HomeMy WebLinkAbout21-018 - Karen Reed Consulting, LLC - Consultant Services: City's Planning CommissionCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number. 21-018
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 K ren Re- • .ns !tin LLC
hereinafter referred to as "the Contractor," whose principal office is located
at 4951 SW Forney Street,, Seattle, WA 98116.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perfori such services; and
W EREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONS I EATON OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
0
S a h d of ry to 0 - P rfr C . 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. C d f n. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $5,250.00 at a rate of $210 per hour.
3. C n . 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.
This Agreement shall be in full force and effect for a period commencing
January 12, 2021, and ending February 12, 2021, unless sooner terminated under the provisions
hereinafter specified.
11
d n C* rir, 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 Agree ent. 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.
6. Jn. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, da ages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
exc-pt for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 of 4
1/1
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 arid 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. hi rail . 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. Mini u Sco
described below:
of Insura ce. Contractor shall obtain insurance of the types and with the limits
1. Automobile Liabilityjnsurance with a minimum combined single it 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 Liabilittinsurance with limits no less than $2,000,000 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 aws of the State of
Washington.
Public Entity Full Availability of Contractor Li its. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insrance Provision. The Contractor's Auto obile 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.
D. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
CA Revised May 2020 Page 2 of 4
E. 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.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. 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.
H. Failure to M. intain 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.
.r. 0 R
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 Cha eter
40.14 and by the City.
ts
In . 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. T rmi 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.
12.
, rim'
ti P
he 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 st tus, 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.
. The Contractor sh not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13 E tir- eme 11 »sifi ..11 •>j, 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 May 2020 Page 3 of 4
14. v r it 1. 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 Agreeme t, shall survive termination of this Agreement.
15 . 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. A PI 111.1 t V 11 4or, - 9 F.. 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 26 day of January
CflTY OF TUKWILA
, 2021
Jack Pace, Director
CONTRACTOR
Printed Name and Title: Karen Reed, Manager
Address: 4951 S.W. Forney St.
Seattle, WA 98116
CA Revised May 2020 Page 4 of 4
Exh
,•
it A
Scope of Se ces:
Prepare for and facilitate a meeting with the City's Planning Commission in late January 2021,
with the goal of refreshing Com issioners on the ission/role/rules regarding the Com ission
and ways to improve effectiveness of Commission eetings.
Specific tasks would include:
• Conduct background research re: City Planning Commission roles, rules, history
•Interview planning co, mission members and two lead staff regarding the Planning
Commission—what is working well, wh-t needs improvement, ideas, aspirations
• Develop agenda and materials for eeting; review and finalize in collaboration with Staff,
Planning Commission Chair
• Prepare for and facilitate meeting with Planning Commission
• Close-up activity with staff, Com ission
Estimated costs (see below):
• Estimate assumes City staff srovide background information on Commission, coordinate all
interviews/meetings with Co missioners, set/issue eeting notices as required, provide
copies of meeting materials to Commissioners.
• Estimate also assu es that City attorney is available to provide legal assistance and
participate in the Commission meeting. Consultant will not provide legal services.
TASK
Est.
Hours
Research
Develop interview questions, and confer with planning commission (2)
and lead staff (2)
2
Develop agenda and aterials for eeting/ review with staff and
•Banning commission chair / adjust per discussion
10
4
1
Prepare for and facilitate meeting
Follow us with staff re: next steps
Contingency
TOTAL
25
20-25 hours @ $210/hr. = $4,200 – $5,250
CA Revised May 2020 Page 5 of 4
Exhibit
Consultant will bill time in quarter-hour increme ts at an hourly rate of $210.
Contract maximu amount not to exceed $5,250
CA Revised May 2020 Page 6 of 4