HomeMy WebLinkAbout21-194 - 4LEAF, Inc - Fire Plan Check & Inspection Services^ ofCity
Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number: 21-194
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 4LEAF Inc, hereinafter referred to
as the Contractor," whose principal office is located at 2126 Rheem Drive Pleasanton, CA 98588 .
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 Fedena|.
State, and local statuteo, 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 $37.800 at a rate of $00 per
hour
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
01/01/. 2022, and ending 08/30. 2022. 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 P[og[m[n, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Enthv, its officero,
mfficia|o, employees and volunteers harmless from any and all c|ainno, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this /\oneennent,
except for ijuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 of 4
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 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. Jnsurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
GiOatdainnsh»ri injuries topersons ordgnnagetoprope�vxvhiohn0ayehsehnnnorinconnection vv�h
the
~ performanceo�'xvVrkhereunderby�hetheir representatives, employees or
�netheContractor,agents,
subcontractors. Contractor's rnmintenanc' of inaurance, 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 iimit the City's recourse to any remedy avaiiabie at iaw or in equity.
A. Minimum Scope of Insurance. 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 allovvned.non-ovvned.h\nedmnd|emoedvehic|es.CoverogeehaUbexv[ittenon|nourGnce8ervioeo
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 $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 shail cover iiabiiity arising from premises, operations, independent
cuntractoro, products -completed ope.adono, stop gap iiabiiity, personal injury and advertioing
injury, and liability assumed under an insured contract. The Commerciai General Liabiiity
insurance shail be endorsed to provide a per projectject general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from expiosion, coiiapse or underground property damage. The City shali 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 Ieast as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity �Fu1|Am/oQContractor |fthe (�ontroctornnaintminshigher insurance
limits than tnnininOunnoshown above, the Public Entity shall beinsured for the full available limits
of Commerciai General and Excess or Umbrella liability maintained by the Contractor, irrespective
ofwhether such limits maintained bvthe (�ontnactorare greater than those required bythis (�ontnaut
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
iower 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 insuranoe, ae|f-inourance, 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 /\: \/||.
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 endoreennente, 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 po|iciee, including endoraennente, 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 henain, 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 Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of cortnact, 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 recorda, including penaonne|, propertv, 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
Agreementeha||beo�e||dnnea�orevievvoraudit by|mxvduring the pe�ornnonoeof
subjectinspection,
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
Agreennent, will not discriminate on the grounds of race, ra|igion, oread, oo|or, national origin, age,
veteran otatus, sex, sexual orientation, gender identity, marital status, political mffi|\oUon, the
presence of any d\agbi|ity, or any other protected class status under state or federal \oxv, 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: Modificatioii. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negodaUona, repnasentationo, 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. Severabiland 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 AoPeenneOt, 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
82OOGouthcenterBlvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16'Aoo|icable 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, orbitradon, 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 attorneys fees and costs of suit.
DATED this 24th day of December , 2021 .
CITY OF TUKWILA CONTRACTOR
~__!,51,via SemlessDo~com
Ke}.
Allan Ekberg, Mayor
12/24/2021
ATTEST/AUTHENTICATED:
e,ICInecl via SeemlessDo..com
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
eGignecl via SeemlessDo..com
Key
Office of the City Attorney
Printed Name and tle: 4LEAF, Inc
Address: 2126 Rheem Drive
Pleasanton, CA 94588
CA Revised May 2020 Page 4 of 4
4LEAF, INC.
PLAN CHECK . BUILDING INSPECTION . PLANNING
EXHIBITS A & B
Ty
Fire
IIr"tIIrlent:
Fire
liuIIIIII .
IAC
p r III 1]U n Sair I""' III C
DATE:
4LEAF JOB No.:
PROPOSAL No.:
PROJECT(S):
PRINCIPAL PM:
CONTRACT #
12/13/21
TBD
4686
City of Tukwila Fi
Craig Tole
TBD
Plan Check Services & Inspection Services
ITEM: I
Fire Plan Check
Fire Plan Check
4LEAF
Personnel
Jim Aldrich
Total
Hours
422
Hourly
FEE
$90
ESTIMATED
TOTAL
$37,980
Preliminary Sub -Total of Services provided by 4LEAF
S37,980
Preliminary Estimated Fees
S37,980
Project Management Mark -up N/A
$0
Total Preliminary Estimated Fees
S37,980
Estimate is seeking a task order to provide Fire Plan Check Services for the City of Tukwila Fire Department.
4LEAF will provide personnel as approved and will be given specific tasks as assigned 4LEAF is proposing Jim Aldrich for this assignment.
This is a straight time estimate. 4LEAF will bill on a time and materials basis and invoice the City monthly.
If overtime is requested 4LEAF will bill 1.5x the hourly rate, upon request. Staff is subject to change with approval from client.
The level of effort for this assignment is up to 40 hours per week for approximately six months. Any hours over the proposed amount will require a change order.
Field visits will require a four how minimum charge billed in four how increments.