HomeMy WebLinkAbout22-136 - The Watershed Company - On-call Services: Environmental ConsultingCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-136(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and The Watershed Company
That portion of Contract No. 22-136 between the City of Tukwila and The Watershed Company is
hereby amended as follows:
Section 2. Compensation and Method of Payment: The City shall pay the Contractor for services
rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated
herein by this reference. The total amount to be paid shall not exceed $39,500.
•This is an increase of $19,500 from the initial contracted amount.
Section 4. Duration of Agreement: This Agreement shall be in full force and effect for a period
commencing on the latest date the Agreement is fully executed, and ending December 31, 2024,
unless sooner terminated under the provisions hereinafter specified.
•This is an extension of one year from the initial contracted term.
Exhibit B
• Updated to reflect rates starting on January 1, 2024.
All other provisions of the contract shall remain in full force and effect.
Dated this 18th day of December, 2023.
CA Reviewed May 2020
Page 1 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
DS
CITY OF TUKWILA
DocuSigned by:
C
1 F89FE09132B402
Allan Ekberg, Mayor 12/18/2023 1 10:37 AM PST
ATTEST/AUTHENTICATED:
DocuSigned by:
L
ViSf y 01-1F6lA,t,v
88678483CB594E7...
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
[DocuSigned by:
GAL ZaAVCI
5E499CA4165E452...
Office of the City Attorney
CA Reviewed May 2020
Agreement Number: 22-136(a)
Council Approval N/A
CONTRACTOR:
,-DocuSigned by:
By:
114hvtt, &sus,
1-F2D4-9841
Printed Name: Hugh Mortensen
Title:
Executive Vice President
Page 2 of 2
Hourly Rates Effective January 2024*
Dan Nickel, MSc
Director of Planning
$250
Hugh Mortensen, PWS
Director of Natural Resources
$250
J. Kenny Booth, AICP
Director of Current Planning
$250
Al Wald, LHg
Hydrogeologist
$215
Amber Mikluscak, PLA, GISP, MLA
Director of Landscape Architecture
$198
Nell Lund, PWS
Senior Ecologist
$197
Ryan Kahlo, PWS
Senior Ecologist
$197
Greg Johnston, EIT, CFP, MSc
Senior Fisheries Biologist
$190
Colin Macdonald
Restoration Biologist
$185
Kimberly Frappier, MSc
Senior Urban Forester/Environmental Planner
$182
Katy Crandall, PWS
Ecologist/Arborist
$180
Marina French, PLA, MLA
Senior Landscape Architect
$178
Peter Heltzel, MSc, CFP
Fisheries Biologist
$175
Matt Covert
Senior Planner
$174
Deb Powers
Senior Arborist/Urban Forester
$174
James Carlson, PLA
Senior Landscape Architect
$172
Chuck McDowell, PLA
Landscape Architect
$172
Clover Mcingalls, PWS
Environmental Planner
$171
Alex Capron, AICP
Senior Planner/GIS Specialist
$170
Sam Payne, PWS
Ecologist/Arborist
$163
Kyle Braun, PLA
Landscape Architect/Arborist
$158
Dawn Spilsbury
GIS Analyst/FAA Licensed Drone Pilot
$152
April Mulcahy
Ecological Designer/Arborist
$152
Roen Hohlfeld, MLA
Ecologist/Arborist/Landscape Designer
$151
Allison Martin
Ecologist
$150
Devin Melville
Environmental Planner
$146
Alex Plumb
Environmental Planner
$142
Laura Jones
Environmental Planner
$140
Ian Garnier
Landscape Designer
$139
Lars Freeman -Wood
Arborist
$138
Amanda Sanelli, PLA, MLA
Landscape Architect
$136
Nathan Burroughs, MSc
GIS Analyst
$136
Grace Brennan
Ecologist
$134
Alexis Ochoa
Arborist
$134
Evan Earhart
Arborist
$132
Brent Rutley
Ecologist
$130
Sage Yuasa
Ecologist
$130
Angela Mele
Interpretive Planner/Facilitator
$130
Anna Murphy
Ecologist
$130
Kim Miller
Desktop Publisher
$124
Hui Cao
Landscape Designer
$122
Project Coordinator
Project Coordinator
$120
Fern Huynh
Landscape Designer
$118
Hilary Hahn
Assistant Planner/Ecologist
$100
Acronym Key:
CFP = Certified Fisheries Professional as certified by the American Fisheries Society
EIT = Engineer In Training
LG = Licensed Geologist
LHg = Licensed Hydrogeologist
GIS = Geographic Information System
PWS = Professional Wetland Scientist as certified by the Society of Wetland Scientists
PLA = State of Washington Professional Landscape Architect
AICP = American Institute of Certified Planners
MSc = Master of Science degree
MLA = Master of Landscape Architecture
G1SP = GIS Professional
*Rates for 2024 only; escalator clause for cost of living may apply in future years
Direct Costs
Auto Mileage
Maximum standard rate allowable by IRS
Reproduction:
Plotting Rate er SF
Black & White Printing Rate per Page
B&W Bond $1.05
Color Bond $1.18
B&W Glossy $12.18
Color Glossy $13.76
8 1/2 x 11 $0.10
11 x 17 $0.20
12 x 18 $0.30
Color Printing Rate per Page
8 1/2 x 11 $1.00
11 x 17 $2.00
12 x 18 $2.50
Outside Reproduction
At cost
Electrofishing Equipment Fee
$100.00/day
Trimble DA2 - GPS Equipment Fee
$50.00/day
Drone
$200.00/day
Field Tablet
$20.00/day
Solomat Water Quality Testing Equipment Fee
$50.00/day
YSI Salinity pH Meter
$50.00/day
Expert testimony
Expert testimony is billed at 1.5 times standard
hourly rates
Lodging and per diem
Reimbursement will be at a rate not to exceed the
WA State OFM per diem rate for location services
are provided. Out -of -State locations will be
reimbursed at the current GSA rate for location
services are provided.
Other Direct Costs At Cost
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number: 22-136
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila,
optional municipal code city hereinafter referred to as "the City," and
referred to as "the Contractor," whose principal office
6th St South, Kirkland, WA 98033.
ashington, a non -charter
hereinafter
is located at /aQ
1'" lII�..I
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to havethe Contractor perform such services pursuan to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF thelmutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1.
0 0 1'
. The Contractor shall perform
on-call services ("Services") as further described on Exhibit A attached hereto and incorporated
herein by this reference as if fully set forth. The City shall provide written approval of all Services prior
to being performed. In performing such Services, the Contractor shall at all times comply with all
Federal, State, and local statutes, rules and ordinances applicable to the performance of such
services and the handling of any funds used in connection therewith. The Contractor shall request
and obtain prior written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed
' I
3. Contractor Budaet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencingla
- • h- A r n 1 f 11 , and ending D - • -r 1 212 luniess sooner
terminated under the provisions hereinafter specified.
5. jndependent Contractor. Contractor and City agree that Contractor 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
Contractor nor any employee of Contractor 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 contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification,. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
CA :Revised October 2022.
Page I of 4 + Appendices
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
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 Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractors 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.
7. Insurance. The Contractor 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 Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 Liabilit insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and S2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractors Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement OG
20 10 10 01 and Additional Insured -Completed Operations endorsement OG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3 Workers' Compensation coverage as required by the Industrial Insurance laws of the Stateof
Washington.
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 Contractors 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 Contractor's insurance and shall not contribute with
CA Revised October 2022 Page 2 of 4 + Appendices
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. Contractor 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 Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor 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 Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Terminatiog. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibitect. 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, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
CA :Revised October 2022. Page 3 of 4 .+ Appendices
13 This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be of any force or effectlunless it is in writing and signed by the parties.
14. .11 • . 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.
15. JotIces. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. 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 attomey's fees and costs of suit.
DATED this 24th day of October , 2022
CITY OF TUKWILA CONTRACTOR
Nora Gierloff, Director of
Community Development
APPROVED AS TO FORM:
eSiglled yia Seamless[1066.6610
cy4-iit, Le. 6'aild
y• 13,66 0 6-116,11 3- 6,11-000 1,11
Office of the City Attorney
CA Revised. October 2022.
By:
49 Wol.twte,ft,
Prin ed Name and Title: Hugh Mortensen, President
Address: 750 6th St South, Kirkland,
9 0
Page 4 of 4 .+ Appendices
EXHIBIT A
SCOPE OF SERVICES
The Consultant shall provide services to the City of Tukwila on an as -needed basis to perform
services related to reporting on and assessment of environmentally critical areas (ECA's),
including but not limited to, peer review of ECA services performed by third parties. The City
shall authorize in writing the specifications and the scope of review to be completed by the
Consultant. The Consultant will provide a cost estimate or bid based on that scope.
The Consultant shall may perform tasks including, but not limited to, these subjects:
• Critical area studies on a parcel(s) basis for development proposals (single or
clustered), including mitigation, maintenance, and monitoring plans
0 general review of project impacts for ECA code compliance per TMC, WAC
and RCW
• Wetland delineations, classification, and rating
• Watercourse delineation and typing
• Arborist reports
• Geohydrologic and fluvial geomorphologic studies
Additionally, the Consultant may perform additional tasks, or may subcontract tasks
including, but not limited to, these subjects:
• Geotechnical reports
• Technical information reports (TIR per KC Surface Water Manual)
• Riverbank analyses
• Geohydrologic and fluvial geomorphologic studies/modeling
• Phase 1 and 11 site analysis (MTCA)
Services and deliverables may include, but are not limited to:
• Site analysis
• Development plans review
• Reporting
• Verifying the correctness or adequacy of work similar to that described above that
has been prepared by a consultant hired by a permit applicant i.e., perform "Third
Party" review.
• Representing the City at hearings related to review of a proposal, if needed.
• Assisting the City in reviewing projects with impacts ECA's and associated buffers
under the State Environmental Policy Act (SEPA), EIS, etc.
• Assisting the City in determining costs associated with proposed rehabilitation,
enhancement, or mitigation work.
• Assisting the City in interpreting and implementing ECA regulations, as necessary.
• Coordinating with staff, and other Qualified Professionals re ECA compliance.
ATERSHED
EXHIBIT B
11011r1V Kates Effecuye January
Dan Nickel. MSc
i Environmental Engineer
$220.22
Hugh Mortensen, PWS
Senior Ecologist
$220.22
J. Kenny Booth, AICP
Senior Planner
$220.22
Al Wald, LHg
Hydrogeologist
$205.20
Amber Mikluscak, PLA, GISP, MLA
Senior Landscape Architect/GIS Manager
$194.40
Greg Johnston. E1T, CFP, MSc
Senior Fisheries Biologist
$183.60
Nell Lund, PWS
Senior Ecologist
$183.60
Ryan Kahlo, PWS
Senior Ecologist
$183.60
Mark Daniel, AICP
Senior Planner/GIS Specialist
$183.60
Marina French, PLA, MLA
Senior Landscape Architect
$175.12
Kimberly Frappier, MSc
Environmental Planner
$167.40
Colin Macdonald
Restoration Biologist
$167.40
Clover Mclngalls, PWS
Environmental Planner
$162.00
Peter Heltzel. MSc, CFP
Fisheries Biologist
$162.00
Heather Rogers, LG, MSc, WIliT
Planner/Geomorphologist
$ 162.00
Katy Crandall, PWS
Ecologist/Arborist
$162.00
Leila Willoughby -Oakes
Associate Planner
$150.18
Kyle Braun, PLA
Landscape Architect/Arborist
$155.27
Alex Capron, AICP
Planner/GIS Specialist
$151.20
April Mulcahy
Ecological Designer/Arborist
$150.13
Roen Hohlfeld, MLA
Ecologist/Arborist/Landscape Designer
$145.80
Dawn Spilsbury G1S Analyst/FAA Licensed Drone Pilot
$140.40
Sam Payne, PWS Ecologist/Arborist
$140.40
Alex Plumb Environmental Planner
$125.00
Drew Foster Arborist
$135.38
Amanda Fleischman, MLA Landscape Designer
$130.22
Lars Freeman -Wood Arborist
$125.17
Devin Melville Environmental Planner
$130.22
Fern Huynh Landscape Designer
$118.22
Nathan Burroughs, MSc G1S Analyst
$127.72
Grace Brennan Ecologist
$124.20
Brianna Hines Environmental Planner
$124.20
ATERSHED
David Jackson
Environmental Planner
$121.06
Hui Cao
Landscape Designer
$120.96
Alexis Ochoa
Arborist
$120.15
Debra Klein
Accountant
$120.22
Brooke Taylor
Contract Administrator
$115.04
Betsy :Mann
Marketing Manager
$115.04
Angela Mele
Interpretive Planner
$121.23
Sage Presster
Ecologist
$113.40
Justin Kay
Ecologist
$108.18
Laura Keil
Landscape Designer
$113.40
Anna Murphy
Ecologist
$105.10
Jesse Rogers
Arborist
$97.20
Anna Tono
Marketing Coordinator
$81.00
CFP = Certified Fisheries Professional
PIT = Engineer In Training
LG = Licensed Geologist
LHg = Licensed Hydrogeologist
GIS = Geographic Information System
PWS Professional Wetland Scientist as certified by the Society of
PLA = State of Washington Professional Landscape Architect
AICD American Institute of Certified Planners
MSc = Master of Science degree
MLA = Master of Landscape Architecture
GISP = GIS Professional
d by the American Fisheries Soc.'
*Rates for 2023 only;
scalato
ny Key:
nd Scientists
ause for cost of living may apply in future years
ATRHED
Direct Costs
AutoMileage
Maximum standard rate allowable by IRS
Reproduction:
Plotting Rate per SF
Black & White Printing Rate per Pa Pe
B&W Bond $1.05
Color Bond $1.18
B&W,' Glossy $12.18
Color Glossy $13.76
8 1/2 x 11 $0.10
11 x 17 $0.20
12 x 18 $0.30
Color Printing Rate per Page
8 1 /2 x 11 $1.00
11 x 17 $2.0()
12 x 18 $2.50
Outside Reproduction
At cost
Electrofishing Equipment Fee
$100.00/day
Trimble Geo XH - GPS Equipment Fee
$190.00/dav
Field Tablet
$20. day
Solomat Water Quality Testing Equipment Fee
$50.00/day
YSI Salinity pH Meter
$50.00/day
Expert testimony
Expert testimony is billed at 1.5 time, standard
hourly rates
1_c� ing and per diem
Reimbursement will be at a rate not to exceed the
WA State OFM per diem rate for location services
are provided. Out -of -State locations will be
reimbursed at the current GSA rate for location
services are provided.
Other Direct Costs At Cost