HomeMy WebLinkAboutCDN 2017-10-09 Item 2A - Contract Amendment - Park Security with B-ForceCity of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Community Development and Neighborhoods
FROM: Rick Still, Parks and Recreation Director
BY: Kris Kelly, Parks Maintenance Supervisor
CC: Mayor Ekberg
DATE: September 27, 2017
SUBJECT: B -Force Security Contract Amendment
ISSUE
Reduction of scope for B -Force security and lower monthly rate of $2,100 to $1,400.
BACKGROUND
B -Force security has been a great contractor for the Tukwila Parks Department for 4 years and
gives excellent service for security and locking our park gates and restrooms. The park
restrooms will be closed a month earlier from now on starting in November which will be a
considerate amount of labor hours cut and a few parks no longer need gates due to
maintenance improvements. These changes will significantly cut the rate.
DISCUSSION
With the evolving parks system and staff efficiency, we are able to take the existing contract
with B -Force security and cut the services needed in order to better financially set our security
services for the future.
FINANCIAL IMPACT
Current B -Force contract is $2,100 a month for 2 years not to exceed $50,400. Imp ementing
the cut in services and at a new rate of $1,400 a month the contract will not exceed $40,600
which provides a savings of $9,800 for the remainder of the contract.
RECOMMENDATION
The Committee is being asked to consider the amendment and forward it to the Regular
Meeting on October 16, 2017 under the Consent Agenda.
ATTACHMENTS
- Original B -Force contract
- Contract Amendment, with updated Exhibit
1
2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 96166
CONTRACT FOR SERVICES
Contract Number: 16-165
Council Approval 12/5/16
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 B -Force Protection, hereinafter
referred to as "the Contractor".
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 rnutual 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 A attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $50.400 at a rate of $2,100 per
month.
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
January 1, 2017, and ending December 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.
d
CA Revised 2012
Page 1 o 4
3
. 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
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 nsurance. 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 written on 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 the Aggregate Per Project Endorsement ISO form CO
25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of
the Commercial General Liability Insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under the Contractor's
Commercial General Liability insurance policy with respect to the work performed for the City
using ISO Additional Insured endorsement 00 20 10 10 01 and Additional Insured -
Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the
State of Washington.
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.
CA Revised 1-2013 Page 2 of 4
4
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.
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 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 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.
CA Revised 1.2013
Page 3 of 4
5
14. Severabilitv 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
day of D -e.-4 enn , 20
CITY QF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
CA Revised 1-2013
6
By:
Printed Name and Title: Fl €'Q3,
Address: 6
cfg
Page 4 of 4
Security Services for Tukwila Parks
Parks:
Duwamish Hill Park
TCC (Tukwila Community Center)
Foster Park (Lee Phillips Memorial Park)
Tukwila Park
Bicentennial Park
Tukwila Pond Park
Crystal Springs Park
Crestview Park
Starfire Park (restrooms)
Scope of work:
January 1, 2017 through December 31, 2018
Exhibit A
Park Closing Opening Holidays Total Visitations
Duwamish Park 365 per year 104 per year 10 469 per year
TCC 365 per year 104 per year 10 469 per year
1Crestview 365 per year 104 per year
10 469 per year
1
Foster Park 275 per year 5 5 280 per year
Tukwila Park 275 per year 5 5 280 per year
Bicentennial 275 per year 5 5 280 per year
Tukwila Pond 275 per year 5 5 280 per year
1Crystal Springs 275 per year 5 5 280 per year
Starfire
None 108 N/A 108 per year
Fee Schedule:
Total contract amount: $50,400.00
Annual total charge: $25,200.00
Monthly charge: $2,100.00
Sincerely,
Eddie Hasanovic
7
8
City of Tukwila Agreement Number:
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and B -Force Protection
That portion of Contract No. 16-165 between the City of Tukwila and B -Force Protection is
hereby amended as follows:
Exhibit A. As of the effective date set forth below, Exhibit A attached hereto shall
supersede and replace the previously effective Exhibit A to the Agreement.
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 A attached
hereto and incorporated herein by this reference. The total amount to be paid for the
remainder of the contract shall not exceed $19,600 at a rate of $1,400 per month. The total
amount to be paid for the entire contract shall not exceed $40,600.
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 OrFlaherty, MMC, City Clerk Office of the City Attorney
CA Revised December 2016
Page 1 of 1
9
10
Revised Exhibit A
Monthly/Yearly Cost Breakdown
Property: Tukwila Parks
Hours per month 30 hours
Minimum hourly employees pay $15.00 per hour
Vehicle patrol price per hour $48.00
Tax Included
Holidays $1,152.00
Cost for 8 months (Restrooms) $11,520.00
Crestview 4 months (Gate) $3,648,00
Monthly Cost $1,400.00
Annual Cost
Note:
Hi Boss,
$16,800
To be on the safe side, since this is somewhat unpredictable to know how much I may loose or
gain, calculated is total monthly cost for entire 12 months service. Exactly $700,00 less per
month or $8400.00 per year. I hope the price is right for you.
Sincerely,
Eddie Hasanovic
B -Force Protection Security Inc
206-334-3459
11