HomeMy WebLinkAboutReg 2012-07-02 Item 5F - Agreement - GIS Inventory Area 8 with Perteet Engineering for $150,000COUNCIL AGENDA SYNOPSIS
Initials ITEMNO.
Meeting Date Prepared by, /J Mayor's review Council review
07/02/12 1 B
51.
I
I I
CAS NUMBER:
AGENDA ITEM TITLE
CATEGORY Discussion
Altg Date
ITEM INFORMATION
STAFF SPONSOR: BOB GIBERSON I ORIGINAL AGENDA DATE: 07/02/12
GIS -Based Public Works Infrastructure Inventory Area 8
Consultant's Agreement with Perteet Engineering, Inc.
Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 07102112 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date
SPONSOR Council Mayor HR DCD Finance Fire IT P&R Police PW
SPONSOR'S This contract is for the GIS inventory and mapping of the eighth phase of the storm
SUMMARY drainage infrastructure for the City. Area 8 will encompass portions of the City in the
Tukwila South area, Allentown, Foster Point, and SC Blvd from TIB to the I -5 off -ramp. As
Perteet Engineering completed the first seven areas with satisfactory results, it is
recommended that they integrate the eighth area. Council is being asked to approve the
consultant agreement with Perteet for $150,000.00.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 6/26/12 COMMITTEE CHAIR: DENNIS ROBERTSON
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
COMMITTEE Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$150,000.00 $150,000.00 $0.00
Fund Source: 412 SURFACE WATER FUND (PAGE 141, 2012 CIP)
Comments: Department of Ecology grant will fund $50,000.00 of the $150,000.
MTG. DATE I
07/02/12
MTG. DATE
07/02/12
RECORD OF COUNCIL ACTION
ATTACHMENTS
Informational Memorandum dated 6122/12
Area Map
Perteet Consultant Agreement with exhibits
Minutes from the Utilities Committee meeting of 06/26/12
41
42
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO:
Mayor Haggerton
Utilities Committee
FROM:
Bob Giberson, Public Works Director
By:
Greg Villanueva, NPDES Coordinator
DATE:
June 22, 2012
SUBJECT:
GIS Inventory Area 8
Project No. 90241201
Consultant Recommendation and Agreement
ISSUE
Approve a consultant agreement with Perteet Engineering, Inc. to complete GIS Inventory Area 8.
BACKGROUND
The City is performing a multi phased inventory that will map all city -owned storm facilities and survey
monuments throughout the City. To date, the City completed the Northern Quadrant and Areas 2, 3, 4, 5, 6,
and 7. This contract is for Area 8 and will map the following areas within public rights -of -way and
easements:
1. Southcenter Pkwy /Frager Rd, from S 180 St to S 200 St
2. Allentown Foster Point neighborhoods
3. Southcenter Blvd from Tukwila International Blvd to 1 -5 southbound off -ramp
4. Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of Strander Blvd
5. S 200 204 Sts, from Orillia Rd to the Green River
6. Orillia Road S, from S 188 St to S 204 St
ANALYSIS
The current consultant roster was reviewed and Perteet Engineering was selected as the firm that best met
the requirements for this type of project. Perteet conducted the first seven areas of the GIS Inventory and is
extremely familiar with the City's GIS system and will easily integrate all new data to the data base
compiled to date. A scope of the work was based upon the characteristics of Area 8 in addition to what was
developed and learned during the previous phases.
BUDGET SUMMARY
This project will be funded through the 412 Surface Water Fund.
Cost Bud (20121
Perteet Engineering, Inc. —Area 8 $150,000.00 $150,000.00
RECOMMENDATION
The Council is being asked to approve the consultant agreement with Perteet Engineering, Inc. in the
amount of $150,000.00 for GIS Inventory Area 8 and consider this item at the July 2, 2012 Regular
Consent Agenda.
Attachment: consultant Agreement
W: \PW Eng \PROJECTS\A- DR Projects \GIS Area 8 (02 -DR01) \Info Memo Perteet Area 8 6 -22 -12 gl sb.docx
43
EE
City of TuKWI a
GIS Inventory Phase Mait
�w
G15
Tukwila
Fly
.r.
CONSULTANT AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington,
hereinafter referred to as "the City and Perteet, Inc. hereinafter referred to as
"the Consultant", in consideration of the mutual benefits, terms, and conditions
hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform
engineering services in connection with the project designated GIS Inventory
Area 8.
2. Scope of Services. The Consultant agrees to perform the services,
identified on Exhibit "A" attached hereto, including the provision of all labor,
materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the
giving of written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required
pursuant to this Agreement within 365 calendar days from notice to proceed,
unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and
for services rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as
provided on Exhibit "B" attached hereto, provided that the total amount
of payment to the Consultant shall not exceed $150,000.00 without
written authorization.
B. The Consultant may submit vouchers to the City once per month
during the progress of the work for partial payment for that portion of
the project completed to date. Such vouchers will be checked by the
City and, upon approval thereof, payment shall be made to the
Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract
price earned will be made promptly upon its ascertainment and
verification by the City after the completion of the work under this
Agreement and its acceptance by the City.
D. Payment provided in this section shall be full compensation for work
performed, services rendered, and for all materials, supplies,
equipment and incidentals necessary to complete the work.
Consultant Agreement for Professional Services Page I of 9
GIS Inventory Area 8
W IPW F.ngIPROJECMA- DR ProjectsIGIS Area 8 (02- DROI)IArea 8 Contract Perteet 6- 22 -I2.d-
47
E. The Consultant's records and accounts pertaining to this Agreement
are to be kept available for inspection by representatives of the City
and State for a period of three (3) years after final payments. Copies
shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings,
specifications and other materials produced by the Consultant in connection
with the services rendered under this Agreement shall be the property of the
City whether the project for which they are made is executed or not. The
Consultant shall be permitted to retain copies, including reproducible copies,
of drawings and specifications for information, reference and use in
connection with the Consultant's endeavors. The Consultant shall not be
responsible for any use of the said documents, drawings, specifications or
other materials, by the City on any project other than the project specified in
this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services
contemplated by this Agreement, faithfully observe and comply with all
federal, state, and local laws, ordinances and regulations, applicable to the
services to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless
the City, its officers, agents and employees, from and against any and all
claims, losses or liability, including attorney's fees, arising from injury or death
to persons or damage to property occasioned by any act, omission or failure
of the Consultant, its officers, agents and employees, in performing the work
required by this Agreement. With respect to the performance of this
Agreement and as to claims against the City, its officers, agents and
employees, the Consultant expressly waives its immunity under Title 51 of the
Revised Code of Washington, the Industrial Insurance Act, for injuries to its
employees, and agrees that the obligation to indemnify, defend and hold
harmless provided for in this paragraph extends to any claim brought by or on
behalf of any employee of the Consultant. This waiver is mutually negotiated
by the parties. This paragraph shall not apply to any damage resulting from
the sole negligence of the City, its agents and employees. To the extent any
of the damages referenced by this paragraph were caused by or resulted
from the concurrent negligence of the City, its agents or employees, this
obligation to indemnify, defend and hold harmless is valid and enforceable
only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the
duration of this contract comprehensive general liability insurance, with a
minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for
personal injury; and $500,000 per occurrence /aggregate for property damage,
and professional liability insurance in the amount of $1,000,000.
Consultant Agreement for Professional Services Page 2 of 9
GIS Inventory Area 8
WWW DugIPR0JW7SIA- DR ProjecfslGJS Area 8 (024)1?01)IArea 8 Conlracr Perim 6- 22- 12.docr
EN
Said general liability policy shall name the City of Tukwila as an additional
named insured and shall include a provision prohibiting cancellation of said
policy except upon thirty (30) days prior written notice to the City. Certificates
of coverage as required by this section shall be delivered to the City within
fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the
Consultant is an independent contractor with respect to the services provided
pursuant to this Agreement. Nothing in this Agreement shall be considered to
create the relationship of employer and employee between the parties hereto.
Neither the Consultant nor any employee of the Consultant shall be entitled to
any benefits accorded City employees by virtue of the services provided
under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to
the state industrial insurance program, otherwise assuming the duties of an
employer with respect to the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has
not employed or retained any company or person, other than a bonafide
employee working solely for the consultant, to solicit or secure this contract,
and that he has not paid or agreed to pay any company or person, other than
a bonafide employee working solely for the Consultant, any fee, commission,
percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation
of this warrant, the City shall have the right to annul this contract without
liability, or in its discretion to deduct from the contract price or consideration,
or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work
performed by it under this Agreement, will not discriminate on the grounds of
race, color, national origin, religion, creed, age, sex or the presence of any
physical or sensory handicap in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services
covered by this Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any
time limitation provided for in this Agreement shall not constitute a waiver of
any other provision.
14.Termination.
A. The City reserves the right to terminate this Agreement at any time by
giving ten (10) days written notice to the Consultant.
Consultant Agreement for Professional Services Page 3 of 9
GIS Inventory Area 8
W. WW FngV'ROJF.C7SW DR ProjeC1.0G1S Area 8 (02 -DROI) (Area 8 Conrad Perleel 6- 22- 11.docx
MPG
B. In the event of the death of a member, partner or officer of the consultant,
or any of its supervisory personnel assigned to the project, the surviving
members of the consultant hereby agree to complete the work under the
terms of the Agreement, if requested to do so by the City. This section
shall not be a bar to renegotiations of this Agreement between surviving
members of the Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against
the other to enforce any provision of this Agreement, the prevailing party in
such suit shall be entitled to recover its costs, including reasonable attorney's
fees, incurred in such suit from the losing party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6300 Southcenter Boulevard Ste 100
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Perteet, Inc.
2707 Colby Avenue, Suite 900
Everett, WA 98201
17. Integrated Agreement. This agreement, together with attachments or
addenda, represents the entire and integrated Agreement between the City
and the Consultant and supersedes all prior negotiations, representations, or
agreements written or oral. This Agreement may be amended only by written
instrument signed by both the City and the Consultant.
DATED this
CITY OF TUKWILA
Jim Haggerton, Mayor
Attest/Authenticated'.
Christy O'Flaherty, City Clerk
day of
CONSULTANT
IN
1 2012
Michael G. Yeoman
Executive Vice President
Approved as to Form:
Office of the City Attorney
Consultant Agreement for Professional Services
GIS Inventory Area 8
W. EngWROJEC7YA- DR Projecl -OGIS Area 8 (01- DROI)Wrea 8 Conlracv Perteel 6- 22-12.docx
Page 4 of 9
50
Exhibit "A"
Scope of Services
City of Tukwila
GIS Public Works Infrastructure Inventory
Area 8
INTRODUCTION
The overall objective of this Scope of Services is to provide an inventory and
mapping of the City of Tukwila's Public Works infrastructure. The inventory and
mapping for the infrastructure will be performed within public rights -of -way and
public easements within the following areas:
Southcenter Pkwy/ Fragar Road, from So. 180 to So. 200 St.
Allentown Foster Point
Southcenter Blvd. from International Blvd to 1 -5 Southbound Off -Ramp.
Southcenter Pkwy from 900' north of the 1 -5 off -ramp to 700' south of
Strander Blvd.
So. 200 204 from Orillia Rd to Green River
Orillia Road South, So 188 St to So. 204
The inventory collection will begin with the newly constructed area of Southcenter
Parkway south of 180 before the roadway opens to the public, then move to the
Allentown area and proceed from north to south through the remainder of the
project areas. The data will be collected and processed using the inventory
program developed for the previous areas. This area of the inventory will locate
storm drainage structures and facilities and the center point of street monument
cases. In the Allentown and Foster Point areas, Perteet will locate all drainage
facilities and rely on City data for measure -down and pipe data within structures
to populate the database. In the Southcenter Blvd. area immediately beneath the
ST Light Rail line and the Southcenter Parkway within the newly constructed
"cut" section, as -built drawings provided by the City will be utilized to populate the
database for the structures within the driving lanes that are inaccessible without
detouring traffic. In the remaining areas Perteet will provide measure down to
apparent inverts; photograph the inside of each structure and attempt to
determine the size and material of the connecting storm pipes. Perteet Inc. field
crews will make all measurements and observations from the ground surface.
Perteet field personnel are not equipped for, nor permitted to attempt, a confined
space entry. In addition if budget allows we will resolve conflicts discovered by
City Staff and connect storm drain lines across boundaries of previous areas of
the project.
Consultant Agreement for Professional Services Page 5 of 9
GIS Inventory Area 8
W: IPW FngP1?0JFCTSM- DR ProjectslGIS Area 8 (01- DROI)Urea 8 Contract Perteet 6- 11 1I.d-
51
The work under this agreement will be accomplished under the following
elements of work:
SCOPE OF SERVICES
1. Management Coordination /Administration
1. 1. Provide continuous project management administration (billing invoices,
monthly progress reports) throughout the project's field data acquisition
and GIS development.
1.2. Develop project schedule. Schedule to be updated by the Consultant at
the City's direction as needed.
1.3. Attend coordination meetings with City staff and prepare meeting minutes.
It is assumed that a total of 3 meetings will be required and additional
meetings, at the City's direction, will be considered additional work.
1.4. Prepare independent QA/QC reviews at the 75% and final project review.
1.5. Coordination of Sub consultants.
Project Planning
1.6. The Consultant will schedule and lead the Project Kickoff and planning
meeting prior to the start of field data collection. This session will focus on
the final identification of features and feature attributes to be collected by
field survey crews. In addition, planning for future uses of the utility and
street inventory will be discussed.
1.7. The Consultant will prepare a Traffic Control Plan for the work within;
Southcenter Parkway, Southcenter Blvd and Orilla Rd. and submit to the
City for approval prior to performing work under traffic in these areas.
2.0Field Data Acquisition
2.1. Assumptions:
2.1.1. Elevations will be referenced to NAVD "88" datum.
2.1.2. We estimate that two thirds of inventory data will be acquired by
GPS, the remainder will be by traditional optical equipment based
upon GPS control points.
2.1.3. "Confined Space" entry will not be required by the consultant to
complete the project.
2.1.4. Only visible or easily recovered features will be surveyed.
2.1.5. City of Tukwila will ensure access to all private properties required
for the survey.
2.2. Storm System Survey:
2.2.1. The following visible Storm Sewer system appurtenances will be
located by GPS or optical survey: manhole and catch basins,
Consultant Agreement for Professional Services Page 6 of 9
GIS Inventory Area 8
W.- PW EngT120JEC7YA- DR ProjeasIG1S Area 8 (02- DRO1)Wea 8 ContraG Perim 6- 22- 12.docx
52
including invert elevations, pipe sizes, material and direction of
flow, culvert outfalls and drainage swales.
2.3. Monument Survey:
2.3.1. Perform Global Position System (GPS) Real -time Kinematic (RTK)
survey locating the center of case of visible monuments adjacent to
stormwater inventory locations. No exhaustive investigation,
reconnaissance or research will be performed to recover all of the
street monuments.
IOGIS Data Development
3.1. Support Field Data Acquisition
3.1.1. Prepare supporting field map documents as necessary to
successfully complete inventory.
3.1.2. Ensure data transfers are complete and conform to data template
design as prescribed in previous project areas.
3.2. Data Development and Drainage Network Construction
3.2.1. Stormwater sewer systems will be developed into comprehensive
networks.
3.2.2. TetraTech assumes approximately 7 -800 catch basins and 200+
culverts, plus connecting ditches and swales for conversion to GIS.
3.2.3. TetraTech will ensure the digital conversion of streams and
integrate them into the stormwater network within the final
Geodatabase product.
3.2.4. To digitally represent the meander bends of both streams and large
ditches, TetraTech will rely primarily on flow points collected by
Perteet field staff at the major turns in these features. TetraTech
will "smooth" the bends in the stream and ditch centerlines using
supporting vectors in the City's existing hydro layer and /or aerial
photographs.
3.2.5. QA/QC procedures developed and implemented in Areas 1 through
6 to detect flow anomalies, missing features, and other potential
errors will be used in Area 8. This includes the use of ArcReader
and the creation of PMF files within problem areas for visual
inspection by Perteet field staff. These errors will be fixed in GIS
where possible or will be returned to the survey team for further
research.
3.2.6. Data will be provided to City staff on a regular basis to allow for a
final tier of QA/QC. Data will be made available for download off a
secure web -site or provided to the City in an alternate fashion. We
expect to use the City's ArcReader system developed in Areas 1
through 6 to accomplish this tier of quality assurance.
Consultant Agreement for Professional Services Page 7 of 9
GIS Inventory Area 8
W: IPW EngP1?OJPC7:YU- DR ProjeclslG7S Area 8 (01- DRO/)Urea 8 Contract Perteet 6- 22 -71. do"
53
3.3. Geodatabase Enhancements
3.3.1. The Drainage Network will be integrated into the Personal
Geodatabase created in Area 1. The Geodatabase format created
in Areas 1 through 6 will be kept as is. Data resulting from the field
inventory and network construction in Task 3.2. will be added to the
existing Geodatabase
3.4. Map Production
3.4.1. Hard copy maps of the completed inventory will be developed in
ArcMap. This will include a basemap image of the project study
area using GIS data provided by the City. The map will depict the
drainage network with as many physical attributes that can be
displayed without blurring the map image, and will be similar in
quality to the hard copy submittals for Area 1. The map will be
compiled in a poster -size (E). One (1) draft and one (1) final
submission of each hardcopy map will be provided to both the
Client and Perteet. Duplicate copies will be provided at an
additional cost.
3.5. Documentation and Delivery
3.5.1. FGDC Compliant metadata will be developed for all feature classes
within the Stormwater feature dataset. The metadata will outline
the creation process as well as the spatial and feature attribute
definitions. The form will be seamlessly linked to the layers in
ArcGIS using the metadata kit provided with the software.
3.5.2. The Geodatabase, including all GIS data layers created by
TetraTech, and ArcGIS project file, and digital metafiles of the map
graphics, will be placed on CD -ROM. A single copy of the CD will
be sent to both the City and Perteet as a final product.
Deliverables
Infrastructure Geodatabase including all GIS data layers created by
TetraTech from Area 1 through 8, an ArcGIS project file, and digital
metafiles of the map graphics.
One set of hardcopy maps in Poster format.
A "PMF" version of each hardcopy map for general use by City Staff that
use the free ArcReader software OR an ArcView project file.
Consultant Agreement for Professional Services
GIS Inventory Area 8
W. IPW EngPROJEC7SW DR ProjeclsiG7S Area 8 (02- DROI)Wea 8 Contract Perim 6- 12- 12.docx
Page 8 of 9
54
Exhibit "B"
Current hourly rates and expenses to a maximum of $150,000.
Consultant Agreement for Professional Services Page 9 of 9
GIS Inventory Area 8
W PW EngIPROJECTYA- DI? ProjeclvIG1S Area 8 (02- DR01)Urea 8 Contract Perteet 6- 21 -12.dr
55
56
J
Utilities Committee Minutes s� ED n I L] June 26, 2012 Paae 2
D. 2012 Annual Small Drainage Program: Bid Award
Staff is seeking Council approval to award a bid in the amount of $646,953.09 to Green River Construction,
Inc. for the 2012 Small Drainage Program.
This annual program constructs drainage projects throughout the City that are too large for completion by
City staff but smaller than the average capital improvement project. This year the Small Drainage Program
will construct eight drainage improvements at eight locations (specific locations outlined in memo included
in Committee agenda packet). Each year, projects considered for this program are reprioritized based on
such things as need, expense, time on the list, etc. Highest priority projects are designed and constructed
within annual budget limitations.
The City has worked successfully with Green River Constructio a all ro cts including the 2010 -11
Program. Funding for this project is drawn from two budge 'ne i the S rainage Program and the
Private Storm System Adoption Rehabilitation_1ANI O S AP OVA ORWARD TO JULY 2
CONSENT AGENDA.
E. GIS Inventory Area 8: Co ult ctlon Aaree)nent
Staff is seekin nci pr va to to into c nos t Unt with Perteet Engineering, Inc. in the
amount of $1 0,Tot fo`t�the ping torr. i d ainage survey monuments within the public right -of-
ways for Area he G og Nick In a stems (GIS) Inventory.
As part of the i lem it on r4uirements of the National Pollution Discharge Elimination System
(NPDES), the C y co cting a multi phased GIS inventory for public drainage systems (catch basins
and manholes). as- builts requirements will be met through the completion of this phase with the
exception of the new south area annexation.
Perteet Engineering, Inc. has conducted all seven previous phases of this inventory. Project funding is
budgeted in the 412 Surface Water Fund. UNANIMOUS APPROVAL. FORWARD TO JULY 2
CONSENT AGENDA.
III. MISCELLANEOUS
Meeting adjourned at 5:32 p.m.
Next meeting: Next meeting: Tuesday, July 10, 2012 5:00 p.m. Conf. Room No. 1.
Committee Chair Approval
Minutes by KAM.
57