Loading...
HomeMy WebLinkAbout22-058 - Otak, Inc - Flood Plain ReviewsCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-058(a) Council Approval N/A CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and Otak, Inc. That portion of Contract No. 22-058 between the City of Tukwila and Otak, Inc. is hereby amended as follows: Section 3 — Time Extension: Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect fora period commencing upon execution and ending 12/ 31/ 2023, 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 12/ 31/ 2023 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this 26 day of October, 2022 . CITY OF TUKWILA CONTRACTOR Hari Ponnekanti, Director of Public Works Printed Name: Tyson Haunsel CA Reviewed May 2020 Page 1 of 1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 22-058 Council Approval N/A 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 professional services in connection with the project titled City of Tukwila Flood Plain Reviews 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 fora period commencing upon execution and ending 12/31/2022 , 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 12/31/2022 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 $19,932.00 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. 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 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: Tyson Hounsel Otak, Inc. 11241 Willows Road NE, Suite 200 Redmond, WA 98052 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 CA revised May 2020 Page 4 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 5 DATED this 4th day of May , 2022 CITY OF TUKWILA CONSULTANT 6744 Z7 a eeeZ1,1eL- Hari Ponnekanti, Director of Public Works CA revised May 2020 By: �. /e4echaiee.i, Printed Name: Trista Kobluskie Title: Senior Stormwater Planner Page 6 Exhibit A City of Tukwila Flood Plain Reviews Otak Project #33833.100 April 29, 2022 Project Understanding The City of Tukwila requests professional services for reviewing a development application for compliance with flood plain and related regulations. Code Compliance List ■ 16.52, Flood Plain Management ■ 18.45.155, Special Hazard Flood Areas (Floodplain Habitat Assessment) Overall Project Assumptions ■ The project duration is 5 months. ■ Other critical areas regulated under TMC 18.45, including wetlands, watercourses, geologic hazards, coal mine hazards, and fish and wildlife habitat conservation areas, will be reviewed by the Department of Community Development (DCD). Compliance with TMC 18.44 (Shoreline Overlay) will also be reviewed by DCD. Scope of Work Phase 100 Project Management The purpose of this task is to provide Project Management and Administration services during the project. Consultant shall: a. Manage the contract and subconsultant contract(s). b. Maintain regular communication and attend up to 10 half-hour coordination meetings with the City. c. Prepare and submit monthly invoices and monthly project status reports. Status reports list activities completed, and issues/needs. Phase 100 Assumptions ■ At least one contract amendment is expected. ■ Project management costs would increase if project duration increases. ■ No schedule will be prepared for development review tasks, and the fee does not include creation of a schedule. If additional tasks require a schedule, it will be included with a future amendment. Ilpdx-ae-fsO11projlProject133300133383.100108 CorporatelContractslTukwila Flood Plain Reviews Scope of Work 2022-04- 29.docx City of Tukwila Flood Plain Reviews April 29, 2022 Page 2 Phase 200 Flood Plain Development Review The purpose of this phase is to review an application for the Prose South Center development for compliance with floodplain and related regulations. 01 Task Management The Consultant shall organize, manage and coordinate the disciplines required to accomplish this task. The Consultant shall coordinate its work with efforts performed by City staff and other consultants or contractors. The Consultant shall provide task management services to facilitate efficient progress on each work order, including: ■ Project team management and coordination. ■ Meeting organization, facilitation and documentation. ■ Communicate task status to Otak's contract Project Manager to include in a monthly progress report. ■ Manage, monitor schedules, and prepare scope and scope changes for work performed under this phase. 02 Flood Plain Review As directed or approved by the City, Consultant may provide any of the services below: ■ Review applicable codes and document findings. ■ Review the development permit application, including flood zone control permit application or other applications submitted by the developer for compliance with the City of Tukwila's code sections listed above as directed by City staff. ■ Obtain relevant information from the Federal Emergency Management Agency (FEMA) or other agencies to understand site history and technical background of the flood plain designation on the site. ■ Perform site visits to confirm site conditions and adjacent infrastructure related to development applications when approved by City staff. ■ Attend scheduled meetings and represent the Public Works department in pre -application meetings with developers to discuss standards and technical elements as directed by City staff or when approved by City staff. ■ Provide to the City, within three weeks of receipt of plans and supporting documents, plan redlines and written review comments in a comment review matrix. ■ Respond to comments and inquiries about plan review from City staff, developer's engineers, others as necessary, or others as directed by City staff. ■ Meet to discuss review comments with City representative and/or development proponents as necessary, or others as directed by City staff. ■ Perform other incidental engineering services in connection with plan checking when approved by City staff. ■ Research and answer specific questions posed by the City related to approvable development of the property (e.g. determine definitions of displaced volume for the site pursuant to an existing basement on the site) when requested by City staff. ■ Review hydrologic or hydraulic models as directed by City staff. 03 Floodplain Habitat Assessment Review Otak will review the proposed project for consistency with the requirements of the National Flood Insurance Program's Endangered Species Act (ESA) compliance guidance. This task includes reviewing a Floodplain Habitat Assessment submitted the applicant, including identifying submittal requirements and information needs from the applicant to document the City's compliance with the ESA for FEMA. City of Tukwila Flood Plain Reviews April 29, 2022 Page 3 Phase 200 Assumptions ■ Services will be provided when requested in writing (email is acceptable) at agreed hourly rates until the maximum budget for this phase has been reached. ■ A half-day site visit by one Otak senior engineer and one senior environmental specialist is expected. ■ Up to three rounds of review for the Prose South Center development are anticipated. ■ The budget includes expenses for travel to the Prose South Center site for one site visit and FEMA data requests up to $600. City of Tukwila Flood Plain Reviews Otak, Inc. Project 33833.100 4/29/2022 Exhibit B-1 Labor Categories* Task Description CE IX CE X Scientist V Designer IV Scientist I PA Total Hours Total Budget by Task 100 Project Management 01 Project Management 10 1 11 $ 2,064 200 Flood Plain Development Review 01 Flood Plain Review 8 40 18 20 12 6 104 $ 17,068 Total Hours 18 40 18 20 12 7 115 $19,132 $800 $19,932 Annualized Billing Rate $198 $215 $166 $115 $91 $84 Total Labor Cost $3,564 $8,600 $2,988 $2,300 $1,092 $588 Direct Expenses Subconsultant Administration Project Total * Labor categorie are representative of the staff who may perform the work are are used to deve op a fee estimate. Staff in different categories may be used depending on availability, promotions, or other considerations. Otak's current rate schedule is attached as Exhibit B-2. \\pdx-ae-fs01\proj\Project \33300\33383.100\08 Corporate\Contracts\33383.100 Fee 2022-04-29 Page 1 of 1 4/29/2022 Exhibit B-2 Otak, Inc. Schedule of Billing Rates Labor Category Sr. PIC/ Sr. PM Architecture PIC/Sr. PM Architecture Sr. PM - Architecture Studio Leader Architect VI Architect V Architect IV Architect 111 Architect II Architect I Architectural Tech VI Architectural Tech V Architectural Tech IV Architectural Tech 111 Architectural Tech II Architectural Tech I Project Manager/Design Sr. PIC/Sr. PM Civil PIC/Sr. PM Civil Civil Engineer X Civil Engineer IX Civil Engineer VIII Civil Engineer VII Civil Engineer VI Civil Engineer V Civil Engineer IV Civil Engineer 111 Civil Engineer II Civil Engineer I Engineering Designer V Engineering Designer IV Engineering Designer 111 Engineering Designer II Engineering Designer I Engineering Tech VII Engineering Tech VI Engineering Tech V Engineering Tech IV Engineering Tech 111 Engineering Tech II Engineering Tech I Page 1 of 4 Otak Billing Rate 293.00 271.00 211.00 208.00 192.00 171.00 153.00 129.00 121.00 107.00 162.00 136.00 109.00 94.00 82.00 73.00 139.00 293.00 254.00 215.00 198.00 177.00 162.00 153.00 143.00 131.00 117.00 106.00 97.00 127.00 115.00 100.00 94.00 84.00 155.00 134.00 123.00 103.00 89.00 77.00 69.00 11102 IIIIIIIIIIIIIIIIIIIIII Exhibit B-2 Otak, Inc. Schedule of Billing Rates Labor Category PIC/Sr. CM Construction Manager VI Construction Manager V Construction Manager IV Construction Manager 111 Construction Manager 11 Construction Manager 1 Field Representative VII Field Representative VI Field Representative V Field Representative IV Field Representative 111 Field Representative 11 Field Representative 1 CM Documentation Specialist 111 CM Documentation Specialist 11 CM Documentation Specialist 1 Sr. PIC/Sr. PM LA/Mst Pln PIC/Sr. PM LA/Master Plan Landscape Architect VII Landscape Architect VI Landscape Architect V Landscape Architect IV Landscape Architect 111 Landscape Architect 11 Landscape Architect 1 Landscape Technician 111 Landscape Technician 11 Landscape Technician 1 PIC/Sr. PM Planner Sr. PM - Planner 11 Sr. PM - Planner! Planner IV Planner 111 Planner 11 Planner 1 Planner Associate IV Planner Associate 111 Planner Associate 11 Planner Associate 1 Page 2 of 4 Otak Billing Rate 222.00 207.00 185.00 171.00 154.00 143.00 126.00 171.00 148.00 137.00 112.00 103.00 92.00 85.00 123.00 112.00 97.00 252.00 222.00 189.00 163.00 145.00 131.00 123.00 112.00 97.00 101.00 90.00 75.00 256.00 188.00 173.00 155.00 146.00 131.00 103.00 136.00 104.00 92.00 75.00 Exhibit B-2 Otak 11102 Otak, Inc. Schedule of Billing Rates Labor Category Billing Rate Sr. GIS Specialist - Planner 127.00 GIS Specialist - Planner 114.00 GIS Intern / Planner 88.00 PIC/Sr. PM Urban Design 205.00 Urban Designer V 190.00 Urban Designer IV 171.00 Urban Designer 111 145.00 Urban Designer II 127.00 Urban Designer I 111.00 Sr. Project Director 261.00 Analyst IV 149.00 Analyst III 125.00 Analyst II 107.00 Analyst I 96.00 PIC/Scientist 227.00 Scientist VI 205.00 Scientist V 166.00 Scientist IV 148.00 Scientist 111 129.00 Scientist II 100.00 Scientist I 91.00 Environmental Specialist 140.00 PIC/PLS Sr. Manager 248.00 Professional Land Surveyor V 200.00 Professional Land Surveyor IV 169.00 Professional Land Surveyor 111 153.00 Professional Land Surveyor II 138.00 Professional Land Surveyor I 129.00 Survey Crew Chief 111 127.00 Survey Crew Chief II 105.00 Survey Crew Chief I 95.00 Survey Office Technician 111 106.00 Survey Office Technician II 98.00 Survey Office Technician I 89.00 Survey Field Technician 111 84.00 Survey Field Technician II 80.00 Survey Field Technician I 71.00 Page 3 of 4 IIIIIIIIIIIIIIIIIIIIII Exhibit B-2 Otak, Inc. Schedule of Billing Rates Labor Category Special Services Consultant Contract Administrator Graphics Specialist Project Coordinator II Project Coordinator I Project Admin. Asst Page 4 of 4 Otak Billing Rate 241.00 120.00 120.00 143.00 113.00 84.00 10002 IIIIIIIIIIIIIIIIIIIIII