Loading...
HomeMy WebLinkAboutUtilities 2009-09-29 COMPLETE AGENDA PACKET Distribution: B. Giberson S. Kerslake C ity of Tukwila K. Hougardy F. Iriarte M. Miotke Ut U ti l ities J f C m m t m P. Linder P. Brodin J. Pace ilities orr tee D. Robertson G. Labanara C. Parrish Mayor Haggerton R. Larson B Arthur J. Hernandez M. Cusick J Eide 4- Kathy Hougardy, Chair R. Berry P Lau File Ccpy K. Matej M Mathia Single side to Dana Pam Linder D. Speck S. Ancerson 3 Extra Copies e C. O'Flaherty J. Howat e -mail to Saxton,Hart i� Dennis Robertson M. Hart B. Still C O'Flahery, Narog, S Norris R Still S. Norris and S. Kirby N Olivas S. Hunstock AGENDA TUESDAY, SEPTEMBER 29, 2009 Time; 5:00 PM Place: Conference Room #1 ca m i Pa a mmend ed Act on nlf Reco 9 I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III• A. NPDES Program A. Forward to 10/12/09 C.O.W. Pg. 1 Dept of Ecology's Grant Program and 10/19/09 Regular B. Surface Water's GIS Inventory Area 6 B. Forward to 10/12/09 C.O.W. Pg. 19 Consultant Agreement and Scope of Work and 10/19/09 Regular C. Ordinance Amending TMC Chapter 11.08 C. Forward to 10/12/09 C.O.W. pg. 33 Permit Fees for Right -of -Way and Private and 10/19/09 Regular Property IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Tuesday, October 13, 2009 Committee Goals: Study the feasibility and implementation of televised City Council meetings. Continue to foster relationships within local, regional, and state entities that encourage opportunities for joint partnership and outreach. S The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206 433 -0179 for assistance. City of Tukwila INFORMATIONAL MEMORANDUM To: Mayor Haggerton UTILITIES COMMITTEE i From: Interim Public Works Director Date: September 22, 2009 Subject: NPDES Program Project No. 93 -DR10 Department of Ecology's Grant Program Year 2010 -11 Attachments: Ecology Grant Number G1000250 W \PW Eng \PROJECTS\A- DR Projects \93 -dr10 (NPDES Program)\info Memo Ecology Grant 9- 21- 09.doc Jim Haggerton, Mayor ISSUE Authorize Mayor to sign a grant agreement with the Washington State Department of Ecology. BACKGROUND In the 2007 -2009 biennium, Washington State Legislature provided $9 million in base funds for stormwater management activities to local governments implementing NPDES Phase II requirements. Tukwila received $75,000 in grant funds that were available in the first round, but not all jurisdictions took advantage of the funds. The Department of Ecology is now offering a $50,000 pass- through grant to each of the Phase II Stormwater NPDES Permit Holders with the remaining funds. Funding for this grant was made effective July 1, 2009 and expires on June 30, 2011. City matching funds are not required. ACTION TAKEN Staff notified the Department of Ecology of our intention to accept the $50,000 grant to continue the efforts of implementing the City's NPDES Stormwater Management Plan. The funds will be used to offset a portion of the GIS expense for Area VI. RECOMMENDATION The Council is being asked to approve a grant agreement with the Washington State Department of Ecology in the amount of $50,000.00 for the NPDES Program and consider this item at the October 12, 2009 Committee of the Whole meeting and subsequent October 19, 2009 Regular Meeting. DEPARTMENT OF ECOLOGY State of ';Vashington THIS is a binding agreement entered into, by, and between the state of Washington Department of Ecology (DEPARTMENT), and City of Tukwila (RECIPIENT). The purpose of this agreement is to provide funds to the RECIPIENT to carry out the requirements described herein. PART I. GENERAL INFORMATION Project Title: Phase II Stormwater Pass through Grant Program Grant Number: G1000250 RECIPIENT Name and Address: RECIPIENT Contact: Telephone Number: Fax Number: E -Mail Address: RECIPIENT Billing Contact: Telephone Number: Fax Number: E -Mail Address: RECIPIENT Federal ID Number: DEPARTMENT Project /Financial Manager: Mailing Address: Telephone Number: Fax Number: E -Mail Address: DESIGNATED LOCAL GOVERNMENT PARTNERS (if applicable) ECY 070 357 (Rev. 9/09) FY 2010 -2011 PHASE II STORMWATER PASS- THROUGH GRANTS PROGRAM GRANT AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, WA 98188 -8548 Greg Villanueva (206) 431 -2442 (206) 431 -3665 gvillanueva @ci.tukwila.wa.us Greg Villanueva (206) 431 -2442 (206)431 -3665 gvillanueva @ci.tukwila.wa.us 91- 6001519 Water Quality Program Washington State Department of Ecology P.O. Box 47600 Olympia, WA 98504 -7600 360- 407 -6502 360- 407 -7151 N/A Phase II Stormwater Pass through Grant For partnerships, the lead government and partners must submit a copy of the signed agreement in Appendix B with each copy of the grant agreement. DEPARTMENT Funding Source: 2010 -2011 Biennial Operating Budget /Local Toxics Control Account Total Cost (up to $50,000 each recipient): Total Eligible Cost (up to $50,000 each Recipient): 50,000 50,000 DEPARTMENT Share ($50,000 each Recipient): 50,000 DEPARTMENT Maximum Percentage: 100% The effective date of this grant agreement is July 1, 2009. Any work performed prior to the effective date of this agreement will be at the sole expense and risk of the RECIPIENT. This agreement expires on June 30, 2011. PART II. PERFORMANCE MEASURES A. Water Oualitv Goal. Improved stormwater management and water quality protection associated with development and implementation of a stormwater management program. B. Proiect Outcomes. Local Government Stormwater Grants for local governments to receive grants for municipal stormwater programs, including but not limited to implementation of Phase II municipal stormwater National Pollutant Discharge Elimination System (NPDES) permits. C. Post Proiect Assessment. The RECIPIENT agrees to submit a brief survey three years after project completion regarding the key project outcomes and the status of environmental results or goals from the project. The DEPARTMENT's Performance Measures Lead will e -mail the RECIPIENT the Post Project Assessment Survey. The DEPARTMENT may conduct on -site interviews and inspections, and may otherwise evaluate the Project. The DEPARTMENT will enter the information provided into its performance measures database to be provided to the Washington State Legislature, United States Environmental Protection Agency, and other natural resource agencies. Approximate Post Project Assessment Date: June 30, 2012 Page 2of17 Phase II Stormwater Pass through Grant PART III. PROJECT DESCRIPTION The RECIPIENT's stormwater project will address implementation or management of municipal stormwater programs. PART IV. PROJECT BUDGET Phase II Stormwater Pass through Grant Program ELEMENTS Task 1 Project Administration/Management (limited to 10% of total) Task 2 Implementation and management of Stormwater Program Total (limited to $50,000 per Recipient partner) TOTAL ELIGIBLE COST (TEC)* *The DEPARTMENT's Fiscal Office will track to the Total Eligible Project Cost. MATCHING REQUIREMENTS (There are no matching requirements) DEPARTMENT Share FY 2010 -11 (100% of TEC) 50,000 Payment Request Submittals. Payment requests will not be submitted more often than monthly, unless allowed by the DEPARTMENT's Project /Financial Manager. The DEPARTMENT's Project /Financial Manager may require the RECIPIENT to submit regular payment requests to ensure efficient and timely use of funds. Payment Schedule. Payments will be made on a cost reimbursable basis. PART V. SCOPE OF WORK Page 3of17 50,000 50,000 The RECIPIENT shall ensure that this project is completed according to the details of this agreement. The RECIPIENT may elect to use its own forces or it may contract for professional services necessary to perform and complete project related work. The RECIPIENT certifies by signing this agreement that all applicable requirements have been satisfied in the procurement of any professional services. Eligible and ineligible project costs are separate and identifiable for billing purposes. If professional services are contracted, the RECIPIENT shall submit a copy of the final contract to the DEPARTMENT's Project /Financial Manager. Task 1 Proiect Administration Management A. The RECIPIENT shall administer the project. Responsibilities will include, but not be limited to: maintenance of project records; submittal of payment vouchers, fiscal forms, and progress reports; compliance with applicable procurement, contracting, and interlocal agreement requirements; application for, receipt of and compliance with all required Phase II Stormwater Pass through Grant permits, licenses, easements, or property rights necessary for the project; and submittal of required performance items. B. The RECIPIENT shall manage the project. Efforts will include: conducting, coordinating, and scheduling project activities and assuring quality control. Every effort will be made to maintain effective communication with the RECIPIENT's designees; the DEPARTMENT; all affected local, state, or federal jurisdictions; and any interested individuals or groups. The RECIPIENT shall carry out this project in accordance with any completion dates outlined in this agreement. C. The RECIPIENT shall submit all invoice voucher submittals and supportive documentation, to the DEPARTMENT's Project /Financial Manager. Copies of all applicable forms shall be included with an original A19 -1A, and shall be submitted to the DEPARTMENT. Blank forms are found in Administrative Reauirements for Recipients of Ecoloev Grants and Loans at htto:// www.ecv.wa.eov/biblio /9118.html Required Forms: Form A19 (original signature) Form B2 (ECY 060 -7) Form C2 (ECY 060 -9) Form D (ECY 060 -11) Where Eligible Costs Have Incurred: Form E (ECY 060 -12) Form F (ECY 060 -13) Form G (ECY 060 -14) Form H (F -21) Form I (ECY 060 -15) D. If work conducted results in a report, the RECIPIENT shall submit the following to the DEPARTMENT's Project /Financial Manager and in the quantities identified: Draft project completion reports one electronic copy Final project completion reports five copies Electronic copy of final project completion report The RECIPIENT shall submit two copies of any document(s) which requires DEPARTMENT approval. Once approval is given, one copy will be returned to the RECIPIENT. If the RECIPIENT needs more than one approved copy, the number of submittals should be adjusted accordingly. Task 2 Implementation of Stormwater Planning and Management Needs A. The RECIPIENT shall address stormwater management needs that protect or restore water quality. The RECIPIENT may conduct work related to implementation of activities required by the municipal stormwater National Pollutant Discharge Elimination System (NPDES) permits. Page 4 of 17 Phase II Stormwater Pass through Grant B. Check the boxes that represent the activities funded under this grant: Public education and outreach activities Public involvement and participation activities X Illicit discharge detection and elimination (IDDE) program activities, including: X Mapping or geographic information systems of municipal separate storm sewer systems (MS4s); n Staff training Activities to identify and remove illicit stormwater discharges; n Dry weather outfall screening procedures and field activities; Complaint hotline database or tracking system improvements. n Activities to support programs to control runoff from new development, redevelopment, and construction sites, including: Development of an ordinance and associated technical manual n Inspections before, during, and upon completion of construction, or for post construction long -term maintenance. Training for plan review and /or inspection staff n Pollution prevention, good housekeeping, and operation and maintenance program activities, such as: n Inspecting and /or maintaining the MS4 infrastructure n Developing and /or implementing policies, procedures, or stormwater pollution prevention plans at municipal properties or facilities. Annual reporting activities, including developing a summary of identified barriers to the use of low impact development. Establishing and refining stormwater utilities, including stable rate structures. n Water quality monitoring to implement permit requirements for a Water Cleanup Plan (TMDL). Note that any monitoring funded by this program requires submittal of a Quality Assurance Project Plan that Ecology approves prior to awarding funding for monitoring. n Developing a report to plan for monitoring the next pellnit cycle. Equipment purchases that result directly in improved compliance with permit requirements. Allowed costs for equipment purchases must be specific to implementing a permit requirement (such as a vactor truck) rather than general use (such as a general us pick -up truck). Qualified equipment purchases include but are not limited to: Illicit discharge testing equipment and materials E Vactor truck or sweeper truck for MS4 maintenance activities n Electronic devices dedicated to mapping of MS4 facilities and attributes n Software dedicated to tracking permit implementation activities n Other activities consistent with the funding purposes of this program that support stormwater management programs or permit compliance, which can be completed by the June 30, 2011, deadline. Provide brief description in the space below: II 11 11 II Page 5of17 Phase II Stormwater Pass through Grant PART VI. SPECIAL TERMS AND CONDITIONS A. Commencement of Work. In the event that the RECIPIENT fails to commence work on the project funded herein within four months after the effective date of this agreement, or by any date mutually agreed upon in writing for commencement of work, the DEPARTMENT reserves the right to terminate this agreement. B. DEPARTMENT Fundine Recognition. The RECIPIENT shall acknowledge and inform the public about DEPARTMENT funding participation in this project as appropriate. Examples include project signs and /or acknowledgement in published materials and reports, the news media, or other public announcements. Projects addressing site specific locations must utilize appropriately sized and weather- resistant signs. C. Eauipment Purchase. The purchase of equipment may be eligible under this project. If the RECIPIENT determines that equipment is needed to achieve the project outcomes, a request must be made to the DEPARTMENT. All equipment purchases must have prior approval by the DEPARTMENT. Allowable equipment purchases include equipment needed to implement permit requirements (such as a vactor truck) rather than for general use (such as general use pick -up truck). D. Indirect Rate. To acknowledge overhead costs, the RECIPIENT may charge an indirect rate up to 25 percent based on RECIPIENT employee's direct salary and benefit costs incurred while conducting project related work, provided that prior to signature of this agreement, the DEPARTMENT's Project /Financial Manager may require a list of items included in the indirect rate during negotiations or thereafter. Items that are generally included in an indirect rate are identified in Administrative Reauirements for Recipients of Ecoloav Grants and Loans. E. Meetins /Light Refreshments. The RECIPIENT may spend up to $50 per meeting for light refreshments associated with this project. The total amount spent for light refreshments under this agreement cannot exceed $300. F. Minority and Women's Business Participation. The RECIPIENT agrees to solicit and recruit, to the extent possible, certified minority -owned (MBE) and women -owned (WBE) businesses in purchases and contracts initiated after the effective date of this agreement. Contract awards or rejections cannot be made based on MBE or WBE participation. M /WBE participation is encouraged, however, and the RECIPIENT and all prospective bidders or persons submitting qualifications should take the following steps, when possible, in any procurement initiated after the effective date of this agreement: 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies. 3. Divide the total requirements, when economically feasible, into smaller tasks or quantities, to permit maximum participation by qualified minority and women's businesses. Page 6 of 17 Phase II Stormwater Pass through Grant 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. 5. Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. The RECIPIENT shall report to the DEPARTMENT at the time of submitting each invoice, on forms provided by the DEPARTMENT, payments made to qualified firms. Please include the following information: 1. Name and state OMWBE certification number (if available) of any qualified firm receiving funds under the invoice, including any sub and /or sub subcontractors. 2. The total dollar amount paid to qualified firms under this invoice. G. Progress Reports. The RECIPIENT shall submit quarterly Progress Reports to the DEPARTMENT's Project /Financial Manager. Payment requests will not be processed without a Progress Report. Reporting Periods. January 1 through March 31 April 1 through June 30 July 1 through September 30 October 1 through December 31 Reporting Due Date. Quarterly Progress Reports are due 15 days following the end of the quarter. Report Content. At a minimum, all Progress Reports must contain a comparison of actual accomplishments to the objectives established for the period, the reasons for delay if established objectives were not met, analysis and explanation of any cost overruns, and any additional pertinent information specified in this agreement. H. Water Oualitv Monitoring. Prior to initiating water quality monitoring activities, the RECIPIENT must prepare a Quality Assurance Project Plan (QAPP) that follows Ecology's Guidelines and Specifications for Preparing Quality Assurance Project Plans for Environmental Studies, February 2001 (Ecology Publication No. 01 -03 -003). The RECIPIENT must submit the QAPP to the DEPARTMENT for review, comment, and must be approved before starting the environmental monitoring activities. The RECIPIENT must use an environmental laboratory accredited by Ecology to analyze water samples for all parameters to be analyzed that require bench testing. The RECIPIENT should manage all monitoring data collected or acquired under this agreement in order to be available to secondary users and meet the "ten -year rule." Monitoring Data Submittal Environmental Information Management System. Funding recipients that collect water quality monitoring data must submit all appropriate data to Ecology through the Environmental Information Management System (EIM). Page 7of17 Phase II Stormwater Pass through Grant PART VII. ALL WRITINGS CONTAINED HEREIN This agreement, the appended GENERAL TERMS AND CONDITIONS. the DEPARTMENT's current edition of Administrative Requirements for Recipients of Ecology Grants and Loans "Yellow Book'), and the Local Government Stormwater Grants Program FY 2008 contain the entire understanding between the parties, and there are no other understandings or representations other than as set forth or incorporated by reference, herein. No subsequent modification(s) or amendment(s) of this agreement shall be of any force or effect unless signed by authorized representatives of the RECIPIENT and DEPARTMENT and made a part of this agreement, EXCEPT that in response to a request from the RECIPIENT, the DEPARTMENT may redistribute the grant budget. The DEPARTMENT or RECIPIENT may change their respective staff contacts without the concurrence of either party. IN WITNESS WHEREOF, the parties hereby execute this Grant: STATE OF WASHINGTON DEPARTMENT OF ECOLOGY DATE DATE KELLY SUSEWIND, P.E., P.G. NAME: Jim Haggerton WATER QUALITY PROGRAM MANAGER TITLE: Mayor APPROVED AS TO FORM ONLY ASSISTANT ATTORNEY GENERAL (Revised 8/14/09) Page 8 of 17 City of Tukwila JURISDICTION Phase II Stormwater Pass through Grant Appendix A GENERAL TERMS AND CONDITIONS Pertaining to Grant and Loan Agreements of the Department of Ecology A. RECIPIENT PERFORMANCE All activities for which grant /loan funds are to be used shall be accomplished by the RECIPIENT and RECIPIENT's employees. The RECIPIENT shall only use contractor /consultant assistance if that has been included in the agreement's final scope of work and budget. B. SUBGRANTEE /CONTRACTOR COMPLIANCE The RECIPIENT must ensure that all subgrantees and contractors comply with the terms and conditions of this agreement. C. THIRD PARTY BENEFICIARY The RECIPIENT shall ensure that in all subcontracts entered into by the RECIPIENT pursuant to this agreement, the state of Washington is named as an express third -party beneficiary of such subcontracts with full rights as such. D. CONTRACTING FOR SERVICES (BIDDING) Contracts for construction, purchase of equipment and professional architectural and engineering services shall be awarded through a competitive process, if required by State law. RECIPIENT shall retain copies of all bids received and contracts awarded, for inspection and use by the DEPARTMENT. E. ASSIGNMENTS No right or claim of the RECIPIENT arising under this agreement shall be transferred or assigned by the RECIPIENT. F. COMPLIANCE WITH ALL LAWS 1. The RECIPIENT shall comply fully with all applicable Federal, State and local laws, orders, regulations and permits. Prior to commencement of any construction, the RECIPIENT shall secure the necessary approvals and pennits required by authorities having jurisdiction over the project, provide assurance to the DEPARTMENT that all approvals and permits have been secured, and make copies available to the DEPARTMENT upon request. 2. Discrimination. The DEPARTMENT and the RECIPIENT agree to be bound by all Federal and State laws, regulations, and policies against discrimination. The RECIPIENT further agrees to affirmatively support the program of the Office of Minority and Women's Business Enterprises to the maximum extent possible. If the agreement is federally- funded, the RECIPIENT shall report to the DEPARTMENT the percent of grant /loan funds available to women or minority owned businesses. 3. Wages And Job Safety. The RECIPIENT agrees to comply with all applicable laws, regulations, and policies of the United States and the State of Washington which affect wages and job safety. 4. Industrial Insurance. The RECIPIENT certifies full compliance with all applicable state industrial insurance requirements. If the RECIPIENT fails to comply with such laws, the Page 9of17 Phase II Stormwater Pass through Grant DEPARTMENT shall have the right to immediately terminate this agreement for cause as provided in Section K.1, herein. G. KICKBACKS The RECIPIENT is prohibited from inducing by any means any person employed or otherwise involved in this project to give up any part of the compensation to which he /she is otherwise entitled or, receive any fee, commission or gift in return for award of a subcontract hereunder. H. AUDITS AND INSPECTIONS 1. The RECIPIENT shall maintain complete program and financial records relating to this agreement. Such records shall clearly indicate total receipts and expenditures by fund source and task or object. All grant /loan records shall be kept in a manner which provides an audit trail for all expenditures. All records shall be kept in a common file to facilitate audits and inspections. Engineering documentation and field inspection reports of all construction work accomplished under this agreement shall be maintained by the RECIPIENT. 2. All grant /loan records shall be open for audit or inspection by the DEPARTMENT or by any duly authorized audit representative of the State of Washington for a period of at least three years after the final grant payment /loan repayment or any dispute resolution hereunder. If any such audits identify discrepancies in the financial records, the RECIPIENT shall provide clarification and /or make adjustments accordingly. 3. All work performed under this agreement and any equipment purchased, shall be made available to the DEPARTMENT and to any authorized state, federal or local representative for inspection at any time during the course of this agreement and for at least three years following grant /loan termination or dispute resolution hereunder. 4. RECIPIENT shall meet the provisions in OMB Circular A -133 (Audits of States, Local Governments Non Profit Organizations), including the compliance Supplement to OMB Circular A -133, if the RECIPIENT expends $500,000 or more in a year in Federal funds. The $500,000 threshold for each year is a cumulative total of all federal funding from all sources. The RECIPIENT must forward a copy of the audit along with the RECIPIENT'S response and the final corrective action plan to the DEPARTMENT within ninety (90) days of the date of the audit report. I. PERFORMANCE REPORTING The RECIPIENT shall submit progress reports to the DEPARTMENT with each payment request or such other schedule as set forth in the Special Conditions. The RECIPIENT shall also report in writing to the DEPARTMENT any problems, delays or adverse conditions which will materially affect their ability to meet project objectives or time schedules. This disclosure shall be accompanied by a statement of the action taken or proposed and any assistance needed from the DEPARTMENT to resolve the situation. Payments may be withheld if required progress reports are not submitted. Quarterly reports shall cover the periods January 1 through March 31, April 1 through June 30, July 1 through September 30, and October 1 through December 31. Reports shall be due within thirty (30) days following the end of the quarter being reported. J. COMPENSATION Page 10 of17 Phase II Stormwater Pass through Grant 1. Method of compensation. Payment shall normally be made on a reimbursable basis as specified in the grant agreement and no more often than once per month. Each request for payment will be submitted by the RECIPIENT on State voucher request forms provided by the DEPARTMENT along with documentation of the expenses. Payments shall be made for each task/phase of the project, or portion thereof, as set out in the Scope of Work when completed by the RECIPIENT and approved as satisfactory by the Project Officer. The payment request form and supportive documents must itemize all allowable costs by major elements as described in the Scope of Work. Instructions for submitting the payment requests are found in "Administrative Requirements for Ecology Grants and Loans part IV, published by the DEPARTMENT. A copy of this document shall be furnished to the RECIPIENT. When payment requests are approved by the DEPARTMENT, payments will be made to the mutually agreed upon designee. Payment requests shall be submitted to the DEPARTMENT and directed to the Project Officer assigned to administer this agreement. 2. Period of Compensation. Payments shall only be made for actions of the RECIPIENT pursuant to the grant /loan agreement and performed after the effective date and prior to the expiration date of this agreement, unless those dates are specifically modified in writing as provided herein. 3. Final Request(s) for Payment. The RECIPIENT should submit final requests for compensation within forty- five(45) days after the expiration date of this agreement and within fifteen (15) days after the end of a fiscal biennium. Failure to comply may result in delayed reimbursement. 4. Performance Guarantee. The DEPARTMENT may withhold an amount not to exceed ten percent (10 of each reimbursement payment as security for the RECIPIENT's performance. Monies withheld by the DEPARTMENT may be paid to the RECIPIENT when the project(s) described herein, or a portion thereof, have been completed if, in the DEPARTMENT's sole discretion, such payment is reasonable and approved according to this agreement and, as appropriate, upon completion of an audit as specified under section J.6. herein. 5. Unauthorized Expenditures. All payments to the RECIPIENT may be subject to final audit by the DEPARTMENT and any unauthorized expenditure(s) charged to this grant /loan shall be refunded to the DEPARTMENT by the RECIPIENT. 6. Mileage and Per Diem. If mileage and per diem are paid to the employees of the RECIPIENT or other public entities, it shall not exceed the amount allowed under state law for state employees. 7. Overhead Costs. No reimbursement for overhead costs shall be allowed unless provided for in the Scope of Work hereunder. Page 11 of 17 Phase II Stormwater Pass through Grant K. TERiMINATION 1. For Cause. The obligation of the DEPARTMENT to the RECIPIENT is contingent upon satisfactory performance by the RECIPIENT of all of its obligations under this agreement. In the event the RECIPIENT unjustifiably fails, in the opinion of the DEPARTMENT, to perform any obligation required of it by this agreement, the DEPARTMENT may refuse to pay any further funds thereunder and /or terminate this agreement by giving written notice of termination. A written notice of termination shall be given at least five working days prior to the effective date of termination. In that event, all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the RECIPIENT under this agreement, at the option of the DEPARTMENT, shall become Department property and the RECIPIENT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Despite the above, the RECIPIENT shall not be relieved of any liability to the DEPARTMENT for damages sustained by the DEPARTMENT and /or the State of Washington because of any breach of agreement by the RECIPIENT. The DEPARTMENT may withhold payments for the purpose of setoff until such time as the exact amount of damages due the DEPARTMENT from the RECIPIENT is determined. 2. Insufficient Funds. The obligation of the DEPARTMENT to make payments is contingent on the availability of state and federal funds through legislative appropriation and state allotment. When this agreement crosses over state fiscal years the obligation of the DEPARTMENT is contingent upon the appropriation of funds during the next fiscal year. The failure to appropriate or allot such funds shall be good cause to terminate this agreement as provided in paragraph K.1 above. When this agreement crosses the RECIPIENT's fiscal year, the obligation of the RECIPIENT to continue or complete the project described herein shall be contingent upon appropriation of funds by the RECIPIENT's governing body; Provided, however, that nothing contained herein shall preclude the DEPARTMENT from demanding repayment of ALL funds paid to the RECIPIENT in accordance with Section 0 herein. 3. Failure to Commence Work. In the event the RECIPIENT fails to commence work on the project funded herein within four months after the effective date of this agreement, or by any date mutually agreed upon in writing for commencement of work, the DEPARTMENT reserves the right to terminate this agreement. L. WAIVER Waiver of any RECIPIENT default is not a waiver of any subsequent default. Waiver of a breach of any provision of this agreement is not a waiver of any subsequent breach and will not be construed as a modification of the terms of this agreement unless stated as such in writing by the authorized representative of the DEPARTMENT. M. PROPERTY RIGHTS 1. Copyrights and Patents. When the RECIPIENT creates any copyrightable materials or invents any patentable property, the RECIPIENT may copyright or patent the same but the DEPARTMENT retains a royalty -free, nonexclusive and irrevocable license to reproduce, publish, recover or otherwise use the material(s) or property and to authorize others to use the same for federal, state or local government purposes. Page 12 of 17 Phase II Stormwater Pass through Grant Where federal funding is involved, the federal government may have a proprietary interest in patent rights to any inventions that are developed by the RECIPIENT as provided in 35 U.S.C. 200 -212. 2. Publications. When the RECIPIENT or persons employed by the RECIPIENT use or publish information of the DEPARTMENT; present papers, lectures, or seminars involving information supplied by the DEPARTMENT; use logos, reports, maps or other data, in printed reports, signs, brochures, pamphlets, etc., appropriate credit shall be given to the DEPARTMENT. 3. Tangible Property Rights. The DEPARTMENT's current edition of "Administrative Requirements for Ecology Grants and Loans Part V, shall control the use and disposition of all real and personal property purchased wholly or in part with funds furnished by the DEPARTMENT in the absence of state, federal statute(s), regulation(s), or policy(s) to the contrary or upon specific instructions with respect thereto in the Scope of Work. 4. Personal Property Furnished by the DEPARTMENT. When the DEPARTMENT provides personal property directly to the RECIPIENT for use in performance of the project, it shall be returned to the DEPARTMENT prior to final payment by the DEPARTMENT. If said property is lost, stolen or damaged while in the RECIPIENT's possession, the DEPARTMENT shall be reimbursed in cash or by setoff by the RECIPIENT for the fair market value of such property. 5. Acquisition Projects. The following provisions shall apply if the project covered by this agreement includes funds for the acquisition of land or facilities: a. Prior to disbursement of funds provided for in this agreement, the RECIPIENT shall establish that the cost of land /or facilities is fair and reasonable. b. The RECIPIENT shall provide satisfactory evidence of title or ability to acquire title for each parcel prior to disbursement of funds provided by this agreement. Such evidence may include title insurance policies, Ton certificates, or abstracts, and attorney's opinions establishing that the land is free from any impediment, lien, or claim which would impair the uses contemplated by this agreement. 6. Conversions. Regardless of the contract termination date shown on the cover sheet, the RECIPIENT shall not at any time convert any equipment, property or facility acquired or developed pursuant to this agreement to uses other than those for which assistance was originally approved without prior written approval of the DEPARTMENT. Such approval may be conditioned upon payment to the DEPARTMENT of that portion of the proceeds of the sale, lease or other conversion or encumbrance which monies granted pursuant to this agreement bear to the total acquisition, purchase or construction costs of such property. N. SUSTAINABLE PRODUCTS In order to sustain Washington's natural resources and ecosystems, the RECIPIENT is encouraged to implement sustainable practices where and when possible. These practices include use of clean energy, and purchase and use of sustainably produced products (e.g. recycled paper). For more information, see www.ecy.wa.gov /sustainability.. O. RECOVERY OF PAYMENTS TO RECIPIENT The right of the RECIPIENT to retain monies paid to it as reimbursement payments is contingent upon satisfactory performance of this agreement including the satisfactory completion of the project described in the Scope of Work. In the event the RECIPIENT fails, for any reason, to perform obligations required of it by this agreement, the RECIPIENT may, at the Page 13 of 17 Phase II Stormwater Pass through Grant DEPARTMENT's sole discretion, be required to repay to the DEPARTMENT all grant /loan funds disbursed to the RECIPIENT for those parts of the project that are rendered worthless in the opinion of the DEPARTMENT by such failure to perfolui. Interest shall accrue at the rate of twelve percent (12 per year from the time the DEPARTMENT demands repayment of funds. If payments have been discontinued by the DEPARTMENT due to insufficient funds as in Section K.2 above, the RECIPIENT shall not be obligated to repay monies which had been paid to the RECIPIENT prior to such termination. Any property acquired under this agreement, at the option of the DEPARTMENT, may become the DEPARTMENT'S property and the RECIPIENT'S liability to repay monies shall be reduced by an amount reflecting the fair value of such property. P. PROJECT APPROVAL The extent and character of all work and services to be performed under this agreement by the RECIPIENT shall be subject to the review and approval of the DEPARTMENT through the Project Officer or other designated official to whom the RECIPIENT shall report and be responsible. In the event there is a dispute with regard to the extent and character of the work to be done, the determination of the Project Officer or other designated official as to the extent and character of the work to be done shall govern. The RECIPIENT shall have the right to appeal decisions as provided for below. Q. DISPUTES Except as otherwise provided in this agreement, any dispute concerning a question of fact arising under this agreement which is not disposed of in writing shall be decided by the Project Officer or other designated official who shall provide a written statement of decision to the RECIPIENT. The decision of the Project Officer or other designated official shall be final and conclusive unless, within thirty days from the date of receipt of such statement, the RECIPIENT mails or otherwise furnishes to the Director of the DEPARTMENT a written appeal. In connection with appeal of any proceeding under this clause, the RECIPIENT shall have the opportunity to be heard and to offer evidence in support of this appeal. The decision of the Director or duly authorized representative for the determination of such appeals shall be final and conclusive. Appeals from the Director's determination shall be brought in the Superior Court of Thurston County. Review of the decision of the Director will not be sought before either the Pollution Control Hearings Board or the Shoreline Hearings Board. Pending final decision of dispute hereunder, the RECIPIENT shall proceed diligently with the performance of this agreement and in accordance with the decision rendered. R. CONFLICT OF INTEREST No officer, member, agent, or employee of either party to this agreement who exercises any function or responsibility in the review, approval, or carrying out of this agreement, shall participate in any decision which affects his /her personal interest or the interest of any corporation, partnership or association in which he /she is, directly or indirectly interested; nor shall he /she have any personal or pecuniary interest, direct or indirect, in this agreement or the proceeds thereof. S. INDEMNIFICATION 1. The DEPARTMENT shall in no way be held responsible for payment of salaries, consultant's fees, and other costs related to the project described herein, except as provided in the Scope of Work. Page 14 of 17 Phase II Stormwater Pass through Grant 2. To the extent that the Constitution and laws of the State of Washington permit, each party shall indemnify and hold the other harmless from and against any liability for any or all injuries to persons or property arising from the negligent act or omission of that party or that party's agents or employees arising out of this agreement. T. GOVERNING LAW This agreement shall be governed by the laws of the State of Washington. U. SEVERABILITY If any provision of this agreement or any provision of any document incorporated by reference V. PRECEDENCE In the event of inconsistency in this agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: (a) applicable Federal and State statutes and regulations; (b) Scope of Work; (c) Special Terms and Conditions; (d) Any terms incorporated herein by reference including the "Administrative Requirements for Ecology Grants and Loans and (e) the General Terms and Conditions. SS -010 Rev. 04/04 Page 15 of 17 Phase II Stormwater Pass through Grant Appendix B PARTNERSHIP AGREEMENT FOR ECOLOGY GRANTS FY2010 -2011 PHASE II STORMWATER PASS THROUGH GRANTS The cities, towns, and counties listed below agree to partner under one grant agreement for the FY2010 -2011 Phase II Stormwater Pass through Grants. The grant shall be administered on behalf of the partners by the Lead Phase II Local Government. Each partner local government is a city, town, or county permittee under the Phase II Western Washington Municipal Stormwater General Permit or the Phase II Eastern Washington Municipal Stomlwater General Permit. Lead Phase II Local Government: Phase II permit coverage number: Signature of authorized representative: Partner Local Government #1: Phase II permit coverage number: Signature of authorized representative: Partner Local Government #2: Phase II permit coverage number: Signature of authorized representative: Title Date Title Date Title Date Page 16 of 17 Phase II Stormwater Pass through Grant Partner Local Government #3: Phase II permit coverage number: Signature of authorized representative: Title Partner Local Government #4: Phase II permit coverage number: Date Signature of authorized representative: Title Date If you require special accommodations or need this document in a format for the visually impaired, call the Water Quality Program at 360- 407 -6502. Persons with hearing loss can call 711 for Washington Relay Service. Persons with a speech disability can call 877 833 -6341. Page 17 of 17 City of Tukwila INFORMATIONAL MEMORANDUM TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Interim Public Works Director DATE: September 23, 2009 SUBJECT: GIS Inventory Area 6 Project No. 02 -DR01 Consultant Agreement and Scope of Work Jim Haggerton, Mayor ISSUE Approve consultant agreement with Perteet Engineering, Inc., to conduct the sixth area of the GIS Public Works Infrastructure Inventory. BACKGROUND The City is performing a multi phased inventory that will map all City -owned storm facilities and survey monuments throughout the City. To date, the City completed the Northern Quadrant and Areas 2, 3, 4 and 5. The subject project is the sixth phase of this effort and will map the following areas: 1. Gateway Drive area north of 1 -5 and east of Interurban Ave. S. 2. Outfalls to the Duwamish River between the Allentown Bridge and 1 -5. 3. Between the east margin of 1 -5 and Interurban Ave S., south of S. 144 St., north of 1 -405. ANALYSIS Perteet Engineering, Inc. was selected to perform the first five phases of this project. Their work was satisfactory and met all of the project requirements. Perteet Engineering is extremely familiar with the City's GIS system and will easily integrate all new data into the results of the previous four phases; therefore, it is recommended that they complete the next phase of this project. A scope of work was developed with Perteet Engineering, Inc. based on the characteristics of Area 6 and what was developed and learned during the previous phases. This scope includes mapping all storm drainage and survey monuments within the public right -of -ways in the survey area. BUDGET SUMMARY This project will be funded through the 412 Surface Water Fund. Cost Budget (2010) Perteet Engineering, Inc. Area 6 150,000 150,000 RECOMMENDATION The Council is being asked to approve a consultant agreement with Perteet Engineering, Inc. in the amount of $150,000.00 for consideration at the October 12, 2009 Committee of the Whole meeting and subsequent October 19, 2009 Regular Meeting. Attachments: Page 149, 2009 CIP Area Map Consultant Agreement W: \PW Eng \PROJECTS\A- DR Projects \02 -DRO1 (GIS Area 6) \Info Memo Area 6.doc PROJECT: GIS Inventory DESCRIPTION: The GIS inventory will establish citywide as -built drawings for public drainage systems. JUSTIFICATION: State NPDES requirements include provisions for permitted jurisdictions to compile accurate drainage system maps for all outfalls 24" or greater. STATUS: GIS (Geographic Information Systems) mapping; Area #1 completed in 2003, Area #2 in 2005, Area #3 in 2006, Area #4 in 2008, and Area #5 in 2009. Area #6 began in 2009 with completion in 2010. MAINT. IMPACT: GIS information will allow maintenance to better track storm facility maintenance needs. COMMENT: National Pollution Discharge Elimination System (NPDES). GIS is expected to be completed in 2011. FINANCIAL Through Estimated (in $000's) 2008 2009 2010 2011 2012 2013 2014 2015 BEYOND TOTAL EXPENSES Design 833 128 150 150 1,261 Land (R /W) 0 Const. Mgmt. 0 Construction 0 TOTAL EXPENSES 833 128 150 150 0 0 0 0 0 1,261 FUND SOURCES Awarded Grant Proposed Grant Mitigation Actual Mitigation Expected Utility Revenue 833 128 150 150 0 TOTAL SOURCES 833 128 Project Location: Entire System 2010 2015 Capital Improvement Program CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2010 to 2015 LINE ITEM: 412.02.594.38 .22 PROJECT NO. 02 -DRO1 150 150 149 0 0 0 0 0 0 0 0 0 0 0 1,261 0 0 1,261 Map Legend Area 1 Area 2 Area 3 Area 4 Area 5 Area 6 City Surveyed City of Tukwila GIS Inventory Phase Map City Surveyed CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City and Perteet, 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 engineering services in connection with the project designated Area VI GIS Infrastructure Inventory. 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 365 calendar days from notice 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 without written authorization. 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 Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:VemplXPgrpwiselCon ract 090916.doc Page 1 of 9 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 performance 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 Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:Itempl PgrpwiselContract 090916.doc Page 2 of 9 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 independent 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 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 the Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:lietnplXPgrpwiselContract 090916.doc Page 3 of 9 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. 16. Notices. Notices to the City of Tukwila shall be sent to the following address: City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Perteet, Inc. 2707 Colby Avenue, Suite 900 Everett, WA 98201 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 2009 CITY OF TUKWILA CONSULTANT By: Jim Haggerton, Mayor Crystal L. Donner Vice President Attest /Authenticated: Approved as to Form: Christy O'Flaherty, City Clerk Office of the City Attorney Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory G:ItempU'PgrpwiselContract 0909/6.doc Page 4 of 9 Exhibit "A" Scope of Services City of Tukwila GIS Public Works Infrastructure Inventory Phase VI (Between I -5, SR -405, Interurban Ave. and So. 144 St.) INTRODUCTION The overall objective of Scope of Services is to provide an inventory and mapping of the City of Tukwila's Public Works infrastructure. The inventory and mapping for the infrastructure will be performed within public rights -of -way and easements within the three areas as defined below: 1. Gateway Drive area north of I -5 and east of Interurban Ave. So. 2. Outfalls to the Green River between the Allentown Bridge and I -5. 3. Between the east margin of I -5 and Interurban Ave. So, south of So. 144 St. to the north Margin of I -405. The Inventory Program developed for the previous phases will be the foundation for the Phase V GIS project. This phase of the inventory will locate, storm drainage structures and facilities and the center point of street monument cases. We will also provide measure down to apparent inverts and attempt to determine the size and material of the connecting storm pipes. Perteet Inc. field crews will make all measurements and observations from the ground surface. Perteet field personnel are not equipped for, nor permitted to attempt, a confined space entry. The work under this agreement will be accomplished under the following elements of work: SCOPE OF SERVICES 1.0 Management Coordination /Administration 1.1. Provide continuous project management administration (billing invoices, monthly progress reports) throughout the project's field data acquisition and GIS development. 1.2. Develop project schedule. Schedule to be updated by the Consultant at the City's direction as needed. 1.3. Attend coordination meetings with City staff and prepare meeting minutes. It is assumed that a total of 6 meetings will be required and additional meetings, at the City's direction, will be considered additional work. 1.4. Prepare independent QA/QC reviews at the 75% and final project review. 1.5. Coordination of Sub consultants. 2.0 Project Planning Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:ItempXXPgrpwiselCauract 0909J6.doc Page 5 of 9 2.1. The Consultant analyst will schedule and lead the Project Kickoff and planning meeting prior to the start of field data collection. This session will focus on the final identification of features and feature attributes to be collected by field survey crews. In addition, planning for future uses of the utility and street inventory will be discussed. 2.2. Acquire both hard copy and electronic mapping that is readily available from King County, WSDOT, or other sources that show the infrastructure features that will be inventoried within their geographical areas. 3.0 Field Data Acquisition 3.1. Assumptions: 3.1.1. Elevations will be referenced to NAVD "88" datum. 3.1.2. We estimate that two thirds of inventory data will be acquired by GPS, the remainder will be by traditional optical equipment based upon GPS control points. 3.1.3. "Confined Space" entry will not be required by the consultant to complete the project. 3.1.4. Only visible or easily recovered features will be surveyed. 3.1.5. City of Tukwila will ensure access to all private properties required for the survey. 3.2. Storm System Survey: 3.2.1. The following visible Storm Sewer system appurtenances will be located by GPS or optical survey: manhole and catch basins, including invert elevations, pipe sizes, material and direction of flow, culvert outfalls and drainage swales. 3.3. Monument Survey: 3.3.1. Perform Global Position System (GPS) Real -time Kinematic (RTK) survey locating the center of case of visible monuments adjacent to stormwater inventory locations. No exhaustive investigation, reconnaissance or research will be performed to recover all of the street monuments. 4.0 GIS Data Development 4.1. Support Field Data Acquisition 4.1.1. Prepare supporting field map documents as necessary to successfully complete inventory. 4.1.2. Ensure data transfers are complete and conform to data template design as prescribed in previous project phases. 4.2. Data Development and Drainage Network Construction 4.2.1. Stormwater sewer systems will be developed into comprehensive networks. 4.2.2. TetraTech assumes approximately 600 catch basins and 250 culverts, plus connecting ditches and swales for conversion to GIS. Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:ItemplXPgrptvisel Contract 090916.doc Page 6 of 9 4.2.3. TetraTech will ensure the digital conversion of streams and integrate them into the stormwater network within the final Geodatabase product. 4.2.4. To digitally represent the meander bends of both streams and large ditches, TetraTech will rely primarily on flow points collected by Perteet field staff at the major turns in these features. TetraTech will "smooth" the bends in the stream and ditch centerlines using supporting vectors in the City's existing hydro layer and /or aerial photographs. 4.2.5. QA/QC procedures developed and implemented in Phases I through V to detect flow anomalies, missing features, and other potential errors will be used in Phase VI. This includes the use of ArcReader and the creation of PMF files within problem areas for visual inspection by Perteet field staff. These errors will be fixed in GIS where possible or will be returned to the survey team for further research. 4.2.6. Data will be provided to City staff on a regular basis to allow for a final tier of QA/QC. Data will be made available for download off a secure web -site or provided to the City in an alternate fashion. We expect to use the City's ArcReader system developed in Phases I through V to accomplish this tier of quality assurance. 4.3. Geodatabase Enhancements 4.3.1. The Drainage Network will be integrated into the Personal Geodatabase created in Phase 1. The Geodatabase format created in Phases I through V will be kept as is. Data resulting from the field inventory and network construction in Task 4.2. will be added to the existing Geodatabase (currently encapsulating all work performed in Phase 1). 4.4. Map Production 4.4.1. Hard copy maps of the completed inventory will be developed in ArcMap. This will include a basemap image of the project study area using GIS data provided by the City. The map will depict the drainage network with as many physical attributes that can be displayed without blurring the map image, and will be similar in quality to the hard copy submittals for Phase 1. The map will be compiled in a poster -size (E). One (1) draft and one (1) final submission of each hardcopy map will be provided to both the Client and Perteet. Duplicate copies will be provided at an additional cost. 4.5. Documentation and Delivery 4.5.1. FGDC Compliant metadata will be developed for all feature classes within the Stormwater feature dataset. The metadata will outline the creation process as well as the spatial and feature attribute definitions. The form will be seamlessly linked to the layers in ArcGIS using the metadata kit provided with the software. 4.5.2. A recommended data management strategy will be written and provided to the City. This will offer suggestions on future expansion of the database. 4.5.3. The Geodatabase, including all GIS data layers created by TetraTech, and ArcGIS project file, and digital metafiles of the map graphics, will be Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:''iemplXPgrpwiselConiract 0909I6.doc Page 7 of 9 placed on CD -ROM. A single copy of the CD will be sent to both the City and Perteet as a final product. Deliverables Infrastructure Geodatabase including all GIS data layers created by TetraTech from Phasel through V, an ArcGIS project file, and digital metafiles of the map graphics. One set of hardcopy maps in Poster format. A "PMF" version of each hardcopy map for general use by City Staff that use the free ArcReader software OR an ArcView project file. Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:ItemplXPgrptviselContrnct 090916.doc Page 8 of 9 Hourly rates and expenses to a maximum of $150,000. Consultant Agreement for Professional Services Phase VI GIS Infrastructure Inventory C:ItemplXPgrpwiselContract 090916.doc Exhibit "B" Page 9 of 9 City of Tukwila TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Interim Public Works Director's DATE: September 23, 2009 INFORMATIONAL MEMORANDUM SUBJECT: Amend TMC Subsections 11.08.020 and 11.08.060 Relating to Permit Fees for Right -of -Way and Private Property Jim Haggerton, Mayor ISSUE Amend and update Chapters 11.08.020 and 11.08.060 of the TMC for revised permit fees pursuant to the Settlement Agreement with King County Water District 125. BACKGROUND The Settlement Agreement with King County Water District 125 was approved by City Council at the August 17, 2009 Regular Meeting. The Agreement requires changes to Chapters 11.08.020 and 11.08.060 of the TMC to clarify permit fees. RECOMMENDATION The Council is being asked to approve this ordinance amending TMC Subsections 11.08.020 and 11.08.061 and to consider this item at the October 12, 2009 Committee of the Whole meeting and subsequent October 19, 2009 Regular Meeting. Attachment: Draft Ordinance. W: \PW Eng \OTHER \Bob Giberson \Info Memo Ordinance amending TMC 11.08.020 and 11.08.060.doc AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AMENDING ORDINANCE NO. 1995 §1 (PART), AS CODIFIED AT TUKWILA MUNICIPAL CODE SUBSECTIONS 11.08.020(C) AND 11.08.060(D), RELATING TO PERMIT REQUIREMENTS FOR ONSITE DEVELOPMENT ON PRIVATE PROPERTY, PERMIT FEES AND CHARGES FOR PERFORMING WORK IN A PUBLIC RIGHT -OF -WAY, AND FOR PUBLIC WORKS PROJECTS; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City desires to amend its regulations to provide that Type C1 permits are required for grading and infrastructure work for onsite development on private property, and that Type C2 permits are required for grading and infrastructure work within the public right of -way; and WHEREAS, the City desires to amend its regulations to provide that fee amounts charged by the City to developers for both Type C1 and C2 Permits shall be determined from the value of the construction on private property and /or within the right -of -way; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Ordinance Amended. Ordinance No. 1995 §1 (part), as codified at Tukwila Municipal Code Subsection 11.08.020(C) is hereby amended to read as follows: C. Type C Infrastructure and Grading on Private Property and City Right -of -Way and Disturbance of City Right -of -Way. 1. Type C1 permits shall be required for onsite development, including but not limited to, infrastructure work and grading performed on private property. Type C2 permits shall be required for infrastructure work and grading within the public right -of -way. Type C1 and C2 permits may be issued for a period not in excess of 180 continuous days for activities that may alter the appearance of, or disturb the surface or subsurface of, the City right -of -way. 2. Type C1 and C2 permits include, but are not limited to: a. Boring. b. Culverts. c. Curb cuts. d. Paving. e. Drainage facilities. f. Driveways. g. Fences. h. Landscaping. i. Painting /Striping. j. Sidewalks. k. Street trenching. 1. Utility installation, repair, replacement. Section 2. Ordinance Amended. Ordinance No. 1995 §1 (part), as codified at Tukwila Municipal Code Subsection 11.08.020(D) is hereby amended to read as follows: D. Type C1 permits shall be required for onsite development, including but not limited to, infrastructure work and grading performed on private property. The total fees for Type C1 permits shall consist of the following parts: 1. An Application Base Fee, which is associated with establishing the necessary files; W:\ Word Processing Ordinances \2nd Type C Permit Fees WD 125.doc SK:BG:ksn 09/24/2009 Page 1 of 2 2. A fee associated with the plan review and approval of the construction plans; 3. A fee associated with the issuance of the permit and the required inspection of the construction fee amount to be determined from the value of the construction on private property; and 4. A Grading Plan Review. For Type Cl permits, the developer shall submit separate cost estimates for each item of improvement. The Department will check the accuracy of these estimates. E. Type C2 permits shall be required for infrastructure work and grading performed within the City right -of -way. The total fees for Type C2 permits shall consist of the following parts: 1. An Application Base Fee, which is associated with establishing the necessary files; 2. A fee associated with the plan review and approval of the construction plans fee amount determined from the value of the construction within the public right -of -way; 3. A fee associated with the issuance of the permit and the required inspection of the construction fee amount to be determined from the value of the construction within the public right -of -way; 4. A pavement mitigation fee associated with the loss of pavement life from the proposed excavation in the public right -of -way fee amount determined from the square footage of excavation being performed and the age of the pavement; and 5. A Grading Plan Review. For Type C2 permits, the developer shall submit separate cost estimates for each item of improvement. The Department will check the accuracy of these estimates. Monies derived from the above charges shall be deposited to the General Fund of the City. F. A non refundable deposit, equal to the fee associated with an application base fee and the review and approval of construction plans, is due and payable prior to starting the review, with the balance of the total fee due and payable prior to issuance of the permit. Two reviews of the construction plans are included in the above referenced fee an original review and a follow -up review associated with a correction letter. Each additional re- review, which is attributed to the developer's action or inaction, shall be charged as a separate transaction in accordance with the fee schedule. Should additional fees for re- review be imposed, they will be added to the balance due and be payable prior to issuance of the permit. Section 2. Severability. If any section, subsection, paragraph, sentence, clause or phrase of this ordinance or its application to any person or situation should be held to be invalid or unconstitutional for any reason by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of the remaining portions of this ordinance or its application to any other person or situation. Section 3. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City, and shall take effect and be in full force five days after passage and publication as provided by law. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2009. ATTEST/ AUTHENTICATED: Christy O'Flaherty, CMC, City Clerk APPROVED AS TO FORM BY: Office of the City Attorney W: Word Processing \Ordinances \2nd Type C Permit Fees WD 125.doc SK:BG:ksn 09/24/2009 Jim Haggerton, Mayor Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Ordinance Number: Page 2 of 2