HomeMy WebLinkAboutShannon & Wilson, Inc.- Professional Services AgreementPROFESSIONAL SERVICES AGREEMENT
FOR
Shoreline Master Program Periodic Review Consultant
THIS PROFESSIONAL SERVICES AGREEMENT, entered into this day of 37-) Ale 2020,
between the City of Yakima, a Washington municipal corporation ("City"), and Shannon & Wilson, INC.,
("Contractor").
WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant
and agree as follows:
1. Statement of Work
The minimum services that the Contractor will provide include services described in "Deliverables and
fee Schedule"(hereinafter referred to as "Services"), which are attached as Exhibit A hereto and
incorporated herein by this reference.
2. Compensation
The City agrees to pay the Contractor according to Exhibit A, attached hereto and incorporated herein,
which Exhibit includes the deliverables and fee schedule of itemized prices in the manner and upon
the conditions provided for the Contract.
3. Contract Term
The period of this Contract shall be from June 2, 2020 until June 30, 2021. The City may, at its option,
extend the Contract on a year to year basis for up to four additional years provided, however, that either
party may at any time during the life of this Contract, or any extension thereof, terminate this Contract
by giving notice required in Section 18, in writing, to the other party of its intention to cancel. Contract
extensions shall be automatic, and shall go into effect without written confirmation, unless the City
provides advance notice of the intention to not renew. Prices shall remain firm for the first twenty-four
month period of the Contract.
4. Changes
Any proposed change in this Contract shall be submitted to the other party for its prior written approval.
If approved, change will be made by a contract modification that will become effective upon execution
by the parties hereto. Any oral statement or representation changing any of these terms or conditions
is specifically unauthorized and is not valid.
5. Agency Relationship between City and Contractor
Contractor shall, at all times, be an independent Contractor and not an agent or representative of City
with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out
as, an agent or representative of City. In no event shall Contractor be authorized to enter into any
agreement or undertaking for, or on, behalf of City.
6. Successors and Assigns
a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties,
or interests accruing from this Contract without the prior written consent of the other.
12011Q Shoreline Master Program Periodic Review Consultant Page 1 of 20
b. The Contractor for himself, and for his heirs, executors, administrators, successors, and
assigns, does hereby agree to the full performance of all the covenants herein contained
upon the part of the Contractor.
7. Property Rights
All records or papers of any sort relating to the City and to the project will at all times be the property
of the City and shall be surrendered to the City upon demand. All information concerning the City and
said project which is not otherwise a matter of public record or required by law to be made public, is
confidential, and the Contractor will not, in whole or part, now or at any time disclose that information
without the express written consent of the City.
8. Inspection and Production of Records
a. The records relating to the Services shall, at all times, be subject to inspection by and with
the approval of the City, but the making of (or failure or delay in making) such inspection or
approval shall not relieve Contractor of responsibility for performance of the Services in
accordance with this Contract, notwithstanding the City's knowledge of defective or non-
complying performance, its substantiality or the ease of its discovery. Contractor shall
provide the City sufficient, safe, and proper facilities, and/or send copies of the requested
documents to the City. Contractor's records relating to the Services will be provided to the
City upon the City's request.
b. Contractor shall promptly furnish the City with such information and records which are
related to the Services of this Contract as may be requested by the City. Until the expiration
of six (6) years after final payment of the compensation payable under this Contract, or for
a longer period if required by law or by the Washington Secretary of State's record retention
schedule, Contractor shall retain and provide the City access to (and the City shall have the
right to examine, audit and copy) all of Contractor's books, documents, papers and records
which are related to the Services performed by Contractor under this Contract.
c. All records relating to Contractor's services under this Contract must be made available to
the City, and the records relating to the Services are City of Yakima records. They must be
produced to third parties, if required pursuant to the Washington State Public Records Act,
Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this
Contract must be retained by Contractor for the minimum period of time required pursuant
to the Washington Secretary of State's records retention schedule.
d. The terms of this section shall survive any expiration or termination of this Contract.
9. Work Made for Hire
All work the Contractor performs under this Contract shall be considered work made for hire, and shall
be the property of the City. The City shall own any and all data, documents, plans, copyrights,
specifications, working papers, and any other materials the Contractor produces in connection with this
Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to
the City.
10. Guarantee
Contractor warrants the Services will meet the applicable professional standard of care and all goods,
materials, and equipment supplied will be free from defects in material and workmanship for a period
of one year following the date of completion and acceptance of the Services.
12011Q Shoreline Master Program Periodic Review Consultant Page 2 of 20
11. Compliance with Law
Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with
any and all applicable laws, rules, and regulations adopted or promulgated by any governmental
agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and
have all applicable and necessary permits, licenses and approvals of any federal, state, and local
government or governmental authority or this project, pay all charges and fees, and give all notices
necessary and incidental to the due and lawful execution of the work.
a. Procurement of a City Business License. Contractor must procure a City of Yakima
Business License and pay all charges, fees, and taxes associated with said license.
b. Contractor must provide proof of a valid Washington department of Revenue state excise
tax registration number, as required in Title 85 RCW.
c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI)
number. Contractor must have a current UBI number and not be disqualified from bidding
on any public works contract under RCW 39.06.101 or 36.12.065(3).
d. Contractor must provide proof of a valid Washington Employment Security Department
number as required by Title 50 RCW.
e. Foreign (Non -Washington) Corporations: Although the City does not require foreign
corporate proposers to qualify in the City, County or State prior to submitting a proposal, it
is specifically understood and agreed that any such corporation will promptly take all
necessary measures to become authorized to conduct business in the City of Yakima, at
their own expense, without regard to whether such corporation is actually awarded the
contract, and in the event that the award is made, prior to conducting any business in the
City.
12. Nondiscrimination Provision
During the performance of this Contract, the Contractor agrees as follows:
The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion,
national origin, sex, age, marital status, sexual orientation, pregnancy, veteran's status, political
affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the
Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities
Act (42 USC 12101 et seq.).
This provision shall include but not be limited to the following: employment, upgrading, demotion,
transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation,
selection for training, and the provision of Services under this Agreement.
In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or
with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended
in whole or in part and the Contractor may be declared ineligible for any future City contracts.
13. Pay Transparency Nondiscrimination Provision:
The Contractor will not discharge or in any other manner discriminate against employees or applicants
because they have inquired about, discussed, or disclosed their own pay or the pay of another
employee or applicant. However, employees who have access to the compensation information of other
employees or applicants as a part of their essential job functions cannot disclose the pay of other
employees or applicants to individuals who do not otherwise have access to compensation information,
unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an
120110. Shoreline Master Program Periodic Review Consultant Page 3 of 20
investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or
(c) consistent with the contractor's legal duty to furnish information.
14. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury
to persons or property. Contractor agrees to defend, indemnify and hold harmless the City,
its elected and appointed officials, officers, employees, attorneys, agents, and volunteers
from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and
other proceedings and all judgments, awards, costs and expenses (including reasonable
costs and attorney fees) which result or arise out of the sole negligent acts or omissions of
Contractor, its officials, officers, employees or agents.
b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with,
the negligent acts and/or omissions of both the Contractor and the City, or their elected or
appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this
Contract, each party shall be liable for its proportionate share of negligence for any resulting
suit, judgment, action, claim, demand, damages or costs and expenses, including
reasonable attorneys' fees.
c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or
engineering work is done pursuant to this Contract, Contractor intends that its
indemnification, defense, and hold harmless obligations set forth above in Section A shall
operate with full effect regardless of any provision to the contrary in Title 51 RCW,
Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy
the Contractor's indemnification, defense, and hold harmless obligations set forth above in
section A, Contractor specifically waives any immunity granted under Title 51 RCW, and
specifically assumes all potential liability for actions brought by employees of the Contractor
against the City and its elected and appointed officials, officers, employees, attorneys,
agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall
similarly require that its subcontractors, and anyone directly or indirectly employed or hired
by Contractor, and anyone for whose acts Contractor may be liable in connection with its
performance of this Agreement, shall comply with the terms of this paragraph, waive any
immunity granted under Title 51 RCW, and assume all potential liability for actions brought
by their respective employees. The provisions of this section shall survive the expiration or
termination of this Agreement.
d. Nothing contained in this Section or this Contract shall be construed to create a liability or a
right of indemnification in any third party.
e. The terms of this section shall survive any expiration or termination of this Contract.
15. Contractor's Liability Insurance
At all times during performance of the Services and this Contract, Contractor shall secure and maintain
in effect insurance to protect the City and Contractor from and against any and all claims, damages,
losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall
provide and maintain in force insurance in limits no less than that stated below, as applicable. The City
reserves the right to require higher limits should it deem it necessary in the best interest of the public.
Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the
policies and outlined herein. A copy of the additional insured endorsement attached to the policy will
12011Q Shoreline Master Program Periodic Review Consultant Page 4 of 20
be included with the certificate. This Certificate of insurance shall be provided to the City, prior to
commencement of work.
Failure of City to demand such verification of coverage with these insurance requirements or failure of
City to identify a deficiency from the insurance documentation provided shall not be construed as a
waiver of Contractor's obligation to maintain such insurance"
The following insurance is required:
a. Commercial Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a
certificate of insurance as proof of commercial liability insurance with a minimum liability
limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily
injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If
Contractor carries higher coverage limits, such limits shall be shown on the Certificate of
Insurance and Endorsements and the City, its elected and appointed officials, employees,
agents, attorneys and volunteers shall be named as additional insureds for such higher
limits. The certificate shall clearly state who the provider is, the coverage amount, the policy
number, and when the policy and provisions provided are in effect. Said policy shall be in
effect for the duration of this Contract. The policy shall name the City of Yakima, its elected
and appointed officials, employees, agents, attorneys and volunteers as additional insureds,
and shall contain a clause that the insurer will not cancel or change the insurance without
first giving the City prior written notice. The insurance shall be with an insurance company
or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington.
The requirements contained herein, as well as City of Yakima's review or acceptance of
insurance maintained by Contractor is not intended to and shall not in any manner limit or
qualify the liabilities or obligations assumed by Contractor under this contract.
b. Automobile Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a
certificate of insurance as proof of automobile liability insurance with a minimum liability limit
of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher
coverage limits, such limits shall be shown on the Certificate of Insurance and
Endorsements and the City, its elected and appointed officials, employees, agents,
attorneys and volunteers shall be named as additional insureds for such higher limits. The
certificate shall clearly state who the provider is, the coverage amount, the policy number,
and when the policy and provisions provided are in effect. Said policy shall be in effect for
the duration of this Contract. The policy shall name the City of Yakima, its elected and
appointed officials, employees, agents, attorneys and volunteers as additional insureds, and
shall contain a clause that the insurer will not cancel or change the insurance without first
giving the City prior written notice. The insurance shall be with an insurance company or
companies rated A -VII or higher in Best's Guide and admitted in the State of Washington.
The requirements contained herein, as well as City of Yakima's review or acceptance of
insurance maintained by Contractor is not intended to and shall not in any manner limit or
qualify the liabilities or obligations assumed by Contractor under this contract. The business
auto liability shall include Hired and Non -Owned coverage if necessary.
c. Employer's Liability (Stop Gap)
Contractor and all subcontractor(s) shall at all times comply with all applicable workers'
compensation, occupational disease, and occupational health and safety laws, statutes, and
12011Q Shoreline Master Program Periodic Review Consultant Page 5 of 20
regulations to the full extent applicable, and shall maintain Employer's Liability insurance
with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way
for claims filed by Contractor or its employees for services performed under the terms of
this Contract. Contractor agrees to assume full liability for all claims arising from this
Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is
responsible to ensure subcontractor(s) have insurance as needed. Failure of
subcontractors(s) to comply with insurance requirements does not limit Contractor's liability
or responsibility.
d. Professional Liability
The Contractor shall provide evidence of Professional Liability insurance covering
professional errors and omissions. Contractor shall provide the City with a certificate of
insurance as proof of professional liability insurance with a minimum liability limit of Two
Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property
damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly
state who the provider is, the coverage amount, the policy number, and when the policy and
provisions provided are in effect. The insurance shall be with an insurance company or
companies rated A -VII or higher in Best's Guide. If the policy is written on a claims made
basis the coverage will continue in force for an additional two years after the completion of
this contract. If insurance is on a claims made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract.
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional
Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by
the City shall be in excess of the Contractor's insurance and shall not contribute to it.
If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required
insurance in full force and effect, all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract.
Should a court of competent jurisdiction determine that this Contract 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 Contractor and the City, its officers, elected and
appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall
be limited to the extent of the Contractor's negligence.
16. Severability
If any term or condition of this Contract or the application thereof to any person(s) or circumstances is
held invalid, such invalidity shall not affect other terms, conditions or applications which can be given
effect without the invalid term, condition or application. To this end, the terms and conditions of this
Contract are declared severable.
17. Contract Documents
This Contract, the Request for Qualifications & Proposals No. 12011Q Scope of Work, conditions,
addenda, and modifications and Contractor's proposal (to the extent consistent with Yakima City
documents) constitute the Contract Documents and are complementary. Specific Federal and State
laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions.
These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima,
WA, 98901, and are hereby incorporated by reference into this Contract.
12011Q Shoreline Master Program Periodic Review Consultant Page 6 of 20
18. Termination
Termination for Cause: The City may terminate the Contract after providing the Contractor with
thirty (30) calendar days written notice of the Contractor's right to cure a failure of the
Contractor to perform under the terms of this Contract.
The Contractor may terminate the Contract after providing the City sixty (60) calendar days'
notice of the City's right to cure a failure of the City to perform under the terms of the
Contract.
Upon the termination of the Contract for any reason, or upon Contract expiration, each party
shall be released from all obligations to the other party arising after the date of termination
or expiration, except for those that by their terms survive such termination or expiration
Termination for Convenience: Either party may terminate the Contract at any time, without
cause, by providing a written notice; the City by providing at least thirty (30) calendar days'
notice to the Contractor, and the Contractor providing at least sixty (60) calendar days'
notice to the City in advance of the intended date of termination.
In the event of termination for convenience, the Contractor shall be entitled to receive
compensation for any fees owed under the Contract. The Contractor shall also be
compensated for partially completed services. In this event, compensation for such partially
completed services shall be no more than the percentage of completion of the services
requested, at the sole discretion of the City, multiplied by the corresponding payment for
completion of such services as set forth in the Contract. Alternatively, at the sole discretion
of the City, the Contractor may be compensated for the actual service hours provided. The
City shall be entitled to a refund for goods or services paid for but not received or
implemented, such refund to be paid within thirty (30) days of written notice to the Contractor
requesting the refund.
Contract Cancellation: The City reserves the right to cancel the Contract in whole or in part
without penalty if the Contractor:
a. Breaches or defaults an obligation under the Contract;
b. Fails to perform any material obligation required under the Contract;
c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to
dissolve as a legal entity;
d. Allows any final judgment not to be satisfied or a lien not to be disputed after a
legally -imposed, 30 -day notice;
e. Makes an assignment for the benefit of creditors;
f. Fails to follow the sales and use tax certification requirements of the State of
Washington
g. Incurs a delinquent Washington tax liability;
h. Becomes a State or Federally debarred Contractor;
i. Is excluded from federal procurement and non -procurement Contracts;
j. Fails to maintain and keep in force all required insurance, permits and licenses as
provided in the Contract;
12011Q Shoreline Master Program Periodic Review Consultant Page 7 of 20
k. Fails to maintain the confidentiality of the City information that is considered to be
Confidential Information, proprietary, or containing Personally Identifiable
Information, or
I. Contractor performance threatens the health or safety of a City, County or municipal
employee
m. Change in Funding: If the funds upon which the City relied to establish this Contract
are withdrawn, reduced, or limited, or if additional or modified conditions are placed
on such funding, the City may terminate this Contract by providing at least five
business days written notice to the Contractor. The termination shall be effective on
the date specified in the notice of termination.
19. Dispute Resolution
In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a
notice of default as to whether such default does constitute a breach of the contract, and if the parties
hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means
to resolve the dispute. If the afore mentioned methods are either not successful then any dispute
relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws
of Washington. If both parties consent in writing, other available means of dispute resolution may be
implemented.
20. Re -Award
When the contract is terminated by the Contractor upon providing the written notice as herein required,
the City, pursuant to City ordinance, may re -award the contract to the next most responsible Proposer.
When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract,
or when the contract is terminated by the City for cause as herein provided, the City reserves the right
to re -award the contract to the next most responsible Proposer
21. Substitution
The Contractor shall not substitute or deviate from said specifications of this Contract without a written
amendment, signed by the City Manager, or pursuant to Section 58 below entitled "Change or Notice".
Any violation of this procedure by the Contractor will be considered cause for immediate cancellation
of the Contract for cause by the City.
22. Contractor Shall Furnish
Except as otherwise specifically provided in this Contract, Contractor shall furnish the following, all as
the same may be required to perform the services described in accordance with this Contract:
personnel, labor and supervision; and technical, professional and other services. All such services,
property and other items furnished or required to be furnished, together with all other obligations
performed or required to be performed, by Contractor under this Contract are sometime collectively
referred to in this Contract as the "(Services)."
23. Complementary Provisions
All provisions of this Contract are intended to be complementary, and any services required by one and
not mentioned in another shall be performed to the same extent as though required by all. Details of
the services that are not necessary to carry out the intent of this Contract, but that are not expressly
required, shall be performed or furnished by Contractor as part of the services, without any increase in
the compensation otherwise payable under this Contract.
12011Q Shoreline Master Program Periodic Review Consultant Page 8 of 20
24. Invoices
The City will use its best efforts to pay each of Contractor's invoices within thirty (30) days after the
City's receipt and verification thereof; provided, hoxvevar. that all such payments are expressly
conditioned upon Contractor providing services hereunder that are satisfactory to the City. The City
will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt
payment, each invoice should cite purchase order number, RFQP number, detailed description of work,
unit and total prioa, discount term and include the Contractor's name and return remittance address.
Contractor will mali invoices to the City at the foliowing address:
City of Yakima Planning
Attn: Joseph Caihoun, Planning Manager
12SN2nd St.
Yakima, WA 98901
25. Credit Card Acceptance
The City, in its sole discretion, will determine the method of payment for goods and/or services as part
of this agreement. The City's preferred method of payment is by procurement (credit) card. Proposers
may be required to have the capability of accepting the City's authorized procurement card as a method
of payment. No price changes or additional fee(s) may be assessed when accepting the procurement
card as a form of payment.
12011Q Shoreline Master Program Periodic Review Consultant Page 9 of 20
26. Prime Contractor
Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact
with regard to all contractual matters arising hereunder, including the performance of services and the
payment of any and all charges resulting from its contractual obligations.
27. Delegation of Professional Services
The services provided for herein shall be performed by Contractor, and no person other than regular
associates or employees of Contractor shall be engaged on such work or services. Contractor shall
not (by contract, operation of law or otherwise) delegate or subcontract performance of any services to
any other person or entity without the prior written consent of the City. Any such delegation or
subcontracting without the City's prior written consent shall be voidable at the City's option.
No delegation of subcontracting of performance of any of the services, with or without the City's prior
written consent, shall relieve Contractor of its responsibility to perform the services in accordance with
this Contract. Contractor shall be fully responsible for the performance, acts and omissions of
Contractor's employees, Contractor's subcontractors, and any other person who performs or furnishes
any services (collectively, the "Support").
Contractor shall at all times be an independent contractor and not an agent or representative of the
City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself
out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into
any agreement or undertaking for or on behalf of the City. Neither the Contractor nor any employee of
the Contractor is entitled to any benefits that the City provides its employees. The Contractor is solely
responsible for payment of any statutory workers compensation or employer's liability insurance as
required by state law. The Contractor will have an active account with the Department of Revenue,
other state agencies as needed, and a separate set of books or records that reflect all items of income
and expenses of the business that the Contractor is conducting.
Contractor shall perform the services in a timely manner and in accordance with the standards of the
profession. At the time of performance, Contractor shall be properly licensed, equipped, organized,
and financed to perform the services in accordance with this Contract. Subject to compliance with the
requirements of this Contract, Contractor shall perform the services in accordance with its own
methods.
28. Licenses
If applicable, Contractor shall have a valid and current business license per Chapter 5.02 Section
5.02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable
City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to
fees, etc., should be made to the Office of Code Administration, telephone (509) 575-6121.
In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised
Code of Washington and their registration number must be listed on the bid/RFP/quote.
Contractor shall take all reasonable precautions to protect against any bodily injury (including death)
or property damage that may occur in connection with the services.
29. Removal of Subcontractor
If dissatisfied with the background, performance, and/or general methodologies of any
subcontractor, the City may request in writing that the subcontractor be removed. The Contractor
shall comply with this request at once and shall not employ the subcontractor for any further
work/services under this Contract.
12011Q Shoreline Master Program Periodic Review Consultant Page 10 of 20
30. Taxes and Assessments
Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments,
including but not limited to federal income tax, FICA, social security tax, assessments for
unemployment and industrial injury insurance, and other deductions from income which may be
required by law or assessed against either party as a result of this Contract. In the event the City is
assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it
becomes due.
The City and its agencies are exempt from payment of all federal excise taxes and, but not sales tax
(currently at 8.2%). Tax will not be considered in determining which proposal is the lowest or best,
however RCW 39.30.040 allows the City to take any sales tax and B&O tax that is will receive from
purchasing supplies, materials and equipment within its boundaries into consideration when
determining the lowest responsible Proposer.
31. Contractor Tax Delinquency
Contractors who have a delinquent Washington tax liability may have their payments offset by the State
of Washington.
32. Inspection: Examination of Records
The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may
request and in such form as the City requires pertaining to the work or services undertaken pursuant
to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and
any other matter are to be covered by this Agreement.
The records relating to the services shall, at all times, be subject to inspection by and with the approval
of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve
Contractor of responsibility for performance of the services in accordance with this Contract,
notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or
the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and
equipment for such inspection and free access to such facilities.
33. Recordkeeping and Record Retention
The Contractor shall establish and maintain adequate records of all expenditures incurred under
the contract. All records must be kept in accordance with generally accepted accounting
procedures. All procedures must be in accordance with federal, state and local ordinances.
The City shall have the right to audit, review, examine, copy, and transcribe any pertinent records
or documents relating to any contract resulting from this proposal held by the Contractor. The
Contractor will retain all documents applicable to the contract for a period of not less than three (3)
years after final payment is made.
12011Q Shoreline Master Program Periodic Review Consultant Page 11 of 20
34. Confidential, Proprietary and Personally Identifiable Information
Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any
purpose other than the limited purposes set forth in this Contract, and all related and necessary actions
taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in
confidence, and shall not disclose such Confidential Information to any persons other than those
directors, officers, employees, and agents ("Representatives") who have a business-related need to
have access to such Confidential Information in furtherance of the limited purposes of this Contract and
who have been apprised of, and agree to maintain, the confidential nature of such information in
accordance with the terms of this Contract.
Contractor shall institute and maintain such security procedures as are commercially reasonable to
maintain the confidentiality of the Confidential Information while in its possession or control including
transportation, whether physically or electronically.
Contractor shall ensure that all indications of confidentiality contained on or included in any item of
Confidential Information shall be reproduced by Contractor on any reproduction, modification, or
translation of such Confidential Information. If requested by the City in writing, Contractor shall make
a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials
within its possession that contain Confidential Information of the City, as directed.
Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from
the date of termination of this Contract, and shall return or destroy said Confidential Information as
directed by the City in writing.
Contractor may disclose Confidential Information in connection with a judicial or administrative
proceeding to the extent such disclosure is required under law or a court order, provided that the City
shall be given prompt written notice of such proceeding if giving such notice is legally permissible.
35. Price Increases
If requested by the Contractor in writing thirty (30) days before the anniversary date of each year of the
contract, the City will consider increasing the Contractor's rates per the Seattle -Tacoma -Bremerton
Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI -W) for the previous twelve
months. The City, in its sole discretion, will decide whether to approve or deny the rate increase request
or any part thereof within 30 days of receipt of the request. If approved, increase shall take effect 30
days after approval.
Price increases for any other justifiable reason will be considered on a case-by-case basis. Price
increase requests will not be considered or granted until any outstanding required financial reports
have been submitted to the City.
The rates and discounts shown on proposal shall be consistently applied and remain firm throughout
the first twelve months of the contract. If requested by the Contractor, thirty (30) days before the
anniversary date of the contract, labor rates may be adjusted per the West C, Urban Wage Earners
and Clerical Workers Consumer Price Index -- 50,000 to 330,000 populations for the next year's
contract term, if the City agrees to the request.. No discount adjustments will be allowed.
12011Q Shoreline Master Program Periodic Review Consultant Page 12 of 20
36. Suspension of Work
The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement
if unforeseen circumstances beyond the City's control are interfering with normal progress of the
Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under
this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal
progress of the Service. The Contractor may suspend Service on the Project in the event the City does
not pay invoices when due, except where otherwise provided by this Agreement. The time for
completion of the Service shall be extended by the number of days the Service is suspended. If the
period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to
renegotiation, and both parties are granted the option to terminate the Service on the suspended
portion of Project in accordance with Section 18.
37. Provision of Services
The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in
accordance with accepted industry practices, standards and legal requirements, and to the City 's
satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe
and examine the performance of the services performed on the City premises at any time. The City
may inspect, observe and examine the performance of Contractor's services at reasonable times,
without notice, at any other premises.
a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any
way differ from the Contract requirements for any reason, other than as a result of the City's
default or negligence, the Contractor shall, at its own expense, reschedule and perform the
services correctly within such reasonable time as the City specifies. This remedy shall be in
addition to any other remedies available to the City by law or in equity.
b. The Contractor shall be solely responsible for controlling the manner and means by which it
and its Contracted Personnel or its subcontractors perform the services, and the Contractor
shall observe, abide by, and perform all of its obligations in accordance with all legal
requirements and City work rules.
38. Assignment
This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole
or in part by Contractor to any other person or entity without the prior written consent of the City. In the
event that such prior written consent to an assignment is granted, then the assignee shall assume all
duties, obligations, and liabilities of Contractor stated herein.
39. No Conflict of Interest
Contractor represents that it or its employees do not have any interest and shall not hereafter acquire
any interest, direct or indirect, which would conflict in any manner or degree with the performance of
this Contract. Contractor further covenants that it will not hire anyone or any entity having such a
conflict of interest during the performance of this Contract.
40. Material Safety Data Sheet
If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under
29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped
container(s) and one (1) copy with the invoice(s).
12011Q Shoreline Master Program Periodic Review Consultant Page 13 of 20
41. Contract Preservation
If any provision of the Agreement, or the application of such provision, shall be rendered or declared
invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results,
the remaining parts or portions of this Agreement shall remain in full force and effect.
42. Promotional Advertising / News Releases
Reference to or use of the City, any of its departments, agencies or other subunits, or any official or
employee for commercial promotion is prohibited. News releases pertaining to this procurement shall
not be made without prior approval of the City. Release of broadcast e-mails pertaining to this
procurement shall not be made without prior written authorization of the contracting agency.
43. Time is of the Essence
Timely provision of the services required under this Contract shall be of the essence of the Contract,
including the provision of the services within the time agreed or on a date specified herein.
44. Expansion clause
Any resultant contract may be further expanded by the Purchasing Manager in writing to include any
other item normally offered by the Contractor, as long as the price of such additional products is based
on the same cost/profit formula as the listed item/service. At any time during the term of this contract,
other City departments may be added to this contract, if both parties agree.
45. Patent Infringement
The contractor selling to the City the articles described herein guarantees the articles were
manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or
use of the articles described herein will not infringe any United States patent. The contractor covenants
that it will at its own expense defend every suit which shall be brought against the City (provided that
such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged
infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all
costs, damages, and profits recoverable in any such suit.
46. Ownership
All material produced as a result of this Contract shall be the exclusive property of the City. Additionally,
the City shall have unrestricted authority to reproduce, distribute, and use any submitted report,
template, data, or material, and any associated documentation that is designed or developed and
delivered to the Agency as part of the performance of the Contract.
47. Safety Requirements
All materials, equipment, and supplies provided to the City must comply fully with all safety
requirements, federal, state and local laws, ordinances, rules, regulations as set forth by the State of
Washington RCW's, WAC's and all applicable OSHA Standards.
12011Q Shoreline Master Program Periodic Review Consultant Page 14 of 20
48. Warranty
Unless otherwise specifically stated by the Proposer, Contractor warrants that all goods and products
furnished under this contract are warranted against defects by the Proposer for one (1) year from date
of receipt, are new, conform strictly to the specifications herein, are merchantable, good workmanship,
free from defect, are fit for the intended purpose of which such goods and products are ordinarily
employed and if a particular purpose is stated in a Special Condition, the goods are then warranted as
for that particular purpose. Contractor further warrants that no violation of any federal, state or local
law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale,
shipment, installation or use of any other goods. Contractor's warranties (and any more favorable
warranties, service policies, or similar undertaking of Contractor) shall survive delivery, inspection, and
acceptance of the goods or services.
49. Access and Review of Contractor's Facilities
The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or
Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and
Contract renewals/extensions.
50. Notice of Change in Financial Condition
If, during the Contract Term, the Contractor experiences a change in its financial condition that may
affect its ability to perform under the Contract, or experiences a change of ownership or control, the
Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in
financial condition or change of ownership or control shall be sufficient grounds for Contract
termination.
51. Facility Security
The City may prohibit entry to any secure facility, or remove from the facility, a Contract employee who
does not perform his/her duties in a professional manner, or who violates the secure facility's security
rules and procedures. The City reserves the right to search any person, property, or article entering its
facilities.
52. Waiver of Breach
A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this
Contract shall not impair the right of the party not in default to avail itself of any subsequent breach
thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement,
covenant or condition of this Contract, or to exercise any right herein given in any one or more
instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant,
condition or right.
53. Integration
This Contract, along with the City of Yakima's RFQ 11829Q and the Contractor's response to the
Request for Qualifications ("RFQ"), represents the entire understanding of the City and Contractor as
to those matters contained herein. No prior oral or written understanding shall be of any force or effect
with respect to those matters covered herein. This Contract may not be modified or altered except in
writing signed by both parties.
54. Force Majeure
Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, war,
riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City
immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts
or God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason
for delay.
120110 Shoreline Master Program Periodic Review Consultant Page 15 of 20
55. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of
Washington.
56. Venue
The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent
jurisdiction in Yakima County, Washington.
57. Authority
The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has
been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor
to all the terms, performances and provisions of this Contract.
58. Change or Notice
Any alterations made to the Contract shall be rendered in writing and signed by both responsible
parties; no changes without such signed documentation shall be valid. No alterations
outside of the general scope and intent of the original Request for Proposals or in excess
of allowable and accepted price changes shall be made.
In no event shall the Contractor be paid or be entitled to payment for services that are not
authorized herein or any properly executed amendment.
Notice of Business Changes: Contractor shall notify the City in writing within three (3) business
days of any change in ownership of the facilities of the Contractor or of the facilities of any
subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no
event later than three (3) business days, after any decision by the Contractor to change or
discontinue service that will affect services provided to the City under this Contract.
The City shall have the right to renegotiate the terms and conditions of this Contract to the
extent required to accommodate a change in governing law or policy that, in the sole
discretion of the City, either substantially and unreasonably enlarges the Contractor's duties
hereunder, or renders performnanoe, enforcement or compliance with the totality of the
Contract impossible, patently unreasonable, or unnecessary. Notices and demands under
and related to this Contract shall be in writing and sent to the parties at their addresses as
TO CITY; AND ALSO TO:
Joseph Calhoun
Planning Manager
City of Yakima
129 N. 2nd St
Yakima WA, 98901
Maria Mayhue
Acting Purchasing Manager
City of Yakima
129 North 2nd SR.
Yakima, WA 90901Seattle, WA 98103
TO CONTRACTOR:
Amy Summe
Associate
Shannon & Wilson
400 North 34th Street, Suite 100
59. Survival
The foregoing sections of this Contract, 2-58 inclusive, shall survive the expirationmrbamninctionof#lio
12011Q Shoreline Master Program Periodic Review Consultant Page 16 of 20
IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above
written.
CITY OF YAKIMA
Alex Meye off, Inter' ity Mane*
Date:
I.
CITY CONTRACT NO: 0
ELUTION NO
SHANNON & WILSON
By:
Amy Summe, Associate
Date: June 1, 2020
Amy J. Summe
(Print name)
12011Q Shoreline Master Program Periodic Review Consultant Page 17 of 20
EXHIBIT A
Deliverabies and Fee Schedule
"Services"
Task 1: SEPA
Contractor prepare a SEPA Checklist with a focus on non-pject questions. The Checklist will rely on
the Gap Analysis and Recommendations Report (Task 3), the final SMP code amendments (Task 4),
and any staff reports. Depending on the City's preference and the number of comments naoeived.
Contractor will prepare individual response Ietters or compile the comments into a response matrix.
Task 1
• Create draft and final SEPA checklist
• Analyze and respond to comments received
• Produce final SEPA DNS or MDNS
Task 2: Public Participation
Public engagement isakey component ofa successful SMP review process. WAC 173-26-090
requires both public engagement and the issuance of a Public Participation Plan. BERK
(Subcontractor) will develop a compliant Public Participation Plan (PPP) that lists key stakeholders
(such as state agencies, key business and industry groups, environmental and wildlife groups, the
general public, Indian tribes, local goxernnnento), their contact information, and outreach methods
used to invite them to participate in the review. The PPP will also encourage public involvement and
indicate opportunities for comment and participation throughout the review process. Public and
stakeholder involvement opportunities will be tailored to the needs and goals for each phase of the
project.
BERK will customize a public engagement plan to meet the needs of Yakima's community and
stakeholders. Initial engagement could use interviexva, focus gpoups, or a survey to confirm the
community's vision, identify issues with the current SMP, and get feedback on topics identified in the
gap analysis. Review of draft revisions will involve the public and stakeholders through workshops
and public meetings, with options for in-person or online engagement depending on City preference
and any health orders in effect. Adoption of the final SMP will follow a legislative process that
integrates the required notice, comment, and hearing procedures from SEPA, the SMA, and the City
of Yakima to ensure a clear and transparent process for the public. In other periodic maxievve, we have
worked with Ecology to ensure a simplified, integrated hearing process that combines Planning
Commission and Ecology hearings. Coordination and good communication through social and print
media will provide a clear path for participation through this maze of requirements.
In addition to deep experience and traditional methods of engagement such as open houses,
workshops, advisory boards, and focus groups, BERK has experience working across remote
engagement modalities. This includes providing opportunities to engage in real-time remote meetings
using webinar or teleconferencing programs like Zoom or Teams, as well as using interactive
programs like StoryMaps, Maptionnaire, OpenGov, or Community Remarks that people can interact
with on their own time. We also use a variety of outreach techniques to build awareness and interest
in participation such as print and social media campaigns and targeted outreach to business and
community groups.
12011Q Shoreline Master Program Periodic Review Consultant Page 18 of 20
Task 2 Deliverables:
• Draft and Final PubIic Participation PIan
m
Project materials and templates
w
Conduct Open House / Hearings
• Responsiveness Summary
Task 3: Review Shoreline Master Program and Draft Revisions
Contractor will develop a Gap Analysis and Recommendations Report as a multi-purpose tool that
will provide the City with a comprehensive, but user-friendly, assessment of its SPM (YMC Title 17),
including the embedded critical areas regulations (YMC Ch. 17.09), and the City of Yakima
Comprehensive Plan 2040. The assessment will focus on compliance with the Growth Management
Act and Shoreline Management Act, consistency between the code and the Comprehensive Plan,
and consistency with the most recent and reliable science. Considering the available budget and the
focused scope, changes will be generally limited to these areas. However, if the City staff have a
short list of clarifications or corrections that could minimize staff or applicant omnfueion, simplify
processes, or improve compliance, these could also be addressed.
The body of the report will be a table that provides the current code or complan reference,
recommended or required text change (with suggested edits shown in strikeout/underline), and the
purpose and source of that recommendation or requirement (e.g., staff input, Ecology or Commerce's
checklists, or our own experience -based judgement). The completed Ecology Shoreline Master
Program Periodic Review Checklist, which identifies where in the SMP changes must be made to
address applicable statutory or regulatory changes and local changes/new information, will be an
appendix to the Gap Analysis. We also propose to include Washington Department of Commerce's
Critical Areas Checklist (April 2019) as a too to audit YMC Chapter 17.09.
Finaily Contractor will explore with the City whether there has been any new information or any
changes to existing conditions or floodplain mapping since the Comprehensive SMP Update that
could affect environment designations or shoreline jurisdiction boundaries. We would work with City
GIS staff to implement those map changes
Task 3 Deliverables:
• Draft GAP Analysis and Recommendations Report
o Completed Ecology and Commerce Checklists
o Recommendations for potential code, Comprehensive Plan, or map amendments
Task 4: Final Draft SMP
After completing the public participation process, including the open house and Planning Commission
and City Council public hearings described in Task 2, Contractor will finalize the Gap Analysis and
Recommendations Report and appendices. Any recommendations and edits that were carried
forward from the draft will be supplemented by additional changes that arose from the public process.
A final amended SMP and Comprehensive Plan documents will be compiled for approval by the
Council and transmitted to Ecology for Ecology's review.
Contractor has allocated some time in the budge to assist the City with responses to any Ecology
12011Q Shoreline Master Program Periodic Review Consultant Page 19 of 20
Task 4 Deliverables:
• Final GAP Analysis and Recommendations Report, including completed Ecology and
Commerce checklists
• Final SMP and Comprehensive Plan Amendment
Budget:
Task 1: SEPA $4,090
Task 2: Public Partici
•
ation $3,000
Task 3: Review SMP and Draft Revisions
$10,670
Task 4: Final Draft SMP
$6,030
Expenses
$595
Estimated Project Total
$24,385
12011Q Shoreline Master Program Periodic Review Consultant Page 20 of 20