HomeMy WebLinkAboutCOW 2018-08-13 Item 3C - Contract Amendment - Sensitive Areas Ordinance with The Watershed Company for $46,035COUNCIL AGENDA SYNOPSIS
Jmhiatf
-------- ----- ----------
tliteeti Date
Prepared by
Alayor:c MI. CP)
C0111477 rerieir
08/13/18
MD
08/20/18
MD
ITEM INFORMATION
TEM No.
3.C.
ST \ Fi,' Si'( )NsoR: JACK PACE
oRIGINAL,A(NNI)A DATN: 8/13/18
AGNNin ITni 1IT1,1,:
Contract
Sensitive
with The Watershed Company for the update of TMC 18.45 Environmentally
Areas
08/13/18
Mayor
Motion
alle 08/20/18
E Resolution
AN Dafe
Ordinance
Alt I )ale
I- Hid ,],rard
A I 1i; I )(Ile
1 1 Public I lean'
A Ii !Ur,
Other
A I,t Dale
CA'r[;,(;( )Ry Discw.csion
VI
Alt f; Dale
.1\11:
S Pc )N ;( )R I 'Council
I IR DCI) l'inanv I 'in, ' 1 P e-R Police P117 — Court
2 )( ):\s( )1C S Contract with The Watershed Company for the update of TMC 18.45 Environmentally
SrmNIARy Sensitive Areas. Periodic update of the sensitive area regulations to reflect current best
available science is required by the Growth Management Act.
Riwil\vi,ir) liY — C.O.W. Mtg. _ CDN Comm Finance Comm. Publtc Safety Comm.
Trans &Infrastructure n Arts Comm. Parks Comm. Planning Comm.
.D.,\TII: 8/14 CDN CANCELLED COMMTHEIl, CI IAIR:
RECOMMENDATIONS:
sp( )Ns( )1Z/2\1).\11N.
CuNINIITTIT,
Department of Community Development
8/14/18 Com Dev and Neighborhood Committee meeting was cancelled
COST IMPACT / FUND SOURCE
ExpiADITLIRK RKQL111Z1d) AMOUNT BUDGETED APPROPRIATION REQUIRED
$46,035 $46,035 0
Fund Source: DCD PROFESSIONAL SERVICES BUDGET
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
08/13/18
08/20/18
MTG. DATE
ATTACHMENTS
08/13/18
Information Memo
Contract 17-142 a ong with Amendmentand the proposed Amendment2
08/20/18
41
42
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Committee of the Whole
FROM: Jack Pace, Director Community Development
BY: Minnie Dhaliwal, Planning Supervisor
CC: Mayor Ekberg
DATE: August 7, 2018
SUBJECT: Contract with The Watershed Company for the update of TMC 18.45
Environmentally Sensitive Areas
ISSUE
Periodic update of the sensitive area regulations to reflect current best available science (BAS)
as required by the Growth Management Act (GMA).
BACKGROUND
The City is currently updating the Sensitive Area Code (TMC 18.45). Per RCW 36.70A.172
GMA requires that all jurisdictions use Best Available Science (BAS) in updating their critical
area code. As part of the effort to apply BAS to Tukwila, staff has determined that our current
data on the quality of the City's wetlands is insufficient. The original wetland
inventory/assessment was completed in 2003 using a different rating system (3-tier), which was
considered BAS by Department of Ecology at that time. In 2010, during the last SAO update,
the City simply converted the previous 3-tier system to the then current 2010 4-tier system
without collecting additional data. In 2014, the Department of Ecology created a new rating
system (4-tier with emphasis on habitat value) as part of their BAS review. The 2014 rating
system is integral in determining the size required for wetland buffers. Per BAS buffers are
determined on a sliding scale that is defined by the habitat score in the 2014 rating system.
DISCUSSION
As the City's current data is almost 20 years old and land use change and development has
been substantial during that time, it is necessary to update our wetland data to ensure
accordance with BAS. To avoid duplication and provide economy, staff has reviewed the
wetland reports that were received in the recent past as part of development applications. It was
determined that the area to the north of 1-405 and the steep slope area of Klickitat Drive should
be reassessed using the 2014 ratings system. This assessment will require both office and field
work and will result in raw data sheets for City retention that show the current state of the City's
wetlands. Approximately 47 wetlands (all of which are accessible from public ROW)) are
expected to be rated. This will ensure BAS is used in making decisions regarding the width of
required buffers as well as create a robust data set for future updates. This data will also
facilitate review of proposed development on those properties which contain wetlands and/or
their buffers.
FINANCIAL IMPACT
The original contract was approved administratively for $12,320 and the proposed amendment
is for additional $33,715. With the proposed amendment the amount to be paid shall not exceed
$46,035. This amount will come from the Department of Community Development professional
services budget.
43
INFORMATIONAL MEMO
Page 2
RECOMMENDATION
The Council is being asked to approve the contract and consider this item at the August 20,
2018 Regular Meeting under consent agenda.
ATTACHMENTS
Contract 17-142 along with Amendment 1 and the proposed Amendment 2
44
City of Tukwila Agreement Number: 17-142
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and The Watershed Company
That portion of Contract No.17-142 between the City of Tukwila and The Watershed
Company is hereby amended as follows:
Section 1: Scope of Work. The contractor shall perform those services described on Exhibit
A and C 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 for the City if the scope or schedule is to be modified in any
way.
Section 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 and Exhibit D
attached hereto and incorporated herein by this reference. The total amount shall not exceed
$46,035
Section 4: Duration of Agreement. This agreement shall be in full force and effect for a
period commenting July 31, 2017 and ending December 31, 2019, unless terminated sooner
under the provisions hereinafter specified.
All other provisions of the contract shall remain in full force and effect.
Dated this
day of , 20
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor Printed Name:
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Revised December 2016
Page l of l 45
AMENDMENT #2
EXHIBIT C
SCOPE OF WORK
Task 4: Wetland Inventory
1) Conduct site visits to accessible areas in or near 47 wetlands as mapped by the City of Tukwila
sensitive areas map (http://www.tukwilawa.gov/wp-content/uploads/2015/11/Sensitive-Areas-
Map.pdf), north of I-405/SR-518. Complete field portions of the Ecology 2014 wetland rating
forms by hand.
2) Finalize wetland rating forms by hand using online -available information such as aerial photos,
GIS topography and other resources as necessary.
3) Provide a technical memorandum summarizing methods and findings, including a table showing
wetland rating results.
4) Provide copies of handwritten data forms to the City of Tukwila.
5) Provide a copy of the City of Tukwila sensitive areas map with each wetland identified/labeled for
reference. Wetland ID will be used to differentiate each wetland listed in the wetland rating table
summary.
6) Provide project management and logistics to support the proposed scope of work, and QA/QC
review.
Assumptions
a) Up to 47 wetlands will be classified. Mapping accuracy and wetland presence/absence will not
be confirmed. However, if obvious, large-scale inconsistencies are discovered, they will be
reported informally to the City for further consideration or direction.
b) Wetlands located on private or other properties with physically or legally restricted access will be
visually assessed from accessible public properties and roads to the extent feasible within the
constraints of budgeted time. Entry into restricted properties will not be attempted.
c) Wetland rating forms and figures will be completed by hand and kept on -file at The Watershed
Company and a copy of handwritten data forms shall be provided to the City.
d) This classification effort is intended for use as a planning tool and is not a substitute for wetland
ratings done with full property access as part of a formal wetland delineation study.
46
Page 1 of 2
AMENDMENT #2
EXHIBIT D
BUDGET
WETLAND INVENTORY
Task:#
Task
Total Hours
Total Cost
Wetland Inventory
1
Field work
164
$17,540
2
Office classification and research
141
$11,985
3
Compile data and draft Memorandum
18
$1,800
4
Update City wetland map with labels
11
$1,100
5
QA/QC and project management/coordination
6
$1,020
Expenses
$270
Totals
$33,715
47
City of Tukwila
6200 Southcenter Boulevard, Tukwila. WA 98188
Agreement Number: j
17-142(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and The Watershed Company
That portion of Contract No. 17-142 between the City of Tukwila and The Watershed
Company is hereby amended as follows:
Section 4: Duration of Agreement. This agreement shall be in fullforce andeffect for a
period commencing July 3.1, 2017 and ending Decemnber 31, 2018, unless sooner
terminated under the provisions hereinafter specified.
All other provisions of the contract shall remain in full force and effect..
Dated this 13 , day of
CITY OF TUKWILA
Ja Pace
Director, Community Development
CA Revised December 2016
, 20
Printed Name: l4ri ILL IGE
�67) 1 or (L
Page 1 of 1
48
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number: 17-142
Council Approval N/A
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 The Watershed Company,
hereinafter referred to as "the Contractor," whose principal office is located at 750 Sixth Street S,
Kirkland, WA 98033.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and
the handling of any funds used in connection therewith. The Contractor shall request and obtain
prior written approval from the City if the scope or schedule is to be modified in 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 $12,320.
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
July 31, 2017, and ending March 31, 2018, 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 December 2016
Page 1 of 6
49
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
suits including reasonable 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 $1,000,000 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.
4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy
aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's
profession.
CA Revised December 2016 Page 2 of 6
50
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best
rating of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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 Keeping 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.
CA Revised December 2016
Page 3 of 6
51
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of 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 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 i day of A vOv
CI Y OF TUKWILA CONTRACTOR
Jack
Direc
JJ
ace
r, Community Development
, 2017.
Printed Name and Title: Dan Nickel,
Vice President
Address: 750 Sixth Street S.
Kirkland, WA 98033
CA Revised December 2016
52
Page 4 of 6
EXHIBIT A
SCOPE OF WORK
Task 1: SAO Gap Analysis and BAS
a) Background information review. Pertinent existing maps, inventories, reports and other
information from the City and other sources will be obtained and reviewed. This includes
reviewing the City's existing SAO to check for known deficiencies ("gaps") in meeting State
requirements and best available science.
• One kick-off meeting with City staff is included.
b) Best Available Science (BAS) review. The Watershed Company will capitalize on recent work
conducting complete BAS studies for the cities of Woodinville, Burien, Newcastle, Covington and
Island County. These recent studies will be referenced where appropriate in order to allow the
update process to move faster and to provide a significant cost savings to the project.
c) Prepare Gap Analysis and BAS memo. To summarize our initial review, we will prepare a brief
memo of gap analysis findings, specifically noting where modifications to the SAO should occur.
Where there are gaps, the report will provide recommendations based on BAS and State
requirements.
The anticipated focus is to be on wetland regulations. This scope of work specifically does not
include an in-depth analysis of geologically hazardous areas. If more information is needed, these
specialty areas may be added upon request.
Task 2: Prepare Amendments for the SAO
The Watershed Company will develop and propose revisions to the Sensitive Areas Chapter (18.45) in
strike-through/underline format based on the results of the gap analysis and direct input and guidance
from City staff. All substantive recommendations made will be tied to scientific findings which meet BAS
standards.
• One meeting with City staff is included to review the proposed revisions.
Task 3: Public Process
The Watershed Company will attend one (1) open house followed by a Planning Commission hearing
and one (1) City Council hearing to support the SAO update adoption process. Company staff will be
available to make presentations, answer questions and provide clarification to help move adoption
forward.
CA Revised December 2016
Page 5 of 6
53
EXHIBIT B
BUDGET
TASK
•Mei i iE_Ltt lA
W
hi 0
to v.
W
ESTIMATED
r COSTS
aid
o z
4a
1. Gap analysis and BAS
2. Prepare Amendments
3. Public Process
:Expenses
Total
19 9 29
26 2 16
24
$4,100
$4,820
$3,150
$250
$12.320
CA Revised December 2016
54
Page 6 of 6