Loading...
HomeMy WebLinkAbout24-117 - J.A. Brennan Associates - Chinook Wind Public Access Construction SupportAmendment # 1 Between the City of Tukwila and J.A. Brennan Associates That portion of Contract No. 24-117 between the City of Tukwila and J.A. Brennan Associates, PLLC is hereby amended as follows: Section 3: Duration of Agreement- Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending June 30, 2025 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 June 30, 2025 unless an extension of such time is granted in writing by the City. Section 4: Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: 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 $16,945.00 without express written modification to the Agreement signed by the City. The maximum amount payable under this contract as amended inclusive of all fees and other costs shall not exceed $25,476.00 without express written modifications of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 23rd day of CITY OF TUKWILA DS L ned by: Pyr ow�as kr,�t, Thomas McCleod, Mayor December 2024. CONTRACTOR BY: Printed Name: Title: CA Rcviewcd May 2020 Page 1 of 2 V1 YEA,i of D • 00 Southcenter Boulevard, Tukwila WA 98188 ATTEST/AUTHENTICATED �.tDoc/uSigned by: A D6 s,9FF; ... FOR Andy Youn, MMC, City Clerk APPROVED AS TO FORM Signed by: ot Office of e-ity ttorney CA Reviewed May 2020 Page 2 Of 2 aSrl �clalc� uI f r kc-aprr arvhI r"k;'(k,ra�:alm���a rr )"'TiV0� t nr mivai rn9&e5,V3I a;"fl0c'9Ju'A )BIJ� ;94,"' u I "ov Id wN,io rrnr'a� xc)m December- 12, 2024 Exhibit B Scope of Work Chinook Wind Public Access Project Contract No.24-117— Amendment 1 Contract extension for construction support services through physical completion in June 2025 Prepared For: Mike Perfetti, PLA Surface Water Sr. Program Manager City of Tukwila 6300 Southcenter Blvd Suite 200 Tukwila, WA 98166 C: 206.550.4930 Email: Mike.perfetti@tukwilawa.gov Project Description J.A. Brennan Associates will provide Landscape Architectural services to support construction review in the completion of the trail implementation at the Chinook Wind project site. Facet formerly (Davido Consulting Group (DCG)/ Watershed), as subconsultant to J.A. Brennan and Associates, will provide civil engineering construction support for stormwater drainage, utility, and paving. The project is extended into June 2025 as the Contractor was unable to accomplish substantial completion with an established seeded meadow. Additional site meetings and virtual progress meetings were accomplished to support City staff due to the longevity of the construction contract. The construction support services contract extension is structured to provide services to support the city with monitoring erosion control measures, stormwater, plant review due to foraging by wildlife and to provide a final site review at final completion. Additional resources are requested to support the design team in compiling record drawings and for additional site and progress meetings. See Exhibit B Fee Schedule for specific task items. Task A— AdministrationlCoordination Administration tasks include meeting coordination, scheduling, contract administration and subconsultant administration costs and expenses. Deliverables: • As identified in the fee matrix Task B — Construction Support We assume the City will lead the construction management. J.A. Brennan and Facet will support construction management attending a limited number of virtual meetings, limited site visits to review erosion control measures, stormwater, and planting issues due to foraging wildlife. A final physical completion walk is anticipated in April of 2025. The design team will also support with preparation of electronic media record drawings incorporating contractor's "as-builts." Facet will take redlined plans from the contractor, all RFI's field directives project emails and create a finished, record drawing plan set. Facet has budgeted time for 1 site visit, 2 project meetings and communication through June 2025 Deliverables Task B • As noted in the fee matrix Assumptions General Assumptions: 1. Construction administration is limited to the number of site visits and or virtual meetings identified in this scope of work and to the hours allocated in the attached fee matrix. 2. The Client will lead construction and administration, prepare weekly meeting notes. 3. J.A. Brennan does not provide contaminated soils remediation services. 4. Refer to Exhibit B Fee Matrix for specific products and scope items. 5. Coordination with archaeological support will be accomplished by City staff. 6. Any additional support will require additional services. Facet Assumptions: Construction administration is limited to the number of site visits and or virtual meetings identified in this scope of work and to the hours allocated in the attached fee matrix. 2. Any additional support will require additional services. City of Tukwila Chinook Wind Public Access Project Construction Support Scope of Work EXHIBIT B - Fee Schedule Client: Cay of Tukwila Project: Chinook Wind Public Access J.A. BRENNAN ASSOCIATES, PLLC ON e: ® AZI. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Chinook Wind Public Access Project No. 91441202 King County purchased site and will restore it as a salmon estuary and passive park in partnership with the City. DESCRIPTION: City CIP project is to develop public access and maintenance trail. Plan is to connect trail through PW shops to Duwamish Gardens. The WRIA 9 Salmon Recovery Plan recommends creating 20 -acres of off -channel habitat within the JUSTIFICATION: Duwamish Transition Zone and lists this section of the river as critical habitat for salmon recovery within the Green/Duwamish Watershed. STATUS: King County construction slated to begin in 2021. City construction will be a separate contract, to start in 2022. MAINT. IMPACT: Passive park will require additional maintenance. COMMENT: Grant funding for County project is from the KC fee in -lieu mitigation program and KCD. City CIP has 50% RCO ALEA funding. FINANCIAL Through Estimated (in 1000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES n,,W QQ Project Iocation ....................... ......... "'N Design 19 45 �Pfr � p 64 Land (RNV) 0 Monitoring ''ry'TIiM '':�4� 0 Const. Mgmt. 85 d fe 4 j6Bf G ^r X� ^44 85 Construction 337 0 337 TOTAL EXPENSES 19 1 45 1 422 1 0 1 0 1 0 1 0 1 0 1 0 1 486 FUND SOURCES �Vr p w �,y Awarded Grant ALEA 31 126 C 157 Proposed Grant 0 ti Sp 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 19 14 296 0 0 0 0 0 0 329 TOTAL SOURCES 19 45 422 0 0 0 0 0 0 486 86 2023 - 2028 Capital Improvement Program n,,W QQ Project Iocation ....................... ......... "'N �Pfr � p ''ry'TIiM '':�4� d fe 4 j6Bf G ^r X� ^44 �Vr p w �,y C ti Sp �r2 µ_ Y 86 2023 - 2028 Capital Improvement Program City of Tukwila Contract Number: 24-117 Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 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 J.A. Brennan Associates, PLLC, 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 construction support services in connection with the project titled Chinook Wind. 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 for a period commencing upon execution and ending December 31, 2024, 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 December 31, 2024 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 $8,531.00 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: 2701 First Ave, Suite 510 Seattle, WA 98121 18. Entire Aareement; 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 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 4 DATED this day of A k JLAikl-z. 20-24 j - City signatures, to be, obtained by consultant signature to, be obtained by City'OleekiStaff ONLY,`* sponsor staff - CITY OF TUKWILA CONSULTANT: DS Signed by: [E�rL -.-Ejv'-iKA6US hctuBy: 8EE24380545B44C Thomas McLeod, Mayor Printed Name: ATTEST/AUTHENTICATED: Title: ........ .. igned by, E8... Andy Youn, City Clerk Signed by: �ot. aa,114 EZ� -5E499CA4165E452 Of of the City Attorney CA revwsed May 2020 Page 5 I' i.a- brerai,ar; op Irldk ,C't,I4 aiwCh ,u, w k_ &ff I n¢? ,."s. r -,r CJI F Nt A w,r",tr f ° U B t C `, I CP i,at, ', VV A, 9R 1 t 1 ;x,06, 5r (,,'); 20 1 t (1,a�.om a rt;uV.i.ti i.au'�t August 26, 2024 Exhibit B Scope of Work Chinook Wind Public Access Project Contract extension and renewed contract for construction support services Prepared For: Mike Perfetti Habitat Project Manager The City of Tukwila Public Works Department Project Description J.A. Brennan Associates will provide Landscape Architectural services to support construction review in the completion of the trail implementation at the Chinook Wind project site. Facet formerly (Davido Consulting Group (DCG)/ Watershed), as subconsultant to J.A. Brennan and Associates, will provide civil engineering construction support for stormwater drainage, utility, and paving. The project paused construction in Apri12024 and is now restarting with an anticipated construction start of August 26`h, 2024, and completion of October 2024. The design team contract will be through the end of December 31, 2024. A portion of the design team construction support budget was spent during the initial start of the work. The design team has a remaining budget of $8,531.00. The construction support services contract extension is structured to provide services based on the remaining fee. See Exhibit B Fee Schedule for specific task items. Task A — Administration/Coordination Administration tasks include meeting coordination, scheduling, contract administration and subconsultant administration costs and expenses. Deliverables: 0 As identified in the fee matrix Task B — Construction Support We assume the City will lead the construction management. J.A. Brennan will support construction management by reviewing and responding to submittals, requests for information (R.F.I.), providing back-up documentation for the City's issuance of modification proposals, attending a limited number of virtual meetings, one site visit for punch list, support with preparation of a punch list document prior to, substantial completion and prepare electronic media record drawings incorporating contractor's "as- builts". Deliverables Task B • As noted in the fee matrix Assumptions General Assumptions: 1. Construction administration is limited to the number of site visits and or virtual meetings identified in this scope of work and to the hours allocated in the attached fee matrix. 2. The Client will lead construction and administration, prepare weekly meeting notes. 3. J.A. Brennan does not provide contaminated soils remediation services. 4. Refer to Exhibit B Fee Matrix for specific products and scope items. 5. Coordination with archaeological support will be accomplished by City staff. Facet Assumptions: 1. Construction administration is limited to the number of site visits and or virtual meetings identified in this scope of work and to the hours allocated in the attached fee matrix. 2. Facet includes time for one submittal review. 3. Any additional support will require additional services. City of Tukwila Chinook Wind Public Access Project Construction Support Scope of Work \\t\}\)] ^ ° 0000 \0000 \ oc566 \� \Z \\\ 00W WI \) \\\ \\\ \\\\\\\\ ^\} \\® G] \ \/\ /@\§@\\\