HomeMy WebLinkAbout19-170 - Rainier Symphony - Rainier Symphony 2019-2020 Season19-170
Council Approval N/A
,64..s14 L A 4,4
4 4
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number:
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 Rainier Symphony, hereinafter
referred to as "the Contractor," whose principal office is located at PO Box 58182, Seattle, WA 98138.
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 A attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $7,000 annually, totaling $14,000.
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 17, 2019, and ending December 31, 2020, 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.
\ck os OcA:( 0015
CA Revised December 2016 Page 1 of 5
6. Indemnification. The Contractor ehoU defwnd, indemnify and hold the Public Enhtv, its officera,
officia|s, employees and volunteers harmless from any and all claime, injuries,a losses or
suits including attorney fees, arising Out of or in connection with the performance of this Aoreemant,
except for injuries mnddgnnogesoouoedbvtheao|enog|igenceofthmPub|ioEntih/.
Should a courtof competent jurisdiction determine that this Agreement is NecttoRCW424115
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. Imammmncm. The Contractor shall procure and maintain for the duration ofthe Agreement, insurance
against claims for injuries to persons ordamage bo property which may arise from or in connection
with the performance of the work hereunder by the Contnactnr, their egente, nepr*aentetivee,
employees or subcontractors. Contractor's maintenance of inourance, 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 ofthe types and with the limits
described below:
1. Automobile Liability insurance with 8 minimum combined Sjngka |innd for bodily injury and
property damage of$1.00U.00O per accident. Automobile liability insurance shall cover all
ovvned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (|8{)) 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 Liabilitv insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 prod ucts-completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 0001 and shall cover liability arising from premises, openadono, independent
contnactora, prod unta-connp|etod operations, stop gap |iabi|ity, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Umb||ib/
insurance shall be endorsed to provide per project general aggregate limit using ISO form
CE)25O3O5O9oronequivalent endorsement. There shall banoexclusion for liability arising
from explosion, collapse orunderground property damage. The City shall benamed maan
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 1001 and Additional Insured -Completed Operations endorsement CG2O57 10 01 or
substitute endorsements providing etleast uebroad coverage.
3. Workers' Compensation coverage aorequired by the Industrial Insurance laws of the State of
CARevised December 2016 Page 2of5
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to oontain, or be endorsed to contain that they ohoU be primary
insurance with respect tothe City. Any inaurmnoe, seK-inouuanme, 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: VIL
D. Verification of Coverage. Contractor shall furnish the City with originalcedificates and ocopy of
the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements oftheContractorbefonaonnnnlenmarnantof
the work. Upon request by the Qb/. the Contractor shall furnish certified copies of all required
insurance po|ioieo, including endonaernenta, 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 naquired, if any, to be obtained by eubcontnaotoro, which determination ohe||
bemade inaccordance 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 canoe||ahon, 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
||wa Uue|naae Umyo nnt/m* to the Contractor to correct the breach, |nnrneo|oze|y nmnn/nota the
contract or, atits discretion, procure orrenew such insurance and pay any and all premiums in
connection therewith, with any sums ooexpended to be repaid tothe City on demend, uraithe
sole discretion of the City, offset against funds due the Contractor from the City.
8. Record Keepimq and RepoMUnq.
A. The Contractor shall maintain accounts and reoordo, including personnel, pnopedv, financial and
ppognannnnmdio 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 n000vdmnom with RCVV
Chapter 4O.14and bythe City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall besubject sdall times tn inspection, review oraudit bv law during the performance
of this
10.Terminwtiom' This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written ncdioa of the City'e intention to terminate the same. Failure to provide
products on schedule may n*au|1 in oon{nani termination. If the Contractor's insurance coverage is
canceled for any reason, the City shall have the right toterminate this Agreement immediately.
11.0iscrimination Prohibited. The Consultant, with regard to the work performed bybunder 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.
CARevised December 2016 Page 3of5
12'Assimnmmmt and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated bythis Agreement without the written consent of the City.
13.EnMnm Aqreemnemt| Modification. This Aoreannent, together with attachments or oddenda,
represents the entire and integrated Agreement between the City and the Contractor and supersedes
all prior negotiations, representations, oragreements written or oral. No amendment urmodification
of this Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Sevsrmbi|itv and Survival. If any tero), condition or provision of this Agreement is declared void or
unenforceable orlimited 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 AQnaennent,
which by their sense and context are reasonably intended tosurvive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15.yAotioem. Notices hothe City ofTukwila shall basent tothe following address:
City Clerk, City of Tukwila
Tukwila, Washington SO188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16.App|icmblm Lam; Venue; Aftmmmev's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any aud, arbhroLon, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall beproperly laid |nKing County, Washington. The prevailing party inany such
action shall boentitled toits attnrney'sfees and costs ofsuit.
DATED this b \4V, day of Npm ��
°
S.
~��_� °_�, _
)ck
~W ~.0 -V �~-
CARevised December 2016
��
.2O ` ..
CONTRACTOR
°
`
�u?sa')n Rey)nolds, Vice ent
Board of Directors
PO Box58182
Seattle, VVA98130
Phone
Page 4of5
EXHIBIT
A
SCOPE OF WORK
Rainier Symphony will provide a minimum of six (6) concerts and weekly rehearsals at the Foster High
School Performing Arts Center annually throughout 2O19and 2O2O
PAYMENT
in December of each year, Rainier Symphony shall submit a detailed invoice along with an annual report
highlighting the past year's performances and accomplishments.
CARevised December 2016 Page 5cd5