HomeMy WebLinkAbout17-223 - Olympic Environmental Resources - 2018 Recycling Collection EventCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 17-223
Contract Approval N/A
CONTRACT FOR SERVICES
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 Olympic Environmental Resources,
hereinafter referred to as "the Contractor," whose principal office is located at Seattle, WA.
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 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 $5,200.00 at a rate of $70 per hour.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
January 1, 2018, and ending December 31, 2018, 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.
Sf- o 4 O ri-.t,,a-3.
CA Revised 2012 Page 1 of 6
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 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 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 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 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.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 2012 Page 2 of 6
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 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 or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
CA Revised 2012 Page 3 of 6
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.
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
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable 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 suit.
DATED this 1) day of ({yt%-
CITY OF TUKWILA
Jack P
CA Revised 2012
irector of Community Development
,20f7.
CONTRACTOR: Olympic Environmental
Resources
� a
By:
Printed Name and Title: Paul M. Devine, General
Manager
Address: 4715 SW Walker Street
Seattle, WA 98116
Page 4 of 6
Attachment A
CITY OF TUKWILA
OLYMPIC ENVIRONMENTAL RESOURCES
2018 SCOPE OF WORK AND BUDGET
1) Project Title
Rain Barrel and Worm Bin Sale
2) Project Schedule
Planning and Implementation: January 1 - December 31, 2018
Event Date: Spring, 2018
Hours: 9 AM to 3 PM
3) Event Location:
Foster High School parking lot or other location in Tukwila
4) Project Coordinator
Paul Devine
General Manager
Olympic Environmental Resources
4715 SW Walker Street
Seattle, WA 98116
Phone: (206) 938-8262
Email — PaulDevine@MSN.com
5) Project Activities
Olympic Environmental Resources (OER) will organize a Citywide Rainbarrel/Worm Bin Sale in
conjunction with the 2018 Tukwila Recycling Collection Event. OER will bundle the Tukwila
purchase with other King County suburban City sales and solicit bids to obtain competitive rain
barrel/worm bin pricing. OER will arrange the purchase and delivery of the rain barrels/worm bins
and storage of the units in Seattle prior to the sale. The sale will be advertised in a flyer sent to all
Tukwila households prepared by OER. At the sale, OER staff will sell the rainbarrels and worm bins
for $25 each. Each rainbarrel and compost bin will include instructions on how to use.
6) Project Evaluation
Rain Barrels
The goal of this program is to help ensure the success of the recycling industry by adding to the
demand for products made from recycled materials. By distributing recycle content rain barrels to
City residents, Tukwila will divert recyclable materials from the waste stream. The City of
Page 5 of 6
Tukwila will distribute recycled content rain barrels to City residents, which will help promote
recycled products. The rain barrels weight approximately 40-50 pounds each and divert roughly
twice that amount of plastic material from the waste stream when produced. The additional
benefits of the rain barrels are that they will help reduce household water consumption and reuse
natural rainwater. It is expected that after installation the rain barrels will continue to conserve
water resources for many years.
Worm Bin Sale
Vermicomposting food waste will extend the life of landfills and reduce the need for new ones.
The worm bin distribution program will result in greater resource efficiency as City residents
manage their food waste on their own property and reuse the composted material in their gardens.
In full operation, the worm bin houses 10,000 to 12,000 worms, consumes 5 to 8 pounds of food a
day, allowing a harvest a full tray of castings per month.
OER event staff will request that all barrel and bin purchasers provide their name,
addresses, and e-mail address.
7) Project Costs Total Budget - $5,200.00
Items
Estimated Cost - $
Rain Barrels
$3,740.00
Worm Bins
$850.00
Event Management: Olympic Environmental Resources
$1,370.00
Event Staff: Olympic Environmental Resources
$660.00
Rain BarreUWorm Bin storage
$200.00
Rain Barrel/Worm Bin delivery
$250.00
Supplies
$50.00
Mil eacie
$80.00
Rain Barrel/Worm Bin Income
($2,000.00)
TOTAL
$5,20 0.0 0
ii
Subject to City approval, OER may transfer funds unused in one category to overruns in a
second category.
Attachment B
The budget for the 2018 Tukwila Recycling Collection Event is $5,200.00. The total amount payable to
Olympic Environmental Resources (OER) shall not exceed $5,200.00. The project budget will include
funds available from the King County Solid Waste Division. OER will cover all event expenses as they
arise, such as the costs for bin/barrel purchase and storage. OER will request reimbursement for staff time
and expenses on a monthly basis with thirty -day payment terms. OER project management time will be
billed at $70 per hour and event staff time will be billed at $55 per hour. OER will assist the City in
requesting reimbursement for event costs from the King County Solid Waste Division.
Page 6 of 6