HomeMy WebLinkAboutReg 2016-09-06 Item 4H - Agreement - Duwamish Hill Preserve Phase IIB with Forterra for $76,725COUNCIL AGENDA S
---------------------------------- Inifials
Meeting Dale Prepared by Mqyor's rep� - Councit review
09/06/16 133 ell
ITEM INFORMATION
ITEM NO.
4.H.
-TS-fl\
FFSPONsoR: RICK STILL
I 01Z1C.',IN-,\],AGI?.NDAD,1'1'13: 9/6/16
AGJ-sNDA I'IT1M'1'ITJ,J` Duwamish Hill Preserve Phase 213 contract to Forterra
CATEGORY ❑ Discussion
YAI/
,g Dale
N.Allotion
Al�g Date 916116
❑ Resolution
Mig Dale
[:] Ordinance
M1 g Dale
[:].Bid,-lward
Alli g Dale
❑ Public.Heafing
Mi
,g Date
F-1 Other
Mtg Date
SPONSOR ❑ Council ❑ M(yor 1:1 1-JR ❑ DCD E]Finance [:] Fire ❑ IT E P&R [:] .Police DPW'
SPONSOR'S Authorize the Mayor to sign Contract for Services with Forterra for work to be done at
SUMMARY Duwamish Hill Preserve
REX I FIWI sD BY F-1 cow Mtg. N CA&P Cmte ❑ F&S Cmte ❑ Transportation Cmte
F-1 Utilities Cmte ❑ Arts Comm. N Parks Comm. F-1 Planning Comm.
DATE: 8/22/16 COMM11TEE CHAIR: QUINN
RECOMMENDATIONS:
SPONSoR/A.DMIN. Parks and Recreation Department
CONINIFFFElf" CAP - Forward to Consent Agenda
COST IMPACT/ FUND SOURCE
EXPENDITURE' REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$76,725 $76,725 $0
Fund Source: AWARD FROM KING COUNTY HERITAGE CULTURAL FACILITIES GRANT (4cuLTURE)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
MTG. DATE
ATTACHMENTS
9/6/16
Informational Memorandum dated 8/15/16
Contract for Services
Exhibit A
Minutes from the Community Affairs and Parks Committee meeting of 8/22/16
Np
.i %
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Community Affairs and Parks Committee
FROM: Rick Still, Parks and Recreation Director
BY: Dave Johnson, Parks and Recreation Manager
CC: Mayor Ekberg
DATE: August 15, 2016
SUBJECT: Duwamish Hill Preserve Phase 2b Contract for Services with Forterra
ISSUE
Enter into a contract for services with Forterra for work at Duwamish Hill Preserve Phase 2b.
BACKGROUND
During the planning of Phase 2 construction at Duwamish Hill Preserve in 2014, we had to
reduce the original scope of work due to funding and cost estimates for the project. In 2015,
additional funding became available to the City by way of the Heritage Cultural Facilities Grant
program through King County 4Culture. In April 2016, Council authorized the Mayor to sign and
accept $200,000 grant for Phase 2b work at Duwamish Hill Preserve.
DISCUSSION
Among the items to be completed in Phase 2b are design, construction, and installation of an
Entrance Kiosk, Interpretive Benches, Interpretive signs, and installation and establishment of
cultural landscape area. The work specifically to be completed in this Contract is the crew time
to prep and plant the cultural landscape areas, maintain a 3-year establishment period, and the
coordination of the prep, planting and establishment period.
FINANCIAL IMPACT
The work to be done under this Contract for Services in the amount of $76,725 is funded
through the King County Heritage Cultural Facilities Grant that the City accepted in April 2016.
RECOMMENDATION
Council is being asked to forward this item to the Consent Agenda at the September 6, 2016
Regular Meeting to authorize the Mayor to sign the Contract for Services.
ATTACHMENTS
Contract for Services
Exhibit A
NN
..
Mlej
---_.
,� }�a was City of Tukwila Number:
iQi OI 6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non - charter
optional municipal code city hereinafter referred to as "the City," and FORTERRA, hereinafter referred to
as "the Contractor," whose principal office is located at 901 5th Avenue Ste. 2200
Seattle, WA 98164.
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 $76,725.00.
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 Agreement. This Agreement shall be in full force and effect for a period commencing
September 7, 2016, and ending December 31, 2019, 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.
CA Revised 2012 Page 1 of 4
:•
G. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the City. Should a court of
competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event
of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, 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
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 CODt[8CtO[, their ogents, r8p[OSeDt3Uves,
en0p|Vye8S or subcontractors. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to |inOii the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available 3t law orin
equity.
A. Minimum Scope ofInsurance. Contractor shall obtain insurance of the types and with the limits
described below:
Automobile Liability insurance with e nninirnunn combined single limit for bodily injury and
property dGnn@gS of $1.000'000 per accident. Automobile liability insurance shall cover all
owned, non-owned, hired and leased vehicles. Coverage shall be written on |nSur8Dma
Sen/imsa Office (|8{J) form CA OO 01 Or a substitute fOnn providing equivalent liability
coverage. |f necessary, the policy shall be endorsed tO provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2.000.000 general aggregate and $2.000.000 products-cornp|eted operations aggregate
limit. Commercial General Liability insurance shall be written on |SC} occurrence form CG 00
01 and shall cover liability arising from pnarniseo, openatione, independent contnautoro,
producto-comp|eted opanatione, stop gap liability, personal injury and advertising injury, and
liability assumed under an insured contract. The Commercial General Liability insurance shall
he endorsed to provide the Aggregate Per Project Endorsement |S(] form CG 25 03 11 85 Or
on equivalent endorsement. There shall be no endorsement Or modification of the
Connnneroin| General Liability Insurance for liability arising from explosion, oo||apea or
underground property damage. The City shall be named as an insured under the Contractor's
CVnonoorcia| General Liability insurance policy with respect to the work performed for the City
using |SL) Additional |DSUPed 8Dd0nSeO0ent CG 20 10 10 01 and Additional Insured-
Completed {)per8UOnS endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
3. Workers' coverage ae required by the Industrial Insurance laws of the State of
Washington.
B. Other |neunmnmo Provision. The Contractor's Automobile Liability and {|onnmen:ia| General
Liability insurance policies are t0 C0Dt3iD' or be endorsed t0 contain that they Sh8|| 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
CA Revised 1-2013
Page 2of4
C. Acceptability of Insurers. |noummm is to be placed with insurers with a current A.M. Best
rating of not less than A: VI I.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and o copy
of the amendatory endorsements, including but not neCeSS@hk/ limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work.
E Subcontractors. The Contractor ahoU have ao|a responsibility for determining the insurance
coverage and |innU3 [equired, if any, to be obtained by subcontractors, which determination Sh8U
be made in accordance with reasonable and prudent business practices.
F. Nnikca of Cancellation. The Contractor ahoU provide the City and all Additional Insureds for this
work with written notice Of any policy C8DDeUEdiOO, within two business days Of their receipt of
such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute o nnataha| breach of contract, upon vvhk:h 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 eunno SV expended to be repaid to the City on demand, Oratthe
sole discretion of the Cih/, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall nn8iDt3iD accounts and records' including p8[SODDe[ property, financial and
prUQ[8nnrDGtiC records which SUffiCi8Dtk/ 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 in granted by the office of the archivist in accordance with RCVV
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all nnathara covered by this
shall Agreement be subject ot all times b} inaoection, review Oraudit by law during the performance
n/ this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (307days 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 ohgiD, oge,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
12. Assignment and Subcontract. The Contractor aheU not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. attachments or addenda,
represents the entire and integrated Agreement between the Qb/ and the Contractor and
supersedes all prior negotiations, repreaantafione, or agreements written or oral. N0 amendment Vr
CA Revised 1-2013
Page 3of4
modification of this Agreement shall bHofany force U[ effect unless bisiD writing and signed by the
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 ho the City of Tukwila shall bo sent to the following address:
City Clerk, City UfTukwila
O2008outhoenterBlvd.
Tukwila, Washington S818O
Notices to the Contractor Sh8U be sent to the address provided by the Contractor upon the
signature line below.
16. This Agreement shall ba governed bv and construed in
000nndanne with the |8vvS of the State of Washington. In the event any Suk. 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 iD King County, Washington. The prevailing party iOany
such action shall be entitled iVits attorney's fees and costs ofsuit.
DATED this ____. day nf 20___
CITY {}FTUKVV|LA CONTRACTOR
Allan Ekberg, Mayor
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised 1-2013
is
Printed Name and Title:
Address:
Page 4of4
EXHIBIT A
Scope of Work 2016-2019
Duwamish Hill Preserve Phase 2b
Forterra
1. Exhibit Prep and Planting (crew days)
A Dry Buffer Area (5 days)
$
5,875.00
B Wet Buffer Area (1 day)
$
1,175.00
C Wet Forest & Shrub Buffer (2 days)
$
2,350.00
D Dry Forest & Shrub Buffer (2 days)
$
2,350.00
E Meadow (4 days)
$
4,700.00
SUBTOTAL
$
16,450.00
2. Establishment Period (thru 2019)
A WCC Crew (23 days)
$
27,025.00
B Maduzia Crew (10 days)
$
21,000.00
SUBTOTAL
$
48,025.00
Coordination and Management of Exhibit Prep &
3.
Planting and Establishment Period
$
12,250.00
SUBTOTAL
$
12,250.00
PROJECT TOTAL
$
76,725.00
93
ti'
Community Affairs and Parks Committee Minutes..... .................. ........................................................................ August 22, 2016
C. Contract: Duwamish Hill Preserve Phase 2B
Staff is seeking Council approval of a contract with Forterra in the amount of $76,725.00 for
work at Duwamish Hill Preserve Phase 2b. This will be funded by the King County Heritage
Cultural Facilities Grant received by the City in April 2016. Work covered by this contract
includes crew time to prep and plant landscape areas, maintain a 3 -year establishment period,
and coordinating the prep, planting and establishment period. UNANIMOUS APPROVAL.
FORWARD TO SEPTEMBER 6, 2016 REGULAR CONSENT AGENDA.
D. Application: Legacy Charrette Program for Tukwila International Boulevard
Staff is seeking Committee approval to apply to participate in the Legacy Charrette Program
sponsored by the Congress for New Urbanism. This program would provide a weekend long
charrette (an intensive workshop for stakeholders) and provide technical assistance on
attaining the goals outlined in the Tukwila International Boulevard Chapter of the
Comprehensive Plan. If the City is selected it will be notified on September 16. The program
requires a $10,000 financial contribution from the City. If selected, charette participants would
include area property owners, residents, business owners, and representatives from Tukwila
School District, Abu Bakr Islamic Center, Planning Commission and City Council. The
Committee requested that the participant invitation list be expanded to include a broader
range of neighbors as well as more representation from the faith -based community. Chair
Quinn stated that he would send information about the application opportunity to all
Councilmembers and requested a full Council briefing should Tukwila be selected for the
program. INFORMATION ONLY.
111. MISCELLANEOUS
Staff noted that a resolution relating to impact fee parameters will be coming before the Finance and
Safety and Community Affairs and Parks Committees.
The Community Affairs and Parks Committee Meeting adjourned at 6:50 p.m.
Next meeting: Monday, September 12, 2016
,0* Committee Chair Approval
Minutes by LH
95