HomeMy WebLinkAboutCAP 2007-04-10 Item 2B - Agreement - Tukwila Pond Water Quality Feasibility Study and Design with Tetra Tech Inc
City of Tukwila
Steven M. Mullet, Mayor
Department of Community Development
Steve Lancaster, Director
INFORMATION MEMO
To:
From:
Date:
Subject:
Mayor Mullet Y LlL ~
Steve Lancaster, Director, DCD y-
March 28,2007
Tukwila Pond 'Vater Quality Consultant Recommendation
Project Number 03-PKIO
ISSUE
Approval of Tetra Tech, Inc. to carry out a detailed feasibility study and design for
improving water quality in Tukwila Pond.
BACKGROUND
The City carried out a planning process in 2006 with the Council, Parks Board, Planning
Commission and staff to identify goals for Tukvvila Pond as an enhanced urban amenity,
centerpiece for the Tukwila Urban Center Plan, and wildlife conservation area (see the
attached, approved concept plan). In addition to enhancing Tukwila Pond for public and
wildlife use, one of the areas of concern is the need to improve \vater quality and reduce
potentially harmful algal blooms in the summer. A very preliminary screening study was
carried out in 2006 to identify potential methods and technologies that could be used to
improve water quality in the pond. This preliminary study identified the need for
additional information and more detailed feasibility study, including water quality
monitoring. The DCD urban environmentalist has been conducting ongoing water
quality monitoring since September with the support of the Fire Department. This
proposed consultant contract is to conduct the detailed feasibility study and design. It
will also provide cost estimates for construction.
The work under this contract will be carried out concurrently with the Tukwila Pond Trail
and Boardwalk contract being managed by Parks and Recreation to take the Tukwila
Pond Conceptual Design to the 55% design level. The water quality consultant and the
landscape architect consultant will be coordinating on design issues that relate to water
quality (such as survey data and floating dock design).
S.Whiting, h:\Tukwila Pond Plan\Water Quality Contract\InfomemoCAP.doc
3/30/07
6300 Southcenter Boulevard, Suite #100 . Tukwila, Washington 98188 · Phone: 206-431-3670 · Fax: 206-431-3665
ANALYSIS
A Request for Proposal was prepared by staff and sent out to five firms that were short-
listed from the current consultant roster due to their qualifications in the area of lake
management and water quality engineering. The five firms were:
. ESA-Adolfson Associates
. Envirovision, Inc.
. Herrera Environmental
. Parametrix
. Tetra Tech, Inc.
Two proposals were submitted in response to the RFP and were reviewed by a committee
made up of DCD and Public Works staff. The committee judged the best technical
proposal to be that of Tetra Tech.
Tetra Tech is familiar with Tukwila Pond, as the firm carried out water quality
monitoring in 1995 in conjunction with the development of Tukwila Pond Park. Tetra
Tech also conducted the screening analysis in 2006. The finn has highly qualified and
experienced staff in lake management issues and understands the need to develop low-
maintenance and economic alternatives. Therefore, Tetra Tech is recommended for this
project.
The projected schedule for the project is May through December of2007, but it is
expected that preliminary design and costs estimates for implementation will be available
in the fall.
RECOMMENDATION
The total budget in the 2007 CIP for Tukwila Pond is $280,000, the bulk of which is
being used for the landscape design of the Conceptual Plan. Of that amount, staff is
requesting that $73,186.00 be approved for this water quality feasibility study and design
contract. Staff recommends approval and referral to the COW ofthe consultant
agreement with Tetra Tech, Inc. for professional feasibility and design services for
improving water quality in Tukwila Pond.
Attachments: Tukwila Pond Conceptual Plan
Consultant Agreement
S.\Vhiting, h:\Tukwila Pond Plan\Water Quality Contract\InfomemoCAP.doc
3/30/07
Tukwila Pond 'Vater Quality Consultant Recommendation
Project Number 03-PKIO
Design Diagram
CONSULTANT AGREEMENT FOR
LAKE MANAGEMENT EVALUATION AND DESIGN SERVICES
TillS AGREEMENT is entered into between the City of Tukwila, Washington, herein-after referred
to as "the City", and Tetra Tech, 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 lake management
feasibility study and design services in connection with the project titled Tukwila Pond
Water Quality Imorovements.
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 240 calendar days from
the date written notice is given 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 $73,186.00 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment 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 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 v.rith 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 proj ect 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 Agr~ement. With respect to the perform-
ance 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.
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 inde-
pendent 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
2
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, othenvise 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.
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. 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 .
3
16. 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:
Tetra Tech. Inc.
1420 5th Avenue. Suite 550
Seattle. WA 981801
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.
day of
. 2007
DATED this
CITY OF TUKWILA
CONSULTANT
By:
Steven M. Mullet, Mayor
Printed Name:
Title:
Attest! Authenticated:
Approved as to Form:
Jane E. Cantu, CMC, City Clerk
/R~z:s~~~-- ~
Office of the City Attorney
4
EXHIBIT A
Scope of Work
Lake Management Services for Tukwila Pond
City of TukwiIa
Tetra Tech, Inc.
1420 Fifth Avenue, Suite 550
Seattle, WA 98101
206.728.9655
March 22, 2007
The following is a brief description of the scope of work to be performed by Tetra Tech (Tt) in support of
the City of Tukwila's efforts to improve the environmental condition of Tukwila Pond.
Task I Data Review. Tt will review existing data provide by the City and identify data gaps. The City
will also provide Tt infrastructure drawing of information as requested for Tt feasibility study of
alternatives. It is assumed that Pond inflows and outflows will be monitored by the City for quantity as
well as Pond level in order to determine a water budget. Phosphorus content of inflows and groundwater
will also be determined in samples collected by City personnel.
Task 2 Conceptual Phosphorus Model. Tt will construct a simple conceptual mass balance model using
the water and phosphorus budgets with chlorophyll prediction to illustrate the probably importance and
magnitude of internal versus external loading seasonally and to estimate relative impact of alternative
implementation.
Task 3 Stormwater Recommendations. Tt will make Stormwater management recommendations,
treatment of external phosphorus sources will be considered with respect to their relative magnitude of
effect on the Pond seasonally relative to cost. These best management practices will be sustainable
biofiltration or infiltration type systems.
Task 4 SW Pond Planting Plan. Tt will provide a southwest pond planting plan. The key to identifying
the plants that will successfully establish in this section of the pond is based on developing an
understanding of the sediment and inundation cycle, which Tt will do through direct observation and City
input.
Task 5 Feasibility Study. Tt will conduct a feasibility/design study analysis, a preliminary assessment of
the causes for the pond's poor quality relative to type and prospects for in-pond quality control activities
to be included in this analysis include circulation, hydroponic docks, P-inactivation, and dilution. This
assessment and estimates of environmental benefits will be further refined with additional data during the
study.
Task 6 Design and Cost Estimate. Based on the results of the feasibility analysis Tt will design in-lake
activities. Tt will provide preliminary and final design drawings, specifications and costs for installing
recommended techniques.
Task 7 Operation and Maintenance Plan. Tt will produce an operation and maintenance plan, with
guidance for maintenance of recommended control activities based on technology and team experience.
Task 8 Monitoring Plan. Tt will recommend an ongoing pond monitoring plan for adaptive management
uses in future years.
Task 9 Contingency Plan. Tt will design a emergency contingency plan to take effect if implemented
control measure fails to meet expectations in a given year. For example, if an algal bloom develops after
the hydroponic docks are established an alum treatment will be planned and may be employed as a
contingency measure.
Tasks 10 Permit Support. Tt will assist the City by identifying required permits and by preparing permit
application materials.
Task 11 Meetings. Tt will prepare for and attend three meetings with City Staff to discuss fmdings and
recommended activities and design specifics.
Task 12 Project Management. Tt project management will be conducted for team coordination and direct
communication with City staff, product quality assurance and control will be conducted as well as
monthly invoicing under this task.
EXHIBIT B
Budget Estimate
Lake Management Services for Tukwila Pond
City of Tukwila
Tetra Tech, Inc.
1420 Fifth Avenue, Suite 550
Seattle, W A 98101
206.728.9655
March 22, 2001
T kwil P d L k M
s
B dE'
u a on a e anagement emces u Iget stimate
Task Labor, ODCs Budget
hours $
PM PE Eng limo Env Sci
$172/hr $ 126/hr $110/hr $80/hr $80/hr
1 Data Review 4 8 4 8 4 $50 $3,506
2 Conceptual P Model 8 8 16 $50 $3,706
3 Stormwater 4 8 $50 $1,746
Recommendations
4 SW Planting Plan 4 12 $50 $1,698
5 Feasibility Study 20 32 48 24 32 $500 $18,812
6 Design and Cost 24 48 60 16 32 $500 $21,836
Estimate
70 & MPlan 2 8 8 $50 $1,914
8 Monitorinl! Plan 2 2 8 $50 $1,034
9 Contingency Plan 8 8 4 4 $50 $3,004
10 Permitting Support 4 16 16 16 $50 $4,278
11 City Staff Meetings 12 12 12 $250 $6,786
Proiect Management 28 $50 $4,866
Total Project Costs 120 116 136 78 144 $1,700 $73,186