HomeMy WebLinkAbout23-147 - Kane Environmental, Inc - George Long Environmental Review
CityofTukwila
23-147
Contract Number
Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR
SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non-
charter optional municipal code city hereinafter referred to as the and Kane Environmental,
th
Inc.,hereinafter referred to as the ice is located at4015 13Ave
West; Seattle, WA 98119.
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 have the Contractor perform such services pursuant to
certain terms and conditions; now, therefore,
IN CONSIDERATION OF
the mutual benefits and conditions hereinafter contained, the
parties hereto agree as follows:
1.Scope and Schedule of Services to be Performed by Contractor.
The Contractor shall
perform those services described on Exhibit A attached hereto and incorporated herein by
this reference as if fully set forth. 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 anyway.
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 shallnotexceed$5,661.
3.Contractor Budget.
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 anyway.
4.Duration of Agreement.
This Agreement shall be in full force and effect for a period
September 1,2023,andendingJune 30,2024, unless sooner
commencing
terminated underthe provisions hereinafter specified.
5.Independent 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 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 in connection with the performance of
this Agreement, except for injuries and damages caused by the sole negligence of the City.
4859-4123-3789, v. 1
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 City
and expressly understood that the indemnification provided herein constitutes the Contractor'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 thisAgreement.
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,
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 o
recourse to any remedy available at law or in equity.
Minimum Scope of Insurance.
A.Contractor shall obtain insurance of the types and with
the limits describedbelow:
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 liabilitycoverage.
2.Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence,$2,000,000 general aggregate and $2,000,000 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 Contractor's Commercial General Liability insurance
policy with respect to the work performed for the City using ISO Additional Insured
endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad
coverage.
3.coverage as required by the Industrial Insurance laws of the
State of Washington.
CityFull Availability of Contractor Limits.
B.If the Contractor maintains higher insurance
limits than the minimums shown above, the Cityshall 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 City
evidences limits of liability lower than thosemaintained by the Contractor.
Other Insurance Provision.
C.
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
shall not contribute with it.
Acceptability of Insurers.
D.Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
4859-4123-3789, v. 1
Verification of Coverage.
E.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
coverage.
Subcontractors.
F.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 Cityis an additional insured on each and every
least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for
completed operations.
Notice of Cancellation.
G.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.
Failure to Maintain Insurance.
H.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 daysnotice 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 theCity.
8.Record Keeping andReporting.
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 thisAgreement.
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 theCity.
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 thisAgreement.
10.Termination.
This Agreement may at any time be terminated by the City giving to the
to provi
insurance coverage is canceled for any reason, the City shall have the right to terminate this
Agreementimmediately.
11.Discrimination Prohibited.
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 orsupplies.
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 theCity.
13.Entire Agreement; Modification.
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 effect unless it is in
4859-4123-3789, v. 1
writing and signed by the parties.
14.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 provisionsof 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.Notices.
Notices to the City of Tukwila shall be sent to:
City Clerk, City ofTukwila
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..
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,
costs ofsuit.
7September
DATEDthis________dayof_______________________,2023
CONTRACTOR:
CITYOFTUKWILA
By:
David Cline,City Administrator
Printed Name:
Emmy Kane
Title:
CEO / President
Address:
4015 13th Ave W, Seattle, WA 98119
4859-4123-3789, v. 1
Scope of Services
Kane Environmental, the Contractor, shall perform Gound water sampling using MTCA Method B
at 14000 Interurban Avenue
Background
KaneEnvironmentalcompletedaLimitedPhaseIIEnvironmentalSiteAssessmentreportfortheproperty
located at 14000 Interurban Avenue in Tukwila, WA (Property) dated October 11, 2022 on behalfof King
County Open Space Acquisitions.
On September 8, 2022, Kane Environmental oversaw the advancement of six direct push (DP) borings
(KSB-1 through KSB-6) on the Property (see attached Site Plan). Borings were completed between 15
and 20 feet below ground surface (bgs). Groundwater was encountered and collected for analysis from
four soil boring locations (KSB-1, KSB-3, KSB-4, and KSB-5). Additionally, three monitoring wells were
observed on the Property on the day of the field activities (eastern monitoring well labeled MW-E, central
monitoringwell labeledMW-C,andwesternmonitoringwell labeledMW-W).KaneEnvironmental collected
groundwater samples for analysis from two of the three monitoring wells (MW-E and MW-C). A
groundwater sample was not collected from the furthest west monitoring well, MW-W, due to the relative
distance of the monitoring well from the features of concern on the Property. Kane Environmental also
advancedthreehandaugerborings(HA-1throughHA-3)inthesoilandwastedebrispiles,locatedinthe
southwestern portion of the Property.
All soil and waste debris samples were screened for petroleum hydrocarbons and volatile organic
compounds (VOCs) using a photoionization detector (PID). Three soil borings (KSB-2, KSB-3, and KSB-
6)andsamplescollectedfromthewastedebrispilecontainedfainttomoderatepetroleumodors,withPID
readings greater than 1.0 parts per million (ppm). Analytical results of the soil and waste debris pile
sampleswereallbelowstatecleanupstandardsforpetroleumhydrocarbons,VOCsandselectedmetals.
4859-4123-3789, v. 1
The Property is within the floodplain of the Green River. Based on that fact, groundwater concentrations
of Heavy Oil may be impacted be naturally occurring non-petroleum hydrocarbons. The concentration of
Heavy Oil in groundwater from existing well MW-E was 746 micrograms per liter (ug/L), above the state
cleanupstandardof500ug/L,discussedintheSeptember8,2022report.Allothergroundwatersamples
collected at the Property resulted in concentrations of petroleum hydrocarbons, VOCs, and selected
metals below their respective state cleanup standards.
GroundwaterSamplingScopeofWork
Kane Environmental proposes to collect one groundwater sample from existing groundwater monitoring
well MW-E and analyze the groundwater sample using the Washington State Department of Ecology
ModelToxicsControlAct(MTCA)MethodBcalculations.Ifthehydrocarbonconcentrationingroundwater
at MW-E is skewed high due to the presence of naturally occurring non-petroleum hydrocarbons, the
previously reported Heavy Oil concentrationmay be skewed high, and groundwater on the Property may
notexceedstatecleanupstandardsbasedontheMethodBcleanupstandards.Pleasenotethatisitalso
possible that the Heavy Oil concentration may continue to be above 500 ug/L, even if some naturally
occurring hydrocarbons are present in the groundwater.
GroundwaterSampling:
GroundwaterwellMW-EwillbesampledfollowingWashingtonStateDepartment
ofEcologyguidelines.Groundwatercollectedfromthegroundwatermonitoringwellwillbecollectedusing
a low-flow peristaltic pump.
InvestigationDerivedWaste(IDW):
Groundwaterwell purgewater will becollectedandtemporarilystored
in 5-gallon bucket. The bucket will be labeled and stored on the Property in an area that does not impede
dailyactivities,asdirectedbytheSiteContact.ThebucketmaybeonthePropertyforthreeormoreweeks
after the sampling is completed will be removed and disposed following results from the Analytical
Laboratory.
Analytical:
Kane Environmental proposes that MW-E groundwater sample be analyzed by the environmental
laboratory Friedman & Bruya for the following:
TotalPetroleumHydrocarbonsDiesel-ExtendedbyMethodsNWTPHDx
ExtractableandVolatilePetroleumHydrocarbons(EPHandVPH)
PolyaromaticHydrocarbons(PAHs)byEPAMethod8270/SIM
GasolineTargets(BTEX)byEPAMethod8260
Analyticaldatawillbereceivedfromtheanalyticallaboratoryseventotenbusinessdaysfollowingsample
submission.Verbalresultswillberelayedassoonastheyarereceivedfromthelaboratory.Laboratory
4859-4123-3789, v. 1
analyticalcostsassumessampleanalysisperformedonastandardturnaround.Expeditedturnaroundcan be
performed at surcharged rates.
Report:
A Kane Environmental Senior Geochemist will complete the Method B calculations. The findings and results
of the sampling will be included in a brief memorandum.
Compensation
CostEstimate:14000InterurbanAve
KaneEnvironmental,Inc.QtyRateUnitAmount
PROFESSIONALSERVICES:
ProjectManagement2170hr
ЌЍЉ
FieldWorkStaffGeologistgroundwatersampling5150hr
АЎЉ
SeniorGeochemistMethodBCalculation6210hr
ЊͲЋЏЉ
Reporting:
MemorandumSeniorGeochemist2210hr
ЍЋЉ
MemorandumStaffGeologist8120hr
ВЏЉ
Tables/Figures4120hr
ЍБЉ
Accounting/Admin185hr
БЎ
SubtotalKaneLabor:
$4,295
SUBCONTRACTOR:
AnalyticalLaboratory
Groundwater
TPH-DieselandOil175ea
АЎ
EPH1230ea
ЋЌЉ
1245ea
ЋЍЎ
VPH
1125ea
ЊЋЎ
GasolineTargets
PAHs
1165ea
ЊЏЎ
SubtotalSubcontractor:
$840
AdministrativeMarkup15.0%126
Drumremoval1150ea
ЊЎЉ
KaneFieldEquipment(PPE,fieldvehicle,sampling)1250day
ЋЎЉ
$400
TotalCostEstimate:
$5,661
bƚƷĻʹ ŷĻ ƷƚƷğƌ ĭƚƭƷ ƒğǤ ĻǣĭĻĻķ ƷŷĻ
ĻƭƷźƒğƷĻķ ĭƚƭƷ ķǒĻ Ʒƚ ƉƓƚǞƓ ƚƩ ǒƓƉƓƚǞƓ ĭƚƓķźƷźƚƓƭ
ğƷ ƷŷĻ tƩƚƦĻƩƷǤ
COSTESTIMATE
The attached Cost Estimate is based on the current understanding of the project, as described in the proposed scope
of work.
Only those costs incurred will be charged. Kane Environmental reserves the right to transfer hours and budget
dollars between cost items to satisfy project requirements; however, we will not exceed the total costestimatewithout
priornotificationandapproval.Ifprojectconditionsrequiremodificationtothescope ofworkorcostestimate,Kane
Environmentalwillnotifyclientimmediatelyandseekauthorizationpriorto proceeding. To avoid misunderstanding,
it should be emphasized that the estimated cost is an estimate based on present knowledge of the assignment.
Although believed to be sufficient to cover the services described herein, no guarantee is made or implied. This
scope of work may not fully characterize the full horizontal and vertical extent of contaminated soil and groundwater,
if found.