HomeMy WebLinkAboutFS 2012-07-03 COMPLETE AGENDA PACKETCity of Tukwila
Distribution:
D. Quinn
Finance and Safety
D. Robertson
K. Kruller
Committee
V. Seal
Mayor Haggerton
D. Cline
O De'Sean Quinn, Chair
P. McCarthy
O Dennis Robertson
C. 071aherty
S. Kerslake
O Kate Kruller
K. Matej
K. Kertzman
AGENDA
TUESDAY, JULY 3, 2012
CONFERENCE ROOM #3, 5:15 PM
Item Recommended Action
1. PRESENTATION(S)
2. BUSINESS AGENDA
A contract for Seattle Express Shuttle Services. a. Forward to 7/9 C.O.W.
Katherine Kertzman, Tourism Program Manager and 7/16 Regular Mtg.
3. ANNOUNCEMENTS
4. MISCELLANEOUS
Next Scheduled Meeting: Tuesday, July I7, 2012
Page
Pg.1
S The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the City Clerk's Office at 206 433 -1800 or TukwilaCityClerk @TukwilaWA.gov) for assistance.
x
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO:
FROM:
DATE:
SUBJECT
ISSUE
Mayor Haggerton
FINANCE AND SAFETY COMMITTEE
Katherine Kertzman
TOURISM PROGRAM MANAGER
June 25, 2012
SEATTLE EXPRESS SHUTTLE SERVICES CONTRACT
The Council is being asked to authorize the Mayor to sign a shuttle services contract with Miller
Schmer Inc. doing business as "Seattle Express" on behalf of Seattle Southside Visitor Services
(SSVS).
BACKGROUND
For over 10 years SSVS has hired Seattle Express to provide regularly scheduled shuttle
services from hotels in the City of SeaTac to Westfield Southcenter, seven days a week
(excluding some major holidays). Currently the City of SeaTac contributes 100% of the shuttle
costs as a part of the annually approved tourism marketing initiatives SSVS provides to the City
of SeaTac. The City of SeaTac's Hotel Motel Advisory Committee members support funding the
complimentary shuttle service for their guests because it conveys added value to selling their
properties to potential overnight guests and groups; the City of Tukwila incurs no cost but
receives the sales tax from shoppers. Seattle Express delivered 28,746 riders /shoppers to
Westfield Southcenter in 2011 resulting in $4,311,900 in estimated visitor spending at Westfield.
The shuttle is wrapped in Seattle Southside branded advertising.
As administrator of Seattle Southside, Tukwila contracts with the shuttle, pays them, and is
reimbursed 100% for expenses from the SeaTac lodging tax fund. SSVS has been contracting
for this service on a monthly basis using purchase orders. Currently, the cost is $10,000 per
month.
Seattle Express has an Auto Transportation Certificate 01052 issued by the Washington Utilities
and Transportation Commission (WUTC) that gives Seattle Express the sole right to provide a
scheduled shuttle service, at a set rate, on a set route for hotel guests (in our cities) and no
other company can provide this shuttle service in our area which is defined as SeaTac and
Tukwila. Therefore a competitive bid process is not feasible for this contract.
ANALYSIS
Although the City could continue to contract on a monthly basis for this service, staff has
determined that an annual contract would be more efficient and better protect the city from
liability. Since we are currently in mid -year, staff recommends the first contract continue
through the end of 2013.
INFORMATIONAL MEMO
Page 2
The SeaTac Hotel Motel Advisory Committee reviewed the 2012 Seattle Express shuttle service
marketing initiative on June 8, 2011 and approved.
The Tukwila Lodging Tax Advisory Committee reviewed the 2012 Seattle Express shuttle
service marketing initiative at the Oct. 6, 2010 meeting and approved in the 2011 -2012 Seattle
Southside Marketing Initiatives.
Budget impacts: There is no additional budget request for this item because the cost for this
work through 2012 was included within the Council approved 2011 -2012 Budget. Funds for
2013 will be included in the budget approval process later this year. Services will be paid out of
the "SeaTac Only" account that is funded 100% by the City of SeaTac. However, because the
proposal amount is over $40,000, it requires Council approval.
Since this is a tourism program item, the costs will be paid out of lodging taxes, not the City's
general fund.
RECOMMENDATION
The Council is being asked to authorize the Mayor to sign a service contract in an amount not to
exceed $170,000 through 2013 on behalf of Seattle Southside Visitor Service with Miller
Schmer, Inc. doing business as Seattle Express. (to be paid out of lodging taxes from "SeaTac
Only" account that is funded 100% by SeaTac).
The Finance and Safety Council is being asked to forward this item to the July 9, 2012
Committee of the Whole meeting and subsequent July 16, 2012 Regular Meeting.
ATTACHMENTS
Proposed Contract
WA2012 Info Memos Council \Seattle Express 2012 Final.dou
2
Contract No.
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a noncharter optional
municipal code city hereinafter referred to as "the City," and Shuttle Ex hereinafter referred to as "the
Contractor," whose principal office is located at 8028 180 St. SE, Snohomish, WA 98296.
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 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 Pavment. 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 $170,000 at a rate of $10,000 per month.
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 August
1, 2012, and ending December 31, 2013, 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 City, its officers, agents, 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 City. 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
Page 1 of 4
3
injury to persons or damages to property caused by or resulting from the concurrent negligence of the
Contractor and the City, 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
clairns 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:
Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property
damage of $5,000,000 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 Liabilitv insurance with limits no less than $5,000,000 each occurrence,
$5,000,000 general aggregate and $5,000,000 products completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the
Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There
shall be no endorsement or modification of the Commercial General Liability Insurance for liability
arising from explosion, collapse or
Page 2 of 4
0
underground property damage. The City shall be named as an 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 equivalent coverage.
Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not
less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage
and limits required, if any, to be obtained by subcontractors, which determination shall be made in
accordance with reasonable and prudent business practices.
F. 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.
G. 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 :Keening 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 be terminated by the City at any time and for any reason by the City
giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. If the
Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this
Agreement immediately.
Page 3 of 4
5
11. Discrimination Prohibited. The Contractor shall not discriminate against any employee, applicant for
employment, or any person seeking the services of the Contractor to be provided under this Agreement on
the basis of race, color, religion, creed, sex, age, national origin, marital status or presence of any sensory,
mental or physical handicap.
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.
1.3. 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.
14. Severability 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
Seattle Southside Visitor Services
3100 South 176 °i St.
Seattle, WA 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line
below.
1.6. Applicable Law; Venue; Attornev'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 day of
CITY OF TUKWILA
Mayor
Attest /Authenticated:
City Clerk
Page 4 of 4
20
CONTRACTOR
By:
Printed Name:
Title:
Approved as to Form:
Office of the City Attorney
A