Loading...
HomeMy WebLinkAbout5192 RESOLUTION NO. 5 1 9 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR TO EXECUTE SERVICE AGREEMENT NO. AG-S-088 FOR SERVICES RELATED TO JOB ORDER CONTRACTING WITH THE GORDIAN GROUP, INC. WHEREAS, state law, RCW 39.10.420, authorizes cities with a population of over 70,000 to award job order contracts and use the job order contracting (JOC) procedures of state law; and WHEREAS, there are advantages to the. City of Auburn to utilize JOC, including procedures that allow better controls on project costing, and that help in ascertaining and measuring value of projects that could utilize the JOC procedures; and WHEREAS, the procedures of JOC can move projects along faster to completion without sacrificing the quality and quantity of work included, often at a reduced cost to the City; and WHEREAS, in order to better utilize the procedures of JOC, it would be advantageous for the City to engage the services of an outside, independent service provider to develop and maintain a unit cost guide, procedural, technical and procurement support to City staff; and WHEREAS, it is appropriate that the costs of such outside, independent consultant services be paid for as a part of the JOG project for which the services are rendered. Resolution No. 5192. December 16,2015 Page 1 of 1 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES as follows: Section 1. The Mayor of the City of Auburn is hereby authorized to execute Service Agreement No. AG-S-088 with the Gordian Group, Inc. A copy of said agreement is attached hereto, denoted as Exhibit "1" and is made a part hereof as though set forth in full herein. Section 2. Implementation. That the Mayor is authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation. Section 3. Effective Date. That this Resolution shall take effect and be in full force upon passage and signatures hereon. Dated and Signed this /y�day of 4,44u , 2016. CITY OF AUBURN I %-•It '1 AN BACKUS , MAYOR ATTEST: ---,eel.. Aa2.6)._ Afi _i el.0.4,d10-c Da ' Ile Daskam, Ci ty Clerk APPR e ∎ 0 A TO FORM: IL I . I A A Daniel B. `ei•' ity Attorney Resolution No. 5192 December 16; 2015 Page 2 of 2 CITY OE *,. ® Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 February 9, 2016 Ammon T. Lesher Gordian Group, Inc. Patewood Drive, Bldg 2, Suite 350 PO Box 75195930 Greensville, SC 29615 RE: Agreement No. AG-S-088 Job Order Contracting Services Agreement Execution Dear Mr. Lesher: Enclosed is an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $100,000.00 per calendar year and has a completion date of February 4, 2021. For the City's tracking and record keeping purposes, please reference AG-S-088 on all correspondence and related material. We must receive the certificate(s) of insurance, evidencing your insurance coverage and amendatory endorsements as required per Section 14 of the agreement before we can issue a Notice to Proceed. Please send the certificate(s) to JoAnne Andersen, Contracts Administration Specialist Supervisor, at the address listed at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-3118. Sincerely, , ,../ -ie ' Jacob18weetin" Assistant City Engineer Community Development& Public Works Department JS/ja/as Enclosure cc: Dani Daskam, City Clerk AG-S-088 AUBURN * MORE THAN YOU IMAGINED • CITY OF AUBURN AGREEMENT FOR JOB ORDER CONTRACTING SERVICES AG-S-088 THIS AGREEMENT made and entered into on this day o , 2016 ("Effective Date"), by and between the City of Auburn, a municipal corpo tion of the State of Washington, hereinafter referred to as "City" and The Gordian Group, Inc., hereinafter referred to as the "Provider." WITNESSETH : WHEREAS, the City is in need of the services of individuals, employees or firms for the development, implementation and support of a Job Order Contracting ("JOC") program; and, WHEREAS, the City desires to retain the Provider to provide said services in connection with the City's work; and, WHEREAS, the Provider is qualified and able to provide services in connection with the City's needs for the above-described work, and is willing and agreeable to provide such services upon the terms and conditions herein contained. NOW, THEREFORE, the parties hereto agree as follows: 1. Scope of Services The Provider agrees to perform in a good and professional manner the tasks described on Exfiibit" fiichi at hed h o and-by tfiis reference made a part of this Agreement. (The tasks described on Exhibit"A" shall be individually referred to as a "task," and collectively referred to as the "services.") 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 In the event 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, a contract amendment shall be set forth in writing and shall be executed by the respective parties prior to the Provider's performance of the services there under, except as may be provided to the contrary in Section 3 of this Agreement. Upon proper completion and execution of an Amendment (agreement for additional services), such Amendment shall be incorporated into this Agreement and shall have the same force and effect as if the terms of such Amendment were a part of this Agreement as originally executed. The AG-S-088 Page 1 performance of services pursuant to an Amendment shall be subject to the terms and conditions of this Agreement except where the Amendment provides to the contrary, in which case the terms and conditions of any such Amendment shall control. In all other respects, any Amendment shall supplement and be construed in accordance with the terms and conditions of this Agreement. 3. Performance of Additional Services Prior to.Execution of an Amendment The parties hereby agree that situations may arise in which services other than those described on Exhibit"A" are desired by the City and the time period for the completion of such services makes the execution of Amendment impractical prior to the commencement of the Provider's performance of the requested services. The Provider hereby agrees that it shall perform such services upon the written request of an authorized representative of the City pending execution of an Amendment, at a rate of compensation to be agreed to in connection therewith. The invoice procedure for any such additional services shall be as described in Section 7 of this Agreement. 4. Provider's Representations The Provider hereby represents and warrants that the Provider has all necessary licenses and certifications to perform the services provided for herein, and is qualified to perform such services. 5. 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. 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. 6. 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. 7. Compensation As compensation for the Provider's performance of the services provided for herein,the City shall pay the Provider the fees and costs specified on Exhibit"B" which is attached hereto and by this reference made a part of this Agreement (or as specified in an Amendment). The Provider shall submit to the City a monthly AG-S-088 Page 2 invoice or statement of time spent on tasks included in the scope of work provided herein for the preceding month, 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 thereafter in the normal course, subject to any conditions or provisions in this Agreement or Amendment. The Agreement number and project number for each Job Order Contract task must appear on all invoices or statements submitted. The not-to-exceed amount for this agreement is $100,000.00 per calendar year. 8. Time for Performance and Term of Agreement This Agreement shall commence on the Effective Date set forth above. The Provider shall perform the services provided for herein in accordance with the direction and scheduling provided on Exhibit"A" attached hereto and incorporated herein by this reference, unless otherwise agreed to in writing by the parties. All work under this Agreement shall be completed within sixty (60) months of the Effective Date. 9. Ownership and Use of Documents Excluding the Proprietary Information set forth in the JOC System License included in Exhibit A, all documents, reports, memoranda, diagrams, sketches, plans, surveys, design calculations, working drawings and any other materials created or otherwise prepared by the Provider 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. 10. 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. 11. 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. 12. Administration of Agreement This Agreement shall be administered by Randy Horn, 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: AG-S-088 Page 3 City of Auburn The Gordian Group Jacob Sweeting Ammon T. Lesher Assistant.City Engineer Vice President of Legal Affairs 25 W Main St 30 Patewood Drive, Suite 350 Auburn,WA 980014998 Greenville, SC 29615 Phone: 253-804-3118 Phone: 800-874-2291 Fax: 253-804-3114 Fax: 864-233-9100 E-mail:jweeting@auburnwa.gov E-mail: a.lesher @thegordiangroup.com 13. Notices II 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, for mailing by certified mail, return receipt requested, and addressed, if to a party of this.Agreement, to the address for the party 'set forth above. Either party may change his, her or its address by giving notice in writing, stating his, her or its new address, to the other party, pursuant to the procedure set forth above. 14. 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. If necessary, the policy shall be endorsed to provide contractual 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 AG-S-088 Page 4 contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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. 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 the City shall be excess of the Provider's insurance and shall not contribute with it. b. The Provider's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after 30 days prior written notice by certified mail, return receipt requested, has been given to the City. 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. 15. 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. AG-S-088 Page 5 • 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 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. 16. 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, such consent not to be unreasonably withheld. 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. 17. 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, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 18. 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-. 19. 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. AG-S_-088 Page 6 The City may terminate this Agreement upon not less than thirty (30) 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. 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. AG-S-088 Page 7 25. 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. 26. 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 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 THE GORDIAN GROUP, INC. 1.6A _ ) 2 / Nancy Bac it ayor Signature Name:A in /. /e4-4er• Attest: Title: *4. 1;'•40,5, .17`; k 155 I Wit-Airy Danielle Daskam City Clerk Signat e Name: . _ec:, ...E Keever- Approved as to form: Title: C{,; 1:40a0c;r4 0cg«. ` S,acn r..asS Q Federal Tax ID No: 5�— /50C3 7 aniel B. Heid, City Attorney AG-S-088 Page 8 • Exhibit A Scope of Services Provider will perform the duties and responsibilities specified below: I. JOC Complete Solution 1. JOC System License - Provider shall provide the City with a license to use Provider's proprietary JOC System as set forth in this Exhibit A, "JOC System License." 2. Unit Price Book - Provider shall prepare a customized unit price book, known as a Construction Task Catalog®, containing prices covering material, equipment and labor costs for various units of construction selected by the City, and adjusting these costs to current market conditions. Only local prevailing wages and local material and equipment costs (obtained directly from local subcontractors and suppliers) to price the Construction Task Catalog shall be used. The use of generic factors to localize prices is not acceptable. Unit prices for demolition shall be provided for each construction task. Every cost to install an item or unit shall be accompanied by a corresponding cost to remove the same item or unit. Tasks may have several modifiers which adjust the price for variations-in-materials-orfor-quantity-discounts. 3. Technical Specifications - Provider shall prepare and publish Technical Specifications describing the materials, performance and installation requirements for each of the construction tasks listed in the Construction Task Catalog. Where available, the City's standard specifications shall be incorporated into the Technical Specifications for each Construction Task Catalog. 4. Contractual Terms and Conditions and Bid Forms - Provider shall prepare, in conjunction with City staff, general terms and conditions and bid forms which incorporate JOC language and forms with all appropriate City contract language and forms. AG-S-088 Page 9 5. Information Management System - Provider shall provide the City with access to the eGordian® JOC information management application ("IMS") for an unlimited number of City and JOC contractor users. The IMS must be capable of providing full project tracking, developing cost proposals, preparing independent City estimates, generating all project documentation, providing project scheduling, budgeting and cost control, tracking subcontractor participation, and generating standard reports for the City. 6. Procurement Support - Provider shall provide the City with procurement support to market the City JOC Program to potential JOC contractors. Provider shall organize and conduct pre-bid meetings with interested bidders and make presentations ;on behalf of the City, with various business and contracting organizations. Provider's personnel assigned to perform procurement support must have a level of JOC procurement experience that is acceptable to the City. During the development and implementation of the JOC program, Provider will conduct informational meetings with representatives from the construction community within the City. 7. Training Program Provider shall develop and conduct all training programs for the City and JOC contractor staff to ensure the JOC program functions properly. The training programs must include specialized training courses that will involve all parties utilizing and administering the JOC—program—The-training-programs-must include-extensive-training-on- the use of the JOC 1MS. All training shall be "hands on" with functional use and individual performance as the objective. Actual City projects that the City plans to perform through JOC must be included in the training programs. 8. JOC Program Development - Provider shall provide development, implementation, and on-going support of the City JOC program, including development of the execution procedures that will be used to operate the City JOC program and participating in informational meetings with City representatives. 9. On-Going Technical Support - Provider shall provide ongoing technical support during normal business hours, including, but not limited to, assisting the City with JOC program execution, analysis of task order AG-S-088 Page 10 proposals, troubleshooting and continuous system monitoring, updated contract documents, assistance with the procurement of additional JOC contractors, providing the City with access to applicable updates and revisions to the IMS, technical support for the JOC IMS, and providing training for new City staff and JOC contractors. Providing on-going technical support is considered a vital component to ensuring a successful City JOC program. 10. Job Order Development - In addition, Provider will assist with the developing of Job Orders from project identification to issuance of the Job Order by performing the following services: a. Project Identification - When a project is identified, a Provider Account Manager will assist City staff with determining whether the project is appropriate for JOC. b. Joint Scope Meeting - A Provider Account Manager will quickly schedule a Joint Scope Meeting at the project site to help the City and the JOC contractor agree on the details of the work that the JOC contractor will perform. The scoping process allows the JOC contractor to inspect the site and ask questions before submitting a Price Proposal. c. Develop Detailed Scope of Work - Next Provider will assist in preparing-a-Detailed-Scope-of-Work-that-describes-the-work-the JOC contractor will perform. Provider will also assist with resolving issues when project plans and actual conditions vary. d. Request for Price Proposal - After all parties are in agreement that the Detailed Scope of Work properly reflects the work to be performed, the Provider Account Manager will send the Detailed Scope of Work and a Request for Proposal to the JOC contractor. e. Preparation of Price Proposal - Next, the JOC contractor prepares and submits a Price Proposal by selecting the appropriate tasks from the Construction Task Catalog. Provider's IMS will automatically multiply the unit price of the task by the required quantities times the JOC contractors competitively bid adjustment factor. AG-S-088 Page 11 f. Price Proposal Review Then, a Provider Account Manager will review the Price Proposal to make sure the JOC contractor has selected the appropriate tasks and quantities and shall ask the JOC contractor to make any required changes. Provider shall also obtain and review any City required information submitted by the JOC contractor such as a construction schedule and list of proposed subcontractors. Then, the Provider Account Manager shall submit the Price Proposal and related documents to the City. g. Issue Job Order Once the City approves the Price Proposal and related documents, and decides to move forward with the project, the City will be responsible for the, issuance of a purchase order to the selected JOC contractor and the management of the construction work. II. Optional Services Project Management On a project-by-project basis, Provider will provide project management services to the City, to be requested by the City in its sole discretion. The project management services shall include the following: 1. Preconstruction Provider's project manager will assist the City in determining whether professional design services are required and conduct a pre-construction meeting with the City 's representative(s), the JOC contractor and, if applicable, the architect or engineer to review the basic project parameters and funding. Where design services are required, the project manager will work with the architects or engineers to coordinate necessary studies and design standards, and deliver plans and specifications that maximize the benefits of JOC for each City project. Next, the project manager will coordinate and share any preconstruction information with the City, the JOC contractor and other appropriate parties, and will assist in the coordination of the JOC contractor obtaining the necessary permits. 2. Site Visit- During construction, Provider's project manager will monitor the JOC contractor's work in-progress, manage the JOC contractor's AG-S-088 Page 12 compliance with the approved safety plan and complete a report for each site visit. 3. Communicate - Provider's project manager will provide weekly construction status reports to the City, conduct project progress meetings with all JOC contractors and staff on a periodic basis, and coordinate any required technical and code inspections. 4. Supplemental Job Orders - In the event there are unforeseen conditions or the City requests changes to the scope after the work has begun, Provider's project manager will analyze and process a supplemental Job Order by utilizing the procedures used to develop the initial Job Order. 5. Approvals - Provider's project manager will review and approve, or direct necessary revisions to, the JOC contractor's applications for payment and obtain the City's approval of the work. Final acceptance of the work will be the responsibility of the City. Technical and code inspections will be the responsibility of the appropriate inspection agencies. 6. Project Close-out - As the final step in the process, Provider's project manager will enter all Job Order related information into the eGordian® information management system and collect any required as-builts, warranties, etc., from the JOC contractor. JOG—S-- STEM-L-IGENFSE The Gordian Group, Inc. ("Gordian") hereby grants to the City of Auburn (the "City"), and the City hereby accepts from Gordian for the term of this Agreement, a non- exclusive, non-transferrable right, privilege and license to Gordian's Job Order Contracting ("JOC") System and other related proprietary materials (collectively referred to as "Proprietary Information") to be used for the sole purpose of operating the City's JOC program. The parties hereby agree that Proprietary Information shall include, but is not limited to, the eGordian® applications and support documentation, Construction Task Catalog® and construction cost data, training materials and other proprietary materials provided by Gordian. In the event this Agreement expires or terminates as provided herein, this JOC System License shall terminate and the City shall return to Gordian all Proprietary Information in the City's possession. The City acknowledges that disclosure of Proprietary Information will result in irreparable harm to Gordian for which monetary damages would be an inadequate remedy and agrees that no such disclosure shall be made to anyone without first receiving the AG-S-088 Page 13 I written consent of Gordian, except as required by law. The City further acknowledges and agrees to respect the copyrights, registrations, trade secrets and other proprietary rights of Gordian in the Proprietary Information during and after the term of this Agreement and shall at all times maintain complete confidentiality with regard to the Proprietary Information provided to the City, except as required by law. Gordian agrees to grant a license to each contractor that is awarded a JOC contract by the City, provided the JOC contractor agrees to pay Gordian's contractor license fee in effect when the City awards the JOC contract, and provided the City includes licensing language in the JOC contract similar inform to this JOC System License. Upon expiration or termination of this Agreement as provided herein, Gordian shall provide all data generated by the City in a form accessible by a standard database program, such as Microsoft®Access®. In the event of a conflict in terms.and conditions between this JOC System License and any other terms and conditions of any agreement, purchase order or other similar purchasing document issued by the City, this JOC System License shall take precedence. AG-S-088 Page 14 Exhibit B Compensation In consideration of the services provided set forth in Article I of Exhibit A, including the JOC System License and Job Order development services, Provider shall be paid according to the following schedule: City License Fee: The City shall pay Provider a License Fee equal to One and Ninety-Five Hundredths Percent (1.95%) of the value of the work ordered; and Job Order Development Fee: The City shall pay Provider a Job Order Development Fee of Three and Five Hundredths Percent (3.05%) of the value of the work ordered. The City License Fee and Job Order Development Fee shall be payable when a Job Order is issued to the JOC contractor. Optional Services In consideration of the optional project management services set forth in Article II of Exhibit A, to be provided on a project-by-project basis and only upon request from the City, Provider shall, in addition to the applicable fees set forth herein, be paid a Project Management fee according to the following schedule: Proiect Management Fee: The City shall pay Provider a Project Management Fee equal to Five and Ninety- Five Hundredths Percent (5.95%) of the value of the work ordered. The Project Management fee will be payable when construction of a Job Order has been completed and accepted by the City, except at the election of Provider, the fee for Job Orders requiring more than 60 days to complete shall be payable monthly on a percentage of completion basis. AG-S-088 Page 15