Loading...
HomeMy WebLinkAbout031918_ca03Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, Public Works Director/County Engineer Agenda Date: March 19, 2018 Subject: Contract with Tetra Tech, Inc. Port Hadlock Value Engineering Review Services Statement of Issue: A contract with the County's sewer design team led by Tetra Tech, Inc. to review potential cost savings measures for a sewer in the Port Hadlock "Core" Area. Analysis/Strategic Goals/Pro's Et Con's: The sewer design team will investigate potential costs savings measures for the Port Hadlock sewer project in the "Core" area using newly -available modular MBR equipment, a pressurized collection system, and other items. The work in this contract will provide the County and property owners with updated costs which can be used as the basis of decisions about Local Improvement District (LID) formation and to pursue grants and appropriations for this important project. Fiscal Impact/Cost Benefit Analysis: $81,003 Recommendation: Please sign three (3) contract originals and return two (2) fully executed originals to Public Works. Department Contact: Monte Reinders x242 Reviewed By: f Philip Mo le County A ator Date PROFESSIONAL SERVICES AGREEMENT FOR Port Hadlock Sewer Value Engineering Review Services THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation, hereinafter referred to as "the County", and Tetra Tech, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. tion. The Consultant is retained by the County to perform value engineering work related to treatment and collection systems for the Port Hadlock "Core" Area. 2. Scope of Services. Consultant agrees to perform the services identified on Exhibit "A" attached hereto including the provision of all labor. 3. Time for Performance. Work under this contract shall commence upon the giving of written notice by the County to the Consultant to proceed. Consultant shall perform all services and provide all work products required pursuant to this agreement on the dates listed on Exhibit "A" 4. Payment. The Consultant shall be paid by the County for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to Consultant shall not exceed $81,003 without express written modification of the agreement signed by the County. b. The Consultant may submit invoices to the County once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the County, and upon approval thereof, payment will be made to the Consultant in the amount approved. Payment of Consultant invoices shall be within 30 days of receipt by the County for any services not in dispute based on the terms of this Agreement. 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 County after the completion of the work under this agreement and its acceptance by the County. 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 Tetra Tech 2018 — Port Hadlock Wastewater System Consultant Agreement Page 1 of 6 available for inspection by representatives of the County 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 with the services rendered under this agreement shall be the property of the County 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 Consultant's endeavors. Consultant shall not be held liable for reuse of documents or modifications thereof, including electronic data, by County or its representatives for any purpose other than the intent of this Agreement. 6. Compliance with laws. 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. Consultant shall indemnify and hold harmless the County, its officers, and employees, from and against any and all claims, losses or liability, or any portion thereof, including reasonable attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Consultant's own employees, or damage to property occasioned by a negligent act, omission or failure of the Consultant. Consultant shall be liable only to the extent of Consultant's proportional negligence. 8. Insurance. The Consultant shall obtain and keep in force during the terms of the Agreement, policies of insurance as follows: If and only if the Consultant employs any person(s) in the status of employee or employees separate from or in addition to any equity owners, sole proprietor, partners, owners or shareholders of the Consultant, Worker's Compensation Insurance in an amount or amounts that are not less than the required statutory minimum(s) as established by the State of Washington or the state or province where the Consultant is located. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $500,000 each occurrence with the COUNTY named as an additional insured in connection with the CONSULTANT'S performance of the contract. General Commercial Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and a aggregate of not less than two (2) times the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a greater amount is specified in the contract specifications. The insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: Tetra Tech 2018 — Port Hadlock Wastewater System Consultant Agreement Page 2 of 6 a. Broad Form Property Damage, with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; C. Broad Form Contractual/Commercial Liability — including completed operations; d. Premises — Operations Liability (M&C); e. Independent Contractors and subcontractors; f Blanket Contractual Liability. g. Professional Liability Insurance ($1,000,000 Each Claim & $2,000,000 Aggregate) The County shall be named as an additional insured party under this policy. Such insurance coverage shall be evidenced by one of the following methods: * Certificate of Insurance; * Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Certificates of coverage as required by this section shall be delivered to the County within fifteen (15) days of execution of this agreement. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Consultant shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of the Consultant to take out and/or maintain any required insurance shall not relieve The Consultant from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees), it being the intention of the parties that the insurance policies, with the exception of Professional Liability, so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Consultant. Tetra Tech 2018 — Port Hadlock Wastewater System Consultant Agreement Page 3 of 6 It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Consultant until such time as the Consultant shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Consultant must provide in order to comply with this Agreement. If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by the Consultant refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Consultant to obtain the full text of that endorsement and forward that full text to the County. The County may, upon the Consultant's failure to comply with all provisions of this contract relating to insurance, withhold payment or compensation that would otherwise be due to the Consultant. 9. Independent Contractor. The Consultant and the County 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 Consultant nor any employee of Consultant shall be entitled to any benefits accorded County employees by virtue of the services provided under this agreement. The County 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 Consultant, or any employee of 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 warranty, the County 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 Tetra Tech 2018 — Port Hadlock Wastewater System Consultant Agreement Page 4 of 6 selection and retention of employees or procurement of materials or supplies. 12. Assigpment. The Consultant shall not sublet or assign any of the services covered by this agreement without the express written consent of the County. 13. Non -Waiver. Waiver by the County 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 County 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 County. This section shall not be a bar to renegotiations of this agreement between surviving members of the Consultant and the County, if the County so chooses. 15. Notices. Notices to the County of Jefferson shall be sent to the following address: Jefferson County Public Works 623 Sheridan Street Port Townsend, WA 98368 Notices to Consultant shall be sent to the following address: Tetra Tech Inc. Attn: Keven Dour, P.E. 1420 Fifth Avenue, Suite 600 Seattle, Washington 98101 16. Integrated Agreement. This Agreement together with attachments or addenda, represents the entire and integrated agreement between the County 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 County and Consultant. Tetra Tech 2018 — Port Hadlock Wastewater System Consultant Agreement Page 5 of 6 SIGNATURE PAGE DATED this day of SIGNATURE PAGE Tetra Tech, Inc. Name of Consultant �`,/"V'%'•" Dd U.,0 Consultant's Representative (Please print) (Signature) - 711—t & F %;DA604 00VPr Title f Rcty S' ;Zo/B Date 20 JEFFERSON COUNTY BOARD OF COMMISSIONERS David W. Sullivan, Chair Kate Dean, Member Kathleen Kler, Member Approved as to form only: Philip C. Hunsucker Date Chief Civil Deputy Prosecuting Attorney C!Rei ers, P. Date Public Was Director/County Engineer CONSULTANT AGREEMENT uCASTLEWLLftaWJ Wicwa4t nmwknwnw%UGA%owa1201nTaae Tem ComnaTfoharonr ServKe+ Agreanao • Taro Tech 2018.docx m 12117 Page 6 of 6 Exhibit A Scope of Work Project No. 405-1693-2 JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PORT HADLOCK WASTEWATER SYSTEM WASTEWATER SYSTEM VALUE ENGINEERING REVIEW SERVICES GENERAL The following scope of services is for value engineering (VE) review of the (MBR) wastewater treatment system design completed in December 2013. Specifically, this review will focus on the Ovivo MBR treatment process and opportunities that may benefit initiation of the project through the use of a MicroBLOX MBR treatment system that has been brought to market since the completion of the design. Additionally, a review of the Core Area Collection System and scope modifications to reduce the initial startup capital costs will be conducted. A cash flow and rate evaluation will be conducted to reflect the changes to the projected capital plan based upon the VE alternatives developed in this scope of work SCOPE OF WORK: LID FORMATION SUPPORT SERVICES In the following task descriptions, where reference is made to a specific number of pages in a work product, the intent is to better define the level of effort that is the basis of the budget for the project, and not a guarantee of a specific number of pages in the final product. Where "County staff' is referenced, it is assumed that the County will invite designated parties to meetings as it deems necessary. The County will be responsible for public notification before public meetings. The work products from this project will be submitted in hard copy and electronic format. Report files will be produced in Microsoft Word, Power Point, and Excel. CAD files will be produced in AutoCAD using Tt drafting standards. Task 100 — Project Management This task includes work to plan and manage the project. Subtasks are described below: 100.1 Health and Safety Plan It is assumed there will be no field work on this project and a project -specific Health & Safety Plan (HASP) will not be required. A standard Health and Safety Checklist will be prepared for the project. It will contain guidelines and directives and may include minimum standards, safety criteria, and emergency response information/procedures for Tetra Tech staff. Work Product: • Health and Safety Checklist 100.2 Progress Updates and BoCC Meeting Progress updates will be held by telephone approximately once a month, as needed, with the County to coordinate work activities and keep the County informed of progress to date. It is assumed this project will be accomplished within 6 months of notice to proceed and there will be up to 4 progress updates during that period between the County and the Consultant Project Manager. Page A-1 Provide one meeting at Jefferson County to update and brief the County Administrator and Board of County Commissioners on the VE Evaluation and results. Work Products: • Summary of Action Items and follow up. • One meeting at Jefferson County with the Project Manager and Finance Specialist. 100.3 Progress Reports and Billings Tt will include brief monthly progress reports along with monthly invoices. Progress reports will contain information on major activities, anticipated actions, and outstanding issues to be resolved. Work Products: • Monthly progress reports and invoices • Project duration is assume to be 6 months. Task 200 Document Review This task provides scope and budget for review of the Facility Plan scope and budget and the Value Engineering Report completed during the 2013 Design. Information from this review will be used to inform and provide input the current Value Engineering Review: Work of this task is described in the subtasks below: 200.1 Facility Plan Review Review the costs for the treatment system and initial phase of the collection system. This will allow the team to evaluate/reconsider an approach for installation and phasing of a MicroBLOX System. Also consider areas where facilities can be re-evaluated or deferred in order to achieve a lower initial capital cost so the system can be built. Some facilities may be constructed in future years when the utility is running and cash flow is available. Work Products • 1-2 page written summary outlining cost review and summarizing opportunities where facilities can be deferred and scope%xtent of treatment system and initial Core Area Collection System. 200.2 Previous Value Engineering Report Review Review the Value Engineer Report and recommendations provided during the Wastewater Treatment Plant Design Contract in 2012. The purpose of this task is to identify or build upon any ideas or recommendations in the previous VE effort that warrant consideration at this stage. Assumes a total of 4 hours to review previous VE Study and identify any ideas to carry forward. Work Products • 1-2 page written summary identifying VE ideas to carryforward and build upon in this scope of work. Task 300 Value Engineering (VE) Services 300.1 Treatment System Value Engineering Review Coordinate with Ovivo and evaluate the use of MicroBLOX as an initial wastewater treatment system for Pt. Hadlock and consider steps for phasing in future treatment modules. Identify any modifications to headworks, influent pump station, administration building, etc. Evaluate methods for sheltering/housing MicroBLOX systems and ability to stage future units. Evaluate overall system plan to consider how far along the development curve can the system be expanded using MicroBLOX systems before a replacement with an MBR system as originally envisioned would be beneficial. 5 MI . •P79A • 2-3 Page written summary of evaluation, findings, and recommendations for implementing MicroBLOX as an initial treatment system. 300.2 Core Area Collection System Phasing Review Develop and evaluate Core Area collection system phasing options that would optimize service where there is need initially and provide the flexibility to expand the system only when there is demand for future connections. Estimate number of initial connections to the system and opportunities for future infill and expansion. Obtain and review Jefferson County PUD water records to provide an initial ERU and wastewater flow estimate. Page A-2 Work Products • Preparation a map showing revised Core Area Phase Boundary and initial collection system configuration. • GIS analysis of revised Core Area Phase Boundary and PUD data with calculations • 1-2 page written summary of Core Area evaluation and recommendation. 300.3 Develop Grinder Pump/Pressure Sewer Alternative Develop a pressurized grinder pump system for the updated Core Area initial service area. Layout pressurized collection pipelines based upon sizes developed during the 2008 Wastewater Facility Plan. Contact Washington State Department of Transportation (WSDOT) to determine requirements for installing pressurized sewer collection pipelines along State right-of-way and requirements for crossing under State Highways. Provided an updated map showing grinder pump collection system to the wastewater treatment plant. Work Products • Updated collection system map showing diameters, details of pipeline crossings. • 1-2 page written summary describing development of grinder pump system, details, and technical considerations. 300.4 Update Cost Estimates Update capital and O&M cost estimates to reflect changes in the treatment design and initial sewer system service area. Review and use Port Gamble bid tabs as appropriate. Escalate costs to 2018. Estimate in-house and contract O&M costs for a MicroBLOX system, and administrative costs. The Gravity Collection System cost estimate completed in 2013 will be used as a basis of format for the grinder pump cost estimate. Work Products • Updated planning level cost estimate for treatment system and initial grinder pump collection system. TASK 400 — Funding and Finance Update 400.1 Update Funding and Finance Analysis Evaluate funding options and initial and future cash flow implications if a MicroBLOX system is implemented. Also consider whether there is financial sustainability if the system expands slower than envisioned in the Facility Plan and identify potential financial risks. Update funding scenarios developed in the 2015 Funding and Finance memo with the revised costs and initial service area developed for MicroBLOX and the Core Area Collection System. A reasonable growth rate should be used for connections — not a straight line between initial and built out. Evaluate a scenario if only the initial area were built and expansion occurred very slowly. Evaluate whether the initial area could sustainably finance itself with further expansion or significantly reduce rate of growth. Work Products • Updated financial analysis summary to reflect updated cost estimates. • One draft and one final meeting summaryfor each of two (2) public workshops. Page A-3 EXHIBIT B Budget Revision Date: Labor Plan Price Summary / Totals Feb 09, 2018 5 Resource Task Pricing Totals 81,003 Pt Hadlock Wastewater System VE Review Bill Rate 246.14 277.49 137.70 87.36 209.73 Specify Add'l Fees on Setup 0 Technology Use Fee Total Price 81,003 VE Review of Wastewater MBR Process, identify approaches to reduce costs to initiate a wastewater treatment and collection system Proj Area Jefferson County Dept. of Public Works Unit Rate Qty's Items > Fleet Vehicles v z Pricing by Resource c Unit Rate > $0.58 m 3 Contract Type: Time and Materials (Hourly Rates) o o m LL : o m J Task Pricing Total Unit Schedule Labor Hrs mile W d o .E o Charged to M8E Labor Rate Esc. Labor Subs Travel Mat'ls & Equip ODCs Totals From Thru Months 368 42 84 158 54 30 Quantities> 360 o.00% 62,212 18,483 99 209 81,003 Project Phases / Tasks 3° 0 30 Task 100 - Project Management 24 18 - 2 4 MMMO 120 5,055 1,276 33 70 6,434 100.1- HASP 03/01/18 09/30/18 6.9 16 137 4 2 2 450 450 100.2 - Progress Updates & BoCC Mtg 03/01/18 09/30/18 6.9 16 137 12 12 2,954 1,276 33 4,263 100.3 - Progress Reports & Billings 03/01/18 09/30/18 6.9 16 137 8 6 2 120 1,652 70 1,721 Task 200 - Document Review 48 4 16 16 4 8 8,855 319 - - 9,174- 200.1 - Facility Plan Review 03/01/18 09/30/18 6.9 16 137 24 2 8 8 2 4 4,427 319 4,746 200.2 - Previous VE Report Review 03/01/18 09/30/18 6.9 16 137 24 2 8 8 2 4 4,427 4,427 Task 300 - Design Review Services 268 16 60 128 44 20 43,251 6,530 49,781 300.1 - Treatment System VE Review 03/01/18 09/30/18 6.9 16 137 56 4 24 24 4 10,098 1,539 11,637 300.2 - Core Area Collection System Phasing Review 03/01/18 09/30/18 6.9 16 137 98 4 16 32 40 6 13,783 3,077 16,861 300.3 - Develop Grinder Pump/Pressure Sewer Alt. 03/01/18 09/30/18 6.9 16 137 54 4 4 40 6 8,661 8,661 300.4 - Update Cost Estimates 03/01/18 09/30/18 6.9 16 137 60 4 16 32 8 10,708 1,914 12,622 Task 400 - Funding & Finance Update 28 4 8 12 2 2 240 5,051 10,358 66 139 15,614 400.1 - Update Funding & Finance Analysis 03/01/18 09/30/18 6.9 16 137 28 4 8 12 2 2 240 5,051 10,358 66 139 15,614 Totals 03/01/18 09/30/18 6.9 1 1 3681 42 84 158 54 30 1 Quantities >1 360 0.00% 62,212 18,483 99 209 - 81 003 Page B - 1 of 1 Printed 3/6/2018