Loading...
HomeMy WebLinkAbout24-024 - ETC Institute - Budget Survey ServicesCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA98188 CONTRACT FOR SERVICES Contract Number: 24-024 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 ETC Institute, hereinafter referred to as "the Contractor," whose principal office is located at 725 W Frontier Circle Olathe, KS 66061. 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: . 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 $20,000. 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 March 4, 2024, and December 31, 2024 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. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. 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 ETC Contract for Budget Survey Services Page 1 of 4 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 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. 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 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 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 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 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. ETC Contract for Budget Survey Services 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 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 Keeping and Reporting. 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 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 inspection, review or audit 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 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 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. 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: Modification. 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. ETC Contract for Budget Survey Services Page 3 of 4 14. Severabilitv and 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 Agreement, 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 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the following address: ETC Institute 725 W Frontier Circle Olathe KS 66061 16. ADDlicable 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, 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 the suit. DATED this 4th day of March, 2024. CITY OF TUKWILA CONTRACTOR rF DocuSigned by: DocuSigned by: 1 W;'c fxas Er ra�e,ass -ee a 6,F.s-7-8.6 Marty Wine, Interim City Administrator Greg Emas, Chief Financial Officer ETC Contract for Budget Survey Services Page 4 of 4 Exhibit A Helping Organizations Make Better Decisions 725 W. Frontier Lane, Olathe, Kansas 66061 Phone: (913) 829-1215 Fax: (913) 829-1591 March 1, 2024 Subject: Proposal to Conduct a Budget Priorities Survey for Tukwila, Washington ETC Institute is pleased to submit a proposal to conduct a community -wide scientific survey to acquire public feedback on the expectations and needs of city services and budget priorities. ETC Institute understands the survey will contain 5 to 10 questions including demographic questions, and will be approved by the City. Task 1: Design the Survey. Task 1 will include the following services: • Working with the City to develop a survey instrument. The survey will be no more than 5 to 10 questions (up to 5 minutes to complete), and the City will have final approval on the survey instrument before it is printed and mailed. ETC Institute will plan to start with the 2023 City of San Antonio FY2024 Budget Priorities Survey, but it will be completely customized for Tukwila to ensure all goals and objectives are met. • Developing on-line and printed versions of the survey as well as thorough QA/QC and creating proof for printed version of survey if needed. • Conducting a pilot test of the survey to ensure the questions are understood by residents. Based on the results of the pilot test, ETC Institute will recommend modifications (if needed) to the survey. • The survey will be translated into Spanish and other languages designated by the City (up to 5 additional languages including English as the 6th). The full survey and cover letter will be translated into the desired languages. The survey will be made available online in multiple languages and the cover letter will be printed and mailed in languages other than English, but the full survey will only be printed and mailed in English. • The survey cover letter will direct residents who need to complete the survey in another language on how to do that. A toll-free main line will be provided for any language needs outside of the ones included on the cover letter. Deliverable Task 1. ETC Institute will provide a copy of the approved version of the printed survey along with a link to the on-line version. Task 2: Develop the Sample for the Survey. Task 2 will include the following services: • Acquiring the sample for the random sample. The sample will be designed to ensure the completion of at least 250 surveys. The overall results of 250 completed surveys will have a precision of at least +/-6.2% at the 95% level of confidence. The goal of 250 completed surveys will ensure a statistically valid sample size. The sampling plan will most likely target approximately half of the City's 8,000 www.etcinstitute.com households. Deliverable Task 2. An email confirming that the sample has been acquired. Task 3.1: Administer the Survey. Task 3 will include the following services: • ETC Institute will administer the survey by a combination of mail and online. • ETC Institute will mail the survey and a cover letter (on City letterhead) to a sample of households in the City. Only one survey per household will be sent. Postage -paid envelopes will be provided by ETC Institute for each respondent. The City will provide a letterhead for the cover letter that will accompany the mailed survey. The cover letter will contain a link to an online version of the survey. Residents who receive the survey will have the option of returning the printed survey by mail or completing it on-line. • ETC Institute will follow-up with residents who receive the mailed survey by sending texts, postcards, and a second mailing (if needed) to maximize participation in the survey. ETC Institute's fees including printing and mailing up to 5,000 surveys and 5,000 postcards. The goal will be to obtain completed surveys from 250 households. A sample of 250 completed surveys will provide results that have a margin of error of +/-6.2% at the 95% level of confidence at the City level. • ETC Institute will promote awareness of the survey using social media ads on Facebook and Instagram to encourage participation in multiple languages. • All respondents who complete the survey online will be required to provide their home address when they finish the survey. ETC Institute will match addresses from respondents who complete the survey online to the addresses that were selected for the random sample to ensure the participant is part of the random sample. If a respondent does not provide an address or the address is not part of the sample, it will be included in a separate database. • ETC Institute will monitor the distribution of the sample to ensure that the sample reasonably reflects the demographic composition of the City with regard to geographic dispersion, age, gender, race/ethnicity and other factors. ETC Institute will weight the data as needed if one or more demographic groups is over/underrepresented relative to recent Census estimates for the City's population. Deliverable Task 2. ETC Institute will provide a copy of the overall results for each question on the survey. Task 4: Analysis and Final Report. ETC Institute will conduct analysis of the data and submit a final report to the City. At a minimum, the analysis and report will include the following items: • Formal report that includes an executive summary of survey methodology, a description of major findings, and charts that show the overall results of the survey. • GIS maps that show how well various needs for city services are met in different neighborhoods within the city (ETC Institute will ask for GIS shapefiles showing the neighborhoods for which results should be tagged and mapped). www.etcinstitute.com • Tabular data showing the full results as frequency tables • A copy of the survey instrument. Project Schedule Listed below is a sample timeline for administering the survey. A typical survey process can take between 14-16 weeks to complete. Because this survey is expected to be 1-2 printed pages with 10 or fewer questions, the administration process should be truncated compared to longer surveys. Below is a sample timeline based on a start date of March 4, 2024. • March 4, 2024: City and ETC Institute meet to discuss goals and objectives, finalize the sampling plan, and discuss the survey design. • March 4 — March 8, 2024: City and ETC Institute work on survey drafts and City provides final approval of the survey on March 8, 2024. • March 11— March 15, 2024: ETC Institute proofs, tests, and builds the survey online. ETC Institute prepares the initial mailing and ships postcards with a QR code for the online version of the survey. • March 18 — April 26, 2024: Surveys are administered, this process may take less time, this is a conservative estimate based on a demographic analysis of the City. • April 29 — May 10, 2024: ETC Institute finalizes data entry, verifies all responses, processes the full results, and provides a written report to the City. Fee The table below shows a breakdown of the fees for the services described in this proposal. ETC Institute Community Survey Fees 2023 at 95% level of confidence Design Survey (includes 1-2 pages of survey instrument and a 1 page cover letter and up to 5 translations) Prepare Sampling Plan Administration of 15-20 minute survey (no more than 5 pages) Formal Report (summary, charts, benchmarking, PIR) Webinar presentation of the final results 250 +/-6.2% $ 2,500.00 $ 1,250.00 $ 6,500.00 $ 2,250.00 $ 1,500.00 11111r1 111111 Sincerely, Assistant Director of Community Research www.etcinstitute.com ETC Institute 725 W. Frontier Circle Olathe, KS 66061 (913) 254-4598 Ryan.Murray@etcinstitute.com www.etcinstitute.com