HomeMy WebLinkAboutUtilities 2016-05-10 Item 2C - Agreement - GIS Inventory for Sanitary Sewer and Surface Water with David Evans and AssociatesCity of Tukwila
Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Mike Cusick, Senior Program Manager
CC: Mayor Ekberg
DATE: May 6, 2016
SUBJECT: GIS Inventory of Sewer & Surface Water Systems
Project Nos. 80540202 and 80241201
Consultant Selection and Agreement
ISSUE
Approve David Evans and Associates, Inc. (DEA) for the Sewer and Surface Water GIS projects.
BACKGROUND
The GIS program for the sanitary sewer system was postponed after 2008 due to budget
constraints. This phase of the sanitary sewer GIS project will begin the inventory of sanitary sewers
north of 1 -405. The project will build on the existing GIS database for the sewer system that was
completed for the Central Business District. The Surface Water GIS Inventory will update the
existing database to address new construction and any discrepancies.
ANALYSIS & FISCAL IMPACT
The City invited Requests for Professional Qualifications from three consulting firms that were listed in
the Municipal Research Services Roster. Two RPQs were received from David Evans and Otak
Engineering. After interviewing both firms, DEA was selected for the GIS projects. DEA has completed
other design projects for the City and their work was satisfactory.
2015 -2016 GIS Sewer Inventory
2016 Surface Water GIS Inventory
Total
Consultant Budget for
Agreement 2015/2016
$ 188,387.00 $ 200,000.00
99,509.00 100,000.00
$ 287,896.00 $ 300.000.00
RECOMMENDATION
Council is being asked to approve the consultant agreement with David Evans and Associates, Inc.
in the amount of $287,896 for the Sewer and Surface Water GIS Projects and consider this item on
the Consent Agenda at the May 16, 2016 Regular Meeting.
ATTACHMENTS
Consultant Rating Sheet
Pages 76 & 91, 2015 CIP
Consultant Agreement with Scope of Work
W: \PW Eng \ PROJECTS \A- SW Projects\2016 GIS Services (80540202) \Info Memo GIS Sewer & SWM Consultant 05 -06 -16 gl sb.docx
31
Sewer & Surface Water GIS Consultant Selection
Staff
Mike Cusick
Russ Betteridge
Ryan Larson
.c• 609 QQ9 Z `�� u��\\ / i : 0,C'q P� 0.*(‘
'q--z.
Otak
8
9
10
8
9
9
53
2
David Evans
10
9
10
9
9
10
57
1
Otak
7
10
10
10
9
9
55
2
David Evans
10
10
10
9
10
10
59
1
Otak
8
9
8
8
8
8
49
2
David Evans
9
8
9
8
8
9
51
1
Rankings 1 -10
Highest score is most qualified
David Evans is most qualified
W W: \PW Eng \OTHER \ Forms \Agendas \UC Agenda Items \SEWER AND STORM GIS RANKING 3 -10 -2016
N
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: GIS Inventory of Sewer System Project No. 90540202
80540202
DESCRIPTION: GIS (Geographic Information Systems) inventory of sanitary sewer system in the central business district
to provide better as -built drawings of the underground piping.
JUSTIFICATION: GIS mapping of the sewers will provide information on the sewer system in a format that is easily
addressable by the public.
STATUS: In 2007, the Commercial Business District (CBD) was surveyed for GIS mapping. Due to lack of funds, all
remaining GIS inventory projects are on hold.
MAINT. IMPACT: The survey will provide staff with up -to -date information on the location of manholes for the sanitary sewers.
COMMENT: Other areas of the City will follow.
FINANCIAL Through Estimated
(in $000's)
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Project Location
J
°i[�
=��,
r .
5,6e sew
.. 1
Design
105
k
100
100
100
-
Intl, e.
500
905
Land (R/W)
KeIot:;:i
1011
jf/44
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
105
0
100
100
100
0
0
0
500
905
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
105
0
100
100
100
0
0
0
500
905
TOTAL SOURCES
105
0
100
100
100
0
0
0
500
905
2015 - 2020 Capital Improvement Program
76
33
Project Location
J
°i[�
=��,
r .
5,6e sew
.. 1
k
1�
-
Intl, e.
r
trit4
n' tt
ATIt
6 IN al
KeIot:;:i
1011
jf/44
2015 - 2020 Capital Improvement Program
76
33
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Surface Water GIS Inventory Project No. 90241201
80241201
The GIS (Geographic Information Systems) inventory establishes citywide as -built drawings for the public
DESCRIPTION: drainage systems. This is an ongoing project as all CIP and development infrastructure improvements will
need to be mapped.
JUSTIFICATION: State NPDES requirements include provisions for permitted jurisdictions to compile accurate drainage
system maps for all outfalls 24" or greater.
STATUS: GIS mapping was completed citywide in 2013. Future contracts will keep maps up to date as projects
change the existing system.
MAINT. IMPACT: GIS information will allow maintenance to better track storm facility maintenance needs.
COMMENT: National Pollution Discharge Elimination System (NPDES). Department of Ecology grants for NPDES permit.
FINANCIAL Through Estimated
(in $000's)
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Design
1,421
100
60
60
1,641
Land (R /W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
1,421
0
0
100
0
60
0
0
60
1,641
FUND SOURCES
Awarded Grant
218
218
Proposed Grant
0
Mitigation Actual
100
100
Mitigation Expected
0
Utility Revenue
1,103
0
0
100
0
60
0
0
60
1,323
TOTAL SOURCES
1,421
0
0
100
0
60
0
0
60
1,641
2015 - 2020 Capital Improvement Program
91
34
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and David Evans and Associates, 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 titled GIS Inventory of Sewer & Surface Water
Systems.
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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending , unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon 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 no later than March 31, 2017 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 $287,896.00 without express written modification of the Agreement signed
by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
D. Payment as 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 the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
35
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 rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised : 1 -2013
Page 2
36
4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self- insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
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, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability 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.
CA revised : 1 -2013 Page 3
37
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
David Evans and Associates, Inc.
415 118Th Avenue SE
Bellevue, WA 98005
18. Entire Agreement; Modification. 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. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1 -2013
Page 4
38
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Attest /Authenticated:
Printed Name:
Title:
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
39
EXHIBIT A
CITY OF TUKWILA
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
Prepared by:
David Evans and Associates, Inc.
415118th Avenue SE
Bellevue, WA 98005
May 3rd, 2016
40
TABLE OF CONTENTS
TASK 1.0 PROJECT DESCRIPTION, DELIVERABLES AND ASSUMPTIONS 1
1.1 Project Description 1
1.2 Project Deliverables Furnished by CONSULTANT 1
1.3 Responsibilities and Services Provided by CLIENT 1
1.4 Project Assumptions 1
TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 2
2.1 Project Management 2
2.2 Monthly Invoices /Progress Reports 2
2.3 Project Kick -off Meeting and Progress Meetings 2
2.4 Quality Assurance /Quality Control Review 2
2.5 Change Management 3
TASK 3.0 SANITARY SEWER GIS INVENTORY 3
3.1 Field Review 3
3.2 Data Collection 3
3.3 Sanitary Sewer As -Built Research 3
3.4 Geodatabase Update 3
TASK 4.0 STORM WATER GIS INVENTORY 4
4.1 Field Review 4
4.2 Data Collection 4
4.3 Storm Water As -Built Research 4
4.4 Geodatabase Preparation 4
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
May 3, 2016
41
TASK 1.0 PROJECT DESCRIPTION, DELIVERABLES AND ASSUMPTIONS
1.1 Project Description
The City of Tukwila (CLIENT) is requesting professional services from David Evans and Associates, Inc.
(CONSULTANT) to inventory and update the Sanitary Sewer and Surface Water Geographic Information
System (GIS).
The major features of the project include:
Sanitary Sewer
• Sewer Manholes
• Sewer Pipes
• Sewer Pump Stations
Surface Water
• Catch Basin
• Pipes and Ditches
• Stormwater Pump Stations
• Stormwater Detention Ponds
• Drain Points
1.2 Project Deliverables Furnished by CONSULTANT
CONSULTANT shall deliver the following documents and products to CLIENT as part of this agreement:
• Electronic copy of the updated GIS Geodatabase.
• Structure and Site Photos.
• Structure Data Sheets.
CLIENT will have the opportunity to review each of the deliverables. CLIENT review documents will be
returned with subsequent revision, illustrating that each review comment has been addressed as stated,
or how /why it was not addressed.
1.3 Responsibilities and Services Provided by CLIENT
CLIENT will:
• Provide electronic copy of the existing GIS Geodatabase that is to be updated.
• Provide existing as -built plans, horizontal and vertical monument information, GIS maps and
data, and other available mapping information.
• Review all submittals made to the CLIENT within 15 working days, or as agreed, and return them
to CONSULTANT with consolidated written comments regarding changes or revisions needed.
1.4 Project Assumptions
• Mapping accuracy requirement for object locations is "mapping grade" ( +/- 3 feet). Objects will
be mapped to "survey grade" accuracy ( +/- 0.10 feet) throughout the project unless dense
vegetation or forested areas prevent the use of survey grade GPS equipment.
• Horizontal datum will be NAD 83/91.
• Vertical datum will be NAVD 88.
• The project duration is assumed to be six (6) months.
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
May 3, 2016
42
TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL
2.1 Project Management
CONSULTANT will provide direction for staff and review of their work over the course of the project. This
work element includes preparing monthly progress reports, to accompany monthly invoicing, that
include the status of individual work elements, number of meetings attended, outstanding information
required, and work items planned for the following month.
CONSULTANT will monitor the project budget weekly throughout the course of the project. This work
element is intended to help monitor costs and budgets, and to propose corrective actions, if needed.
These actions may include formal requests for increases, modifications, or reductions in scope.
Drawings and documents received and generated over the course of the project require review,
coordination, and file management. The status of requested information will also be maintained.
2.2 Monthly Invoices /Progress Reports
Monthly invoices will be prepared by CONSULTANT per CLIENT requirements for work activities for the
prior month. These invoices will include SUBCONSULTANT work and will be accompanied by monthly
progress reports, back -up materials for expenses, and show approved budget and amount expended to
date.
Deliverables: Monthly Invoices and Progress Reports (6 total).
2.3 Project Kick -off Meeting and Progress Meetings
After receiving notice to proceed, CONSULTANT will conduct a project team kick -off meeting with staff
expected to be involved in the project and key CLIENT staff. The meeting will be used to discuss critical
elements of the Scope of Work, the project schedule, document control, and QA /QC procedures; and to
clearly define the roles and responsibilities of the project team members.
This work element provides for the preparation, attendance, follow -up, and documentation of meetings
during the length of the project. These meetings will be the forums for CLIENT to provide input and
guidance for the direction of the project. They will also be used to discuss project issues, approve
submittals, and develop potential solutions.
CONSULTANT will prepare for, attend, and document up to six (6) meetings with CLIENT staff. The
CONSULTANT will attend one meeting every month with the CLIENT's project manager for the duration
of the project. The meetings will be held in a location acceptable to CLIENT and CONSULTANT.
Deliverables: Meeting Minutes (6 total).
2.4 Quality Assurance /Quality Control Review
This work element is for the QA /QC review of CONSULTANT deliverables by a designated QA /QC staff
member of the CONSULTANT team. CONSULTANT will assign a Quality Manager to the project that will
be responsible for ensuring that quality reviews are performed at stages throughout the project and on
all deliverables. The review will cover field and office work on an on -going basis. QA /QC documentation
will be maintained and filed with project records.
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
May 3, 2016
43
2.5 Change Management
Project Managers from CLIENT and CONSULTANT are responsible for managing changes to the scope
and schedule. CLIENT is responsible for the authorization of any changes to the scope, budget, and /or
schedule. Team members must ensure that work within their areas remains within the defined project
scope, schedule, and budget. When issues, actions, or circumstances occur that could cause a change in
scope, personnel, cost, or schedule, team members must communicate potential changes to the Project
Manager as early as possible. Project Managers will determine whether the potential change issue will
lead to a change in scope, cost, or schedule.
CONSULTANT shall obtain written authorization from CLIENT before implementing any change to this
Scope of Services, schedule, or budget. All changes will be documented using the Project Change Form.
TASK 3.0 SANITARY SEWER GIS INVENTORY
3.1 Field Review
CONSULTANT will conduct an existing as built /GIS review at the outset of the project to identify key field
conditions that may impact the field mapping including safety, traffic and access issues. The procedures
required to complete the field survey will be determined and safety risks will be analyzed. Structures
requiring subconsultant assistance for traffic control to survey will be identified and will be scheduled to
be completed with other structures requiring traffic control.
Coordinate with traffic control subconsultant.
Prepare traffic control plans when needed.
3.2 Data Collection
CONSULTANT will field survey the location and collect attributes for up to 600 Sanitary Sewer Manholes
and there accompanying pipes. Photographs and supplemental measurement data sheets will be
collected to support project deliverables. Structure sizes and depths, pipe sizes and invert elevations,
etc. will be measured in the field so that necessary database attribute information can be completed.
Field measurement data will be collected electronically in the field, which will update the GIS database
electronically from the field. Additionally, hard copy structure cards will be completed in the field with
the same measurements so that a quality control check of the information collected electronically in the
field can be performed.
CONSULTANT will use CLIENT provided GIS database structure.
3.3 Sanitary Sewer As -Built Research
CONSULTANT will review research on existing utility information, provided by CLIENT, for inclusion in
the mapping. Where possible CONSULTANT will use provided as -built records to prepare and pre -enter
attribute information to be field verified. This will make the field effort more efficient.
3.4 Geodatabase Update
CONSULTANT will utilize its field surveyed information, and the as -built research to update the CLIENT's
existing Geodatabase GIS files.
CONSULTANT will include metadata for the Geodatabase updates.
Deliverables: Electronic copy of the updated Geodatabase
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
May 3, 2016
44
TASK 4.0 STORM WATER GIS INVENTORY
4.1 Field Review
CONSULTANT will conduct an existing as- built /GIS review at the outset of the project to identify key field
conditions that may impact the field mapping including safety, traffic and access issues. The procedures
required to complete the field survey will be determined and safety risks will be analyzed. Structures
requiring subconsultant assistance for traffic control to survey will be identified and will be scheduled to
be completed with other structures requiring traffic control.
Coordinate with traffic control subconsultant.
Prepare traffic control plans when needed.
4.2 Data Collection
CONSULTANT will field survey the location and collect attributes for up to 350 Storm Drain Features and
their accompanying pipes. Structure sizes and depths, pipe sizes and invert elevations, etc. will be
measured in the field so that necessary database attribute information can be completed.
Field measurement data will be collected electronically in the field, which will update the GIS database
electronically from the field. Additionally, hard copy structure cards will be completed in the field with
the same measurements so that a quality control check of the information collected electronically in the
field can be performed.
CONSULTANT estimates that the miscellaneous GIS updates that thus far have been requested by
CLIENT can be completed within the allocated budget. In addition, CLIENT has provided CONSULTANT
eight (8) additional CIP project plan sets that need to be incorporated in to the GIS database. The
CONSULTANT estimates that 50% of these plans can be incorporated within the allocated budget.
The CONSULTANT will use CLIENT provided GIS database structure.
4.3 Storm Water As -Built Research
CONSULTANT will review research on existing utility information, provided by CLIENT, for inclusion in
the mapping. Where possible CONSULTANT will use provided as -built records to prepare and pre -enter
attribute information to be field verified. This will make the field effort more efficient.
4.4 Geodatabase Preparation
CONSULTANT will utilize its field surveyed information, and the as -built research to update the CLIENT's
existing Geodatabase GIS files.
The CONSULTANT will include metadata for the Geodatabase updates.
Deliverables: Electronic copy of the updated Geodatabase
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory and Update
Scope of Services
May 3, 2016
45
EXHIBIT B
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory
David Evans and Associates, Inc.
Classification
Project Manager (PMGR /PLSU)
Quality Control Manager (PICH)
GIS Manager (GISM)
Survey Manager (SVYM)
GIS Technician (GIST)
Survey Technician (SVTE)
Party Chief (PCHF)
Administrative Assistant (ADMA)
Project Administrator (PADM)
Negotiated
Hrs. x Rate = Cost
308 $ 124.64 $38,389
30 $ 200.64 $6,019
128 $ 139.84 $17,900
44 $ 188.48 $8,293
698 $ 65.36 $45,621
928 $ 82.08 $76,170
718 $ 91.20 $65,482
52 $ 79.65 $4,142
42 $ 105.12 $4,415
Total Hrs. 2948
Salary Cost $ 266,431
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost per year @ D year(s) $0
Total Salary Cost $ 266,431
Direct Expenses No. Unit Each Cost
National Barricade - Sanitary Sewer GIS Inventory 8 days @ $1,350 $ 10,800.00
National Barricade - Storm Water GIS Inventory 3 days @ $1,350 $ 4,050.00
Mileage - Sanitary Sewer GIS Inventory 8,205 miles @ $0.540 /mils $ 4,430.70
Mileage - Storm Water GIS Inventory 4,045 miles @ $0.540 /mils $ 2,184.30
Subtotal $ 21,465
Sanitary Sewer GIS Inventory Totals $ 188,387
Storm Water GIS Inventory Totals $ 99,509
David Evans and Associates Total $ 287,896
Page 1 of 2
S',SURVWgreementst2016\2016 -01.25 City of Tukwila GIS InventorysScope"City of Tukwila GIS Inventory Budget Estimate_2016- 04-11 .xlsx 4/26/2016
46
City of Tukwila
Sanitary Sewer and Surface Water GIS Inventory
David Evans and Associates, Inc. 1 2 3 4 e a 7 e e
Work
Element 9
Work Element
( , LSU)
(Nally Control Manager
�
y
Santey Manager (SVYM)
OS Technician (GIST)
12
C
? _
Parry Chief (PCHF)
1,
S
DEA
Total
tars
DEA
Total
$
%00
Total
Hours
Total Total Total Total Total Total Total Total Total
his his tars tars tars tars his tars tars
50
28
15
15
29
29
52
26
244
60
1242
78
400
1778
44
640
52
190
926
1 70%
095%
051%
0.51%
098%
0.98%
1 7616
0.88%
8.26%
2.04%
42.13%
2.58%
1357%
6531%
149%
21 71%
1.78%
8.45%
31.41%
2.0
Project Management & Quality Control
Project Management
2 1
55,881
2.1_a
Sanitary Sewer Inventory
32
18
53,256
2 1b
Stommvater GIS Inventory
16
12
22
Monthly Invoices /Progress Report
51,980
22a
Sanitary Sewer Inventory
6
3
6
51,980
22b
Stormwater GIS Inventory
8
3
6
_
53,390
53.390
_ 2 3
2 3a
2 35
Project Kick -a8 Meeting and Progress Meetings
Sanitary Sewer Inventory
Stormwater GIS Inventory _
Quality Control/Quality Assurance Review
9
6
2
12
0
12
6
8
2
24
12
8
2 4
57,094
2 4a
Sanitary Sewer Inventory
53,547
2 4b
Stormwater GIS Inventory
8
4
12
4
_
2.5
Charge Management
_
930,616
2 5a
Sanitary Sewer Inventory
2 5b Slonnwater GIS Inventory
Work Element. Total
06
30 _
40
24�
12
42
3.0 Sanitary Sewer GIS Inventory
16
4
8
18
18
58.044
31 Field Review
3 2 Data Collection
3 3 Utilities As -Built Research
60
16
18
12
80
800
450
24
5109.406
82 12
58 28
60
300
448
55 916
48
140 ,
818
ant
24
933 448
9154,811
54.344
550 578
54 118
516 069
561,102
515.231
56,234
3 4 Geodalabase P eparaton
Work Element Total
4,0 Storm Water GIS Inventory
4 1 Field Review
12
2
6
12
12
4 2 Data Collection
24
12 8
. 40
300
240
16
_
4 3 Utilities As -Bu,Il Research
_ 4 4 Geodatabase Preparation -
Work LNgtant Total
12
24
72
20 6
32 16
i
40
145
226
312
252
-
i6
EXPENSES - Sanitary Sewer GIS Inventory
EXPENSES - Storm Water GIS Inventory
• PROJECT WORK ELEMENTS TOTALS
308 30 128 44 693 926 716 62 42
2946
$237,896
100.00%
Sanitary Sewer GIS inventory Totals
199 17 32 28 460 616 466 32 24
1924
9188,307
65.26%
Storm Water 6I5 Inventory Totals
109 13 46 16 236 312 252 20 16
1024
$99,509
34.74%
Page 2 of 2
S lSl1RVAgreements12 01 812 01 8 -01 -2 5 Coy of TUk0Na GIS lnvenloryl5eepeICay of TuMMIe GIS nventory Budget EYknate201 1504.11 du
426x2018
47