HomeMy WebLinkAbout23-144 - Otak Inc - On-Call Project Design, Management, and Engagement ServicesCity of Tukwila Agreement Number: 23-144(a)
Council Approval N/A
m 6200 Southcenter Boulevard, Tukwila WA 98188
s
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and Otak, Inc.
That portion of Contract No. 23-144 between the City of Tukwila and Otak, Inc. is hereby amended
as follows:
Section 4:
The language concerning the duration of the contract is hereby amended to reflect an end
date of "three years after said date of full execution", resulting in an ending date of August
29, 2026.
All other provisions of the contract shall remain in full force and effect.
Dated this 15th day of August, 2025.
CITY OF TUKWILA
7DocuSigned by:
--""'-
Pete Mayer, Parks & Recreation Director
ATTEST/AUTHENTICATED:
Signed by:
NAB'9 r 4'6 ...
Andy Youn-Barnett, City Clerk
APPROVED AS TO FORM:
Signed by:
t
Office of the City Attorney
CONTRACTOR:
By. 5:gned by:
i (� 'sv
Printed Name: Chad Weiser
Title: Sr Vice President
CA Reviewed May 2020 page I of I
City of Tukwila
• 6200 Southcenter Boulevard, Tukwila WA98188
•
CONTRACT FOR SERVICES
Contract Number: 23-144
Council Approval 7/17/23
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 City," and Otak. Inc. , hereinafter referred to
as "the Contractor," whose principal office is located at
11241 Willows Road NE, Redmond, WA 98052 .
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:
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 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 $250,000.00 at a rate based on hourly labor
rates per the Billing Rate Schedule (Exhibit B). Compensation shall be for time and materials
performance of task requests from the City.
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 any way.
4. Duration of Aareement. This Agreement shall be in full force and effect for a period commencing
upon full execution by both parties and ending two years after said date of full execution, with
two additional one-year options, as granted by the City in its sole discretion, unless sooner terminated
under the 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 Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
CA Revised May 2020 Page 1 of 4
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 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
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 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. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
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 Contractor'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 Contractor's insurance and shall not contribute with
it.
CA Revised May 2020 Page 2 of 4
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 Keepina 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. Termination. 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 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 or supplies.
12. Assianment 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.
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
CA Revised May 2020 Page 3 of 4
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 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. Notices. 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 attorney's fees and costs of suit.
DATED this 29th day of August _'2023 .
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA
lf�
(�DocuSigned by:
� ` ��/�-
1 F89FE09132B402...
Allan Ekberg, Mayor 8/29/2023 110:07 AM PDT
ATTEST/AUTHENTICATED:
DocuSigned by:
�, isf� o-,Fu.c,vfy
88678483CB594E7...
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
EDocuSigned'.. by: (1
1aXI-4�Jv� l �.
5E499CA4165E452...
Office of the City Attorney
CONTRACTOR:
DocuSigned by:
By.
Ec179C07C7FD38423_
Printed Name -Chad Weiser
Title- Sr vice President
Address -11241 Willows Road NE, Ste 200
Redmond, WA 98052
CA Revised May 2020 Page 4 of 4
Scope of Work
Ot�ak
..ommluIVIVIN �m,
City of Tukwila
Tukwila Parks On -Call — Park Planning, Design and Project Management
RFQ 2023-PRO03
Otak Project No. 21383.000
June 2023
Project Description
The Parks and Recreation Department has numerous projects budgeted for 2023-24 as part of its Capital
Improvement Program. The City seeks professional on-call expertise in public outreach and involvement,
landscape architecture and design, park and trail planning and design, program and facility assessments
and planning, urban design and project management services.
Scope of Work includes (not limited to):
■ Park and trail master planning and design including engaging community members, developing
conceptual elements based on the input received through public outreach efforts, prepare
recommendations for location, design and features of park and recreation elements. Work includes
preparing construction level drawings and cost estimates.
• Comprehensive trail system planning including conducting a trail system inventory, clarifying ownership
and management roles and responsibilities, developing surfacing, furnishing and signage standards,
planning for greater local and regional connectivity, etc.
■ Park amenity and furnishing planning, design and project management- planning, design and
facilitating the replacement of park features & furnishings consistent with the Department's standards,
assisting in the design, renovation and replacement of skate parks, shelters, spray parks, sport courts,
sport fields, restrooms, etc.
■ Community engagement and involvement- design and facilitate robust multi-lingual public outreach
efforts in collaboration with other city staff and community partners and seek out voices and
perspectives not frequently reflected in typical engagement efforts.
■ Project Management- provide business analysis and project management services necessary to
ensure technical projects successfully meet established objectives, coordinate resources across
multiple disciplines and/or teams, serve as an agent of the City in developing and facilitating contracts
and coordinating suppliers and contractors, and provide quality assurance.
■ Development of other park and recreation plans, feasibility studies, condition assessments and
strategic plans, including recreation program planning, park restroom strategy and
renovation/replacement planning, facility condition assessments, park acquisition planning
and public art stewardship planning.
■ Cost estimation and technical assistance- provide cost estimation, budgeting and technical assistance
as needed.
■ Site planning, rendering and drawing- develop site renderings, drawings and maps of existing and/or
proposed parks and sites.
11241 Willows Road NE, Suite 200 1 Redmond, WA 98052 1 Phone 425.822.4446 1 otak.com
llpdx-ae-fs011projlprojectl21300121383109 corporate 1contracts121383 city of tukwila agreementJune 2023.docx
Scope of Work
continued
■ Americans with Disabilities Act (ADA) Transition Planning- conduct an ADA self-assessment and
develop a transition plan to increase access and inclusion in parks and recreation programs, parks and
facilities.
Subconsultants
100 Envirolssues
Community Engagement and Involvement
■ Public meetings
■ Multi-lingual public outreach
Project Assumptions and Exclusions
■ Maximum total contract value is $250,000.00 unless otherwise mutually agreed to by the
parties.
■ Three-year contract duration, with two option years
■ Annual rate increase
■ All work awarded under the on-call agreement will be by task, and billed to the City as such.
City of Tukwila 2
On -Call Services — Park Planning, Design and Project Management Otak
Otak, Inc.
Billing Rate Schedule
Landscape Architecture & Plannina
Billina Rate
Landscape
Technician 1
79.00
111.00
Landscape
Technician II
91.00
115.00
Landscape
Technician III
107.00
126.00
Landscape
Architect 1
105.00
150.00
Landscape
Architect 11
118.00
182.00
Landscape
Architect 111
128.00
115.00
Landscape
Architect IV
138.00
135.00
Landscape
Architect V
153.00
155.00
Landscape
Architect VI
166.00
Landscape
Architect VI
186.00
PIC/DEI Manager
200.00
PIC/Sr. PM
LA/Master Plan
232.00
Sr. PIC/Sr.
PM LA/Mst Pln
276.00
Planner Associate 1
80.00
Planner Associate 11
97.00
Planner Associate I I1
111.00
Planner Associate IV
122.00
GIS Specialist - Planner
115.00
Sr. GIS Specialist - Planner
128.00
Planner 1
126.00
Planner 11
138.00
Planner III
150.00
Planner IV
167.00
Planner V
182.00
Planner VI
197.00
Engineering
Engineering Tech 1
71.00
Engineering Tech II
82.00
Engineering Tech III
93.00
Engineering Tech IV
112.00
Engineering Tech V
124.00
Engineering Tech VI
135.00
Engineering Tech VII
165.00
Engineering Designer 1
89.00
Engineering Designer II
104.00
Engineering Designer III
111.00
Engineering Designer IV
125.00
Engineering Designer V
132.00
Civil Engineer 1
115.00
Civil Engineer II
125.00
Civil Engineer III
135.00
Civil Engineer IV
145.00
Civil Engineer V
155.00
Civil Engineer VI
166.00
Page 1 of 2
Otak, Inc.
Billing Rate Schedule
Civil Engineer VII
174.00
Civil Engineer VII I
190.00
Civil Engineer IX
210.00
Civil Engineer X
215.00
PIC/Sr. PM Civil
273.00
Sr. PIC/Sr. PM Civil
310.00
Science
Scientist 1
95.00
Scientist 11
116.00
Scientist 111
133.00
Scientist IV
155.00
Scientist V
181.00
Scientist VI
208.00
Environmental Specialist
147.00
PIC/Scientist
231.00
Survey
Survey Field Technician 1
78.00
Survey Field Technician II
83.00
Survey Field Technician III
88.00
Survey Crew Chief 1
90.00
Survey Crew Chief II
114.00
Survey Crew Chief III
138.00
Survey Office Technician 1
90.00
Survey Office Technician II
100.00
Survey Office Technician 111
124.00
Survey Office Technician IV
135.00
Professional Land Surveyor 1
138.00
Professional Land Surveyor II
145.00
Professional Land Surveyor III
163.00
Professional Land Surveyor IV
176.00
Professional Land Surveyor V
222.00
PIC/PLS Sr. Manager
264.00
Proiect Support Services
Project Admin. Asst
92.00
Graphics Specialist
125.00
Project Coordinator 1
120.00
Project Coordinator II
144.00
Project Coordinator III
160.00
Note: Billing rates are based on 2023 rates and are updated annually by approximately
four percent (4.00%).
Page 2 of 2