ , o h - Ora n ge County .c• S - _.: .�' "' - • O ) °toee r U .� Tau •. r Y /"' �__ Orlando r • J ,l Jr .1 � ,M G Oakland ® .r ,, , -""....=-7, .e.► �� r. n. e v • TOLL - --- 14 J ti � J , J Y `3 OHN • - ill= 4 , \.'_. �, � _. �, IF G7 ' r' TOLL E L I ( { 429 U + Lal T Orlando I4 t�'. - k r Win R imir J J LAKE E dgewood/ r LBLTLERr„71 a V fiHE \, BIM ISIe� ''•� it ; +' LAKE V �Y - ONWA 1E�ALE4LAI e ti '� ,.. As shown above, Ocoee is located in western Orange County Florida and is part of the Orlando metropolitan area at 28 °34'27 "N 81°31'50"W, which is about 10 miles west of Orlando. Ocoee has been assigned FIPS Code 12- 51075. Ocoee is bounded to the northwest by Lake Apopka and to the southeast by SR 408 (East -West Expressway). Colonial Drive (SR 50) is the major arterial in the city. Florida's Turnpike, the Western Orlando Beltway (SR 429), and SR 50 all intersect at the western boundary of the city. Major water bodies within the city are Starke Lake and Lake Olympia, both of which are near the city center. The historical downtown is very small, comprising fewer than 10 buildings. One railroad line traverses the city in a generally east -west direction. A former railroad right 1 of way in the northern portion of the city has been converted to a portion of the West Orange Trail, which is a multiuse facility. The estimated 2010 city population is 36,000 persons. The city covers an area of roughly 18 square miles, although there are significant unincorporated enclaves that reduce the incorporated area to about 15 square miles. The project limits, however, are set by the 20 square miles of the Joint Planning Area (JPA), which was established by the City and Orange County. The JPA boundary sets the general limit of future expansion for the city. All graphical data p roducts will need to cover the entire JPA. Summary statistics will need to be provided separately for the incorporated area and the overall JPA. The City will supply a geodatabase feature class and /or shapefile with the boundaries for use by the Contractor. The products being procured under this RFP include the following: 1. 100K LiDAR survey of the JPA 2. 6 -inch pixel color orthophotography 3. Digital terrain model (DTM) with breaklines 4. 1 -foot contour features in geodatabase and AutoCAD formats 5. 2 -foot contour features in geodatabase and AutoCAD formats 6. Separate LAS point cloud datasets for first return and bald earth 7. FEMA ground truth cross - sections 8. Ground control An add - alternate item covering thematic mapping of visible surface features has been included in the RFP and may or may not be part of the final scope of work. This procurement is structured so as to allow the greatest ability for Respondents to differentiate their methods and products from those potentially offered by others. This means that outside a few minimum standards, each Respondent is free to propose a set of performance standards and the methods to be used to meet those standards. The City wants to be in a position where it can evaluate alternatives among the proposing vendors and within the options that a single vendor may propose. Thus, it is permissible for single proposal to offer multiple approaches to meeting the needs described along with a separate price proposal for each approach. The following general policies apply to this procurement: 1. The City will not allow price adjustments for cost increases or decreases in the price of fuel during the term of the contract. 2. The Contractor is required to perform at least 60% of the work with its own forces. 3. In cases of discrepancy between this scope and any specifications provided by the Contractor in its proposal, the scope will take precedence. 4. The services being sought in this RFP are not considered by the City to constitute the licensed practice of surveying and mapping, as defined in Florida Statutes. However, the required ground control monumentation for image registration and similar purposes will need to be set and located by a Florida - licensed professional surveyor and mapper, who shall also be responsible for any error reporting related to the location of those monuments within delivered product images and other datasets. 5. Each Proposer must furnish all necessary equipment, materials, mission planning, and personnel required for the work. Duties of the selected Contractor include management and supervision of the mission and post - processing activities, 2 professional and technical services, production of reports and other documentation, mapping, scanning, and other digital processing activities. 6. The Contractor will be required to supply evidence of manufacturer calibration of all LiDAR sensors and their platforms prior to the mission date. 2. LIDAR DATA AND GROUND CONTROL REQUIREMENTS The minimum standards for LiDAR data collection are defined by the Florida GIS Baseline Specification for Orthophotography and LiDAR, Version 1.2 or later, which is found at http: / /floridadisaster.orq /qis/ specifications /Documents /BaselineSpecif ications 1.2.pdf. Appendix B — Terrestrial LiDAR Specifications, Section 4, "Specifications," of this reference covers LiDAR data deliverables. The minimum standards contained in FEMA LIDAR Specifications for Flood Hazard Mapping, "Appendix 4B: Airborne Light Detection and Ranging Systems," available at http: / /www.fema.gov /plan /prevent/fhm /lidar 4b.shtm, also apply However, these standards are not uniform in their requirements and may be less rigorous than what is best suited to the project area and the expected deliverables. Accordingly, the Respondent should describe the LiDAR performance standards that will be used for the project in its proposal documents; e.g., minimum number of points compiled per unit of area, signal strength, receiver sensitivity, pulse rate, field of view, number of detectable echoes per laser pulse, absolute accuracy relative to control points and to other compiled points, and how obscured areas will be addressed. Horizontal and vertical control for the LiDAR compilation session(s) shall be based on direct ties to National Geodetic Survey (NGS) control stations of the National Spatial Reference System (NSRS). Horizontal control must reference the High- accuracy Reference Network (HARN) in the North American Datum of 1983 (NAD83). Vertical control must reference the North American Vertical Datum of 1988 (NAVD88) using NGS GEOID03 to provide conversions from ellipsoidal heights to orthometric heights. Each Respondent should include the ground and aerial platform control approach to be used as part of its proposal. At a minimum, this portion of the proposal should specify the manner and number of ground control targets to be used and discuss how the aerial triangulation of the sensor platform will be accomplished. Data collection mission reports will be required in conformance to the FEMA document referenced above. 3. ORTHOPHOTOGRAPHY REQUIREMENTS Except where more stringent requirements are specified here, the minimum standard of performance for orthophotography delivered under this solicitation is contained in Florida GIS Baseline Specification for Orthophotography and LiDAR, Version 1.2 or later, Appendix A — Orthophotography S Specifications, Sections 3 through 5. The minimum accepted pixel P 9 size is 0.5 foot (six inches). The desired verified horizontal accuracy is one meter. The City will supply the most recently available orthophotography to the Contractor in order to provide the consistency required by Appendix A, Subsection 4.2. The optional color infrared imagery discussed in Appendix A, Subsection 5.1 is not a required deliverable. The Survey Report required by Appendix A, Subsection 5.5 is desired but need not be completed by a Florida - licensed Surveyor and Mapper, as the delivered products are not intended for use by the State of Florida but merely serve as a visual reference for understanding the other delivered products. 3 4. DTM REQUIREMENTS The digital terrain model (DTM) to be delivered as part of the project is to consist of: 1. Mass (elevation) points 2. Spot elevation labels (text; to show height of all mass points and water body surfaces; may be omitted for smaller water bodies) 3. Break lines 4. Triangulated irregular network (TIN) Various aspects of the DTM requirements for this solicitation are covered by the requirements imposed in Florida GIS Baseline Specification for Orthophotography and LiDAR, Version 1.2 or later, with enhancements listed above. In addition, the DTM deliverables for this project are to be consistent with the requirements of the LiDAR Standards for the Coastal Georgia Elevation Project, which is available at http: / /www.crc.ga.gov /qis /cgep /Forms /Allltems.aspx. Where the two references conflict, the latter is to control. The City desires that the one -meter pixel hydrologically correct digital elevation model (DEM) specified in Subsection 6.4 of the latter reference be provided as a deliverable. Each Respondent will need to indicate whether this product is proposed to be part of its deliverables. 5. CONTOUR LINE REQUIREMENTS One -foot and two -foot contour line geodatabase feature classes are required deliverables, with index obscured, depression, and combination features being separately defined as separate subtypes and depicted by unique line styles. The index line interval for one -foot contours is five feet (5'). For two -foot contour lines, the index line interval is 10 feet. Contour labels as text are to be provided for every index line at a reasonable horizontal interval, with labels to be read from the downhill direction (i.e., as if looking uphill) regardless of map orientation. Contour line feature classes are to comply with the requirements of the Florida GIS Baseline Specification for Orthophotography and LiDAR, Version 1.2 or later, particularly Attachment 3, and LiDAR Standards for the Coastal Georgia Elevation Project, Subsection 6.3. 6. LAS POINT CLOUD DATASET REQUIREMENTS The LAS file contains individual LiDAR point records; i.e., the point cloud. The solicited deliverable must comply with LAS Specification, Version 1.3 R10, published July 14, 2009, by the American Society for Photogrammetry and Remote Sensing and available at http: / /www.asprs.orq /society /committees /standards/ asprs las spec v1 3.pdf. Note that this deliverable is not the same as the mass points specified in Section 4, above, although both datasets are delivered in an LAS file format. 7. THEMATIC MAPPING PRODUCT REQUIREMENTS An add - alternate portion of the project includes thematic mapping of one or more of the following features: 4 1. Road, centerline (see Butler, J. Allison, Designing Geodatabases for Transportation, ESRI Press, Ch. 4, for guidance on centerline construction) 2. Road, edge of paved traveled surface (may be defined by white edge line or edge of pavement if no edge line) 3. Road, edge of unpaved traveled surface (Contractor will need to balance desired appearance of a consistent road width with the need to follow the actual edge of surface) 4. Road, edge of paved surface (coincident edge of traveled surface should not be compiled twice; this line represents the edge of pavement if white edge line exists; do not compile if paved shoulder is less than 48 inches in width) 5. Driveway edge, paved (as outline, not necessarily closed; include connected parking area; delineate all unpaved islands) 6. Parking area, improved surface (as outline, not necessarily closed; grass and bare ground areas used for vehicle parking shall not be compiled) 7. Sidewalk, paved (as pair of edge lines) 8. Other on- ground paved surface (as polygon) 9. Railroad track centerline 10. West Orange Trail centerline 11. Vehicle bridge, concrete or asphalt (as polygon) 12. Vehicle bridge, wood (as polygon) 13. Dock (as polygon) 14. Catch basin (a.k.a., storm sewer drop inlet; as square point symbol) 15. Manhole (as circular point symbol) 16. Building, completed (as polygon; minimum dimension 12 feet to compile; to be compiled following footprint, not roofline; includes any contiguous roofed structural element, such as porch or carport, which are to be compiled following the apparent footprint formed by supporting elements) 17. Building, dimension 12 feet to compile) under construction (as polygon; minimum dim ) g. ( p Yg 18. Accessory building (as square point symbol; maximum dimension less than 12 feet to compile, otherwise classify as Building) 19. Other free - standing structure (e.g., deck, porch, or garage; to be compiled following the apparent footprint) 20. Swimming pool (as polygon) 21. Fence line (as line) 22. Tree line (as polygon) 23. Lone tree (as stylized point symbol) 24. Swamp (as polygon with fill) 25. Ditch, intermittent (as centerline) 26. Stream, less than 60 inches wide at water level (a.k.a., single -line stream; as centerline) 27. Stream, 60 inches or greater in width at water level (a.k.a., double -line stream; as polygon with fill; follow outer flow boundary for braided stream; ignore visible sandbars but compile vegetated islands as dry land within stream) 28. Lake, pond, or reservoir (a.k.a., double -line stream; as polygon with fill; need coincident match line with any connected stream; ignore visible sandbars but compile vegetated islands as dry land within water body) 29. State Plane Coordinate grid (as lines) 30. State Plane Coordinate grid line label (text) If the City elects to include thematic mapping within the final contract scope of work, each of the above - listed elements shall be compiled using a separate class, level, or style designation such that they can be individually symbolized on maps. The City will work with 5 the Contractor to devise the final symbology and manner of organization, and must approve any line style, polygon fill, and text format legend. A Respondent need not propose to compile these thematic features in order to be considered for other portions of the work. Any Respondent that does propose to offer the desired thematic mapping service will need to indicate generally how the work will be done. A separate price proposal for thematic mapping should be submitted by any Respondent who proposes to do this work; however, this portion will not be awarded alone to a responding firm. Given the need to negotiate the actual extend of work to be done for thematic mapping following award, the price proposal for this portion of the work is intended to serve as a general guide for City decision - making purposes, not as a fixed deliverable price for the entire list of features. It is sufficient for the price proposal to be a reasonable order of magnitude indicator of the effort required. 6