Loading...
HomeMy WebLinkAboutUtilities 2014-12-01 Item 2B - Agreement - Final Revisions to Comprehensive Water Plan with Carollo EngineersCity of Tukwila INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director BY: Mike Cusick, Senior Program Manager DATE: November 26, 2014 SUBJECT: Water and Sewer Comprehensive Plans Project No. 91040101 Consultant Contract for Final Revisions ISSUE Approve a new contract with Carollo Engineers for final revisions to the Comprehensive Water Plan. Jim Haggerton, Mayor BACKGROUND In 2010, the City contracted with Carollo Engineers to update the Water and Sewer Comprehensive Plans with Contract No. 10 -055. Contract No. 10 -055 expired on May 30, 2014 and a new contract is needed with Carollo Engineers as Washington State Department of Health (DOH) has requested minor revisions to the Comprehensive Water Plan. DISCUSSION The City addressed the initial comments received from DOH and Council adopted the Comprehensive Water Plan on July 21, 2014 with Resolution No. 1834. The Comprehensive Water Plan was then resubmitted to DOH for final approval, at which time the City received new comments from a different DOH reviewer. DOH will not allow the minor changes to be placed in Appendix B Agency Comments section of the Water Plan and is requesting that a portion of the body of the text be revised. The Comprehensive Water Plan will be updated to include responses to the DOH comments; 1 camera ready Plan book and 1 CD of the plan. Staff will insert the revised pages into the plan notebooks that the City has already published. FINANCIAL IMPACT The new contract with Carollo Engineers will provide funding for addressing the reviewing agencies' comments and printing costs. Funding for the additional work will come from the Water Fund's Ending Fund balance. EXPENDITURES Funding Budget Original contract $291,000.00 Water Comp Plan $160,000.00 Supplement No. 1 12,662.00 Sewer Comp Plan 143,000.00 Supplement No. 2 21,721.50 Interurban Water Reuse (2013) 25,000.00 Supplement No. 3 -6** 16,250.00 Interurban Water Reuse (2014) 25,000.00 Supplement No. 7 19,768.00 APE Water Line 16,000.00 2015 Contract 15.132.00 Water Ending Fund Balance 8,000.00 Total $376.533.50 $377.000.00 ** Supplement Nos. 4 -6 did not change the contract amount. RECOMMENDATION Council is being asked to approve the contract for the final Revisions to the Comprehensive Water Plan with Carollo Engineers for $15,132.00 and consider this item at the January 12, 2015 Committee of the Whole and subsequent January 20, 2015 Regular Meeting. Attachments: Consultant Agreement 5 W:IPW EngIPROJECTSIA- Wr ProjectslWater Comprehensive Plan - Water (91040101)Ilnto Memo Water Comp Plan New Contract 117 2014.docn City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINERING SERVICES FOR THE COMPREHENSIVE WATER PLAN THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and Carollo Engineers, 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 Comprehensive Water Plan. 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 July 1, 2015 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 July 1, 2015 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 $15,132.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed. services rendered. and for all materials. supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 6 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. 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. 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. CA revised : 1 -2013 Page 2 7 Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 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. CA revised 1 -2013 Page 3 8 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 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. CA revised : 1 -2013 Page 4 9 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: Carollo Engineers 1218 Third Avenue, Suite 1600 Seattle, WA 989101 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. DATED this IT day of , 20 CITY OF TUKWILA Mayor, Jim Haggerton Attest/Authenticated: CONSULTANT By: Printed Name: Lara Kammereck Title: Vice President, Project Manager Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 10 EXHIBIT A CITY OF TUKWILA SCOPE OF SERVICES COMPREHENSIVE WATER PLAN The following is a scope of work for the Comprehensive Water Plan (Plan) for the City of Tukwila. This purpose of this scope is to add new tasks to respond to Agency comments. As a result of comments on the draft Plan from the State of Washington Department of Health (DOH) the storage analysis will be revised. This change requires extensive edits to the text, analysis tables, and figures throughout the Plan. Analysis revisions will also result in modifications to the capital improvements program (CIP). The Plan will be updated to include responses to comments. A Final Plan will be developed and issued for Council and Agency review and approval. SCOPE OF SERVICES AND TASKS The scope of services for the project will consist of the following tasks: Task 1: Project Coordination Consultant will provide the project management services necessary to meet the proposed scope of services, budget, and timeline. This includes three meetings with City. Monitor progress against projected schedule, scope of service, and budget and administer monthly invoicing. Communicate internally and with City staff regarding the project progress, any issues of concern, project requirements, periodic reviews, and overall project schedule. DELIVERABLES: 1. Meeting 1— Review Agency comments and proposed responses to Plan. Task 2: Incorporate Responses from Agency Comments • Add physical and contractual obligations from Cascade and SPU contracts for supply stations to Table 4.2. Include statement in text indicating inclusion. • Storage Analysis was revised to mitigate deficiencies in storage. DOH comment states current recommendation of contacting adjacent purveyors regarding willingness to provide storage for the City to meet requirements is unacceptable. Plan text to be revised and CIP modified. • City to develop water shortage response plan and Consultant to review and update as necessary. Water shortage response plan will replace Appendix H. • Add Adjacent Purveyor comments to Appendix B. Assumptions • City to send letters to Agencies pw:llCarollo /Documents /ClienUWACiukwila 18472800 /Project ManagementlContracts /Scope_AgencyComments.docx 11 Task 3: Plan Amendment Development This task will include the compilation of all previous tasks mentioned in this Scope of Services. Carollo will incorporate all updated chapters and prepare the Final Plan. Prepare revised Cover Sheet, Table of Contents, and Executive Summary. Compile Chapters and Appendices. Prepare Final Plan PDF for City review and incorporate comments into the Final Stamped Plan. DELIVERABLES: 1. One Stamped Final camera -ready copy, and one PDF of the Final Comprehensive Water Plans for the City. pw:ll Caroll o/ DocumentslClientWA /Tukwilaf8472800 /Project Management / Contracts /Scope_AgencyComments.docx 12 CITY OF TUKWILA EXHIBIT B COMPREHENSIVE WATER PLAN TASK / DESCRIPTION PM Asst. PM GIS WP Kammereck Reisinger Dunn Varies Total Hours Carollo Labor Cost OTHER DIRECT COSTS TOTAL COST PECE Travel and Printing $9.00 Total ODC Total Labor Rate $ 189.00 $ 150.00 $ 125.00 $ 81.00 Task 1 - Project Coordination 1.1 Meeting No. 1 - Agency Comments Review 4 2 0 0 6 $ - $ 50 $ 54 $ 104 $ 104 Subtotal - Task 1 4 2 0 0 6 $ 1,056 $ 50 $ 54 $ 104 $ 1,160 Task 2 - Incorporate Responses from Agency 4 16 8 4 $ - $ 1,728 $ 1,728 Subtotal - Task 2 4 16 8 4 32 $ 4,480 $ - $ 1,728 $ 1,728 $ 6,208 Task 3 - Plan Amendment Development 4 8 0 16 $ 3,000 $ 1,512 $ 4,512 Subtotal - Task 3 4 8 0 16 28 $ 3,252 $ 3,000 $ 1,512 $ 4,512 $ 7,764 TOTAL 12 26 8 I 20 66 $ 8,788 $ 3,050 $ 3,294 $ 6,344 $ 15,132 w