Loading...
HomeMy WebLinkAboutUtilities 2008-10-20 COMPLETE AGENDA PACKET <+ Verna Griffin, Chair <+ Joan Hernandez <+ Kathy Hougardy Distribution: N. Olivas S. Hunstock V. Griffin J. Morrow S. Kerslake J. Hernandez F. Iriarte M. Miotke K. Hougardy B. Giberson J. Pace P. Under G. Labanara C. Parrish D. Robertson R. Larson B. Arthur J. Duffie M. Cusick File Copy Mayor Haggerton P. Lau Single side to Dana R. Berry M. Mathia 3 Extra Copies K. Matej P. Brodin D. Speck S. Anderson e-mail to B.5axton C. O'Flaherty J. Howat C. O'Flaherty, M. M. Hart B. Still Hartl K. Narogl S. S. Norris R. Still Norris and S. Kirbv City of Tukwila Utilities Committee AGENDA MONDAY, OCTOBER 20, 2008 Time: 5:00 PM Place: Conference Room #1 'Gc".Recoffi'rnel1ded:Ad:ion' "Page~; I. Current Agenda Review I. II. Presentation II. III. Business Agenda III. A. Interurban Ave S Waterline - Construction Management Supplemental Agreement A. Forward to 10/27/08 COW. Pg. 1 B. GIS Inventory Area 5 Consultant Agreement B. Forward to 10/27/08 COW. Pg.9 C. Third Quarter Report C. Information only. Pg.23 IV. Old Business IV. Future Agendas: Tukwila 205 Levee Tour Next Scheduled Meeting: Monday, November 3,2008 b The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. INFORlvIATION MEMO To: From: Date: Subject: Mayor Haggerton Public Works Directo~ October 16, 2008 Interurban Ave South Waterline Project No. 04-WT02 Consultant Agreement 06-049, Supplement No.6 Construction Management Services ISSUE Approve Supplemental Agreement No.6 to Consultant Agreement Number 06-049. BACKGROUND Base contract No. 06-049 with Anchor Environmental, LLC of Seattle, W A included on-call construction management (CM) services in support of any City-funded construction projects. On September 3,2008, City Council approved the Interurban Ave S Waterline construction contract with Gary Merlino Construction Company, Inc. This project will replace the existing forty- year-old 12" cast iron waterline along Interurban Ave South from 4200 Ave S to 48th Ave S in front of Shell Oil, Jack In the Box and Starbucks. To provide adequate CM and inspection support to Public Works project staff, we solicited a proposal from Anchor Environmental. ANALYSIS Anchor Environmental has previously provided design review services for this construction project. In addition, Anchor has the proper expertise and staff availability to provide eM and inspection services. Supplemental Agreement No.6 was carefully reviewed and is reasonable in scope and fees at $53,978.00. The proposed budget under this project for Construction Management is $60,000.00 and Anchor's supplement of $53,978.00 is well within budget. RECOMMENDATION Approve Supplemental Agreement No.6 with Anchor Environmental in the amount of $53,978.00. Attachment: Supplemental Agreement No.6 to Consultant Agreement No. 06-049 P:\PROlECTSIA- WT ProjeclS\04WT02 ill Wat...line\Construction Phase\Anchor Environmental CM\Info Memo for CM ser.ices . Anchor. sup 6.doc SUPPLEMENTAL AGREElVIENT NUl\'IDER SIX TO CONSIJL T A1~1 AGREElViENT i.rtJiviBER 06-049 TillS SUPPLEMENTAL AGREEMENT SIX is entered into between the City of Tukwila, Washington, herein-after referred to as "the City", and Anchor Envirorunental L.L.C., Inc., hereinafter referred to as "the Consultant", in co~sideration of the mutual benefits, terms, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on, April 17, 2006 and identified as Agreement No. 06-049 and previously amended by supplements, the most recent being Supplement No.5 dated March 11, 2008. All provisions in the basic agreement and the previous supplements remain in effect except as expressly modified by this new Supplement No.6. The changes to the agreement are described as follows: 1. Scope of Services, is hereby changed to add to the general scope of services the specific scope of services as outlined in Exhibit A-6. 2. Payment, shall be amended as follows: See attached Exhibit B-6. Payment for the work provided by the Consultant as part of this supplement shall be made as outlined in the agreement and the total amount of payment to the Consultant for the work presented in this Supplement No.6 shall not exceed $53,978 without express written modification of the Agreement signed by the City. 3. Time for Performance, shall be amended as follows: No change to the basic agreement duration as amended by Supplement 5. Supplement Six has an estimated duration of 90 calendar days. DATED this day of , 2008. Jim Haggerton,. Mayor CONSULT~ BY:t:l ~~ CITY OF TUKWILA Printed Name: Ed Berschinski Title: Partner 10fl CJ tvf)o f;) (lllc DII\J/k---5 EXHIBIT A-6 City ofTukwila: Consultant Agreement No.06-049 Supplement No.6 Interurban Ave Waterline Replacement Revised scope of work 10-09-08 Specific Scope of Work - Construction Management Services The following represents the general scope of services to be performed by Anchor Environmental L.L.C. (Anchor) during construction of the Interurban Ave. Waterline Replacement proj ect. The services are divided into different categories of work that represent the chronology of the activities as well as the types of services provided. This scope is intended to reasonably address all construction-related services that would normally be anticipated for a proj ect of this type. Task 1 Pre-Construction Services Subtask 1.1 Construction Document Review (No charge) Scope . Obtain from City and become familiar with bid documents (plans, specifications), property owner agreements, and other information pertinent to the CM process. . Hold kick off meeting for Anchor proj ect team. Subtask 1.2 Pre-Construction Meeting Scope . Attend pre-construction meeting. Subtask 1.3 Submittal Review Scope . Log and track contractor submittals (as outlined in specifications). . Review con!!actor technical submittals (Le. shop drawings, catalogue cuts, work plans, test reports and certifications). for general compliance with contract requirements. General submittal requirements (Le. Schedule, wage rates) will be routed as requested for review by City Water Dept. staff and/or City/Consultant designers. Sub task 1.4 Conditions Review Scope Task 2 Contract Administration Servic-es Subtask 2.1 Planning Scope . Correspondence: Prepare draft response on behalf of City to all proj ect construction correspondence requiring responses. Final formal correspondence will be issued by City.- . Status Reports: Prepare and transmit monthly invoices and status reports. Status reports shall include project progress with respect to critical timelines, budget status and identification of any issues that may affect schedule or budget. Sub task 2.3 Progress Payments . Payment: Prepare payment spreadsheet. Review monthly progress payment requests submitted by the contractor. Provide measurements and verification of progress and submit monthly application for payment to the City for processing. Payment to Contractor will be issued by City. Products . Payment spreadsheet with signature page Task 3 Field Observations/Inspections Scope Activities performed by field engineer/technician . . Pre-construction conditions: Document pre-construction conditions, including pre- construction construction site condition surveys, photographs, and record any visible property comers. . _ Observation: Observe the technical conduct of the contractors work for quality and compliance with design documents, approved submittals and/or applicable technical standards. Prepare a daily inspection report and take progress photographs. _ Interpretations: Provide day to - day interpretation of contract requirements and respond to contractors questions including resolution of minor issues. - Testing: Perform or cause to be performed sampling and testing of materials to be incorporated into the project. Witness leak testing performed by contractor and ..........-=~.. _'9..-:....... .............:_,.... -"",-+'--eA ...-+ r":.",.. ___'*'-..........+.......::1 ll"1o'L.._...,.....__.. ^ 11 +.oM ....,...",.0.....+....__.0 Yf;;J.J.J.] PULU] L\;;;::'LlllO P\;;J..LuJ.llJ. u aL VU] \..Uilua\..L\;;U J.auvJ.aLvJ.J' .n..u. L\..o:lL a\..\..\...I:-'La.LJ.\..w by City utility personnel. - Measurements: Perform or cause to be performed field measurements to determine excavation quantities, trench backfill and placement limits, etc. as well as surveys or other measurements to verify pay requests and conformance with project requirements. Field Changes: Facilitate minor field changes to circumvent change orders due to obstructions or other unanticipated conditions. Coordinate with design engineer for any changes that may impact project cost or time. (See Task 4). - Communications: Maintain primary day to day communications with the contractor and keep the construction manager informed of activities. Receive comment from neighboring property owners/tenants and the general public and provide responses for questions and concerns. - Check for contractor compliance with requirements for traffic control and notice requirements with city and WSDOT when disconnecting loops. - Participate in bi-weekly project meetings Note: Assumes. a 90 calendar day construction contract duration. For budgeting purposes the Anchor inspector is only expected to be on site for only about 40 working days and averaging a 9 hour day. Additional inspection needs will be performed by the City of Tukwila. Products . Inspection Daily Reports . Field Sketches and Measuremerits . Progress photos Task 4 Construction Engineering/Change Orders Scope . Respond to questions related to site engineering. . Evaluate contractor proposed revisions or substItutions. . Change Orders: In coordination with the city design engineer, prepare calculations, drawings, cost estimates and justification for change orders for approval by City. This includes coordination with designer for input regarding technical acceptance of .' design changes. Negotiate change orders with the contractor and incorporate fully endorsed change order documents into the project. For this fee estimate we have assumed up to four minor change orders @ 8 hours per C.O. for 32 hours. Task 5 Site VisitslMeetings Scope . Up to two site visits by construction manager to review conditions in combination with attending a bi-weekly coordination meeting with the contractor or separately to review change order conditions. Exclusions Anchor shall assume no responsibility for proper construction techniques andjobsite safety. The presence of Anchor personnel at the construction site is for the purpose of providing the City a greater degree of confidence that the work will generally conform to the contract documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction contractor. Anchor will endeavor to protect all parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the contractors performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor or any subcontractors. Estimated Fee . A detailed breakdown of labor and a fee estimates by task is provided in the accompanying budget spreadsheet. Note that labor hour breakdowns by subtask are included in the spreadsheet. However, we have only used the subtask designation to explain the basis for our budget estimates, and have anticipated that we would track and bill costs at the Task level, not at the subtask level. We trust that this proposed scope and cost estimate is sufficient for your needs. If you have any question regarding this scope, please do not hesitate to contact Ed Berschinski. Exhibit B-6 Summa..ry of Costs City of Tukwila City Supplement Six Interurban Ave. Water Main Replacement Staff TVlle Rate Hours Total Office Senior Project Manager $63.1 0 59 $ -3,723 Project Assistant $20.48 20 $ 410 Total Rours 79 Total Labor (DSC) $ 4,133 Office OR @ 171.86% x DSC $ 7.1 02 Subtotal Office Labor $11,234 Fee @ 15% of Office Labor subtotal $ 1.685 Total Office Labor $12,919 Field Senior Inspector $38.71 360 $13,936 . Field OR @ 140.0% $19.510 Subtotal Field Labor $33,446 Fee @15% ofField Labor subtotal $ 5.017 Total Field Labor $38,463 Total Labor $ 51,382 Total Expenses $ 2,596 Total Project $ 53,978 INFORi'1ATION MEMO To: From: Date: Subject: Mayor Haggerton Public Works Director~ October 16, 2008 CT GIS Inventory Area 5 Consultant Agreement and Scope of Work Project No. 02-DROl ISSUE Approve consultant agreement with Perteet Engineering, Inc., to conduct the fifth phase of the GIS-Based Public Works Infrastructure Inventory. BACKGROUND The City is perfonning 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. The subject project is the fifth phase of this effort and will map the following areas: 1. Between the eastern City limits and West Valley Highway from, and including, South 180th St to Strander Blvd. 2. East of Interurban Ave S to the GreenfDuwamish River, between the 42nd Ave S Bridge and 1- 405. 3. Between 1-5 and Interurban Ave S to S 144th St. ANALYSIS Perteet Engineering, Inc. was selected to perform the first four phases of this project. Their work was satisfactory and met all of the project requirements. They are extremely familiar with the City's GIS system and will easily integrate all new data into the results of the previous four phases; therefore, it is recommended that they complete the next phase of this project. A scope of work was developed with Perteet Engineering, Inc. based on the characteristics of Area 5 and what was developed and learned during the previous phases. This scope includes mapping all storm drainage and survey monuments within the public right-of-ways in the survey area. BUDGET SUMMARY This surface water project will be funded through the 412 Fund (Page 136 of the 2008 CIF). The budget amount includes other NPDES related activities. Perteet Engineering, Inc. - Area 5 Cost $ 150,000 Budl!et $ 267,000 RECOMMENDATION Approve the consultant agreement with Perteet Engineering, Inc. for professibnal services to conduct the GIS Inventory for Area 5. Attachments: CIP Sheet Area Map Consultant Agreement RL:sb cc: File 02-DR01.3 P:\PROJECTS\A- DR Projects\02-DROl (GIS Area 5)\Info Memo Area 5.doc PROJECT: GIS Inventory (NPDES Program) LINE ITEM: 412.02.594.38 .22 PROJECT NO. 93 -DR10 02 -DRO1 Provide programmatic implementation requirements of NPDES. The GIS inventory will establish citywide DESCRIPTION: as -built drawings for public drainage systems. The Master Drainage Program will develop a NPDES reporting and action plan for City compliance. State NPDES requirements include an annual report, public education and outreach, illicit discharge detection and JUSTIFICATION: illumination, approved technical standards, staff training, inspections of public and private systems, and drainage system maps. GIS (Geographic Information Systems) mapping; Area #1 completed in 2003, Area #2 in 2005, and Area #3 in STATUS: 2006. Area #4 will be surveyed with sewer and water infrastructure in 2007 with completion in 2008. Master Drainage Plan began in 2007 using $75k Department of Ecology grant. Area #5 scheduled for 2008. MAINT. IMPACT: Additional cleaning and documentation will require added staff resources. GIS information will allow maintenance to better track storm facility maintenance needs. National Pollution Discharge Elimination System (NPDES). GIS is expected to be completed in 2013. Additional NPDES requirements will be ongoing. COMMENT: CITY OF TUKWILA CAPITAL PROJECT SUMMARY FINANCIAL Through Estimated (in $000's) 2006 2007 2008 2009 2010 2011 2012 2013 BEYOND TOTAL EXPENSES Design 647 121 267 150 150 150 150 150 1,785 Land (R/W) 0 Const. Mgmt. 0 Construction 0 TOTAL EXPENSES 647 121 267 150 150 150 150 150 0 1,785 FUND SOURCES Awarded Grant 0 Proposed Grant 75 75 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 647 121 192 150 150 150 150 150 0 1,710 TOTAL SOURCES 647 121 267 150 150 150 150 150 0 1,785 Project Location: Entire System 2008 to 2013 136 f GIS Inventory Phase Map CONSULTANT AGREElVIENT 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 Area V GIS Infrastructure Inventory. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement within 365 calendar days from notice to proceed, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $150,000 without written authorization. B. The Consultant may submit vouchers to the City once per month during the progress ofthe 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 ofthe work under this Agreement and its acceptance by the City. D. Payment is provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and state for a Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:\Jemp\XPgrpwise\Conlract 081015.doc Page 10f9 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 ofthis contract comprehensive general liability insurance, with a minimum coverage of$500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of$l,OOO,OOO. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:ltemplXPgrpv.uelContraCl 08JOJ5.doc Page 2 of9 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 ofrace, 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. N on-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 ofthe death of a member, partner or officer of the consultant, or any of its supervisory personnel assigned to the proj ect, 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 Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:~emp\XPgrp....iselConlroct 08/0/ S.doc Page 3 of9 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 ofTukwila 6300 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Perteet, Inc. 2707 Colby Avenue, Suite 900 Everett, W A 98201 17. Integrated Agreement. This agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this day of ,2008 CITY OF TUKWILA CONSULTANT By: Crystal L. Donner Vice President Jim Haggerton, Mayor Attest! Authenticated: Approved as to Form: Office of the City Attorney Christy O'Flaherty, City Clerk Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:llempIXPgrpwise\Contracl 08101 J.dac Page 4 of9 Exhibit "A" C"____ _S' c:t.-_..r:__4"'l 0\;VJJC VI 0CI Y I\;C~ City of Tukwila GIS Public Works Infrastructure Inventory Phase V (Between 1-5, SR-405 and Interurban Ave.) INTRODUCTION The overall objective of 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 easements within the three areas as defIned below: 1. Between the Eastern City Limits and West Valley Highway from and including South 180th St. to Strander Blvd. . 2. East of Interurban Ave. So. to the Green River between the Allentown Bridge and 1-405. 3. Between the east margin of 1-5 and Interurban Ave. So, to the south margin of So. 144th St. The Inventory Program developed for the previous phases will be the foundation for the Phase V GIS project. This phase of the inventory will locate, storm drainage structures and facilities and the center point of street monument cases. We will also provide measure down to apparent inverts 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. The work under this agreement will be accomplished under the following elements of work: SCOPE OF SERVICES 1. 0 Management / Coordination / Administration 1.1. Provide continuous project management administration (billing invoices, monthly progress reports) throughout the project's fIeld data acquisition and GIS development. 1.2. Develop project schedule. Schedule to be updated by the Consultant at the City's direction as needed. 1.3. Attend coordination meetings with City staff and prepare meeting minutes. It is assumed that a total of 6 meetings will be required and additional meetings, at the City's direction, will be considered additional work. 1.4. Prepare independent QNQC reviews at the 75% and final project review. Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:ltemp\KPgrpwise\Conlracl 081O/5.doc Page 5 of9 1.5. Coordination of Sub-consultants. ? n PJ'n;prt Plnnn;nu -. - - . -J--- - --'-uouo 2.1. The Consultant analyst 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. 2.2. Acquire both hard copy and electronic mapping that is readily available from King County, WSDOT, or other sources that show the infrastructure features that will be inventoried within their geographical areas. 3.0 Field Data Acquisition 3.1. Assumptions: 3.1.1. Elevations will be referenced to NA VD "88" datum. 3.1.2. 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. 3.1.3. "Confined Space" entry will not be required by the consultant to complete the project. 3.1.4. Only visible or easily recovered features will be surveyed. 3.1.5. City of Tukwila will ensure access to all private properties required for the survey. 3.2. Storm System Survey: 3.2.1. The following visible Storm Sewer system appurtenances will be located by GPS or optical survey: manhole and catch basins, including invert elevations, pipe sizes, material and direction of flow, culvert outfalls and drainage swales. 3.3. Monument Survey: 3.3.1. 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. Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:lJemplXPgrpy.;se\ConJraCI08IOIS.doc Page 60f9 4.0 GIS Data Development 4.1. Support Field Data Acquisition 4.1.1. Prepare supporting field map documents as necessary to successfully complete inventory. 4.1.2. Ensure data transfers are complete and conform to data template design as prescribed in previous project phases. 4.2. Data Development and Drainage Network Construction 4.2.1. Stormwater sewer systems will be developed into comprehensive networks. 4.2.2. TetraTech assumes approximately 600 catch basins and 250 culverts, plus connecting ditches and swales for conversion to GIS. 4.2.3. TetraTech will ensure the digital conversion of streams and integrate them into the stormwater network within the final geodatabase product. 4.2.4. 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. 4.2.5. QA/QC procedures developed and implemented in Phases I through IV to detect flow anomalies, missing features, and other potential errors will be used in Phase V. 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. 4.2.6. Data will be provided to City staff on a regular basis to allow for a final tier of QAlQC. Data will be made available for download off a secure web-site or provided to the City in an alternate fashion. We expect to use the City's ArcReader system developed in Phases I through IV to accomplish this tier of quality assurance. I 4.3. Geodatabase Enhancements 4.3.1. The Drainage Network will be integrated into the Personal Geodatabase created in Phase 1. The Geodatabase format created in Phases I through IV will be kept as is. Data resulting from the field inventory and network construction in Task 4.2. will be added to the existing Geodatabase (currently encapsulating all work performed in Phase 1). Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:ltempIXPgrpwiselConlracJ 08/0/5.doc Page 70f9 4.4. Map Production 4.4.1. 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 Phase 1. The map will be compiled in a poster-size (E). One (1) draft and one (1) fmal submission of each hardcopy map will be provided to both the Client and Perteet. Duplicate copies will be provided at an additional cost. 4.5. Documentation and Delivery 4.5.1. 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. 4.5.2. A recommended data management strategy will be written and provided to the City. This will offer suggestions on future expansion of the database. 4.5.3. 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 ofthe 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 Phase1 through III, an Arc GIS project file, and digital metafiles of the map graphics. . One set of hardcopy maps in Poster format. . A "PMF" version of each hardcopy map for general use by City Staff that use the free ArcReader software OR an ArcView project file. Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:\JempIXPgrpviiseIContracl 08/0/ S.doc Page 8 of9 Exhibit "B" Hourly rates and expenses to a maximum of $150,000. Consultant Agreement for Professional Services Phase V GIS Infrastructure Inventory C:lJemp\XPgrpwise\ContraCl 08101 S.dac Page 9 of9 THIRD QUARTER REPORT TO COUNCIL July 1 - September 30, 2008 Prepared for Utilities Committee PUBLIC WORKS DEPARTMENT 3fd QUARTER SIGNIFICANT ISSUES . Completed the Tukwila 205 Levee, Site 5 Retaining Wall. . Awarded construction contracts for 2008 Overlay Program, Standby Power Upgrades Year One, 2008 Small Drainage Program, Interurban Ave S. Waterline. . Received WA State right-of-way certification for Tukwila International Boulevard Phase II & III. . Significant staff time is required to respond to request for public records which reduces our ability to complete goals in a timely manner. BUDGET PROGRAM GOALS Public Works Administration 1. Review the Local Improvement District for the purpose of fundinQ the Tukwila Urban Access Proiect at Klickitat and South center Parkway: Ongoing. Waiting on completion of right-of-way negotiations for three properties to finalize the preliminary assessment roll for the LID. 2. Evaluate future Qrant fundinq options available and propose a course of action to fund transportation proiects: Ongoing process. 3. Assess the City's Emerqency ManaQement Plan usinQ the National EmerQency ManaQement Accreditation ProQram Standard as the Quideline: Effort stopped because continual changes to guidelines and requirements from Department of Homeland Security. 4. Provide Quarterly reports on emerQency manaQement issues: Ongoing process. 5. Hold Quarterly community informational meetinQs: Ongoing. Business Services 1. Create a more effective. cost-efficient department - proiectinQ and monitorinQ department cost: seeinq more cost-effective purchasinq aQreements with vendors: preparinQ the department's operation. maintenance and capital facilities budQet usinQ a 'needs-basis' approach: Ongoing process. City Administrator approved the Vehicle Replacement Guideline & Procedures. 2. Review a prOQram that effectively and efficiently administers Council-approved Local Improvement Districts (LIDs): Goal met. First proposal for a neighborhood LID indicated there was insufficient benefit to property owners to warrant the project. LID for TUC Access (Klickitat) continues. 3. Review "rate model" for establishinq appropriate rates for water, sewer and surface water enterprise funds: Ongoing process as part of the budget. Maintenance Administration 1. Analvze operational and standby needs for potential future expansion of shop facilities: Pending due to seismic study. 2. Implement recurrent technical traininQ and operational safety proqrams to maintain employee certification levels: Recurring goal met. 3. Implementation of maintenance trackinQ system for facilities and City resources: Goal met. A centralized reporting and tracking system was implemented for inventory & maintenance of city signs and to record and control graffiti. Engineering Administration 1. Continue to assess standardized contractinQ procedures for construction and repair proiects: Ongoing effort. The use of cost-loaded networks for managing contracts will be expanded. 2. Annual update of transpOrtation mitiQation fee system: Reviewing and updating the system. 2008 Third Quarter Report to Council Prepared for Utilities Committee Page 2 Development Genera!: 1. Maintain and improve the tum-around time for permit review and approval: Ongoing process. 2. Work with and support DCD to improve permit processes: Ongoing process. Performance: 1. Zero backloqs of permits waitinq for more than 30 days to be reviewed: Goal being met. 2. Permits for sinqle-familv residences issued within 30 days: Goal being met. Water Utility/Maintenance Operations General 1. Track backflow prevention compliance for the annual Department of Health report usinq the City's cross-connection data proqram: Compliance reporting period is complete for 2008. 2. Continue the remaininq phase of the automatic meter read proqram in the residential areas: Ongoing, goal being met. 3. Implement a proqram to test the accuracy of water meters 2-inches and larqer into standard preventative maintenance procedures: Ongoing. 4. Implement Water Use Efficiencv Proqram: Ordinance adopted and the program was implemented. Performance 1. Install new water meters within 48 hours of the hook-up request: Goal being met. 2. Respond to water Quality concerns within 24 hours: Goal being met. 3. Test chlorine residual level bi-monthly: Goal being met. 4. Test coliform levels bi-monthlv: Continuously scheduled through Seattle Public Utilities. 5. Achieve 10 percent water savinQs from prior year usaqe: Ongoing process. 6. Reoular testinq of fire hydrants: Goal being met. Sewer Maintenance Operations General 1. Evaluate system-wide conditions for possible replacement and/or upqrade: Ongoing process. 2. Review results of video loqs to identify areas of damaqe or infiltrationlinflow: Ongoing process. Performance 1. TV inspect 20.000 LF of pipe annuallv: Goal met. 2. Clean 183.000 LF of pipe annuallv: Ongoing. 3. Clean and maintain 730 manholes annuallv: Ongoing, goal being met. 4. Weeklv monitorinq of 10 sewer lift stations for pump hours. start counts. and qenerator operation: Being implemented on a recurring basis. General Engineering Services - Water 1. Complete construction of Interurban Ave S Waterline Proiect: Construction contract awarded. General Engineering Services - Sewer 1. Complete construction of the Gravity Sewer under 1-405 Proiect: Design at 30% completion. Waiting for WSDOT clearance requirements for franchise utility permit to finalize design. Surface Water Maintenance General: 1. Participate in development of a multi-vear small drainaqe proiect list: Completed. 2. Provide field support to Enqineerinq for GIS inventory: Being implemented. 3. Investiqate throuqh usaqe of TV. GIS and flushinq tasks to find unmapped systems: Ongoing. Performance: 1. TV inspect 15.000 LF of pipe: Ongoing as time and priorities permit. 2. Maintain/clean 3.500 LF of ditches and four tarqe water Quality ponds: Goal met. 3. Clean 1.400 catch basins. manholes and stormceptors: Ongoing. 4. Maintain/clean 15.000 LF of storm lines: Ongoing, scheduled for fourth quarter. 5. Conduct weeklv monitorinq of five storm lift stations for pump hours. start counts. and qenerator operation: Being implemented on a recurring basis with emphasis on backup power. 2008 Third Quarter Report to Council Prepared for Utilities Committee Page 3 Surface Water Genera! Engineering Services 1. Complete small drainaqe projects identified on the approved FY2008 list: Design complete. Construction contract awarded. 2. Continue adoption and repair of the private storm systems that have been identified: Ongoing. 3. Continue development of the GIS as-builts of city infrastructure that complies with NPDES: Area 4 results to Committee in fourth quarter. Will also start Area 5 in fourth quarter.