Loading...
HomeMy WebLinkAboutSW19-C-015 Agreement for Services with Epicenter Services, LLC CITY OF AUBURN AGREEMENT FOR SERVICES SW19-C-015 (k THIS AGREEMENT made and entered into on this a3 day of Apn l , 2019, by and between the City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Epicenter Services, LLC, 1801 I Street#1, Bellingham, WA 98225, hereinafter referred to as the "Provider." RECITALS: 1. The City is in need of the services of individuals, employees or firms for solid waste collection procurement. 2. The City wants to hire the Provider to provide these services in connection with the City's work. 3. The Provider is qualified and able to provide services in connection with the City's needs for this work, and is willing and agreeable to provide the services on the terms and conditions in this Agreement. AGREEMENT: In consideration of the mutual promises contained in this Agreement, the parties agree as follows: 1. Scope of Services The Provider agrees to perform in a good and professional manner the tasks described in Exhibit "A." The Provider shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, joint venture, employment or other relationship with the City. 2. Additional Services If additional services with respect to related work are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, the parties will amend this Agreement before the Provider performs the additional services However, Provider agrees that it shall perform additional services on the written request of an authorized representative of the City pending execution of an Amendment. SW 19-C-015 ENG-230, Revised 8/18 Page 1 of 8 3. Provider's Representations The Provider represents and warrants that it has all necessary licenses and certifications to perform the services provided for in this Agreement, and is qualified to perform those services. 4. City's Responsibilities The City shall do the following in a timely manner so as not to delay the services of the Provider: a. Designate in writing a person to act as the City's representative with respect to the services. The City's designee shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to the services. b. Furnish the Provider with all information, criteria, objectives, schedules and standards for the project and the services provided for herein. c. Arrange for access to the property or facilities as required for the Provider to perform the services provided for herein. d. Examine and evaluate all studies, reports, memoranda, plans, sketches, and other documents prepared by the Provider and render decisions regarding such documents in a timely manner to prevent delay of the services. 5. Acceptable Standards The Provider shall be responsible to provide, in connection with the services contemplated in this Agreement, work products and services of a quality and professional standard acceptable to the City. 6. Compensation As compensation for the Provider's performance of the services provided for in this Agreement, the City shall pay the Provider the fees and costs specified on Exhibit "B." The Provider shall submit to the City an invoice or statement of time spent on tasks included in the scope of work, and the City upon acceptance of the invoice or statement shall process the invoice or statement in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Provider, subject to any conditions or provisions in this Agreement or Amendment. The Agreement number must appear on all invoices or statements submitted. The not-to-exceed amount for this agreement is $37,000.00. 7. Time for Performance and Term of Agreement The Provider shall not begin any work under this Agreement until authorized in writing by the City. The Provider shall perform the services in accordance with the direction and scheduling provided on Exhibit "A" unless otherwise agreed to in writing by the parties. All work under this Agreement shall be completed between June 1, 2019, and December 31, 2020. 8. Ownership and Use of Documents All documents, reports, memoranda, diagrams, sketches, plans, surveys, design calculations, working drawings and any other materials created and delivered to SW19-C-015 ENG-230, Revised 8/18 Page 2 of 8 the City as part of his performance of this Agreement (the "Work Products") shall be owned by and become the property of the City, and may be used by the City for any purpose beneficial to the City. 9. Records Inspection and Audit All compensation payments shall be subject to the adjustments for any amounts found upon audit or otherwise to have been improperly invoiced, and all records and books of accounts pertaining to any work performed under this Agreement shall be subject to inspection and audit by the City for a period of up to three (3) years from the final payment for work performed under this Agreement. The Parties agree that Provider and its employees are neither employees of the City nor act as functional equivalents to City employees. If, however, the City or a court determines that the Provider is an agency of the City and Provider's records are subject to a Public Records Act request, Provider will cooperate in responding to that request. Additionally, Provider will organize all records prepared as part of the performance of this Agreement separate from records created for other purposes. 10. Continuation of Performance In the event that any dispute or conflict arises between the parties while this Contract is in effect, the Provider agrees that, notwithstanding such dispute or conflict, the Provider shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 11. Administration of Agreement This Agreement shall be administered by Jeff Brown, on behalf of the Provider, and by the Mayor of the City, or designee, on behalf of the City. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Epicenter Services, LLC Joan Nelson Jeff Brown Solid Waste & Recycling Supervisor Principal 25 West Main Street 1801 I Street#1 Auburn, WA 98001-4998 Bellingham, WA 98225 Phone: 253-931-5103 Phone: 360-739-5230 Fax: 253-876-1900 Fax: na E-mail: jenelson@auburnwa.gov E-mail: jeff@epicenterservices.net 12. Notices All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be deemed to have been duly given if delivered in person or deposited in the United States mail, postage prepaid, and addressed, if to a party of this Agreement, to the address for the party set forth above. SW 19-C-015 ENG-230, Revised 8/18 Page 3 of 8 Either party may change his, her or its address by giving notice in writing to the other party. 13. Insurance The Provider shall procure and maintain for the duration of this 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 Provider, or the Provider's agents, representatives, employees, or subcontractors. Provider's maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Provider to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Service Provider shall obtain insurance of the types described below: a. Automobile Liability insurance, covering 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. Provider shall maintain automobile insurance with minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. b. 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 a per project aggregate limit using ISO form CG 25 03 05 09 or equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Provider'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. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products-completed operations aggregate limit. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The Provider's insurance coverage shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by SW 19-C-015 ENG-230, Revised 8/18 Page 4 of 8 the City shall be excess of the Provider's insurance and shall not contribute with it. b. The Provider shall provide the Public Entity and all Additional Insureds for this work with written notice of any policy cancellation within two business days of their receipt of such notice. Insurance is to be placed with an authorized insurer in Washington State. The insurer must have a current A.M. Best rating of not less than A:VII. Provider shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Provider before commencement of the work. The City reserves the right to require that complete, certified copies of all required insurance policies be submitted to the City at any time. The City will pay no progress payments under Section 7 until the Provider has fully complied with this section. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Public Entity 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 Public Entity on demand, or at the sole discretion of the Public Entity, offset against funds due the Contractor from the Public Entity. 14. Indemnification/Hold Harmless The Provider shall defend, indemnify and hold the City and its officers, 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 Provider and the City, its officers, officials, employees, and volunteers, the Provider's liability hereunder shall be only to the extent of the SW 19-C-015 ENG-230, Revised 8/18 Page 5 of 8 Provider's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Provider'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. 15. Assignment Neither party to this Agreement shall assign any right or obligation hereunder in whole or in part, without the prior written consent of the other party hereto. No assignment or transfer of any interest under this Agreement shall be deemed to release the assignor from any liability or obligation under this Agreement, or to cause any such liability or obligation to be reduced to a secondary liability or obligation. 16. Nondiscrimination The Provider may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 17. Amendment, Modification or Waiver No amendment, modification or waiver of any condition, provision or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound, or such party's or parties' duly authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of the other party shall not affect or impair any right arising from any subsequent default. Nothing herein shall limit the remedies or rights of the parties hereto under and pursuant to this Agreement. 18. Termination and Suspension Either party may terminate this Agreement upon written notice to the other party if the other party fails substantially to perform in accordance with the terms of this Agreement through no fault of the party terminating the Agreement. The City may terminate this Agreement upon not less than seven (7) days written notice to the Provider if the services provided for herein are no longer needed from the Provider. If this Agreement is terminated through no fault of the Provider, the Provider shall be compensated for services performed prior to termination in accordance with the rate of compensation provided in Exhibit "B" hereof. SW 19-C-015 ENG-230, Revised 8/18 Page 6 of 8 19. Parties in Interest This Agreement shall be binding upon, and the benefits and obligations provided for herein shall inure to and bind, the parties hereto and their respective successors and assigns, provided that this section shall not be deemed to permit any transfer or assignment otherwise prohibited by this Agreement. This Agreement is for the exclusive benefit of the parties hereto and it does not create a contractual relationship with or exist for the benefit of any third party, including contractors, sub-contractors and their sureties. 20. Costs to Prevailing Party In the event of such litigation or other legal action, to enforce any rights, responsibilities or obligations under this Agreement, the prevailing parties shall be entitled to receive its reasonable costs and attorney's fees. 21. Applicable Law This Agreement and the rights of the parties hereunder shall be governed by and interpreted in accordance with the laws of the State of Washington and venue for any action hereunder shall be in of the county in Washington State in which the property or project is located, and if not site specific, then in King County, Washington; provided, however, that it is agreed and understood that any applicable statute of limitation shall commence no later than the substantial completion by the Provider of the services. 22. Captions, Headings and Titles All captions, headings or titles in the paragraphs or sections of this Agreement are inserted for convenience of reference only and shall not constitute a part of this Agreement or act as a limitation of the scope of the particular paragraph or sections to which they apply. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions shall be interchangeable. Interpretation or construction of this Agreement shall not be affected by any determination as to who is the drafter of this Agreement, this Agreement having been drafted by mutual agreement of the parties. 23. Severable Provisions Each provision of this Agreement is intended to be severable. If any provision hereof is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this Agreement. 24. Entire Agreement This Agreement contains the entire understanding of the parties hereto in respect to the transactions contemplated hereby and supersedes all prior agreements and understandings between the parties with respect to such subject matter. 25. Counterparts This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more SW 19-C-015 ENG-230, Revised 8/18 Page 7 of 8 counterparts have been signed by each of the parties and delivered to the other party. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed effective the day and year first set forth above. CITY OF AUBURN EPICENTER SERVICES, LLC LAA. Nan ackuyor Si tune Na : Jeff Brown Titl-• 'rinci•al Federal Tax ID No: 26-3872883 Approved as to form: P azios-- ,. Steven L. Gross, City Attorney SW 19-C-015 ENG-230, Revised 8/18 Page 8 of 8 EXHIBIT A SCOPE OF WORK Services Task 1: Preparatory Work and Draft Document Set: Provide technical assistance to prepare initial groundwork for the competitive process for the City's new solid waste collection contract. Task will include working with staff to confirm the framework for a fair and transparent competitive process, participating in meetings with industry representatives to ensure that the procurement process includes elements that encourage potential proposers to participate and compete in this process, and other preparatory work related to the process. The Provider shall then develop a draft contract for the City's next solid waste collection agreement using the Provider's current generation of collection contract templates that include updated labor disruption, inclement weather, customer service, commodity value adjustment mechanism and other elements. The Provider will prepare an initial draft request-for-proposals (RFP) document for internal use, including a review of supporting data available such as customer counts and tonnages. The draft document set will be reviewed with City staff to tailor it to meet City needs. A successive draft will be prepared incorporating City comments for the City Attorney to review. Then, all internal and legal comments will be incorporated into an industry review version of the RFP and draft contract to be released to prospective proponents. Industry comments will be collated and then incorporated into the final RFP/RFB and contract, as appropriate. The final version will then be provided to the City for formal release. Deliverables: Coordination with staff to finalize the process as needed, including up to four meetings at the City (to include meetings with the City and potential proponents, staff review of document set and possibly City Council review) and the production of four successive versions of the RFP documents: (1) the initial staff review set of RFP documents; (2) the legal review set of RFP documents; (3) an industry review set of RFP documents; and (4) a final release version of the RFP. All documents will be provided in MS Word and Excel versions. Timeline: This task will be completed by June 30, 2020. Budget: Task Budget— $15,000.00 flat fee. SW 19-C-015 Exhibit A Page 1 of 3 Task 2: Procurement Process: The Provider shall prepare responses to proponent questions and prepare any other addenda needed during the time the RFP is "on the street." Once all proposals are received, the Provider will confirm pass/fail status of submittals and provide an analysis of rate proposals, including proposal alternatives, to review with staff. In the event that acceptable contract exceptions are proposed by proponents or an RFP alternative with systemic impacts are desired by staff, the Provider shall prepare an RFP addendum with a revised base contract for a "best and final" round of rate proposals. The initial proposal rates or the "best and final" rates submitted by proponents shall be evaluated by the Provider. The Provider shall prepare a scoring analysis along with an assessment of the new proposed rates compared with current rates. Those results will be combined with the City's evaluation committee's qualitative scoring analysis (if a RFP is chosen) to determine overall proposal scoring to select the highest scored proponent. The City will form an evaluation committee to review and score the qualitative aspects of proposals. The Provider will provide up to 8 hours of research and technical assistance as requested by the City's evaluation committee, but will not qualitatively score proposals. In addition to reviewing the proposals, the evaluation committee may choose to conduct interviews, on-site visits to proponent facilities and check references to inform its scoring decisions. Deliverables: Produce draft answers to proponent questions in addendum form, provide the City with an analysis of initial rate proposals and alternatives, provide an RFP addendum for the best and final round (including a new draft contract incorporating City decisions) if requested by staff, and provide final rate scoring for City use in determining the preferred proponent. Timeline: The procurement process will be conducted from January— August, 2020. Budget: Task Budget— $11,000.00 flat fee. SW 19-C-015 Exhibit A Page 2 of 3 Task 3: Contract Finalization and Award Process: Once City staff have identified the preferred proponent, the Provider shall attend and support contract finalization meetings with City and the selected proponent. Those meetings will be used to resolve any outstanding issues related to the proponent's proposal, consider any revisions to the draft contract proposed by the Contractor, provide analysis and assistance with any rate design modification to rates, and other activities necessary to produce an execution-ready contract package for Council review. The Provider will assist with the development of the staff report in the format preferred by the City detailing the process, activities and results for use during the Council review and approval process. Deliverables: Attend up to five contract finalization meetings between City staff and the selected proponent, draft and incorporate revisions to the final Contract, prepare Council materials (such as a staff report for the review/approval process) as directed, and attend one Council meeting for contract approval, if directed. Timeline: July— September, 2020; in preparation for Council action to formally select the successful proposing firm no later than September 30, 2020. Budget: Task Budget— $11,000.00 flat fee. Excluded Tasks Qualitative review and scoring of the proposals is not included in this scope of work. In the event of litigation, the City and the Provider will determine the Provider's role in the proceedings and determine a separate scope and budget based on the emerging situation. SW 19-C-015 Exhibit A Page 3 of 3 EXHIBIT B BUDGET Compensation shall be with a not-to-exceed agreement amount of $37,000.00. All travel and incidental costs are included. Each task will be billed upon completion. Task 1: Prep Work and Release Document Set $15,000.00 Task 2: Procurement Process $11,000.00 Task 3: Contract Finalization and Award $11,000.00 Total Not To Exceed Amount: $37,000.00 SW 19-C-015 Exhibit B Page 1 of 1