HomeMy WebLinkAboutUtilities 2012-06-26 Item 2E - Agreement - GIS Inventory Area 8 with Perteet EngineeringCity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
By: Greg Villanueva, NPDES Coordinator
DATE: June 22, 2012
SUBJECT: GIS Inventory — Area 8
Project No. 90241201
Consultant Recommendation and Agreement
ISSUE
Approve a consultant agreement with Perteet Engineering, Inc. to complete GIS Inventory Area 8.
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, 6,
and 7. This contract is for Area 8 and will map the following areas within public rights -of -way and
easements:
1. Southcenter Pkwy /Frager Rd, from S 180th St to S 200th St
2. Allentown & Foster Point neighborhoods
3. Southcenter Blvd from Tukwila International Blvd to 1 -5 southbound off -ramp
4. Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of Strander Blvd
5. S 200th & 204th Sts, from Orillia Rd to the Green River
6. Orillia Road S, from S 188th St to S 204th St
ANALYSIS
The current consultant roster was reviewed and Perteet Engineering was selected as the firm that best met
the requirements for this type of project. Perteet conducted the first seven areas of the GIS Inventory and is
extremely familiar with the City's GIS system and will easily integrate all new data to the data base
compiled to date. A scope of the work was based upon the characteristics of Area 8 in addition to what was
developed and learned during the previous phases.
BUDGET SUMMARY
This project will be funded through the 412 Surface Water Fund.
Cost Budget (2012)
Perteet Engineering, Inc. — Area 8 $150,000.00 $150,000.00
RECOMMENDATION
The Council is being asked to approve the consultant agreement with Perteet Engineering, Inc. in the
amount of $150,000.00 for GIS Inventory Area 8 and consider this item at the July 2, 2012 Regular
Consent Agenda.
Attachment: Consultant Agreement
W: \PW Eng \PROJECTS W- DR Projects \GIS Area 8 (02 -DRO1) \Info Memo Perteet Area 8 6 -22 -12 gl sb.docx
28
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.
I . Project Designation. The Consultant is retained by the City to perform
engineering services in connection with the project designated Area VIIIGIS
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 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 VIII GIS Infrastructure Inventory
CADocuments and Settings\gaiNncal Settings\Temporary Internet Files \Content.OutlooIAXRB9DFA.i\Phase VII! GIS Contract 120424.docx
Page 1 of 9
29
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 VIII GIS Infrastructure Inventory
CADocuments and Seaings\gaiACocal Settings\Temporary Internet Fil es \Content.Outlool'XRB9DFA.Vphase VIII GIS Contract 120424.docx
Page 2 of 9
30
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.
1 1. 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.
4. 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
Consultant Agreement for Professional Services
Phase VIII GIS Infrastructure Inventory
C:\Documents and Settings\gaitsLocal Settings \Temporary Internet Files \Content.Outlook\XRB9DFA3Whase VIII GIS Contract 120424.docx
Page 3 of 9
31
Agreement, if requested to do so by the City. This section shall not be a bar to
renegotiations of this Agreement between surviving members of the Consultant
and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the
other to enforce any provision of this Agreement, the prevailing party in such suit
shall be entitled to recover its costs, including reasonable attorney's fees, incurred in
such suit from the losing party.
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 , 2012
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
Phase VII! GIS Infrastructure Inventory
C:\Documents and Settings\gaiAlocal Settings\Temporary Internet Fil es \Content.OutlooAWtB9DFA.i\Phase VIII GIS Contract /20424.docx
Page 4 of 9
32
Exhibit "A"
Scope of Services
City of Tukwila
GIS Public Works Infrastructure Inventory
Area VIII
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 areas:
• Southcenter Pkwy/ Fragar Road, from So. 180t to So. 200`h St.
• Allentown & Foster Point
• Southcenter Blvd. from International Blvd to 1 -5 Southbound Off -Ramp.
• Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of Strander
Blvd.
• So. 200`h & 204`h, from Orillia Rd to Green River
• Orillia Road South, So 1886 St to So. 204`h.
The inventory collection will begin with the newly constructed area of Southcenter
Parkway south of 180`h before the roadway opens to the public, then move to the
Allentown area and proceed from north to south through the remainder of the project
areas. The data will be collected and processed 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. In the
Allentown and Foster Point areas, Perteet will locate all drainage facilities and rely on
City data for measure -down and pipe data within structures to populate the database. In
the Southcenter Blvd. area immediately beneath the ST Light Rail line and the
Southcenter Parkway within the newly constructed "cut" section, as -built drawings
provided by the City will be utilized to populate the database for the structures within
the driving lanes that are inaccessible without detouring traffic. In the remaining areas
Perteet will 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 if budget allows we will resolve conflicts discovered by
City Staff and connect storm drain lines across boundaries of previous phases of the
project.
Consultant Agreement for Professional Services
Phase VI!! GIS Infrastructure Inventory
C:\Documents and Settings\gaiNncal Settings\Temporary Internet Fil es \Content.Outlook\XRB9DFA3'Phase VIII GIS Contract 120424.docx
Page S of 9
33
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.
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;
Southcenter Parkway, Southcenter Blvd and Orilla Rd. and submit to the City
for approval prior to performing work under traffic in these areas.
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, culvert outfalls and
drainage swales.
2.3. Monument Survey:
Consultant Agreement for Professional Services
Phase VIII GIS Infrastructure Inventory
C:\Documents and Settings\gaiNncal Settingsv emporary Internet Files \Content.OutlooL\XRB9DFA.i\Phase VIII GIS Contract 120424.docx
Page 6 of 9
34
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.
3.2.2. TetraTech assumes approximately 7 -800 catch basins and 200+ 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 1 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 1 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 1 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
Consultant Agreement for Professional Services
Phase VIII GIS Infrastructure Inventory
C:\Documents and Settings\gaiNncal Settings\Temporary Internet Files \Content.Outlook\XRB9DFAAPhase VIII GIS Contract I20424.docx
Page 7 of 9
35
blurring the map image, and will be similar in quality to the hard copy
submittals for Phase I. 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.
Deliverables
• Infrastructure Geodatabase including all GIS data layers created by TetraTech
from Phase! through VII, 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 VIII GIS Infrastructure Inventory
C:\Documents and Settings\gaii\Local Settings\Temporary Internet Files \Content.OutlooLVRB9DFA3\Phase VIII GIS Contract I20414.docx
Page 8 of 9
36
Exhibit "B"
Current hourly rates and expenses to a maximum of $150,000.
Consultant Agreement for Professional Services
Phase VIII GIS Infrastructure Inventory
C:\Documents and Settings\gaiNocal SettingATemporary Internet Files\ Content.OutlooI1tXRB9DFA3".Phase VIII GIS Contract 120424.docc
Page 9 of 9
37
City of Tukwila
GIS Inventory Phase Map
Map Legend
CityLimits
Area 1
Area 2
Area 4
38