Loading...
HomeMy WebLinkAbout20-021 - Olympic Environmental Resources - Recycling Event/Rain Barrel SaleCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Contract Number: 20-021 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 Olympic Environmental Resources, hereinafter referred to as "the Contractor," whose principal office is located at Seattle, Washington. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: . Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $2,211.00 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. puration of Agreement. This Agreement shall be in full force and effect for a period commencing January 1, 2020, and ending December 31, 2020, 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. CA Revised December 2016 Page 1 of 4 6. Indemnification. The Contractor 8h@U defend, indemnify and hold the Public Entity, its [ffiCers, offiCa|G, employees and volunteers harmless from any and all daims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this 4n[8emneD1. except for injuries anddarnageuoaumedby[heeo|eneg|igenceof[hePuNioEnbLy. 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 Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Xnsummmce' The Contractor ahmU procure and maintain for the duration of the Agreement, insurance against dGirDG for injuries to persons or damage to property xvhidl may arise from or in connection with the performance of the vvod« hereunder by the Contractor, their @geDtG. PepreSeDtGUv88, employees or 8UbcoDt[8Ck][S. Contractor's maintenance of inaunance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided bysuch insurance, orotherwise limit the C|i[y'erecourse toany remedy available @1law orin equity. A. Minimum Scope mfInsurance. Contractor shall obtain insurance ofthe types and with the limits described below: 1. Automobile Liability insurance with e minimum combined single limit for bodily injury and property damage Of$1.UUO.00O per accident. Automobile liability insurance shall cover all Vvvned, non-oxvned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (|SC]) form CA OO 01 Or 8 substitute fOOO providing equivalent liability coverage. |fnecessary, the policy shall beendorsed tOprovide 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 prod ucts-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence h)rno CG0001 and shall cover liability arising from pnarni8em, openadona, independent cmnLrac1oro, produots-conmp|e1ed operations, stop gap |iabi|itv, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed tOprovide aper project Qenera|agOrega[e|imituSing|SC)hJrm CG 25O3O5O8Vranequivalent endorsement. There shall benoexclusion for liability arising from explosion, collapse Dr underground property damage. The City shall bgnamed as@nadditional 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 1001 or substitute endorsements providing a1least aabroad coverage. 3. Workers' Compensation coverage 8Grequired bythe Industrial Insurance laws of the State of CA Revised December 2Oi6 Page 2uf4 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 Sh@U be primary insurance with respect to the City. Any in8unGnoe, eelf-inSunaDce, or iD8uF8DQe pool coverage 0@iOt8|n8d by the City aho|| be excess of the [|ontnoCtO['S iOGu[8OCe and shall not contribute with it. C. Acceptability of Insurers. |DSun@DQe is to be placed with insurers with 8 ou[merdA.K8. Best rating of not less than A: VI I. D. Verification of Coverage. Contractor shall furnish the City with original certificates and o copy of the amendatory endorsements, including but not OeceGS@h|y limited to the additional insured endorsement, evidencing the insurance requirements ofthe Contractor before commencement of the vvOd«. Upon request by the City, the CDDt[8{tO[ Gh@|| furnish certified copies of all required insurance po|icies, including gndorGementa, required in this Agreement and evidence of all subcontractors' coverage. E. Subcontractors. The [}onin8C[or shall have So|8 responsibility for determining the insurance coverage and limits requirad, if any, to be obtained by oubomntreotore, which determination shall bemade inaccordance 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 canCe||abOD, within two business days Of their receipt of such notice. G. Failure to Maintain Insurance. Failure OO the part of the Contractor to maintain the insurance as required shall constitute G rnG1eha| breach ofcontract, upon which the City may, after giving five business days nO1iC8 to the Contractor to correct the bne@ch, immediately terminate the contract or, at its discrgUnn, procure orrenew such insurance and pay any and all pu3rniurns in COODeCtiOD therewith, with any Gu[OS 80 expended to be repaid to the City on demand, or@tthe SO|e discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reportinq. A. The Contractor shall maintain accounts and neoDrdg. including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expanded 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 fora period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCVV Chapter 4O.14and bythe City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject @tall times to inaoecdon, review or audit by law during the performance of this Agreement. 10.Tmrmina0om' This Agreement may @tany time be terminated by the City giving h0the Contractor thirty /30\ days written notice of the Cit/G intention to terminate the Same. Failure to provide products on schedule may nmau|t in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right b]terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate onthe grounds ofrace, religion, nnead.co|or.notiona|ohgin.a8e. veteran ato[us, eex, sexual nhantgtion. gender identity, marital status, pn|UUC8| 8ffi|i8tion, 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.Assignrmmmt and Subcontract. The Contractor eh8|| not @SSigD or subcontract any portion Of the CARevised December 28)6 Page 3o[4 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 Survivat. 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. Apolicable 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 &L O ce,,lprQcL 2020 CITY OF TUKWILA CONTRACTOR: Olympic Environmental Resources By: Jack ce rec r of Communit Development Paul M. Devine, General Manager CA Revised December 2016 Page of 4 Exhibit A CITY OF TUKWILA OLYMPIC ENVIRONMENTAL RESOURCES 2020 SCOPE OF WORK AND BUDGET 1) Project Title Rain Barrel Sale 2) Project Schedule Planning and Implementation: January 1 - December 31, 2020 Event Date: Spring, 2020 Hours: 9 AM to 3 PM 3) Event Location: Foster High School/Showalter Middle 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 Sale in conjunction with the 2020 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 pricing. OER will arrange the purchase and delivery of the rain barrels and storage of the units in the Tukwila area 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 for $35 each. Each rainbarrel 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 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. OER event staff will request that all barrel purchasers provide their name, addresses, and e-mail address. 7) Project Costs Total Budget - $2,211.00 Items Estimated Cost - $ Rain Barrels $2,100.00 Event Management: Olympic Environmental Resources $741.00 Event Staff: Olympic Environmental Resources $220.00 Rain Barrel Delivery $100.00 Project Mleage $50.00 Project Income ($1,000.00) TOTAL $2,211.00 Subject to City approval, OER may transfer funds unused in one category to overruns in a second category. Exhibit B The budget for the 2020 Tukwila Recycling Collection Event is $2,211.00. The total amount payable to Olympic Environmental Resources (OER) shall not exceed $2,211.00. 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.