Loading...
HomeMy WebLinkAbout20-024 - Horizon - Rainbird Global Service Plan (GSP)as:4 ILA ky. 44, City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Contract Number: 20-024 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 Horizon , hereinafter referred to as "the Contractor," whose principal office is located at 955 Lind Ave SW, Renton, WA 98057 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 $15,000.00 at a rate of tc" o eco‘,..44 re. 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 March 1st , 2020, and ending March 1st , 2023, 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 4 6- Indemnification. The Contractor ohmU defend' indemnify and hold the Public Entitx, its officare, officia|o, employees and volunteers harmless from any and all o|ainno, injuries, damages,losses or suits including attorney fees, arising out oforinconnection with the performanceofthis Agreement, except for injuries anddarnogeocmuoedbv1heeo|eneg|igenceof1hmPub|icEntib/. Should a courtof competent jurisdiction di that this Agreement is subject to RCVV424115 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 ordamage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their mgenta, representatives, employees or subcontractors. Contractor's maintenance of inaunanoe, its scope of coverage and limits as required herein oho|| 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 mfInsurance. Contractor shall obtain insurance ofthe types and with the limits described below: 1. Automobile Liability insurance with m minimum combined single limit for bodily injury and property damage of$1.UOO.00O per accident. Automobile |iobi|hv insurance ehmU cover all ovvned, non-ovvned, hired and leased vehicles. Coverage ahoU be written on Insurance Services (]fDoe /|S[)\ form CA UO 01 or a substitute hlrnn 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, $2.00O.00Ogeneral aggregate and $2.00O.00Oprod uctm-oornpketedoperations aggregate |irnd. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG OU 01 and ahoU cover liability arising from prerniaen, mpenationo, independent oontroctmro, pnoduoto-oonnp|eted operations, stop gap |imbi|itv, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall beendorsed toprovide aper project Qengro|aggregate|irn|tuainQ|S{]fornn CG25O3O5USoranequivalent endorsement. There shall benoexclusion for liability arising from explosion, collapse orunderground property damage. The City shall benamed 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 1001 and Additional Insured -Completed Operations endorsement CG 2037 1001 or substitute endorsements providing atleast mabroad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of CARevised December 2O18 Page 2uf4 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, eeU-ineumgnma` or insurance pool coverage maintained bythe City shall be excess ofthe Contractor's insurance and shall not contribute with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with e curnent/\M. Beet rating of not less than A: VI I. D. Verification mfCoverage. Contractor shall furnish the City with original oertJicateaandaoopy 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 oo|a responsibility for determining the insurance coverage and limits msquinad, if any, to be obtained by aubcontractoro, which determination ohgU bemade inaccordance with reasonable and prudent business practices. F. 0dmtium of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy canoe||obon, 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 Keapimq and RepmMNmq. A. The Contractor shall maintain accounts and naoonda, including personnel, pnopmrtv, 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 bemaintained for period of after termination hereof unless permission to destroy them isgranted bvthe office ofthe archivist inaccordance 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 inoomohon, review oraudit 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 CUv'e intention to terminate the aenle. Failure to provide products on schedule may nsuuk in oun1rent termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right \oterminate this Agreement immediately. 11.Discrimination Prohibited. The Consultant, with regard to the work performed byhunder this Aoreenlert, will not discriminate on the grounds of raoe, religion, oreed, color, national origin, a0e, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disebi|hv, or any other protected daoo status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. CARevised December 2016 Page 3o[4 12.Amsiqnmnem1and Subcontract. The Contractor shall not assign orsubcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13'Entire Aqreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all priornegotia1ione. napreoentationo, oragreements 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. SevenNbiVitv and Survival. Uany term, condition orprovision mfthis Agreement iadeclared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions ahm|| narnoin fully enforceable. The provisions of this Ao/eemgnt, which bxtheir sense and context are reasonably intended tosurvive the cornp|etion, 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 82OO8outhoentevBlvd. Tukwila, Washington 9818M Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attonmev'mFeeo' This Agreement shall bagoverned bvand construed in accordance with the kavve of the State of Washington. In the event any auit, orbdraUon, or other proceeding is instituted to enforce any term of this Aoreennent, the parties opecUiom|b understand and agree that venue shall be properly laid in King Counb/, Washington. The prevailing party in any such action shall be entitled toits attorney'ufees and costs ofsuit. � � DATEDthie Odayof �`Morvo~r� . 2020 CITY OF TUKWILA �� V-����%_���K��e- z- » �~�IKz.(,-C-T".Wz CA Revised December 2016 CONTRACTOR ^~_ l iL�' Printed NmmemndTd|e�_�my���KiWf��wu y y���&� � .~ Address: up,; 5- Z ,A � 4�c 5,L ) o_t=,% 7 t�ms -? Page 4uf4 Exhibit A Rain Bird® GSP Golf Global Service Plan Renewal 3 Year Support For Foster Golf Links GSP # 204554 Service Plan Expiration Date — 3/1/2023 Welcome to the Rain Bird Global Service Plan (GSP). GSP provides remote technical service and support for central control systems to end users. This service plan is registered to Foster Golf Links for a period of 3 years. In consideration for payment, the expiration date of this service plan is hereby extended to the date noted above. Rain Bird Corporation will provide the following: Toll Free Support 8:00 a.m. to 5:00 p.m. local business hours, normal business days. The toll free help line is available to assist with questions or issues related to the operation of the Rain Bird central control system. Please call toll free (866) GSP-XPRT (866-477-9778). Please inform the engineer who answers that you are a GSP member and have your GSP number or site name available. Remote System Diagnostics: Each central control system enrolled in GSP is equipped with a modem and remote system diagnostics software, enabling GSP engineers to access field programs and perform diagnostic tests. This feature requires that you have an analog phone line installed in the area of your central control computer. Your Next Business Day Hardware Replacement Guarantee is not in effect until your remote diagnostics software has been tested for operation by a GSP engineer. Rain Bird does not guarantee that all technical problems will be solved using remote system diagnostics. As with all third -party software products installed by Rain Bird on central control computers, the software manufacturer's warranty is the only warranty coverage for their particular software. Rain Bird does not provide extended warranty coverage for any software product except the irrigation central control software. After Hours Emergency Paging: After hours, for non -emergencies, please call (866) GSP-XPRT (866-477-9778). Please leave your name, GSP number or site name, a return phone number, and a convenient time for a return call by a GSP engineer during normal business hours. For after hour emergencies, please call 866-GSP-XPRT (866-477-9778). Follow the instructions to (846) GSP-XPRT f www.rainbird.com/gsp access the emergency paging system. At the prompt to leave a message, please leave your name, GSP number, return phone number and a short message about your issue. As soon as you hang up, the GSP engineer on call will be paged, and will return your call as soon as possible. Customer Satisfaction Policy on Rain Bird® Central Control Hardware: The GSP Customer Satisfaction Policy covers the Rain Bird computer, MIMTm, MIM-X, TVVI, The FREEDOM System TM repeater, MDITM, LDI, SDI and the Line Termination Box. This customer satisfaction policy does not cover software manufactured by companies other than Rain Bird. Computers and peripherals purchased elsewhere are not eligible for customer satisfaction policy under this or any other warranty available through Rain Bird. This customer satisfaction policy does not cover damage sustained to the system as a result of owner/operator misuse, electrical power interruption, lightning or electrical surge, fire, theft, vandalism, or acts of God. In the event of lightning damage, GSP members can take advantage of the next business day shipment of central control components and then be billed by their local Rain Bird Golf Distributor for the cost of repairs to their hardware. Next Business Day Hardware Replacement: If any Rain Bird central control hardware component covered under GSP becomes inoperable, a loaner will be delivered to your site via Fed Ex® next business day service. If the need for a replacement part shipment is identified early enough in the business day to complete the shipment before the shipper's cutoff, the component should be received the next business day. The shipment will be sent in a re -useable box, with return shipping instructions enclosed. After the loaner or replacement component is removed from the box, the failed component must be placed in the same box and must be returned while the electronic call tag is open or a suspension of GSP privileges and loaner charges will be imposed. Electronic call tags are only active for three pick up attempts and if allowed to expire, GSP will have to arrange for an additional call tag. Shipments will only go out on regular business days. The FREEDOM SystemTM repeaters will require 48-hour turnaround, in order to allow time for the loaner repeater to be programmed to match the failed equipment. Please be aware that access to next business day parts shipment does not begin until the Symantec pcAnywhere TM check and the Rain Bird Certified Start-up have been completed and are on file with GSP. Destinations beyond the borders of the United States may require longer shipment times due to customs, duties, and other international issues beyond our control. Data Backup Utilities: Each central control system purchased with GSP is equipped with a CD-writeable drive. Use your system backup tool to save and protect your valuable central control database onto writeable CD's. As a GSP member you also have the option to have GSP securely store a back-up of your central control database through our Remotely -Secured Database Back -Up Service at no charge. To utilize this service, call GSP at (866) GSP- XPRT. (866) GSP-XPRT 1 www.rainbird.com/gsp Rain Bird Central Control Certified Start -Up: Your Rain Bird Distributor will provide an on -site Rain Bird Central Control Certified Start -Up inspection to certify that your central control system has been installed correctly and meets Rain Bird® specifications. The Next Business Day replacement guarantee is not in effect until GSP has a copy of the certified start- up on file. Software Service Packs: During the term of enrollment, GSP members will receive, upon request, the newest central control service packs at no charge. Please note that software upgrades are not included in this service plan. Under this service plan, Foster Golf Links is responsible for the following: System Maintenance: Foster Golf Links will keep their central control computer system in good condition. Conditions and Terms: Client shall have no right to assign this service plan or any interest without the prior written consent of Rain Bird Corporation. Disclaimer: This is an exclusive service plan provided by Rain Bird Corporation under this plan and Rain Bird Corporation disclaims all other warranties in connection therewith, either expressed or implied, including without limitation the implied warranties of merchantability and fitness for a particular purpose. No warranty is given that the hardware and software will meet your requirements, or that your use of the hardware and software will be uninterrupted or error -free. In no event will Rain Bird Corporation be liable for any incidental, indirect, general or consequential damage or loss of any nature that may arise in connection with the use or inability to use the hardware or software. Some states do not allow limitations on the duration of any implied warranty, so the above limitation may not apply to you. The exclusive remedy under this service plan shall be at Rain Bird Corporation's option, either repair or replacement of the hardware or software, or portions thereof if defective. Term of this Service Plan: Coverage begins immediately upon the expiration of the prior service plan and extends for a period of five years. This service plan (even though a time payment arrangement may have been arranged) is not cancelable by notice during its term. In the event that any payment due hereunder (or any payment due under Distributor -arranged time payment or financing (866) GSP-XPRT f www.rainbird.com/gsp plan) becomes delinquent , all privileges, services, warranties and customer satisfaction coverage shall be immediately suspended and the entire balance of payments agreed under any such payment plan shall become immediately due and payable. Further, any license or permission to use any Rain Bird Corporation software program shall be immediately suspended. Rain Bird Corporation, or the Distributor with whom the time - payment arrangement has been made may, upon a default in payment, institute immediate legal action for the entire unpaid balance, plus allowable court costs and reasonable attorney's fees in any court of competent jurisdiction. Modification: This service plan sets forth all of the obligations of Rain Bird Corporation and the client for the central control system. There is no other warranty. General: The laws of the State of California apply. GSP Member Website Login Information: Site Address: http://wvv2.rainbird.com/gspmember Username: gspmember Password: 204554 (866) GSP-XPRT J www.rainbird.com/gsp Horizon. H540-RENTON-HDI 955 LIND AVE SW RENTON, WA 98057-2302 Phone 425-277-2525 Fax 425-277-2929 BILL TO EH04552 CITY OF TUKWILA 13900 INTERURBAN AVE S TUKWILA, WA 98168-4773 Phone 206- 433-7158 Fax 206-433-1833 Exhibit B Quotation THIS IS NOT AN INVOICE QUOTE # 3S021884 LOCATION H540 DATE 02/05/20 PAGE 1 of 1 SHIP TO EFOSTER GOLF LINKS 13900 INTERURBAN SOUTH TUKWILA, WA 98168 Fax 206-433-1833 QUOTE DATE 02/05/20 EXPIRE DATE 03/06/20 REQUIRED DATE REFERENCE NUMBER PAYMENT TERMS CTR: CHECK OK S SCOTT MUTCHLER(H530 CQN_TAACT SHIP VIA FREIGHT TERMS IN/OUTBOUND JOKBYNUNNMBER SALES REP H540/MARK MAHAN PRODUCT/DESCRIPTION T PRICE U/NI *RED-GOLF-MISC G01356A 3YR GSP PLAN W/COMP YEAR 1 *RBD-GOLF-MISC 001356 GSP PLAN YEAR 2 *RBD-GOLF-MISC 001356 GSP PLAN YEAR 3 1 3,605.23 EA 1 3,605.23 EA 1 3,605.23 EA 3,605.23 3,605.23 3,605.23 MERCHANDISE TOTAL HANDLING MISC CHARGE TAX FREIGHT QUOTE TOTAL 10,815.69 0.00 0.00 1,081.57 0.00 1, 7.26 Accepted: By: Date: .2 // _3/.2Z ZO