HomeMy WebLinkAboutReg 2022-10-03 Item 6D - Contract - GIS Utility Inventory with David Evans & Associates for $199,970COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
10/03/22
JR
ITEM INFORMATION
ITEM NO.
6.D.
43
STAFF SPONSOR: SHERRY EDQUID
ORIGINAL AGENDA DATE: 10/03/22
AGENDA ITEM TITLE 2022 GIS Utility Inventory
Design Consultant Selection and Agreement
CATEGORY ❑ Discussion
Mtg Date
Motion
Date 10/03/22
❑ Resolution
Mtg Date
❑ Ordinance
M Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council Mayor HR DCD ❑Finance ❑Fire TS P&R ❑Police 11 PW ❑Court
SPONSOR'S Staff issued a Request for Proposal (RFP) to six firms with project familiarity in May. Two
SUMMARY firms submitted proposals. The proposals were scored according to predefined criteria by a
selection committee in June. DEA was the highest-ranking firm among the committee
members and staff worked with DEA in July and August to negotiate a contract. Council is
being asked to approve a consultant agreement with DEA in the amount of $199,970 for the
2022 GIS Utility Inventory.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: KATE KRULLER
❑ LTAC
DATE: 09/19/22
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$199,970 $320,000.00 $0.00
Fund Source:
Comments: 2021 CIP Pages 61, 69, & 92
MTG. DATE
RECORD OF COUNCIL ACTION
10/03/22
MTG. DATE
ATTACHMENTS
10/03/22
Informational Memorandum dated 09/16/22
2021 CIP Pages 61,69, & 92
GIS Inventory Contract
Minutes from Transportation and Infrastructure Committee meeting of 09/19/22
43
44
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Sherry Edquid, Project Manager
CC: Mayor Allan Ekberg
DATE: September 16, 2022
SUBJECT: 2022 GIS Utility Inventory
Project No. 80241201, 80540202, 81640104
Design Consultant Selection and Agreement
ISSUE
Approve a contract with David Evans and Associates (DEA), Inc. to provide geographic information system (GIS) asset inventory
services.
BACKGROUND
The GIS mapping inventory establishes city wide as -built records for the public water, sewer and stormwater assets such as pipes,
catch basins, pump stations, hydrants, and valves. City maintenance and operations staff utilize GIS mapping to locate utilities for
maintenance and needed repairs. Design staff utilize this information when designing utility projects or other right-of-way projects
in the vicinity of these assets. This information is often the subject of public records requests. Assets need to be updated regularly
as new public and private projects that affect public systems occur. Additionally, there is a backlog of existing assets that need to
be cataloged into the GIS inventory, as the last inventory took place from 2017 to 2018.
ANALYSIS
Public Works staff issued a Request for Proposal (RFP) to six firms with project familiarity in May. Two firms submitted proposals.
The proposals were scored according to predefined criteria by a selection committee in late June. DEA was the highest-ranking
firm among the committee members and Staff worked with DEA in July and August to negotiate a contract. DEA previously
completed the GIS Utility Inventory for the City in 2017 and 2018. Staff continues to be very satisfied with their work.
FISCAL IMPACT
The City's CIP allocates funding on an annual basis for water and sewer asset inventory and approximately every other year
for surface water asset inventory. All three enterprise funding sources will be utilized for this contract. DEA has provided a
cost estimate not to exceed $199,970.00 to preform GIS services. GIS Services will be paid for with enterprise funds from
Water, Surface Water, and Sewer GIS Inventory CIP budgets.
GIS Inventory Cost Estimate 2022-2023 Budget
Water System $66,656.00 $150,000.00
Surface Water System 66,656.00 100,000.00
Sewer System 66,658.00 70,000.00
Total $199,970.00 $320,000.00
RECOMMENDATION
Council is being asked to approve a consultant agreement with DEA in the amount of $199,970 for the 2022 GIS Utility
Inventory and consider this item on the Consent Agenda at the October 3, 2022 Regular Meeting.
ATTACHMENTS: 2021 CIP Pages 61,69, & 92
GIS Inventory Contract
45
46
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: GIS Inventory of Water System Project No. 81640104
The GIS (Geographic Information System ) will provide current as -built data for the Tukwila water system.
DESCRIPTION: The database will include fire hydrants, valve locations, approximate water line locations, date of installation,
and material type.
The GIS mapping will provide information on the water system that is easily accessible by City staff
JUSTIFICATION: and the public. With GIS data, the City will be able to develop an asset management plan to determine
the water assets needed to be upgraded or replaced.
STATUS: Combined Asset Management System began in 2017. Ongoing project.
MAINT. IMPACT: The survey will provide staff with -up -date information on the location of water line features.
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
205
50
100
50
100
50
100
300
955
Land (R/W)
0
Const. Mgmt.
5
5
10
Construction
50
50
100
TOTAL EXPENSES
205
0
50
100
50
100
105
100
355
1,065
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
205
0
50
100
50
100
105
100
355
1,065
TOTAL SOURCES
205
0
50
100
50
100
105
100
355
1,065
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
62
47
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: GIS Inventory of Sewer System Project No. 80540202
DESCRIPTION: GIS (Geographic Information Systems) provides current as -built data for the sanitary sewer system in the
Central Business District. This project will expand the as -built database for Tukwila's entire sewer system.
GIS mapping of the sewers will provide information that is easily addressable by City staff and the public. With
JUSTIFICATION: the GIS data, the City will be able to develop an asset management plan to determine the sewer assets that
need to be upgraded or replaced.
STATUS: The GIS Inventory will be continually updated, mostly in-house, to improve the accuracy of the existing system.
MAINT. IMPACT: The survey will provide staff with up-to-date information on the location of manholes for the sanitary sewers.
COMMENT:
Ongoing project.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Project
Entire
L,ocation:
System
40
1
v.
1
J
r
El
Design
248
75
10
50
20
50
100
50
400
1,003
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
248
75
10
50
20
50
100
50
400
1,003
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
248
75
10
50
20
50
100
50
400
1,003
TOTAL SOURCES
248
75
10
50
20
50
100
50
400
1,003
48 2021 - 2026 Capital Improvement Program
69
Project
Entire
L,ocation:
System
40
1
v.
1
J
r
El
48 2021 - 2026 Capital Improvement Program
69
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
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. Combined Asset Management System scheduled for 2017.
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)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
1,673
100
100
150
2,023
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
1,673
100
0
100
0
150
0
0
0
2,023
FUND SOURCES
Awarded Grant
218
218
Proposed Grant
0
Mitigation Actual
100
100
Mitigation Expected
0
Utility Revenue
1,355
100
0
100
0
150
0
0
0
1,705
TOTAL SOURCES
1,673
100
0
100
0
150
0
0
0
2,023
2021 - 2026 Capital Improvement Program
92
49
50
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional 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 professional
services in connection with the project titled Sanitary Sewer, Stormwater and Water
Distribution GIS Inventory and Update .
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 December 31, 2023 , 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 December 31, 2023 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 $199,970 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.
51
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 $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
52
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. 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.
G. 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.
CA revised May 2020
Page 3
53
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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 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:
Adam LaPlant
14432 SE Eastgate Way, Suite 400
Bellevue, WA 98007
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 May 2020
54
Page 4
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
By: 0l?/w
Printed Name: Adam LaPlant
Title: Associate
Sean Douthett, Vice President
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
55
56
EXHIBIT A
CITY OF TUKWILA
Sanitary Sewer, Stormwater and Water Distribution GIS
Inventory and Update
Scope of Services
Prepared by:
David Evans and Associates, Inc.
14432 SE Eastgate Way, Suite 400
Bellevue, WA 98007
August 17, 2022
57
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 2
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 3
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 4
TASK 4.0 STORMWATER GIS INVENTORY 4
4.1 Field Review 4
4.2 Data Collection 4
4.3 Stormwater As -Built Research 4
4.4 Geodatabase Preparation 4
TASK 5.0 WATER DISTRIBUTION GIS INVENTORY 4
5.1 Field Review 4
5.2 Data Collection 5
5.3 Water Distribution As -Built Research 5
5.4 Geodatabase Update 5
TASK 6.0 ADDITIONAL PROJECT WORK 5
5.1 Contingency Budget 5
City of Tukwila
Sanitary Sewer, Surface Water and Water Distribuition GIS Inventory and Update
58
Scope of Services
August 17, 2022
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, Stormwater, and Water System Geographic
Information System (GIS).
The major features of the project include:
Sanitary Sewer:
Y Sewer Manholes
Y Sewer Pipes
Y Sewer Pump Stations
Stormwater:
Y Catch Basin
Y Pipes and Ditches
Y Stormwater Pump Stations
Y Stormwater Detention Ponds
Y Stormwater Vaults
Y Drain Points
Water Distribution:
Y Water Lines
Y Water Valves
Y Water Meters
Y Fire Hydrants
Y Water Vaults
Y Water Risers
Y Post Indicator Valves
Y Fire Department Connections
Y Air Release Valves
Y Corp Stops
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, GIS maps and data, and other available mapping information.
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribuition GIS Inventory and Update
Scope of Services
August 17, 2022
59
60
Review all submittals made to the CLIENT within 15 working days, or as agreed, and return them
to the CONSULTANT with consolidated written comments regarding changes or revisions
needed.
1.4 Project Assumptions
* For any new assets collected the CONSLULTANT will defer to the City regarding
naming/numbering. No assets numbers will be changed, nor will assets be deleted from
database.
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.
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
will 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 (six (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 Quality Assurance/Quality
Control (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.
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribuition GIS Inventory and Update
Scope of Services
August 17, 2022
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 (six (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.
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 manager 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 CLIENT assistance for traffic control to survey will be identified and will be scheduled to be
completed with other structures requiring traffic control.
3.2 Data Collection
CONSULTANT will field survey the location and collect attributes for 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. 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.
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribuition GIS Inventory and Update
Scope of Services
August 17, 2022
61
62
3.4 Geodatabase Update
CONSULTANT will use 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.
TASK 4.0 STORMWATER 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 city assistance for traffic control to survey will be identified and will be scheduled to be
completed with other structures requiring traffic control.
4.2 Data Collection
CONSULTANT will field survey the location and collect attributes for 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. 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.
The CONSULTANT will use CLIENT provided GIS database structure.
4.3 Stormwater 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 use 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.
TASK 5.0 WATER DISTRIBUTION GIS INVENTORY
5.1 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 CLIENT assistance for traffic control to survey will be identified and will be scheduled to be
completed with other structures requiring traffic control.
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribuition GIS Inventory and Update
Scope of Services
August 17, 2022
5.2 Data Collection
CONSULTANT will field survey the location and collect attributes for water distribution features 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. 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.
5.3 Water Distribution 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.
5.4 Geodatabase Update
CONSULTANT will use 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.
TASK 6.0 ADDITIONAL PROJECT WORK
6.1 Contingency Budget
This task provides contingency funds to support additional work. New projects will follow the scoped
guidelines stated above. This additional proposed work will require approval in writing from CLIENT
prior to charging to it.
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribuition GIS Inventory and Update
Scope of Services
August 17, 2022
63
1
2
3
4
5
6
7
8
9
64
Exhibit B
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribution 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
182 $ 184.80
22 $ 274.12
62 $ 147.84
15 $ 200.20
361 $ 129.36
416 $ 98.56
416 $ 123.20
28 $ 98.56
28 $ 120.12
$33,634
$6,031
$9,166
$3,003
$46,699
$41,001
$51,251
$2,760
$3,363
Total Hrs. 1530
Salary Cost $ 196,907
Direct Expenses No. Unit Each Cost
days @ $1,350 $
days @ $1,350 $
Mileage 4,900 miles @ $0.625 /mil $ 3,063
miles @ $0.625 /mil $ -
Subtotal $ 3,063
Total Costs $ 199,970
Page 1 of 2
8/17/2022
Exhibit B
City of Tukwila
Sanitary Sewer, Stormwater, and Water Distribution GIS Inventory
David Evans and Associates, Inc. t 2 3 4 5 6 7 e 9
Work
Element #
Work Element
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)
DEA
Total
hrs
DEA
Total
$
% of
Total
Hours
Total Total Total Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs hrs hrs hrs
14
13
13
12
12
12
20
20
20
18
18
14
186
26
188
8
22
244
30
494
24
36
584
23
94
6
19
142
374
374
0.92%
0.85%
0.85%
0.78%
0.78%
0.78%
1.31%
1.31%
1.31%
1.18%
1.18%
0.92%
2.0
Project Management & Quality Control
2.1
Project Management
2.1a
Sanitary Sewer Inventory
8
6
$2,199
2.1b
Stormwater GIS Inventory
8
5
$2,079
2.1c
Water Distribution GIS Inventory
8
5
$2,079
2.2
Monthly Invoices/Progress Reports
2.2a
Sanitary Sewer Inventory
6
2
4
$2,138
2.2b
Stormwater GIS Inventory
6
2
4
$2,138
2.2c
Water Distribution GIS Inventory
6
2
4
$2,138
2.3
Project Kick-off Meeting and Progress Meetings
2.3a
Sanitary Sewer Inventory
8
2
2
8
$3,357
2.3b
Stormwater GIS Inventory
8
2
2
8
$3,357
2.3c
Water Distribution GIS Inventory
8
2
2
8
$3,357
2.4
Quality Control/Quality Assurance Review
2.4a
Sanitary Sewer Inventory
8
2
4
4
$3,012
2.4b
Stormwater GIS Inventory
8
2
4
4
$3,012
2.4c
Water Distribution GIS Inventory
8
2
4
$2,618
2.5
Change Management
2.5a
Sanitary Sewer Inventory
2.5b
Stormwater GIS Inventory
12.16%
1.70%
12.29%
0.52%
1.44%
15.95%
1.96%
32.29%
1.57%
2.35%
38.17%
1.50%
6.14%
0.39%
1.24%
9.28%
24.44%
24.44%
2.5c
Water Distribution GIS Inventory
$31,484
3.0
Sanitary Sewer GIS Inventory
3.1
Field Review
4
2
4
8
8
$3,431
3.2
Data Collection
10
8.
2
40
60
60
8
$22,700
3.3
Utilities As -Built Research
4
4
$1,257
3.4
Geodatabase Preparation
Work Element Total
4
22
8
2
8
"
'�'
$3.357
$30,745
4.0
Stormwater GIS Inventory
4.1
Field Review
4
2
8
8
8
$3,949
4.2
Data Collection
16
8
2
100
180
180
8
$58,181
4.3
Utilities As -Built Research
4
20
$3,326
4.4
Geodatabase Preparation
Work Element Total
4
8
2
22
$5,168
$70,624
28
.6 15.0 188 188;:
_„8.11..
5.0
Water Distribution GIS Inventory
5.1
Field Review
2
1
4
8
8
$2,861
5.2
Data Collection
2
4
20
32
32
4
$11,039
5.3
Utilities As -Built Research
2
4
$887
5.4
Geodatabase Preparation
Work Element Total
2
4
1
12
$2,713
8
$17,501
6.0
Additional Project Work
6.1
Contingent Budget
Work Element Total
34
34
4
4
4
1
91
91
120
120
120
120
$46,554
$46,554
EXPENSES -
$3,063
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
182 22 62 15 361 416 416 28 28
1530
$199,970
1oo.00%
Sanitary Sewer GIS Inventory Totals
52 6 22 6 64 68 68 12 10
308
$41,451
20.13%
Stormwater GIS Inventory Totals
58 6 22 6 158 188 188 12 9
647
$61,210
42.29%
Water Distribution GIS Inventory Totals
38 6 14 2 48 40 40 4 9
201
$27,692
13.14%
Additional Project Work
34 4 4 1 91 120 120
374
$46,554
24.44%
Page 2 of 2
8/17/2022 65
66
Transportation & Infrastructure Services Committee Minutes September 19, 2022
E. Contract Amendment: Chinook Wind Public Access Project
Staff is seeking Council approval of Amendment No. 2 to Contract No. 21-163 with J.A.
Brennan Associates, PLLC in the amount of $58,933.00 for design and construction support
for the project.
Committee Recommendation
Unanimous approval. Forward to October 3, 2022 Regular Consent Agenda.
F. Consultant Agreement: 2022 GIS Utility Inventory
Staff is seeking Council approval of a contract with David Evans and Associates, Inc. in an
*amount not to exceed $199,970.00 for geographic information system asset inventory
services.
Committee Recommendation
Unanimous approval. Forward to October 3, 2022 Regular Consent Agenda.
Miscellaneous
Chair Kruller mentioned that a resident has inquired about the status of the Sound Transit Boeing
Access Road station and has not heard back from the city. Staff will investigate and schedule a
future agenda item around this.
The meeting adjourned at 5:57 p.m.
Committee Chair Approval
Minutes by LH
67