Loading...
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