Loading...
HomeMy WebLinkAbout25-318 - Contract - City of SeaTac - Pedestrian Improvements: Military Road SouthCity of Tukwila • 6200 Southcenter Boulevard, Tukwila WA98188 CONTRACT FOR SERVICES Contract Number: 25-318 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 City of SeaTac, a non -charter optional municipal code city, hereinafter referred to as "the Contractor," whose principal office is located at 4800 S_ 1881h Street, SeaTac, WA, 98188. WHEREAS, the City has determined the need to have certain services performed for its citizens within the right-of-way of the Contractor; 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: ,�Qne 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. Com ensation 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 $50,000. 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 December 15, 2025, and ending February 27, 2026, 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. CA Revised May 2020 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4,2411 5, 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 mutuallly negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. 11321jEal3gg. 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 $1,000,0010 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and Illeased vehicles. Coverage shall Ibe 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. Z Commercial General Liability insurance with limits no less than $2,,000,000 each occurrence, $2,0100,000 general aggregate, and $2,000,000 products -completed operations aggregate limiit. 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 providlingi 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. Q. 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 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarHy 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 shatl 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 Illimits 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 IISC 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. A. The Contractor shall maintain accounts and records, including personnel, property, financial and progiraimmatic records which sufficiently and properly reflect aII 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. Auldita mod loauction . 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. Tgrmil3gtion. 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 terminatiioni. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. QiI.QriMinalioD ftQhibitea. 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. As-signm2rit anda,Ubconlract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Eatire Agrom2pLA2difiah2n. 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 14. leygrabilaX anLixdl. 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 allll 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. 16. Noticp,§. Notices to the City, of Tukwila shall be sent to the following address: XTIT M. a =to R*7Tj'jV-*1r:- i 111TIV7117, 00 N I lotices to the Contractor shall be sent to the address provided by the Contractor upon signature line below. 16. Appliggbile Law-: A. I Venug Ugmey'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 suit. DATED, this 5th day of Janua -y -,, 20 26 . MYOUSTNOWITW-1 Signed-by: t.bwtaS htw 50*4e ......... ..................—_w.......... w�a��_ Thomas .. ..... --------- Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: Andy Youn-Barnett, City Clerk Is] 9 r �* �* E Signed by - E452—. --- . ............... . Office of the City Attorney CA Revised May 2020 1919 in, G-IT-ITI& M FIM TitW' - A 4 i in 1V-1- u J, -S-r-el-' Address:. -- -S t gg-;O- '5 -r — - - - - - - ----------- --- Exhibit "A" The City of Tukwila is currently funding the installation of a tiny home village at 14820 Military Road S (King County Parcel No. 0041000080), which property is owned by Church by the Side of the Road ("CBSR"). The tiny home village borders on Military Road S, which is within the right-of-way controlled by the City of SeaTac, ("Contractor"). As part of the tiny home village project, both the City of Tukwila and City of SeaTac desire to improve the pedestrian environment along Military Road S in the vicinity of the project. Contractor shall complete the following activities along Military Road S between S. 148th Street and S. 1 V Street: 1, P:edlestrian marking and improvements, such as candlestick cones or other devices. 2. Marking no parking, as determined by the Contractor. I Other improvements to improve pedestrian safety along the roadway. 4. Contractor is responsible for installation of the pedestrian improvements. 5. Contractor is responsible for maintenance and replacement of the pedestrian improvements after initial installation. CA Revised May 2020 RERMEM The City shall pay for the actual costs for the pedestrian improvements purchased as outlined in Exhibit "A". The City's total compensation for this contract shall not exceed $50,000, Contractor shall submit invoice(s) with backup cost documentation to the City. City shall pay invoice(s) within 30 days of receipt. CA Revised May 2.020