HomeMy WebLinkAbout24-044 - Anchor QEA - Cultural Resources Assessment: Crystal Springs Park Lighting Improvements
24-044
ContractNumber:
CityofTukwila
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
Anchor QEA
optional municipal code city and,hereinafter referred
at
949 Market Street #700 Tacoma, WA 98402
.
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
$24,000stated in Table 1 of the
reference. The total amount to be paid shallnotexceedat a rate
attached Scope of Work
.
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 commencing
April52024June 30,2024
,,andending, unless sooner 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 theContractor.
6.Indemnification.
The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless fromclaims, injuries, damages, losses or suits including
reasonableattorney 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 PublicEntity.
CA Revised May 2020
Page 1of 4
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
ity hereunder shall be only to 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, representatives, employees or
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insu
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 eachoccurrence,
$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 broadcoverage.
3.coverage as required by the Industrial Insurance laws of the State of
Washington.
Public Entity Full Availability of Contractor Limits.
B.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 thosemaintained by the Contractor.
Other Insurance Provision.
C.
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
it.
Acceptability of Insurers.
D.Insurance is to be placed with insurers with a current A.M. Best rating
CA Revised May 2020
Page 2of 4
of not less than A:VII.
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 commencementof
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
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 Public
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.
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, orat 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 Contractor thirty
reason, the City shall have the right to terminate this Agreementimmediately.Contractor has the right
to terminate this Agreement if the City is in material breach of any obligation, provided herein, that is
not cured within thirty (30) days of written notice of breach.
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
CA Revised May 2020
Page 3of 4
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 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 thisAgreement.
15.Notices.
Notices to the City of Tukwila shall be sent to the following address:
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, Washington. The prevailing party in any such
action shall be entitled to isuit.
nd
DATEDthis2dayofApril,2024.
CONTRACTOR:
CITYOFTUKWILA
By:
TMcLeod, Mayor
Printed Name:
ATTEST/AUTHENTICATED:
Title:
Address:
Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised May 2020
Page 4of 4
EXHBIT A
Scope of Work
February 28, 2024
Cultural Resources Assessment: Crystal Springs Park Lighting
Improvements
City of Tukwila
1.Project Understanding and Approach
Anchor QEA, LLC, is pleased to provide this scope of work and budget to provide a cultural resources
assessment for the Crystal Springs Park Lighting Improvements project proposed by the City of
Tukwila (City).
Existing wooden lighting standards within Crystal Springs Park are aging and unable to function
reliably. Proposed improvements will replace the existing standards and install new electrical lines to
the lights (the Project). The Project extends across approximately 1,000 feet in Tukwila, King County,
Washington. Lighting standards and electrical lines to be replaced by the Project at depicted in
Attachment A, provided by the City.
The Project will be funded, in part, by the Washington Recreation and Conservation Office (RCO)
which requested a cultural resources assessment. Anchor QEA will conduct a reconnaissance level
(DAHP) reporting guidelines.
All work will be overseen by the Anchor QEA Principal Investigator, Austin Jenkins, who meets the
2.Scope of Services and Deliverables
Task 1: Utility Locates
Anchor QEA will conduct a preliminary site visit. During the visit, the Principal Investigator will
complete a pedestrian survey, walking the proposed alignment and identifying areas that will require
subsurface sampling via shovel probes. The Principal Investigator will mark all shovel probe locations
with white paint and submit a utility locate request.
No archaeology permits are anticipated for the cultural resources assessment.
Task 2: Cultural Resource Review and Investigation
As outlined by RCO
for Architectural and Archaeological Records Data (WISAARD) database and published literature
regarding past archaeological investigations, historical context, and ethnographic information.
February 28, 2024
Cultural Resources Assessment: Crystal Springs Park Lighting Improvements
Page 2
The Principal Investigator will reach out to potential interested Tribes on a non-consultation, informal
basis, with Tribes to be included determined in coordination with RCO. Written correspondence will
describe the proposed methodology for archaeological sampling and solicit any resource specific
concerns prior to fieldwork.
by RCO. Up to 20 shovel probes will be excavated and screened through 1/4inch hardware cloth. As
time allows, boundaries of identified archaeological sites will be preliminarily delineated. Extensive
site evaluation or boundary delineation, if needed, would take place under a contract amendment.
properties are identified, they will be recorded.
Task 3: Technical Report
Methods employed and results of the background research, development of historic context(s), and
Washington State Standards for
Cultural Resource Reporting. An electronic draft of the report will be provided to the City within 30
working days of fieldwork completion for review by the City and RCO. A final draft will be submitted
If additional fieldwork, including monitoring,
evaluation, or mitigation is required, then a contract amendment will be needed.
Task 4: Documentation of Historic Structures, Archaeological Sites and
Isolates
Up to one Archaeological Site Inventory form and one Historic Property Inventory form (HPI) will be
completed under this scope of work. The archaeological site form will be completed under direction
of the Principal Investigator. Any HPI would be completed
Drafts of any inventory forms will be posted to WISAARD for review by RCO and the City. Upon
receiving comments from the City and RCO, Anchor QEA will update and submit the forms for
.
3. Assumptions
The park, existing light standards, and extant park features are less than 45 years in age and
do not require preparation of an HPI.
Survey Area will cover a corridor that is 50 feet wide and centered on the light standards and
proposed electric lines.
Intensive evaluation or delineation of archaeological sites or historic build environment will
not be completed under this scope of work.
Access to all areas of the Project will be granted by the City.
February 28, 2024
Cultural Resources Assessment: Crystal Springs Park Lighting Improvements
Page 3
Existing utilities, including electrical lines to the existing lighting standards, will be marked by
the City.
4. Budget
The total budget for all tasks is outlined in Table 1 for labor (hours and costs) and Other Direct Costs
(mileage at 0.655/mile). The total proposed fee, inclusive of time and expenses, is $23,891.
Table 1
Proposed Budget
Technical
Principal Principal Architectural Geospatial Editor/
in Charge Investigator Historian Analyst Admin Total
Direct Total
Task $305 $238 $269 $168 $139/ $128 Hours Costs Budget
-- 4 -- 2 -- 6 $16 $1,304
1
-- 36 8 -- -- 44 $131 $10,851
2
4 16 4 6 6 36 $7,924
3
-- 5 6 6 -- 17 $3,812
4
4 61 18 14 6 103
Hours
$1,220 $14,518 $4,842 $2,352 $812 $147 $23,891
Budget
5. Schedule
The cultural resources assessment will follow the schedule in Table 2 below:
Table 2
Proposed Schedule
Due Date
Deliverable Item Description (Whichever is later)
Permits and utility Locates 4 weeks of NTP or April 12
Task 1
Cultural Resource Review and Investigation 5 weeks of NTP or April 19
Task 2
Technical report 7 weeks of NTP or May 3
Task 3
Documentation of Historic Structures,
7 weeks of NTP or May 3
Task 4
Archaeological Sites and Isolates
Attachment A: Electrical Site Plan
The contractor shall be paid monthly(if desiredby the contractor) orafterproject completionupon:
1.Acceptance of work by the Parks & Recreation Director and/or their designee and;
2.Receipt of requested deliverable
The method of payment to the contractor shall be in the form of a check mailed via USPS and shall be
issued only upon receipt of invoice from the contractor.
Prior to contract execution, the contractor shall furnish a current and accurate W-9 for the purposeof the
city providing prompt payment and accurate tax reporting.
CA Revised May 2020
Page 1of 4