HomeMy WebLinkAbout21-156 - EarthCorps - Maintenance Services: Cottonwood Corner and Duwamish Hill PreserveCity of
Tukwila
CONTRACT FOR SERVICES
nvmho, 21-156
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila, WashinQkzn. a non -charter
optional municipal code city hereinafter referreri to as the City," and Ear,thcore,a, hereinafter referred
to as the Contrackor.^ whose principal office is located �\
6310 NE 74th St, Seattle„LWA 98115
WHEREAS, the City has determined the need tohave certain services performed for /1s 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 certan terms
and conditions, now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1.
The Contractor
ckornhmU perform
those described on ExhibbAa�aohmd hereto and incorporated herein by this reference as if
set forth. In performing such services, the Contractor shall atmUonen comply wdhall Federal,
State, and tocat statutes, rules and ordinances applicable 10the pe�omanoeofsuch services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain priorvriMenopprova|�on\heCdvifthesoVpeorschedu|eintobomndi�eUinanyway,*w: Z°,*m.Z ° °,,w°°all ,° "
2. Compensation and Method of Payment. The City hoU 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 $2,061,62 .
3. Contractor Budget.. The Contractor shall apply the funds received under this Agroomont within the
maximum limits set forth in this Agroement. The Contractor shall requestprior approval from the City
whenever tho Contractor desires to amend its budget in any way.
4. Duration of Axzreement. This Agreement shall be in full force and effect for a period commoncing
September 27, 2021, and ending December 30, 2021, unless sooner terminated under the provisions
hereinafter specified,
5. Independent Contractor. Contractor and City agree that Contractor is an independont 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 incorne tax or social security or contributing to the State
Industrial Insurance Prmgnarn, or otherwise assuming the duties of an employer with rospect to the
Contractor, or any emptoyee of the Contractor.
6. |ndmmunificston. The Contractor shall defend, indemnify and hold the Public EnVh/, its offioers,
officia|u, employees and volunteers harmless from any and all tlainna, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Ampeement,
except for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 014
ShoWd a dourt of cornfreiiiitent jtarisdisition determine that ihis Agrosierrierst sahviiare 4 2,4 115,
therri, in the everit of 4for ciersiagers arisiteg out of bodily triply to pereens tar darriegrres to properly
caused by or. res.isthinrii) 10 ttl concurresit neghgence ef tlrie Corritraciter and ErTertrie
offie:erso employees, and voienteers, the (riScriintracitor's ha)riiikry hereunder be only to "itle
e.xteaiiit the Cr'..)ntractserrefl 4 4 It is taienther iiiipfireaficially and expressky t„ariderstaraid that rrie
inderrinificarbrith provided herein erJaistittstens thriii Contractor's wareer ef iriernirinity iriseirar
thsiiiranee, Title 51 FRCW, soloiiity for the purposes of tires, indemsiifirapen. This waiver 1!"1,.";.:.V.'"if, been rrineturriS/
negotiated by the parties. ii"he provisions of this sErsibtion ellen siiievere the eyararation or terninniaticea of
this Agreement.
The Contractor st"iali procure art nraintain for U d Li. Fa tiOn of the A.glesiment, rsiricarice
against claims for injurieS to persons or darnage 4 property which may a rise from or in nor i") e C11 on
the perforidanc:e of the vvork hereunder by the Contr.rwtor, h
r adergs, representatives., essibleyees or
ubcontractors, Contractr's maintenance of insurance its scope of coverage and itmits as inillitgtored
herefn shall not be rionstrded to lirnit the liabihty of the Contractor to the cOVelageC hy soon
insurance, or otherwise limit the City's recourse 4 any remedy availahlf.it at law dr in efltiiitY.•
A. Minimum Scope of Insurance,. Contractor shall obtain insurance of the types and with the h 711 S
described below,
Automobile Liability_insurance with a rninimum combined singie limit for bodily injury and
pr perty damage of $1,000,000 per accident, Automobile liability insurance shall cover ail
owned, non -owned,: hired and leased vehicles. Coverage shall be written on lnsurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent ab4ity covera.ge,
necessary, the policy shall be endorsed to provide contractual liability coverage,
2, Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
S2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
knit. 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 Contractors 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.
B. Public Entity Full Availability of Contractor Limits. 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 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.
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 Re istd 202(i P.i4c 1 of 4
V nificaltion of Coverage. tiiiiontraitiv fitintSh the City oath original Ciefireflleafes and a bogy of
brie amendatory eletterSereetts, hatitheitle tett not necessarily lircited to tins additiorich
endorsement, evidencing thEif insetentifei requilefeentS of fee. eterefeCtOr befOre tiOrrarrienCeelese Of
the work. Upon requestby trio City, te bonirector st;
ise es fitellietli Certified copies of all requited
insurance pandas, lieelltleinf,3 endorsements, reduired in ties Agrearrient one evidence ct
sUbcontractors° coverage„
F. Subcontractors, The Contracitor shall cause eaCh and every Subcontractor to prevrite buskin:ince
coverage that comphas with all applicable requirements of the Contractortiorovidee insurance aS
Set fcrith herern, except the! Contractor shall nave sops responsibility for determining the iirnits
coverage required to be obtained by Subcontractors.. °The Contractor shall ensure that the Public
Entity is an additional insured on eace and every Sithicergractons Comirrierciai General liabiiits
insurance policy using an endorsement as least as broad aS 0 SO CG 20 10 10 01 for ongoing
operations and CG 20 37 1 01 for completed operations.
S Notice of Cancellation. Trie Contracthr shall provide. the City n 3 all Additional insureds for sus
vvork with written notice of any policy cancellationwithin two business days of their receipt of such
notice!.
H. Failure to Maintain Insurance, Failure on the part of the Contractor to rinaintain the insurtiltithe as
required shall constitutea rnateriai beach of contract,. upon which the City' may, after giving five
business days noticeto the Contractor to correct the breach, immediately terminate the contract
or, at its discretion,. procure or renew such insurance and pay' any and all prercii„ans in COnnection
therewith, with any sums so expended to be repaid to the City on dernand, or at the sole disrimotion
of the City, offset against furies due the Contractor from the City,
B. Record Keeping and Reoorting.
A. The Contractor snail maintain accounts and records, including personnel, property„ financial and
programmatic records which sufficiently and properly reflect all direct and indirect cri)sts of any
nature expended and services perfomited in the performance of this Agreement and other sur h
records as may be deemed necessary by the City to ensure the performance of this Agreement,
B. These records shall he 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 RCV' Chapter
4014 and by the City..
9. Audits and jnsipections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all trines to inspection, review or audit. by law during the performance, of
this Agreement.
10., , This Agreement may at any thine 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. lfthe Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11„ f2jscrimination 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 lawl, in the
selection and retention of employees or procurement of materials or supplies
12. Assignment and Sgbcontract The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City,
13.
. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes ail prior.
neigotiations, 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 R, ',.d NA.av 2020
Ifiage ; of4
14. f any term., condition or provision of this Agreernent is deciF,Ired ,,,/tDd
unenforceable or bruited in its application or effect„ such evF,..ntshall not affect a ny other' or evis
hereof and all other provisions shall remain fully eriforceabIe,„ The brovisiOns of this Agreernent which
by their sense and context are reasonably intended to survive the completion, expiration or canseAiatiosi
of this Agreement, shall survive termination of this Agreement
15. Notices to the City of 'Tukwila shall besent 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. p. I 4'46 . 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
CITY OF TUKWILA
Kis Kelly, Parks & ecrea
Recreation Manager
CA Revised May 2020
207-L.
CONTRACTOR
By:
Printed Name and Title:
Address: (1j, 2 7 t (.7
/
Page 4 of 4
Scope of Work for:
°Pena Perry
e(ty or Tukwila
Parks and Rect/424 42nd Ave 5
Tukwila, WA 98168
Da te.
Name of Project:
Agency Contract No.:
EarthCorps Project No.:
September 21 2021
Tukwila
312-21 01
Exhibit A
From:
Whitney Bowman
Eartheorps
6310 NE 74th Street
Style 201E
Seattle, WA 98115
(317) 695-1809
Fax: (206) 322-9312
whitney4earthr(orps org
Narrative Scope of Work:
Maintain restoration areas at Cottonwood Corner and Duwarnrsh Hifi Preserve/
Task 1:
Dates and Crew # Crew Days Carly Of Hourly
Name or PM Hours Rate
•,Aaterials Cost Subtotals
Days rn held:
1
$ 1,675.00
1,675.00
Project Management
85.00
170.00
Fieid Specialist
50.00
Materials
Herbicide
25,00
25.00
1,870 00
Crew Labor
1,675.00
Project Management
170,00
Field Specialist
Materials
25.00
Subtotal
1,87000
Materials & Handling Fee (10% of Total Materials)
2.50
TOTAL FEE
1,872.50
Sales Tax
10.196
Location Code:
189.12
Materials (pass-through, taxed at source)
TOTAL PAYABLE
2,061.62
Fee Schedule
Labor
Crew Day (5-6 persons/van/equipment)
$1,675.00
Project Manager/hour
$85.00
Field Specialist/hour
$50.00
Field Trud<s (4x4 pick up / 3 ton dump truck) $85/clay
Payment: invoocecl monthly until completion, 30 day payment requested.