Loading...
HomeMy WebLinkAboutReg 2020-08-03 Item 5D - Contract - 2019-2024 National Pollutant Discharge Elimination System Phase II Permit with Otak Inc for $55,602 (Grant Funds)COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/03/20 JR ITEM INFORMATION ITEM NO. 5.D. STAFF SPONSOR: GREG VILLANUEVA ORIGINAL AGENDA DATE: 08/03/20 AGENDA ITEM TITLE NPDES Phase II Permit 2019-2024 Consultant Selection and Agreement Otak CATEGORY ❑ Discussion g Date Aft ® Motion Aftg Date 08/03/20 ❑ Resolution Aft g Date ❑ Ordinance Aft g Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police ®P1V ❑Court SPONSOR'S The latest NPDES Phase II Permit was issued to the City on July 1, 2019 and provided SUMMARY additional requirements the City must meet. Three qualified and Otak, Inc met the best requirments for the project. The cost for Otak's consultant services will be $55,602.00 and will be paid from the Ecology 2019-2021 Municipal Stormwater Capacity funds, so no City funding is required. Council is being asked to approve the consultant agreement with Otak, Inc. REVIEWED BY ® Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev. ❑ LTAC ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 07/20/2020 COMMITTEE CHAIR: C. DELOSTRINOS JOHNSON RECOMMENDATIONS: SPONSOR/ADMIN. Public Works Department COMi'vU'I"I'EE Unanimous Approval; Forward to Consent Agenda Regular Meeting COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $55,602.00 $90,000.00 $0.00 Fund Source: 412 SURFACE WATER - MUNICIPAL STORMWATER CAPACITY GRANT FUNDS Comments: pg 90, 2019 CIP MTG. DATE RECORD OF COUNCIL ACTION 08/03/20 MTG. DATE ATTACHMENTS 08/03/20 Informational Memorandum dated 07/17/20 Consultant Agreement Proposal Rating Minutes from Transportation and Infrastructure Committee meeting of 07/20/20 13 14 City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Greg Villanueva, NPDES Coordinator CC: Mayor Ekberg DATE: July 17, 2020 SUBJECT: NPDES Phase II Permit 2019-2024 Project No. 99341210 Consultant Selection and Agreement ISSUE Approve a contract with Otak Inc. to assist the City with additional NPDES Phase II Permit requirements. BACKGROUND The latest NPDES Phase II Permit was issued to the City on July 1, 2019. This permit has additional requirements that the City must meet, including new Municipal Separate Storm Sewer System (MS4) Mapping and Documentation requirements. This includes relabeling mapped infrastructure to comply with Department of Ecology (DOE) requirements so that mapping nomenclature is consistent across the region. Other requirements include developing and implementing a prioritization method and process to determine which receiving waters will benefit the most from stormwater retrofits. DISCUSSION The current MRSC Consultant Roster was reviewed, and three firms were short-listed to provide consultant services. The firms were KPG, Otak, and David Evans. The Summary of Qualifications for NPDES and GIS mapping were evaluated for each firm and Otak was selected as the firm that best met the requirements of the project. Staff met with Otak and developed a scope of work that includes: a GIS analysis of the existing drainage system, providing an updated delineation map of areas that do not discharge to surface waters and drainage areas tributary to each outfall 24-inch diameter or greater; developing a list of GIS datasets that need to be updated or created and provide a schema for each, performing a receiving Water Conditions Assessment, and providing related MS4 supporting documents. FISCAL IMPACT The cost for the Otak consultant service is $55,602.00 and will be paid from the Ecology 2019-2021 Municipal Stormwater Capacity Grant of $90,000, that the City was awarded. No City funding is required. RECOMMENDATION Council is being asked to approve a consultant agreement with Otak Inc. and consider this item on the Consent Agenda at the August 3, 2020 Regular Meeting. Attachment: Consultant Agreement Proposal Rating https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/Agenda Items/TIC 07-20-2020/5. NPDES Phase II Permit Consultant Contractllnfo Memo NPDES Phase II Permit .a.docx 15 Contract Number: City of Tukwila �s"'"- 6200 Southcenter Boulevard, Tukwila WA 98188 S. PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Otak 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 services in connection with the project titled 2019-2024 NPDES MS4 Mapping and Stormwater Planning Assistance 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 March 31, 2021 , 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 March 31, 2021 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 $55,602.00 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. 16 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, 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. 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 $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 III 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. 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. G. 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 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. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, 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, the presence of any disability, or any other protected class status under state or federal law, 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. 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: 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. CA revised May 2020 Page 4 19 DATED this CITY OF TUKWILA Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flaherty day of , 20 CONSULTANT By: Printed Name: Title: Approved as to Form: Office of the City Attorney CA revised May 2020 20 Page 5 NPDES/GIS Mapping Updates - Qualification Review (1= Top Choice, 2 = Second Choice, 3 = Third Choice) Relevant Project Manager Experience 2 1 2 Experience with Tukwila GIS 2 2 1 Small Scale Projects 1 1 2 Ability to keep project on schedule and within Budget 1 1 2 Project Team Availability of Key Team Members 2 2 2 Knowledge of City NPDES Program 3 1 3 Knowledge of State NPDES Requirements 2 1 2 TOTALS (Lowest Total Score is best) 13 9 14 Firm Rank (1 - 3, Lowest = Best) 2 1 3 N https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/Agenda Items/TIC 07-20-2020/NPDES Phase 11 Permit Consultant Contract/Proposal Rating NPDES 22 Transportation & Infrastructure Committee Minutes July20, 2020 D. Bid Award: Riverton Creek Flap Gate Removal Project Staff is seeking Council approval of a construction contract to AtWork Commercial Enterpriseds, LLC in the amount of $106,090.60 for construction of the project's Restoration Phase. Committee Recommendation Unanimous approval. Forward to August 3, 2020 Regular Meeting. E. Bid Award: 2020 Strander Boulevard and Andover Park East Sewer Repair Staff is seeking Council approval of a construction contract to R. L. Alia Company in the amount of $258,830.00 for repair of a failing pipe at the intersection of Andover Park East and Costco Drive and along Strander Boulevard. Committee Recommendation Unanimous approval. Forward to July 20, 2020 Regular Meeting. F. Consultant Agreement: NPDES Phase II Permit Staff is seeking Council approval of an agreement with Otak Inc. in the amount of $55,602.00 to assist with additional NPDES Phase II Permit requirements. Funding is paid from the Ecology 2019-2021 Municipal Stormwater Capacity Grant. Committee Recommendation Unanimous approval. Forward to August 3, 2020 Regular Meeting. II. MISCELLANEOUS Staff provided an update on the progress of the Public Works Shops and will return later in the fall with a 90% design progress report and cost estimates with a goal of going to bid late this year. The meeting adjourned at 6:32 p.m. CDJ Committee Chair Approval Minutes by LH 23