HomeMy WebLinkAboutSpecial 2006-12-11 Item 5F - Agreement - Private Storm System Adoption and Rehabilitation Program with KPG Inc COUNCIL AGENDA SYNOPSIS
ITEM NO.
s O Initials
Meeting Date Prepared Sti Mayor's review 7Councll review
la 12/11/06 1 RL
rsoa I I I 3 e
ITEM INFORMATION
CAS NUMBER: 06-152 I ORIGINAL AGENDA DATE: DECEMBER 11, 2006
AGENDA ITEM TITLE Private Storm System Adoption Rehabilitation Program
Consultant's Agreement with KPG
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 12 /11/06 Mtg Date 12 /11/06 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date:
SPONSOR El Council Mayor Adm Svcs DCD Finance Fire Legal El P&R Police PW
SPONSOR'S The contract is for design of the Private Storm System Adoption and Rehabilitation
SUMMARY Program. Three firms were short- listed from the Consultant Works Roster and KPG was
chosen as the most qualified. The City has identified 25 sites where the public storm
drainage system is routed through private parcels. Due to the expected lead -time to
research ownership, obtain easements and permits, design will take place over two years.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 12/05/06
RECOMMENDATIONS:
SPONSOR /ADMIN. Authorize Mayor to sign the consultant's agreement with KPG.
COMM rIPE Unanimous approval; forward to 12/11/06 Council meeting.
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$223,033.75 $300,000.00
Fund Source: 412.02 Surface Water (page 141, Proposed 2007 CIP)
Comments: Amount budgeted is for 2 years.
MTG. DATE RECORD OF COUNCIL ACTION
12/11/06
MTG. DATE ATTACHMENTS
12/11/06 Information Memo dated November 29, 2006 (revised after UC meeting)
Map of Sites
Consultant Agreement with Scope of Work
Utilities Committee Meeting Minutes from December 5, 2006
INFORMATION MEMO
To: Mayor Mullet
)1/4 From: Public Works Director
Date: November 29, 2006
Subject: Private Storm System Adontion and Rehabilitation Program
Consultant Recommendation
Project No. 066DRO3
ISSUE
Approve KPG, Inc., to design the Private Storm System Adoption and Rehabilitation Program.
BACKGROUND
The City of Tukwila has identified approximately 25 locations throughout the City where the public storm
drainage system is routed through private parcels. Throughout 2006, City maintenance staff videotaped these
systems to determine any necessary repairs or maintenance needs that may be required. The purpose of this
contract is to secure all necessary easements and provide appropriate repairs /replacements for continued
operation of these systems.
ANALYSIS
The current consultant roster was reviewed and three firms were short- listed to research ownership, prepare
easements, and design repairs to failing systems. The firms were:
1. KPG, Inc.
2. Penhallegon Associates Consulting Engineers, Inc.
3. Perteet, Inc.
KPG is recommended for this project. They are very knowledgeable of the City and have shown an
outstanding ability to work with local residents and secure easements. These projects are also identical in
scope to the City's Small Drainage Program and advertisement and construction will be combined into one
construction contract.
BUDGET SUMMARY
Contract 2 -Year Budeet
Design 223,033.75 300,000
Due to the expected lead -time to research ownership, obtain easements, obtain permits, and design
corrections to some of the private systems, design will take place over a two -year period.
RECOMMENDATION
Approve the consultant agreement with KPG, Inc., for professional design services to design the Private
Storm System Adoption and Rehabilitation Program for $223,033.75.
RL:ad
attachments: Location Map
Consultant Agreement
(P:ProjecaN- DR Projear106DRO3Wfo Memo Design)
1
1
p,doption
.;;F! t Syste f�''�
586 Di`. t r a te Sto ion
program
Pr 7 d Itat
5 87 4t
an
4 P, T, 4:
t 9
o�
\ei
t
AA i d
Or St
3a Go
s i
VW 5 g m
el
99- 1
S 5 S t Ti
'S,i6•, wi \O
q
vv A�
O\ 5
c'f 4 s
l t 4 5 1 2 1 \sue S I
\i'. t t,g,2 S\
4.
1 t. e
s 30 St',, 0 Q, Y W 1
St \1- t f
5
t .5,3 ra �i I 5539
q ii \t o N _1.43-St
544 sr 4 a n -6 is
al 5463t .1 471,iC \e'1
o S5q �.5 1 m 4 y J
fi S *sd Si4 1 \l,'.'„ ryj e of
S55 0 1 'f O
1^- V °me ant 4
1 5 1 5 Tusoitt Pti Y t
i
___A-, i Ns— q sr a El" i
LP
S ay 7• tt 'CreG Or 1. i
ct i
I\ come 4 N e i
1 y` GOnW p s N a i l
6 wand Or
tril8 n d 1
I)
e \S,sost
j
be adoPt
I a! 1 r I l
1 C Nom:_ GI
w f
t 5sU
1 r
L__
1_,---------------------
CONSULTANT AGREEMENT FOR
DRAINAGE DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and KPG, Inc., hereinafter referred to as "the Consultant in consideration of the
mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform drainage design
services in connection with the project titled Private Storm System Adoption.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of written
notice by the City to the Consultant to proceed. The Consultant shall perform all services and
provide all work product required pursuant to this Agreement within 730 calendar days from
the date written notice is given to proceed, unless an extension of such time is granted in
writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $150,000 for calendar year 2007 and $223,033.75 for the entire contract without
express written modification of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment is provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state for a period of three (3)
years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent contractor with respect to the services provided pursuant to this Agreement. Nothing
in this Agreement shall be considered to create the relationship of employer and employee
between the parties hereto. Neither the Consultant nor any employee of the Consultant shall
2
be entitled to any benefits accorded City employees by virtue of the services provided under
this Agreement. The City shall not be responsible for withholding or otherwise deducting
federal income tax or social security or for contributing to the state industrial insurance
program, otherwise assuming the duties of an employer with respect to the Consultant, or any
employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG, Inc.
753 9th Avenue N.
Seattle, WA 98109
17. Integrated Agreement. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Consultant and supersedes all
prior negotiations, representations, or agreements written or oral. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 2006
CITY OF TUKWILA CONSULTANT
By: I G.
Y•
Steven M. Mullet, Mayor Nelson Davis"
Principal
Title:
Attest/Authenticated: Approved as to Form:
Jane E. Cantu, CMC, City Clerk Office of the City Attorney
4
Exhibit A
City of Tukwila
Private Storm System Adoption
2007 -2009
Scope of Work
November 29, 2006
KPG
The City of Tukwila has identified approximately 25 locations throughout the City where
the public storm drainage system is routed through private parcels. Throughout 2006,
City maintenance staff has videotaped these systems to determine any necessary
repairs or maintenance needs that may be required. The purpose of this Contract is to
secure all necessary easements and provide appropriate repairs /replacements for
continued operation of these systems.
Based on the results of the video inspections, the projects are grouped to 3 separate
categories depending on the level of maintenance required. The scope of work for
each of the groups, including approach and budgeting assumptions are summarized
below:
GROUP A PROJECTS EASEMENT VERIFICATION PREPARATION ONLY
10 of the 25 sites have drainage systems in good structural repair and are only in need
of easement documentation. The locations of these sites are generally described on
the attached project summary and will include the following scope of services:
Perform deed research to determine if the existing drainage systems are
contained within drainage easements on the private parcels. For budgeting
purposes, we have estimated that each of the 25 sites contains an average of 3
parcels (75 parcels total) and that title reports will be required for each parcel.
Provide any necessary field work to determine the location of the existing
repaired drainage system relative to the private parcel lines for all parcels
requiring easements. For budgeting purposes, we have assumed that all of the
parcels will require new easements, requiring an average of 8 hours of survey
time for each of the sites.
Prepare legal descriptions and exhibits for each parcel, signed and stamped by a
Professional Land Surveyor licensed in the State of Washington.
Assemble easement documents, prepare a cover letter, and mail documents to
the property owner for signature. Easement language and mailing addresses will
be provided by the City. An allowance of approximately $25,000 has been
included for assisting the City with property owner meetings, contacts, etc that
may be required to obtain signatures.
City of Tukwila KPG
Private Storm System Adoption 1 of 3 November 29, 2007
Exhibit A
GROUP B PROJECTS EASEMENT VERIFICATION PREPARATION AND SLIPLINE REPAIR
9 of the 25 sites have drainage systems that are generally functioning, but in need of
sliplining or similar in -situ repairs. Each of these sites will require easement verification
preparation as described for the Group A projects, as well as preparation of plans,
specifications, and estimates for bid and construction of the repairs. The locations of
these sites are generally described on the attached project summary and will include
the following scope of services:
Prepare plans, specifications, and estimates for each site. Plans will be based
on GIS aerial maps provided by the City and supplemented with the pipe
locations obtained during the easement survey. No topographic surveying is
anticipated for these projects.
GROUP C PROJECTS EASEMENT VERIFICATION PREPARATION AND REPLACE RE -ROUTE
6 of the 25 sites have drainage systems that are in very poor structural repair and will
require replacement or re- routing. Each of these sites will require easement verification
preparation as described for the Group A projects, as well as preparation of plans,
specifications, and estimates for bid and construction of the replacements. The
locations of these sites are generally described on the attached project summary and
will include the following scope of services:
Prepare plans, specifications, and estimates for each site. Plans will be based
on topographic survey of each of the project sites prepared by the Consultant.
Project horizontal and vertical datum will be assumed on all projects.
It is our understanding that none of the projects will require biological assessments,
additional permits, detention facilities, or water quality treatment facilities.
It is anticipated that the Group B and C projects will be bid through as many as 3
separate bid packages in 2007, 2008, and 2009. Projects will be prioritized based on
available budget and other factors (such as utility relocation-needs, easements, etc.) to
achieve a realistic schedule and project listing implementation of these repairs.
For Group B and C projects, the Consultant shall submit 90% plan, specification, and
estimate submittals for City review prior to bidding. The City may reprioritize the
projects based on estimated costs and available budget.
Due to the large number of parcels and uncertainties with easement status and actual
field conditions, budgeting assumptions are summarized on Exhibit B. The Consultant
shall notify the City of any issues affecting budget as they become known prior to
proceeding with work that may increase the project scope and cost.
City of Tukwila KPG
Private Storm System Adoption 2 of 3 November 29, 2007
Exhibit A
Deliverables:
The Consultant shall provide the following deliverables:
Legal descriptions and exhibits for all sites requiring easements
Cover letter for mailing to property owners
Assistance with negotiations
5 copies, 90% Plans, Specifications and Estimates (Group B and C only)
Camera ready bid documents (1/2 size plans) for on line bidding
Full size mylar plans for City records
The City shall provide the following items:
GIS information
Existing utility information, as available
Plan reviews and comments
Easement negotiations, if required.
City of Tukwila KPG
Private Storm System Adoption 3 of 3 November 29, 2007
PRIVATE STORM SYSTEM ADOPTION Page 1 of 3
AND REHABILITATION PROGRAM
PROJECT No. 06 -DRO3
GROUP A PROJECTS
EASEMENT VERIFICATION/PREPARATION ONLY
1) 32" to 33 Ave S between S 132 S 130 St at 13200 32 12" CMP pipe,
appears to go under house and across two yards (not under house and in good
shape). See Map #15, page 41.
2) S 144 St at Foster High School, area next to Fire Station #54 18" concrete pipe
from S 144 St to S 146 St (pipe in good shape). See Map #10, page 35 -37.
3) 24" CMP from TIB to Macadam, then through storage yard to S 154 St, then to
West Colonial Village apartments through apartment complex to 40 Ave S. (good
shape). See Map #5, page 20 -25.
4) 43 Place S at 15900 12" concrete pipe from driveway under carport down very
steep slope to new system on S 158 St (does not go under carport good shape).
See Map #16, page 48.
5) 54 Ave S above I -5 24" ductile pipe from 54 Ave S to I -5. See Map #18, page
53.
6) S 164 St to 53 Place S 12" concrete pipe (good shape). See Map #17, page 49-
50.
7) Gilliam Creek pipe from S 154 St to I -5 under storage yard, under 52" Ave S,
around office building (good shape). See Map #2, page 10 -14.
8) 12" CMP pipe uphill from Macadam Road at about S 138 St from 4'X4' box
culvert manhole (looks good). No map.
9) 12" concrete pipe from 34 Ave S up to 33 Ave S creek around house into pipe
(good shape). See Map #15, page 44.
10)12" concrete pipe from 57 Ave S near Tukwila Elementary School area runs
through yard (good shape). See Map #21, page 66.
PRIVATE STORM SYSTEM ADOPTION Page 2 of 3
AND REHABILITATION PROGRAM
PROJECT No. 06 -DRO3
GROUP B PROJECTS
EASEMENT VERIFICATION/
PREPARATION AND SLIPLINE REPAIR
1) 38 Ave S, at the end, south of S 130 St, below 37 Ave S 28" concrete pipe
under shed and yard and across three properties (replace two manholes). See Map
#4, pages 17 -19.
2) 33 to 34 Ave S, between S 132 S 130 St 12" mismatched pipe goes
through yards and under mobile home (reroute system). See Map #15, pages 41 -43.
3) S 142" St, off Military Road 12" concrete pipe from cul -de -sac to 33 Ave S,
pipe through yard and under shed (repair roots). Not under shed! See Map #13, page
32.
4) 42" Ave S at 14826 24" CMP pipe though yard to north fork of Gilliam Creek
above S 150 St (replace rotten pipe). See Map #7, pages 28 -30.
5) Thorndyke Elementary School on S 150 St 12" 24" concrete pipe from S 150
St through schoolyard to behind the apartment complex on S/C Blvd., Park Place by
the Woods (repair root problems on the 24 See Map #20, pages 59 -63 67 -68.
6) S 162 St between 46 47 Ave S, trail area 12" concrete pipe (replace first
and last 30 feet). See Map #12, page 51 -52 -and 54 -55.
7) Evergreen Foods 36" CMP, TIB to creek (total replacement). See Map #3, pages
15 -16.
8) From S 146 St, behind hedge, towards S 144 St 12" concrete pipe (total
replacement). See map #9, pages 57 -58.
9) East Marginal Way 36" CMP storm line from S 124 St to SR599.
PRIVATE STORM SYSTEM ADOPTION Page 3 of 3
AND REHABILITATION PROGRAM
PROJECT No. 06 -DRO3
GROUP C PROJECTS
EASEMENT VERIFICATION PREPARATION
and REPLACE/REROUTE
1) S 128 St and the old Becker Trucking Company yard area 18" CMP pipe under
yard area. See Map #8, pages 31, 33 and 34.
2) 33 Place S and S 141 St, between S 141 St 35 Ave S 12" concrete pipe
appears to go under house (does not go under house). See Map #11, pages 38 and
45.
3) 34 and 33 Ave S by signpost address 3432 12" concrete pipe between house to
35 Ave S. See Map #11, pages 46 and 47.
4) 38 Ave S just east of 37 Ave S 12" concrete pipe from 38 Ave S through yards
to TIB. Looks good. No Map.
5) S 163 St to Slade Way 12" concrete (slip line). See Map #14, page 40.
6) S 116 St east from 42 °d Ave S 18" CMP (add manhole and slip line). See Map
#19, page 56.
Lo 0
c) 0 t■
1,.,_:,.
0•E•
.2. 2.
P 3 pk 1 i I
Fri
g■ 44 101 4 1 4 A
AA
41
e'
e. —0
.7 CD
5 -7,
a••• up
W <16
±..111 a r-� c g 8
0
0 0 ID r. ell =1
o)* ,---.0-=,,,_ g f 15 a
PI 0 Ts e =la_
4.9 c L ci s 40
t i IT
E c El
,-_,.:--,g--s-f=-
'13 4,
69 --1--,--7-.-:.IC=-7"
el r, 0
c 0
O is
7.• en
0 01 o E
Tz
r:-1 .}--=s- 7. s- _eas
CI
cm 'TS 0
ii"..---. 0 go -L
la U e
7.7----_-,. R
V) tr 2
fIT
E
_,-_;---,---a„--.__, s.
to re
----:,-,--;_09. _i,,-=,---...-_-f
r
E
c
-t„. i
em. 2
Tic .2 11-T.-
ct =..----4-7--i-
_--ir. E 9
(0 10
cn 4
24--- '''==m est
of
VI -----, S■1 1 :_,0 -t=
7-
0-At 1
o _:-.-i.
4 ler, ----,,---,-le C1
eV_
a
iii-,_...., -c-fir-,012
F-
2--.5•:- t=in Fi-
0 :la ct=--
e 4.4 i
=t 3..-. st=fir
46=
i.-
a
----:e
o 1 u” st
i
to 1
41
ET
In
w
_----43 ,----_--.; E--
vf-------- 2i-c1=-------- e:
c:-.0 o
--__,4,c ,-.7-- 7: e
o co f. q c 9, 1
0
fit,..c ..1•=
CI
..--vi ..i...... 49
;17-f-7_:_ii '..-,--_--:-U.E,,.-=,:i•--:
E„ 0
f, w
ir
cl
in -4,---=
1
----12 0 r- co Lc 14
ce
41
.tri --a-
Ef
C 0., VI
tra
0
e u 14
I CE
4-,
u)
u 2- 0
>4 ..-2- ET) ce -6
0)
-•--'1 t 2
CCi 0 C
=ECD
----r
4 o co
0 'pa 111
n. 3
2
>4 CD
C 2 0 o
D
0
Utilities Committee 2
December 5, 2006
B. 2007 Annual Neighborhood Drainage Program Consultant Recommendation
Mr. Larson presented the consultant agreement with KPG, Inc. for professional design services to design the
2007 Annual Neighborhood Drainage Program for $108,920.66. He conveyed that every year the Annual
Neighborhood Drainage Program is developed for projects which are too large for the city to handle. These
projects are combined into one project. Mr. Robertson expressed concern with performance on the contract
and when services are to be provided throughout the term of the contract. This will be reviewed by the
city's attorney. Ms Labanara related that it is "progressive performance." Unanimous approval to move
to December 11 special council meeting for approval.
C. Private Storm System Adoption and Rehabilitation Program Consultant Recommendation
Mr. Larson presented the consultant agreement with KPG, Inc for professional design services to design the
Private Storm Adoption and Rehabilitation Program for $223,033.75. He stated that using the GIS, 25 sites
where privately owned piped systems are used have been identified. The list is growing. The city would
like to adopt these systems and make the necessary repairs to protect property and ensure the reliability of
the overall City drainage system. Ms. Linder noted that design will take place over a two -year period of
time and three years for construction/repairs. Mr. Robertson asked if the work will be attributed to the small
drainage project. Mr. Ryan noted that it is a new page in the CIP and that both of these projects will be
tracked in one location. Mr. Robertson asked how much is set aside each year. Ms. Labanara replied
$300,000 for design and $300,000 each year for construction, totaling $1.2 million. Mr. Robertson asked if
there is the possibility of contamination. Mr. Ryan noted that the City will begin to test outfalls and will be
able to track down contaminants. Unanimous approval to move to December 11 Special Council
Meeting for approval.
Adjournment: 6:10 p.m.
Committee Chair Approval
Minutes by DJ. Reviewed by GL, FI, BG, and RB.