HomeMy WebLinkAbout10-081 - Anchor QEA LLC - Peer Review of SAO and Master PlanCONSULTANT AGREEMENT FOR
PEER REVIEW SERVICES
10 -081
Council Approval N/A
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and }c-w,ino r Q U 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 peer review of the
Sensitive Areas Master Plan in connection with the project titled Tukwila South.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of written
notice by the City to the Consultant to proceed. The Consultant shall perform all services and
provide all work product required pursuant to this Agreement by September 30, 2010.
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
"A" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $12,700 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment is provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state for a period of three (3)
years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection 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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the
performance of this Agreement and as to claims against the City, its officers, agents and
employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code
of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting
from the sole negligence of the City, its agents and employees. To the extent any of the
damages referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of the Consultant, its
officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
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.
2
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
CITY OF TUKWILA
Attest/Authenticated:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Jon Boyce
Anchor QEA, LLC
1423 Third Ave., Suite 300
Seattle, WA 98101
17. Integrated Agreement. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Consultant and supersedes all
prior negotiations, representations, or agreements written or oral. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this r day of auto 2010.
Ma or 3
r!.
c
CONSULTANT
By: 738 02
Printed Name: JON 1301,1 Le
Title: Rni N?M
Approved as to Form:
Office of th Cjty Attorney
4
,`Z ANCHOR
IDEA
1605 Cornwall Avenue
Bellingham, Washington 98225
Phone 360.733 -4311
Fax 360 733.4212
www.anchorqea.com
MEMORANDUM
To: Minnie Dhaliwal, City of Tukwila Date: June 29, 2010
From: Derek Koellmann, Anchor QEA Project: 090325 -02.01
Cc: Bob Montgomery, Anchor QEA
Re: Revised Scope of Services for Review of Tukwila South SAMP technical
memorandum
Anchor QEA provided a scope of services to the City of Tukwila (City) on June 10, 2010 to
develop a memorandum to address environmental and technical issues associated with the
Sensitive Areas Master Plan (SAMP) for the Tukwila South Project (Project) prepared by La
Pianta and review the City's conditions of approval and the final staff report for the Project.
This revised scope has been prepared to address comments on the June 10, 2010 version of
the scope including removing the review of the City's conditions of approval and the final
staff report from the scope and reducing the number of hours allotted for meetings. This
revised scope of services replaces the June 10, 2010 version.
SCOPE OF SERVICES
Three tasks are proposed to complete this scope of services:
Task 1 Develop Technical Memorandum
Task 2 City Coordination and Project Management
Task 1— Develop Technical Memorandum
Under this task, Anchor QEA will prepare a technical memorandum address environmental
and technical issues associated with the Project SAMP. This technical memo will:
Analyze the final version of the SAMP for consistency with previously requested
changes and any requested additional information. Analysis of stream, wetlands and
fisheries mitigation proposed in the SAMP and how the proposed mitigation satisfies
best available science (BAS) criteria will be addressed.
Analyze whether the proposed mitigation actions detailed in the SAMP provide a net
gain in environmental benefits when compared to both existing conditions and a
strict application of the Sensitive Areas Ordinance for the project.
Privileged and Confidential
Task 1 Deliverables
Draft and Final Technical Memorandum
Task 2 City Coordination and Project Management
This task is provided to allow Anchor QEA to attend meetings and respond to phone or e-
mail inquiries related to the Project. Ten hours is provided in this task for coordination with
the City. Additional time is included for project management tasks including monthly
invoices and progress reports and coordination with the City on budget and scope issues.
Task 2 Deliverables
Monthly invoices and associated progress reports
BUDGET
The budget for completing these tasks is 12,700. The budget by task is as follows:
Task 1 Develop Technical Memorandum
Task 2 City Coordination and Project Management
Privileged and Confidential
9,200
3,500
Total $12,700
Minnie Dhaliwal
June 29, 2010
Page 2
ASSUMPTIONS
The following assumptions were used to generate this scope of work.
1. Anchor QEA will compare the BAS determinations in the SAMP with the City's Best
Available Science Issue Paper: Watercourses and other more recent BAS materials
related to stream, wetland, and riparian buffer functions and values
2. The City will provide one set of consolidated comments on the Task 1 technical and
Task 2 recommendation draft memoranda. Anchor QEA will respond to the single set
of draft comments on each memoranda and then finalize them.
3. Travel time for meetings will be charged to Task 3 of this Scope of Services.