Loading...
HomeMy WebLinkAbout25-045 - Contract - Herrera Environmental Consultants, Inc. - Design Services: Chinook Wind ExtensionCity of Tukwila Contract Number: 25-045 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 Herrera Environmental Consultants, 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 design services in connection with the project titled Chinook Wind Extension. 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, 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 December 31, 2025 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 —$99,987.00 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: 2200 Sixth Avenue Suite 1100 Seattle, WA 98121 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 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 10th day of February 12025 CITY OF TUKWILA CONSULTANT: Signed by: DS Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: Andy Youn-Barnett, City Clerk APPROVED AS TO FORM: Signed by: 5E499CA 55E452... Office of the City Attorney By: Printed Name: Theresa Wood Title: Vice President CA revised May 2020 Page 5 QAJ. Science + Planning + Design i 1 On November 13, 2024, Mike Perfetti authorized Herrera Environmental Consultants (Herrera) to prepare a scope of work and cost estimate to perform engineering design and permitting work for the City of Tukwila (the City). Herrera will advance the preliminary Duwamish shoreline restoration design developed for the Tukwila Public Works Administrative Campus project as a separate project and, in this initial step, evaluate the feasibility of integrating the design with the King County (the County) Chinook Wind Mitigation project. The revised project will be referenced as the Chinook Wind Extension Project. This scope of work includes a discussion of the activities, assumptions, deliverables, and a schedule associated with this project. 111111)iiIirqjecIII iuu ° iuur� iuu Herrera's project manager, Christina Merten, will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the designated client point of contact (Mike Perfetti or Josh Hopkins). Herrera's project manager will have phone and e-mail contact with the City on an as -needed basis. Herrera will use an established system of quality assurance/quality control review to ensure high quality deliverables that comply with the requirements of the scope of work, as well as provide responsive and technically accurate work product. Work products will be reviewed by technical leads, technical editors, the project manager, and ultimately by the Principal In Charge and Licensee of Record, Jeff Parsons. IIII 6II iiii Milia Ilbh lies e Herrera PM will attend virtual project status update meetings for up to 30 minutes per month. e Progress reports and invoices. VIII ii hilirlg Couiiiiirllty111Ieseinre111111° iuur lour° iuur� Coo ird hili iuu hili iuu Herrera will work with the City and the County Mitigation Reserve Program to determine what revisions to the Chinook Wind Mitigation Site will be allowed by the County and the Interagency Review Team (IRT) that regulates the Chinook Wind Mitigation Site. Work will include revision of hydraulic models for January 29, 2025 Page 1 of 5 6 cm 08574_scopeofwork_january31_2025.docx HERRERA the combined sites based on updates to the Shoreline Restoration Design Development level grading design developed in 2024. It is anticipated that this updated grading plan would be to a 30% design level of detail. Up to one meeting each with the Muckleshoot Indian Tribe and IRT to review potential updated shoreline restoration concept is included. Based on meetings with Muckleshoot Indian Tribe, IRT, and the County, additional minor revisions to the 30% grading design will be made and one additional model run will be executed. This work will involve coordinating meetings, attending meetings, and documenting action items and key decisions made during meetings. Meetings will be held between February and April 2025. Based on discussions and agreements arrived at during meetings, Herrera will work with the City and County to draft a Memorandum of Understanding (MOU) to document decisions that will influence the design of the Chinook Wind Extension project going forward. This MOU will be submitted to the City in draft format for the City to finalize and receive agreement on with the County once IRT agreement is reached for the revised design. esu Illf,f,f IIID W IIIICIIII • The City and Herrera staff will attend a virtual project kickoff meeting for up to 2 hours to discuss project design focus and needs. Herrera project manager and technical staff will attend the meeting, which will include a landscape architect, restoration engineers, and biologists. • The County will share with the team the one-dimensional hydraulic model developed to design the original Chinook Wind Mitigation Site project. • Topographic information from the Chinook Wind Mitigation Site as -built and the existing Tukwila shoreline restoration model will be merged into a single topographic surface. • Hydraulic modeling created for the Tukwila Public Works Administrative Campus will be updated for up to two alternatives of minor site adjustments based on advancement of 30% design. • The model software to be used will be determined during the preliminary discussions with the City and County. • No new topographic survey will be required. • The design concept and modeling does not evaluate or consider sea level rise or other projected climate changes. • Coordination does not include coordination with Federal Emergency Management Act (FEMA) or Conditional Letter of Map Revision (CLOMR) regarding revisions to design and hydraulic model results. • Herrera will coordinate, attend, and provide documentation of action items and key decisions made during meetings for up to five virtual meetings with the County, the City, the IRT, and/or the Tribe for up to 2 hours each. e Herrera will provide King County a GIS map of revised habitat types and area based on final 30% level grading design. January 30, 2025 Page 2 of 5 =08574_scopeofwork_january31_2025.dooc H E RRE RA • King County will provide the City a summary of the potential effects on mitigation credits based on revised habitat types and areas for the combined sites. e Task does not cover any permit applications or revisions to applications. IIII 6II iiiiveIIra Ilbh lies Draft (MS Word version) and Final (PDF version) meeting action items and key decisions within 2 weeks of meetings. e Draft (MS Word version) of MOU between the City and the County documenting decisions captured in meeting minutes. Draft (MS Word version) and Final (PDF version) technical memo summarizing hydraulic modeling results based on 30% grading design update agreed to during meetings with the City, IRT and Muckleshoot Indian Tribe. Draft (MS Word version) and Final (PDF version) technical memo describing mitigation options and potential mitigation credit value for work on the City -owned property and any proposed changes to Chinook Wind Mitigation Site habitat types. � Iii in �� If the City opts to move forward with expanding the shoreline restoration design completed as part of the Tukwila Public Works Administrative Campus Project to include integration with the Chinook Wind Mitigation Site following the outcomes of Task 2.0, it may may authorize Task 3.0. The Shoreline Restoration developed for Tukwila Public Works Administrative Campus project involves laying back the banks, regrading the banks, removing invasive vegetation, reconfiguring a stormwater outfall, revegetating the shoreline with native plant species, connecting the publicly accessible trail between Duwamish Gardens Park and the Chinook Wind Mitigation Site, and adding habitat features. Under Task 3.0, the Tukwila Public Works Administrative Campus Shoreline Restoration Design Development and Nationwide Permit package will be modified and combined to incorporate the agreed upon Task 2.0 concept by reducing the extent of the upland area that was to remain between the two sites. The updated 60% design package will maximize the extent of shoreline habitat restoration to support salmon recovery and ensure consistency with and connectivity to the adjacent and previously restored sites. Herrera will be the lead for this task including site grading, vegetation restoration, trail design, adding relevant habitat features, and shoreline and vegetation restoration. Herrera will also include revised quantities to support cost estimates and create a 60% design specification package. esu Illf,f,f IIID W IIIICIIII e Herrera will not begin Task 3.0 until there is agreement on grading design to move forward as captured in meeting notes that occur as part of Task 2.0 or upon direction by the City. January 30, 2025 Page 3 of 5 6 =08574_scopeofwork_january31_2025.dooc H E RRE RA • Task does not cover any permit applications or revisions to applications; though the 60% design package will be suitable for US Army Corps of Engineers (USACE) permit application, including required drawing formats. • Coordination does not include coordination with FEMA or CLOW regarding revisions to design and hydraulic model results. • 60% design package will not include a lighting plan, irrigation plan or wayfinding plan. Advancing these designs will be scoped as an amendment to this document. • One round of consolidated comments from the City will be incorporated into the 60% Design Document package. • This task does not include additional coordination with, or addressing comments from, the County, IRT, or Tribe past those received during Task 2.0. • Additional work to advance the design through permitting, County, IRT and/or Tribe approval will be scoped as an amendment to this document. • All work associated with Task 3.0 will be completed in 2025. If work extends beyond 2025 Herrera rates will need to be updated and a new budget will be provided. IIII 6II iiii Milia Ilbh lies a 60% Design Documents (PDF) o Cover Sheet meeting USACE Nationwide Permit drawing requirements o Legend and Abbreviations o TESC Plan o TESC Notes (SWPPP) o TESC Details o Key Plan o Overall Site Reference Plan meeting USACE Nationwide Permit drawing requirements that will include: ■ One 22x34 sheet o Site Grading and Drainage Plan and Details meeting USACE Nationwide Permit drawing requirements that will include: ■ Up to two 22x34 sheet at 20 scale ■ Preliminary contour grading with 1 -foot contours at all hardscape and softscape areas including all landform grading intentions such as slopes, hills, and swales. ■ Key spot elevations at any walls, fences, or railings. ■ Primary drainage structures and with preliminary spot elevations. January 30, 2025 Page 4 of 5 6 =08574_scopeofwork_january31_2025.dooc H E RRE RA ■ Slope arrows depicting direction of slopes and percentages. o Planting Plan and Details meeting USACE Nationwide Permit drawing requirements that will include: ■ Up to two 22x34 sheet. ■ Planting layout of all tree species and understory planting including shrubs, perennials, and grasses represented with hatch patterns. ■ Planting Plan reference notes. ■ Plant schedule that includes tree symbols, planting zone hatch patterns, plant genus and common name, plant size and quantity. ■ Planting details. o 60% level Specification package (Word) o Quantities to support construction cost estimates (PDF) January 30, 2025 Page 5 of 5 6 =08574_scopeofwork_january31_2025.dooc H E RRE RA QAJ H E R RE RA Cost Estimate for Herrera Project No. 2/3/2025 Herrera Labor based on Marten, Christina Parsons, Jeff Van Orden, Emma Forester, Kate Rapoza, Danielle Crickmore, Ian David Fox, Michelle Marshall, Eric Webber, Michael Dendall, Tamara Nichols, Allison Lux, Gretchen Holtz, Liza (Marv) EXHIBIT B Chinook Wind Extension Project 24-08574-000 Burdened Labor Rates Scientist VII Engineer VI Engineer 11 Landscape Architect VI Scientist 111 GIS Analyst V Administrative Coordinator 111 CAD Technician V Project Accountant 111 Engineer l Engineer 111 Scientist V Landscape Designer 11 Task No. $316.87 12 35 8 55 $305.33 2 33 9 44 $163.24 2 80 20 102 $254.78 2 20 19 41 $154.17 2 44 8 54 $203.24 1 6 7 $130.27 1 12 13 $189.17 2 16 42 60 $148.66 9 9 $127.08 40 40 $177.05 4 4 $257.49 1 12 13 $136.88 2 20 42 64 Total Hours per Task 36 ] 322 I 148 I 506 Subtotal Labor $8,138 I $63,533 I $28,316 I $99,987 Subtotal Herrera Labor $8,138 I $63,533 I $23,316 I $99,987 Grand Subtotal $8,138 I $63,533 1 $28,316 I $99,987 Grand Total Note: Herrera adjusts labor rates annually in January unless contract specifies otherwise. PROJECT: Chinook Wind Extension Project# 9234 DESCRIPTION: Following the Public Works Facility Preferred Master Plan (2019) and the Duwamish Gardens Opportunities for Expansion Concept Plan (2013), this project will develop connecting shoreline habitat and the'missing trail link' between Duwamish Gardens and Chinook Wind within recently acquired City property. This is a work in progress. The Green Infrastructure Program Proposal is intended, in part, to address MAINTENANCE IMPACT• maintenance needs for PW -initiated habitat restoration projects and helping to alleviate pressure on Parks' given resource constraints. Note that vegetation management maintenance needs decrease over time as planted vegetation matures. 3 years is considered a rule of thumb for plant establishment. FINANCIAL (in thousands) 1 2025 1 2026 1 2027 1 2028 1 2029 1 2030 1 Beyond I TOTAL Project Costs Project Mgmt (Staff Time/Cost) $ 10 $ - $ - $ - $ - $ - $ - $ 10 Design $ 50 $ - $ - $ - $ - $ - $ - $ 50 Construction Mgmt. $ 200 $ - $ - $ - $ - $ - $ - $ 200 Construction $ 1,000 $ - $ - $ - $ - $ - $ - $ 11000 Contingency $ 25 $ - $ - $ - $ - $ - $ - $ 25 Total Project Costs $ 1,285 $ - $ - $ - $ - $ - $ - $ 1,285 Project Funding Proposed Grant $ 1,000 $ - $ - $ - $ - $ - $ - $ 1,000 Utility Revenues $ 285 $ - $ - $ - $ - $ - $ - $ 285 Total Project Funding $ 1,285 $ - $ - $ - $ - $ - $ - $ 1,285