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.