HomeMy WebLinkAboutCOW 2011-01-24 Item 4E - Agreement - GIS Inventory Area 7 with Perteet Engineering for $150,000 Co UNC L AGENDA Sv2voPsrs
(6'0
ITEM No.
rd' Meeting Date I Prepared by 1 Mayor's resew Council review 1
01/24/11 1 RI_ 1 1 Y4>I 02/07/11 RL 1 I
908 I 1 I I 1
ITEM INFORMATION
CAS NUMBER: 11-011 I ORIGINAL AGENDA DATE: JANUARY 24, 2011
AGENDA ITEM TITLE GIS -Based Public Works Infrastructure Inventory Area 7
Consultant's Agreement with Perteet Engineering, Inc.
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 01/24/11 Mtg Date 02/07/11 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date
SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police PW
SPONSOR'S This contract is for the GIS inventory and mapping of the seventh phase of the storm
SUMMARY drainage infrastructure for the City. This seventh area will encompass portions of the City
in the Tukwila Int'I Blvd area. As Perteet Engineering completed the first six areas with
satisfactory results, it is recommended that they integrate the seventh area. Department
of Ecology's $118,000.00 NPDES grant will offset the cost of this contract.
REVIEWED BY COW Mtg. CA. &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 01/11/11
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works
CONNATE Unanimous Approval; Forward to Committee of the Whole
CO PACT", FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$150,000.00 $165,000.00 $0.00
Fund Source: 412 SURFACE WATER FUND (PAGE 147, PROPOSED 2011 CIP)
Comments:
MTG. DATE RECORD OF COUNCIL ACTION
01/24/11
02/07/11
MTG. DATE 'ATTACHMENTS
01/24/11 Informational Memorandum dated 01/04/11 (revised after 1/11 UC)
Proposed 2011 CIP, page 147
Area Map
Consultant Agreement
Minutes from the Utilities Committee meeting of 01 /11/11
I I 02/07/11
169
170
City of Tukwila
--1 zitim Ji m Haggerton, ggerfon, Mayor
..1 S
o INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
UTILITIES COMMITTEE
FROM: Public Works Director
ow
DATE: January 4, 2011
SUBJECT: GIS Inventory Area 7
Project No. 90241201
Consultant Recommendation and Agreement
ISSUE
Approve Consultant Agreement with Perteet Engineering, Inc. to conduct the seventh 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, 5, and 6. The subject project is the seventh phase of this effort and will map the areas
within public rights -of -way and easements at Tukwila International Blvd (from S 144 St to SR 599)
and areas west of Tukwila International Blvd.
ANALYSIS
The current consultant roster was reviewed and three firms were short- listed to perform this
inventory. The firms were: Parametrix, PACE Engineers, and Perteet Engineering, Inc. Each firm's
Summary of Qualifications was evaluated and Perteet Engineering, Inc. was selected as the firm that
best met the requirements for this type of project. Perteet conducted the first six areas of the GIS
Inventory and are extremely familiar with the City's GIS system and will easily integrate all of the
new data into the results of the previous areas.
A scope of work was developed based on the characteristics of Area 7 and what was developed and
learned during the previous phases. This scope includes mapping all storm drainage and survey
monuments within the public rights -of -way in the survey area.
BUDGET SUMMARY
This project will be funded through the 412 Surface Water Fund and a State Department of Ecology
NPDES grant of $118,000.00 will offset costs for Area 7. Future areas to be surveyed include
Tukwila South (after Southcenter Pkwy Extension is completed), TUC Access Project (again after
construction completed), Southcenter Blvd (from Sound Transit), and any remaining isolated spots.
Cost Budget (2011)
Perteet Engineering, Inc. Area 7 150,000.00 165,000.00
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 January 24, 2011 Committee of the Whole meeting
and subsequent February 7, 2011 Regular Meeting.
Attachments: Page 147, Proposed 2011 -2016 CIP
Area Map
Consultant Agreement
W: \PW Eng1PROJECTS\A- DR Projects \02 -DRD1 (GIS Area 7)\Info Memo Area 7 1 -7 -11 gl.doc 1 7 1
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2011 to 2016
PROJECT: GIS Inventory Project No. 90241201
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, Area #5 in 2009, and Area #6 in 2010. Area #7 will begin in 2011.
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 2012.
Department of Ecology grant of $50k offset costs of Area #6 in 2010 and $118k in 2011.
FINANCIAL Through Estimated
(in $000's) 2009 2010 2011 2012 2013 2014 2015 2016 BEYOND TOTAL
EXPENSES
Design 963 151 165 165 1,444
Land (R /W) 0
Const. Mgmt. 0
Construction 0
TOTAL EXPENSES 963 151 165 165 0 0 0 0 0 1,444
FUND SOURCES
Awarded Grant 50 50
Proposed Grant 118 118
Mitigation Actual 100 100
Mitigation Expected 0
Utility Revenue 863 101 47 165 0 0 0 0 0 1,176
TOTAL SOURCES 963 151 165 165 0 0 0 0 0 1,444
N, Project Location:
a
5 m
Entire System +v
6 #4
z City
a o 1"f5' 3 q
ems °ee�.,ea8 ...e
,P,,- de s .^9
d
1 Lbp^
Pr GIS
1 7 011 2016 Capital Improvement Program 147
iilt.,
City
o -%4
of Tu kwi la
GIS Inventory Phase Map
A 404,:v151:'
ti ti*I,V 6 041 0 5
9 giltiVAft:Wa
a 7.4 '1.•.3.."
s.
.r
`7■ ''''F'
3 !T.V4 s-'•*1
s,,
Area 1
!ili:"7t.P
14. 40 17 141;-,V" N• 5-'
'''-,,,,o0 q't•' ";e 4 i1
'il 47 :11.4,8
e•r ---0za,_ eiti City Surveyed
00 I. 4 ..6',.;K03
.6]. j? I
(1 i. Ooliininliki*.
1
Area 2
1 1 w' ;4 4•,._ -ZAN
Area 6 0+40/(4•P'''
ta.1! 7,,, SO R A. V°7-
a!V
k
v
okikli ..141" ;1,' 1 ::•;!”:5y, !i
Area 7 AINEA-Flt.,;;iikli\
0 i
W
W:c.r.. gm Area 5
,,,---,:p,
111,AzgU_z::1•!,R 475L. 1 4,....ietEff,o.
•T:W%
i 1 ,7,,,, V
gcWi -:q_ a
1:644-W43.61 .7 t'hini■'ndeih. qj
A rea 3 ub :ired, cii T111
la t Int .,.:4i
:-§..I •,N: '::-E
6- ..'7...„ 7. •:.).■:o
UpIn Os
11 1, .iia! oe i
Map Legend
\':',f :'5:7;.'8 13
iggl Area I Area 4 J..„
g----, s leo s 9
Area 2
i a
a 4.-.
n r
Area 3
o I AR
Area 5
Area 4 7 4414ffl 4
c
'■:'s1
4v %-e.....,...f
Area 6
c6
9
Area 7
-d
v..
c
Wit City Surveyed o.'
o
o g
o o
o a
o o 4 wii.
0 e.
4 st GIS
9 0
0 -7,!..S4:t z
'.-.5= :1
174
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 VII 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 5150,000 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 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 Page 1 of 9
Phase VII GIS Infrastructure Inventory
W: IPWL• ngIPROJL •CT51A- DRPr,Jec4102 -DR01 (GIS Area 7)IPhose VII GIS Contract I- 4- I O.dae
175
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 Page 2 of 9
Phase VII GIS Infrastructure Inventory
W:1PW EngIPRO /EC7SIA- DR Projecec102 -DR01 (GIS Area 7) \Phaw V11 GIS C'onnnc_1- 1- 10 .doc
176
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 Page 3 of 9
Phase VII GIS Infrastructure Inventory
W. IPWEogIPROIECTSIA- DR Projects102 -DROI (GIS Area 7)Pbase VII GIS Contract l- J-/O.doe
177
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 2011
CITY OF TUKWILA CONSULTANT
By:
Jim Haggerton, Mayor Michael G. Yeoman
Executive Vice President
Attest /Authenticated: Approved as to Form:
Christy O'Flaherty, City Clerk Office of the City Attorney
Consultant Agreement for Professional Services Page 4 of 9
Phase VII GIS Infrastructure Inventory
1 7 8 {V.• PY'Eng• PRO. 1EC7S' A- DRI',< yeas' 0?- DROI (GIS Aiea 7J'Phnse VII GIS Conti nci_I- 4 -jofloc
Exhibit "A"
Scone of Services
City of Tukwila
GIS Public Works Infrastructure Inventory
Phase VII
(Between Tukwila International Blvd. and Military Rd.
INTRODUCTION
The overall objective of this 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 public easements within
the following area:
Between Tukwila International Blvd. (TIB) and the westerly City Limits (Military
Rd. So.) between So. 152nd and the Duwamish River. Excluding the right -of -way of
Tukwila International Blvd. between So. 152' and So. 144 Streets
The inventory collection will proceed from south to north on TIB initially and then move
into the residential area between TIB and Military Rd. using the inventory program
developed for the previous phases. 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; photograph the inside of each structure 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. In
addition, storm drain cleanouts will be located within the Cascade neighborhood. Due to
the significant effort (3- person crew) required to locate the structures in TIB, we will
complete the TIB survey first and then survey the residential area west of TIB
commencing at the south and completing whole blocks moving to the north as far as the
budget permits.
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 3 meetings will be required and additional meetings, at the
City's direction, will be considered additional work.
Consultant Agreement for Professional Services Page 5 of 9
Phase VII GIS Infrastructure Inventory
W: IPW L• ngV'ROJECTSI A- DR Project 002 -SRO/ (GIS Area 7)IPhnse VII GIS Conn act_I- 4- IO .doc
179
1.4. Prepare independent QA/QC reviews at the 75% and final project review.
1.5. Coordination of Sub consultants.
Project Planning
1.6. The Consultant 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.
1.7. The Consultant will prepare a Traffic Control Plan for the work within Tukwila
International Blvd. and submit to the City for approval.
2.0 Field Data Acquisition
2.1. Assumptions:
2.1.1. Elevations will be referenced to NAVD "88" datum.
2.1.2. 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.
2.1.3. "Confined Space" entry will not be required by the consultant to complete
the project.
2.1.4. Only visible or easily recovered features will be surveyed.
2.1.5. City of Tukwila will ensure access to all private properties required for the
survey.
2.2. Storm System Survey:
2.2.1. 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, cleanouts within the
Cascade Neighborhood (only), culvert outfalls and drainage swales.
2.3. Monument Survey:
2.3.1. 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.
3.0 GIS Data Development
3.1. Support Field Data Acquisition
3.1.1. Prepare supporting field map documents as necessary to successfully
complete inventory.
3.1.2. Ensure data transfers are complete and conform to data template design as
prescribed in previous project phases.
3.2. Data Development and Drainage Network Construction
3.2.1. Stormwater sewer systems will be developed into comprehensive
networks:
Consultant Agreement for Professional Services Page 6 of 9
Phase VII GIS Infrastructure Inventory
{V. IPW EngIPROJECTSA- DR Projech t 02 -DROI (GIS Area 7)P/.v e VII GIS Contract/4-10 dot:
180
3.2.2. TetraTech assumes approximately 600 catch basins and 250 culverts, plus
connecting ditches and swales for conversion to GIS.
3.2.3. TetraTech will ensure the digital conversion of streams and integrate them
into the stormwater network within the final Geodatabase product.
3.2.4. 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.
3.2.5. QA/QC procedures developed and implemented in Phases I through VI to
detect flow anomalies, missing features, and other potential errors will be
used in Phase VII. 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.
3.2.6. 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 VI to
accomplish this tier of quality assurance.
3.3. Geodatabase Enhancements
3.3.1. The Drainage Network will be integrated into the Personal Geodatabase
created in Phase 1. The Geodatabase format created in Phases I through
VI will be kept as is. Data resulting from the field inventory and network
construction in Task 3.2. will be added to the existing Geodatabase
3.4. Map Production
3.4.1. 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.
3.5. Documentation and Delivery
3.5.1. 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.
3.5.2. The Geodatabase, including all GIS data layers created by TetraTech, and
ArcGIS project file, and digital metafiles of the map graphics, will be
placed on CD -ROM. A single copy of the CD will be sent to both the City
and Perteet as a final product.
Consultant Agreement for Professional Services Page 7 of 9
Phase YII GIS Infrastructure Inventory
W.' PW EngIPROJL•CTS1A- DR Projec1002-DR0/ (GIS Area 7) \Phn VII GIS Contract 4- l0.cloc
181
Deliverables
Infrastructure Geodatabase including all GIS data layers created by TetraTech
from Phasel through VI, 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 Page 8 of 9
Phase VII GIS Infrastructure Inventory
W.' PW EngIPROJECTSIA- DR Projecb102 -DROI (GIS Area 7) IPhase VII GISCwnraci_I- J- IO.doc
182
Exhibit "B"
Hourly rates and expenses to a maximum of $150,000.
Consultant Agreement for Professional Services Page 9 of 9
Phase VII GIS Infrastructure Inventory
W: IPW EngIPROJECTSIA- DR Projectr102 -DROI (GIS Area 7) IPhase VII GIS Contrnct_l- J- JO.doc
183
184
1`43
yi City Tukwila
0
a 2 Utilities Committee
3
UTILITIES COMMITTEE
Meeting Minutes
January 11, 2011 5:00 p.m. Conference Room #1
PRESENT De'Sean Quinn, Chair; Dennis Robertson and Kathy Hougardy
Staff: Bob Giberson, Frank Iriarte, Ryan Larson, Robin Tischmak and Kimberly Matej
CALL TO ORDER: Committee Chair Quinn called the meeting to order at 5:01 p.m.
I. PRESENTATIONS
No Presentations
II. BUSINESS AGENDA
A. GIS Inventory Area 7 Consultant Agreement and Scone of Services
Staff is seeking Council approval to enter into a consultant agreement with Perteet Engineering, Inc. in
the amount of $150,000 for the mapping of all storm drainage and survey monuments within the public
right -of -ways for Area 7 of the Geographical Information Systems (GIS) Inventory.
As part of the implementation requirements of the National Pollution Discharge Elimination System
NPDES), the City is conducting a multi phased GIS inventory for public drainage systems (catch basins
and manholes). NPDES as- builts requirements will be met through the completion of this phase with the
exception of the new south area annexation.
Perteet Engineering, Inc. has conducted all six previous phases of this inventory. $118,000 of Department
of Ecology grant funds will be utilized for this project with remaining funds being budgeted in the 412
Surface Water Fund. UNANIMOUS APPROVAL. FORWARD TO JANUARY 24 COW FOR
DISCUSSION.
HI. MISCELLANEOUS
Meeting adjourned at 5:20 p.m.
Next meeting. Tuesday, January 25, 2011— 5:00 p.m. Conf. Room No. 1.
Committee Chair Approval
Minutes by KAM. Reviewed by GL.
185
186