HomeMy WebLinkAboutTIC 2017-10-24 Item 2A - Agreement - Water Reservoir and Pump Station Study with Carollo EngineersCity of Tukwila
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Robin Tischmak, Acting Public Works Director
BY: Mike Cusick, Senior Program Manager
CC: Mayor Ekberg
DATE: October 20, 2017
SUBJECT: Water Reservoir and Pump Station
Project No. 91240102
Consultant Selection and Agreement for 2017
ISSUE
Approve Carollo Engineers for the Water Reservoir and Pump Station Study.
Allan Ekberg, Mayor
BACKGROUND
The Washington State Department of Health is requiring that the City provide additional water
storages and this project will study the possibility of using Highline's CrestView Reservoir's
extra capacity instead of building a new reservoir.
ANALYSIS & FISCAL IMPACT
The City invited Requests for Professional Qualifications (RPQ) from five consulting firms that
were listed in the Municipal Research and Services Center's Consultant Roster. Only one RPQ
was received for the Water Reservoir and Pump Station project from Carollo Engineers. Carollo
Engineers has completed other design projects for the City and their work has been
satisfactory.
Water Reservoir and Pump Station Study
Consultant Budget for
Agreement 2017
$ 47,005.00 50,000.00
RECOMMENDATION
Council is being asked to approve the consultant agreement with Carollo Engineers for the
Water Reservoir and Pump Station Study in the amount of $47,005.00 and consider this item
on the Consent Agenda at the November 6, 2017 Regular Meeting.
Attachments: Consultant Rating Sheet
Page 71, 2017 CIP
Consultant Agreement with Scope of Work
W:1PW Eng1PROJECTSW- Wr ProjectsMater Reservoir Siting Study (91240102)12017 Reservoir Study memo 102017.docx
1
WATER RESERVOIR AND PUMP STATION
e,c
4<6
Carollo is selected for the project.
No response
No response
No response
No response
10
10
10
10
10
'
10
'
Carollo
10
10
9
9
10
9
57
1
HDR
0
0
0
0
0
0
0
0
Coffman
0
0
0
0
0
0
0
0
Brown &Caldwell
0
0
0
0
0
0
0
0
Kenndy Jinks
0
0
0
0
0
0
0
0
Carollo is selected for the project.
No response
No response
No response
No response
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
Water Reservoir and Pump Station Project No. 91240102
Design and construct a new 1.5 million gallon water storage reservoir with a 3,300 gpm pump station.
The Department of Health is requiring that the City provide additional water storage in the 360 pressure zone,
which includes the Commercial Business District. A pump station is needed for fire flow.
Design funds in 2017 will study the possibility of using Highline's CrestView Reservoir's extra capacity instead of
building a new reservoir. Siting study in 2013 showed optimal site location in the Manufacturing/Industrial Center
(MIC). May also be included in new PW Shop facilities.
Additional staff will be needed to provide maintenance for the new reservoir and pumps.
The pump station may not be required depending on the location of the proposed reservoir.
FINANCIAL
(in $000's)
Through Estimated
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
26
50
500
500
1,076
Land (RAN)
100
100
Const. Mgmt.
400
400
800
Construction
2,600
2,600
5,200
TOTAL EXPENSES
26
0
50
0
600
3,500
3,000
0
0
7,176
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Bond
3,000
3,000
6,000
Mitigation Expected
0
Utility Revenue
26
0
50
0
600
500
0
0
0
1,176
TOTAL SOURCES
26
0
50
0
600
3,500
3,000
0
0
7,176
Location to be determined.
2017 - 2022 Capital Improvement Program 71
3
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
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 engineering services
in connection with the project titled Water Reservoir and Pump Station.
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 , 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 January 31, 2018 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 $47,005.00 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.
4
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, to the extent caused by the negligent acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $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.
CA revised : 1-2013
Page 2
5
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.
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 relatipnship 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, 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.
CA revised : 1-2013
Page 3
6
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Carollo Engineers, Inc.
1218 Third Avenue, Suite 1600
Seattle, WA 98101
18. The Consultant shall not be responsible for warranties, guarantees, fitness for a particular
purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental or
consequential damages to the City or any third party arising out of breach of contract,
termination, or for any other reason whatsoever. Additionally, the Consultant shall not be
responsible for acts and decisions of third parties, including governmental agencies, other
than the Consultant's subconsultants, that impact project completion and/or success.
19. Standard of Care. The Consultant shall perform the services required hereunder in
accordance with the prevailing industry standard of care by exercising the skill and ability
ordinarily required of engineers performing the same or similar services, under the same or
similar circumstances, in the State of Washington
20. City -Provided Information and Services. The City shall furnish the Consultant available
studies, reports and other data pertinent to the Consultant's services; obtain or authorize the
Consultant to obtain or provide additional reports and data as required; furnish to the
CA revised : 1-2013
Page 4
7
Consultant services of others required for the performance of the Consultant's services
hereunder, and the Consultant shall be entitled to use and rely upon all such information and
services provided by the City or others in performing the Consultant's services under this
Agreement.
21. Estimates and Projections. The Consultant has no control over the cost of labor, materials,
equipment or services furnished by others, over the incoming water quality and/or quantity,
or over the way the City's plant and/or associated processes are operated and/or maintained.
Data projections and estimates are based on the Consultant's opinion based on experience
and judgment. The Consultant cannot and does not guarantee that actual costs and/or
quantities realized will not vary from the data projections and estimates prepared by the
Consultant and the Consultant will not be liable to and/or indemnify the City and/or any third
party related to any inconsistencies between the Consultant's data projections and estimates
and actual costs and/or quantities realized by the City and/or any third party in the future.
22. Third Parties. The services to be performed by the Consultant are intended solely for the
benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to
rely on the Consultant's performance of its services hereunder, and no right to assert a claim
against the Consultant by assignment of indemnity rights or otherwise shall accrue to a third
party as a result of this Agreement or the performance of the Consultant's services
hereunder.
23. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1-2013
Page 5
8
DATED this
day of , 20
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
Attest/Authenticated:
By:
rAADJ� t AA n .kn,N-Q A A
Printed Name: Lara R. Kammereck, P.E., PMP
Title: Vice President
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 6
Highline water district intertie
Water district 75 intertie
Water district #75 intertie
City of Tukwila
Preliminary Water Reservoir and Pump Station Feasibility Study
The City of Tukwila (City) has proposed leasing storage from Highline Water District (Highline) rather
than construct a City owned 1.3 MG reservoir and pump station, which was identified in the City's 2013
Comprehensive Water Plan. In 2014, the City and Carollo evaluated sites for a City owned reservoir and
identified Cerini Hill (abandoned SWAT training facility) as the preferred location for the planned
$7,180,000 reservoir and pump station. This study will consider the operational and cost effectiveness of
leasing storage from Highline.
ASSUMPTIONS
• Carollo Engineers, Inc. will be referred to as "Consultant" in this document.
• City of Tukwila will be referred to as "City" in this document.
• Highline Water District will be referred to as "Highline" in this document.
• The City will obtain water quality on Highline's finished water quality in electronic format. No
water quality data will be collected.
• No new water quality data will be collected as part of the study.
• The 2013 Water System Plan hydraulic model will be used as the basis for the analysis.
• The City will obtain costs for leasing storage from Highline.
• All costs will be AACE Class V estimates.
TASKS
1. Summarize Water Quality. Summarize finished water quality from Highline and the City. It is
assumed the City will obtain the water quality data and provide it electronically. Compare water
quality to primary and secondary drinking water standards. No mixing study or evaluating the
corrosively either Highline or City water will be conducted as part of this work. However, the
data will be reviewed to confirm data availability for a future study. Additional data collection
will be recommended, if needed.
2. Purpose of Storage. Establish City's potential uses for the Highline reservoir (emergency storage,
fire storage, equalizing, etc.). Estimate the frequency of use, volume of storage and flow rates
required for each potential use.
o Meeting No. 1— Storage Uses. Review water quality and identify storage uses for leased
reservoir with City staff. Establish criteria for hydraulic modeling and comparison of
alternatives.
o Meeting No. 3 — Highline Coordination. Meet with Highline Staff to discuss leasing
storage. Review purpose of uses, potential operations, and known infrastructure
challenges. Identify limitations by either Highline or the City
3. System analysis.
o Update hydraulic model. Update the hydraulic model to incorporate piping changes
identified in the 2016 Pipeline Asset Management Update project. Develop potential
PRV settings for the Highline intertie based on the potential storage uses. Update short -
8/29/2017
10
term modeling scenario to the year 2020. Demands will be increased based on the 2013
Plan using a single multiplication factor across all model nodes. It is anticipated that
supply levels will also need to be increased to match the demand.
o Level of Service. Evaluate ability for leased Highline storage to meet designated uses for
the short-term (2020) and long-term (2035) planning horizon. Evaluate Peak Hour
Demand (PHD) and Maximum Day Demand (MDD) plus Fire Flow using the criteria
identified in the 2013 Water System Plan. Identify any conveyance improvements need
to use the leased storage. Recommend piping improvements for any new deficiencies
caused by the removal of a City owned reservoir. Prepare AACE Class V costs for the
updated intertie and any new distribution system improvements.
o Compare Alternatives. Compare hydraulic modeling results for the 2013 Water System
Plan, 2014 Reservoir Siting Analysis, and the leased Highline Reservoir scenarios.
Prepare charts and tables to summarize differences in levels of service and costs. It is
anticipated that Highline will provide the cost of the leased storage and any related
improvements in Highline's system. Select a preferred Alternative for City
implementation.
o Meeting No. 2 Preferred Alternative. Review level of service and comparison of
alternatives with City staff. Select a preferred Alternative.
4. Technical Memorandum No. 1. Prepare a short Technical Memorandum (TM) documenting the
study tasks. It is anticipated that the TM will be included as part of a DOH Project Report for the
preferred alternative.
5. Project Management. Direct all activities within the study as assigned by the City and maintain
the project within the contracted scope, schedule, and budget. This includes project
administration, monthly invoicing, client and team coordination and quality assurance/quality
control review. A study duration of 3 months is assumed for budgeting purposes.
8/29/2017 2
11
City of Tukwila
Preliminary Water Reservoir and Pump Station Feasiblity Study
Exhibit A - Schedule of Charges
N 8/29/2017
1 of 1
m
L
m ci
03
QJ
a)
Y
coQ
3
OTHER DIRECT COSTS
TASK / DESCRIPTION
_
o
o
Total
Travel
TOTAL
rum a„
--.2
c
a�
Hours
Laboro
PECE
and
COST
d
4'ci2
cP
s
.,
cost
Printing
a2�
oa a97
- Cacn
OH
0
Total
Total Labor Rate
$ 226
$ 175
$ 155
$ 135
$ 135
$ 90
$11.70
ODC
Tasks
1
Water Quality
2.0
2.0
8.0
16.0
0.0
1.0
29
$ 4,292
$ - $ 339
$ 339
$ 4,631
2
Purpose of Storage
4.0
16.0
8.0
24.0
2.0
1.0
55
$ 8,544
$ 50 $ 644
$ 694
$ 9,238
3
System Analysis
8.0
16.0
16.0
80.0
8.0
1.0
129
$ 19,058
$ 25 $ 1,509
$ 1,534
$ 20,592
4
TM No. 1
4.0
8.0
4.0
24.0
8.0
0.0
48
$ 7,244
$ 100 $ 562
$ 662
$ 7,906
5
Project Managemer
4.0
16.0
0.0
2.0
0.0
4.0
26
$ 4,334
$ - $ 304
$ 304
$ 4,638
Total
22.0
58.0
36.0
146.0
18.0
7.0
287
43,472
$ 175 $ 3,358
$ 3,533
$ 47,005
N 8/29/2017
1 of 1