Loading...
HomeMy WebLinkAboutCAG2024-065 - Original - Olympic Environmental Resources - 2024 Recycling Event Consultant - 02/15/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Tony Donati Public Works Date Sent: Date Required: c 02/09/2024 2/14/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Q Interlocal Agreement Uploaded to Website 2/6/2024 Budget Account Numbe • Grant? Yes❑ No❑ 47005245.64110.7910, 7930, 794 Budget?❑Yes❑No Type: N/A Vendor Name: EW Category Olympic Environmental Resources Contract Vendor Number: Sub-Category: = Original 0 Project Name: 2024 Recycling Event Consultant cProject Details: Vendor shall assist with the City's 2024 Recycling Events c c Basis for Selection of Contractor: Agreement Amoun • �176,215 Other E *Memo to Mayor must be attached i Start Date: Upon Execution Termination Date: 12/31/2024 Q Local Business?❑Yes❑No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑Yes❑In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number:= ❑Yes❑No CAG2024-065 Comments: H i 3 f0 IM C C 0 '6 3 � a, a, cc Date Received:City Attorney: 2/9/24 Date Routed:Mayor's Office 2/14/24 City Clerk's Office2/15/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT GOODS & SERVICES AGREEMENT between the City of Kent and Olympic Environmental Resources, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Olympic Environmental Resources, Inc. organized under the laws of the State of Washington, located and doing business at 4715 SW Walker Street, Seattle, WA 98116, Phone: (206) 938-8262, Contact: Paul Devine (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall assist with the City's 2024 Recycling Events. For a description, see the Vendor's Scope of Work which is attached as Exhibit A and incorporated by this reference. The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by December 31, 2024. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed One Hundred Seventy Six Thousand, Two Hundred Fifteen Dollars ($176,215), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: The Vendor shall be paid after execution of agreement and submittal of invoice for services provided. GOODS & SERVICES AGREEMENT - 1 (Over$20,000, including WSST) Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which the Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including WSST) or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or GOODS & SERVICES AGREEMENT - 4 (Over$20,000, including WSST) discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including WSST) C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. GOODS & SERVICES AGREEMENT - 6 (Over$20,000, including WSST) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. . IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: Olympic Environment Resources CITY OF KENT: < � By: �s� By: Print Name: Paul M Devine Print Name: Dana Ralph Its Owner/General Manager Its Mayor DATE: February 9, 2024 DATE: 02/15/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Paul Devine Chad Bieren, P.E. Olympic Environmental Resources, Inc. City of Kent 4715 SW Walker Street 220 Fourth Avenue South Seattle, WA 98116 Kent, WA 98032 (206) 938-8262 (telephone) (253) 8S6-5500 (telephone) pauldevine@msn.com (email) publicworks@kentwa.gov (email) APPROVED AS TO FORM: jcwt- oy'6'X Kent L w Department ATTEST: ew� &A Kent City Clerk kb-1/5/2024 GOODS & SERVICES AGREEMENT - 7 (Over$20,000, including WSST) r DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 of 5 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 of 5 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 of 5 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. �7 c By: For: Olympic Environment Resources Title: Owner/General Manager Date: February 9, 2024 EEO COMPLIANCE DOCUMENTS - 4 of 5 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 5 of 5 Exhibit A I lili,,. II Ij� 1� ►nw ul' Illlllll iinllmm�n I,:, .Ill liar i�ii w;�lllll..i� I11 lli � Olympic Environmental Resources 4715 SW Walker Street Seattle WA 98116 Tel, 206938-8262 Email:pauldevine@msn.com December 15, 2023 City Clerk's Office City of Kent 220 Fourth Avenue South Kent, WA 98032-5895 RE: City of Kent 2024 Recycling Consultant Services City of Kent City Clerk: Olympic Environmental Resources (OER) is pleased to respond to the City of Kent Request for Consultant Services for limplementation of Kent Recycling Events in 2024. OER has direct experience managing Kent waste reduction and recycling programs and has a clear understanding of City needs, programs, and the grant administration experience necessary to assist your City. OER also has the vendors and contacts in place to implement programs immediately. Since the early 1990s, OER's staff have been organizing and operating municipal collection events throughout King County. This has included securing event sites for events, management of collection event vendors, coordinating vendor insurance coverage's and hold harmless agreements to protect City clients, and preparing collection reports and reimbursement requests for the program grantors and cities. OER has extensive experience in coordinating collection and transport or recyclable and moderate risk waste. It has become increasingly costly to host recycling events and vendors have been raising prices across the board. OER will try and work with vendors to keep costs as reasonable as possible but some increases are outside of OER's control. Thank you for your consideration of OER's proposal. Please call (206) 938-8262 or email pauldevine@msn.com if you have questions. Respectfully, Paul M. Devine General Manager Olympic Environmental Resources enclosures City of Kent 2024 Recycling Proposal for Recycling Events Prepared by Olympic Environmental Resources Olympic Environmental Resources (OER) specializes in solid waste and recycling services and provides service for many City recycling programs in the Puget Sound area. For many years, OER General Manager Paul Devine coordinated the Kent spring, summer, and fall residential recycling collection events and provided recycling grant administration and reporting. OER has a clear understanding of City of Kent needs, programs and grant administration and reporting functions and has spent years fostering relationships with program subcontractors. These relationships will support seamless management and implementation of Kent programs in 2024. OER has the project staff and vendors in place to carry out immediate management and implementation of Kent recycling events. Residential Recycling Collection Events OER staff has successfully managed fifty-seven (57) recycling collection events in the City of Kent. From 1993 through 2023, these events provided recycling options to 47,967 Kent residents and resulted in the proper recycling of 10,266,639 pounds of material diverted from the Kent waste stream. h.. r e i iv d I — Qualifications of Project Staff Paul Devine will act as the Project Manager on the Kent Project. Paul is the General Manager/Owner of OER and has managed City of Kent Recycling Events in the past. Paul has extensive experience in solid waste and recycling in both the public and private sectors. As Suburban City Recycling Coordinator, he designed and implemented a comprehensive Solid Waste Management Plan for the City of Normandy Park. Through his work in the recycling industry he has developed good working relationships with area haulers, local recyclers and state and local government officials. Paul has a clear understanding of the City of Kent programs. He has maintained all grant administration functions for all project work and has the vendors and contacts in place to implement programs without interruption. Paul graduated from Whitman College in 1984 and received a Master's of Public Administration from Seattle University in 1990. 2024 OER Kent Recycling Proposal 2 December 15,2023 ai �•� ll dip �.D= � 3. �' .¢�r� � h v2- r I F , r B I; Recvclinci Project Staffing and Management OER shall provide adequately-trained staff for all Kent Recycling Collection Events. OER staff is experienced and familiar with these events and very customer-service oriented. A sufficient number of OER staff shall be present to prevent traffic delays and to address participants' needs and questions. OER will provide each Kent event with the following staff: Project Manager to work with the City of Kent, provide contract management, supervise staff and oversee operations of the entire contract. The Project Manager shall ensure the contract is completed on schedule and within budget. The Project Manager will also work at events as necessary. Paul Devine will act as the Project Manager. Paul has successfully managed Kent Recycling Collection Events in the past. Paul is experienced in all aspects of collection event management and has acted in every working capacity at events. Event Coordinator to supervise staff and oversee operations of the entire event. The Event Coordinator shall ensure that Site Entrance Greeters, Traffic Directors, other Event Staff are supervised throughout the day. Karl Ruediger, Daniel Devine, and Kellin Ramage will work for OER as Event Coordinators. Karl, Daniel, and Kellin have all worked at Kent events in the past on both residential and business events. All Event Coordinators are experienced working with event subcontractors and implementing events. All are experienced and skilled in assisting the event participants and providing information on reducing waste, reusing materials and recycling. Site Entrance Greeters to screen vehicles for proper materials, answer questions about event procedures and direct participants to materials collection stations. Greeters shall distribute educational materials and promotional items as requested by the City. Henry Rance, Zach Montejano, Hiatt Konen, and Lucy Giaccio have worked with OER for many years. All are experienced at greeting event participants, directing event traffic, providing educational materials, passing out promotional items and tallying the number of participants that attend the events. All are experienced and skilled at making participants feel welcome to events while giving event directions and relaying important safety information Traffic Staff to direct and control traffic. Ruben Moreno, Joe Grossi, and Immanuel Holder will work as traffic control staff for OER. All are experienced in working events and have worked with OER for a number of years. In addition to OER staff, event subcontractors provide staff to collect other materials such as motor oil, batteries, tires, household goods, scrap metal and electronics. 2024 OER Kent Recycling Proposal 3 December 15,2023 !A_ v I � 0 Recycling-related Projects Completed for Other Agencies Olympic Environmental Resources specializes in solid waste and recycling services, recycling collection event management, environmental education programs and compost bin and rain barrel sale management. OER staff has over thirty years of recycling collection event and recycling project management experience. In 2024- 25, OER staff will implement over one hundred (100) residential recycling collection events, paint recycling events, and compost/worm bin and rain barrel sales. OER has provided event management services for: City of Algona City of Auburn City of Bellevue City of Black Diamond City of Burien City of Carnation City of Covington City of Des Moines City of Duvall City of Everett City of Enumclaw City of Issaquah City of Kenmore City of Kent City of Lake Forest Park City of Maple Valley City of Mercer Island City of Newcastle City of Normandy Park City of Pacific City of Sammamish City of Tukwila King County Solid Waste Division Town of Skykomish Washington Materials Management & Financing Authority 2024 OER Kent Recycling Proposal 4 December 15,2023 Client References Ms. Shellie Bates Program Supervisor City of Covington 16720 SE 271 st Street, Suite 100 Covington, WA 98042 (253) 480-2463 Email: sbates@covingtonwa.gov Ms. Cheri James Administrative Assistant II City of Auburn P.O. Box 1300 Auburn, WA 98019 (425) 788-1185 Email: cheri.james@duvallwa.gov Ms. Laura Techico, AICP Principal Planner City of Des Moines 21630 11th Avenue South, Suite D Des Moines, WA 98198-6398 (206) 870-6595 Email: Itechico@desmoineswa.gov 2024 OER Kent Recycling Proposal 5 December 15,2023 City of Kent 2024 Recycling Event Budget Three citywide Recycling Events to be held on or about March 2, 2024, June 8, 2024, and October 12, 2024. Hours will be 9 am to 3 pm. City-wide residential recycling collection events-three Spring Summer Fall Items Cost Items Cost Items Cost Total Refrigerators-unit cost$35 each $3,200.00 Refrigerators $2,700.00 Refrigerators $3,800.00 $9 700.00 Air Conditioners-unit cost$35 each $1,680.00 Air Conditioners $1,300.00 Air Conditioners $3,200.00 $6 180.00 Water Heaters-unit cost$5 each $150.00 Water Heaters $100.00 Water Heaters $100.00 $350.00 Mini Propane Tanks-unit cost$1 each $220.00 Mini Propane Tanks $220.00 Mini Propane Tanks $200.00 $640.00 5-Gallon Propane Tanks-unit cost$10 e $400.00 5-Gallon Propane Tan $450.00 5-Gallon Propane Tar $650.00 $1,500.00 Toilets&Sinks-unit cost$25 each $1,200.00 Toilets&Sinks $2,000.00 Toilets&Sinks $1,500.00 $4,700.00 Mattresses-unit cost$35 each $8,000.00 Mattresses $8,500.00 Mattresses $8,500.00 $25900600 Collection Services Tires $2,500.00 Tires Not Acce to Tires $2,500.00 $5,000.00 Scrap Metal/Electronics $3,500.00 Scrap Metal/Electronic $3,500.00 Scrap Metal/Electrons $3,500.00 $10 500.00 Cardboard $400.00 Cardboard $400.00 Cardboard $400.00 $1,200.00 Styrofoam $1,250.00 St rofoam $1,250.00 Styrofoam $1,250.00 $3,750.00 Bulky Wood $1,250.00 Bulky Wood $1,600.00 Bulky Wood Not Accepted $2,850.00 Concrete Not Acce to Concrete $3,500.00 Concrete $4,000.00 $79500.00 Paper Shredding $600.00 Paper Shredding $600.00 Paper Shredding $600.00 $1,800.00 Batteries $2,000.00 Batteries $2,000.00 Batteries $3,000.00 $7 000.00 Textiles $0.00 Textiles $0.00 Textiles $0.00 $0.00 Paint Not Acce to Paint Not Acce to Paint Not Acce to $0.00 Management Services Event Staff $4,500.00 Event Staff $4,500.00 Event Staff $4,500.00 $139500.00 Event Management $9,800.00 Event Management $9,800.00 Event Management $9,800.00 $299400.00 Other Rentals $0.00 Rentals $100.00 Rentals $0.00 $100.00 Supplies $400.00 Supplies $500.00 Supplies $400.00 $1300.00 Mileage $150.00 Mileage $175.00 Mileage $150.00 $475.00 Contingecy fee for unexpected cost $1,500.00 $1,500.00 $1,500.00 $4,500.00 Subtotal $42,700.00 Subtotal $44,695.00 Subtotal $49,550.00 TOTAL I I I I 1 1 $136,945.00 Six Mini Recycling Events to be held on Fridays in the Spring, Summer, and Fall. Hours will be 9 am to noon or 1 pm to 4 pm. City Mini recycling collection events-six Items Cost Per Event Total for Six Events Collection Services Scrap Metal/Electronics $500.00 $3 000.00 Paper Shredding $500.00 $3 000.00 Textiles $0.00 $0.00 Paint $0.00 $0.00 Management Services Event Staff $1,200.00 $79200.00 Event Management $3,900.00 $23,400.00 Other Rentals $50.00 $300.00 Supplies $75.00 $450.00 Mileage $70.00 $420.00 Contingecy fee for unexpected cost $250.00 $1,500.00 Subtotal $6,545.00 TOTAL $39,270.00 TOTAL BUDGET: $176,215.00 2024 OER Kent Recycling Proposal 6 December 15,2023 Hourly Rates for Event Management and Staff Project Manager $80.00 Recycling Specialist $65.00 Recycling Event Staff $65.00 City of Kent 2024 Recycling Proposal: Work Samples Recycling Collection Events OER managed work samples - available upon request. 2024 OER Kent Recycling Proposal 7 December 15,2023 Exhibit B Insurance Requirements 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. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, 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. 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 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $1,000,000 per occurrence, $2,000,000 general aggregate Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $500,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. DATE(MMIDDYYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 01/02/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: TURNER INSURANCE AGENCY PHONE FAX A/C No Ext: A/C No): 14900 INTERURBUAN AVE S#294 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# SEATTLE WA 98168 INSURER A: NAUTILUS INSURANCE COMPANY INSURED INSURER B: OLYMPIC ENVIRONMENTAL RESOURCES INC INSURERC: 4715 SW WALKER ST INSURER D: INSURER E: SEATTLE WA 98116 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DD YYYY MMIDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DA AGE ToCLAIMS-MADE X OCCUR 'REM SES(E.olccurDence) $ 100,000 MED EXP(Any one person) $ 5,000 A X NN1632038 01/05/2024 01/05/2025 PERSONAL&ADV INJURY $ EXCLUDED GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO LOC PRODUCTS-COMP/OP AGG $ EXCLUDED JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CONSULTANT ADDITIONAL INSURED PER FORM CG2033(12/19)ADDITIONAL INSURED—OWNERS,LESSEES OR CONTRACTORS—AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU.PRIMARY AND NON-CONTRIBUTORY APPLIES PER FORM CG2001 (12/19)PRIMARY AND NON-CONTRIBUTORY—OTHER INSURANCE CONDITION. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF KENT ACCORDANCE WITH THE POLICY PROVISIONS. 220 4TH AVE S AUTHORIZED REPRESENTATIVE KENT WA 98032-5985 4 J ©1988-2015 AC j CORPORATION. All righ s reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD American Family Connect Property and RENEWAL DECLARATION Casualty Insurance Company 3500 Packerland Drive De Pere,WI 54115-9070 WASHINGTON POLICY NUMBER: BX10278914 POLICY PERIOD: 01/01/2024-07/01/2024 12:01 AM Standard Time LAPSE IN COVERAGE: NONE Paul M Devine Judy L Devine FOR CLAIMS SERVICE CALL: 4715 SW WALKER ST 1-888-404-5365 FOR CLIENT SERVICE CALL: SEATTLE, WA 98116-2134 1-888-404-5365 COVEIAGE/]LIMIT 1 2017 BMW 2 2016 CHEV 4 2012 TYTA X3 XDRIVE 2 TRAVERSE LT HIGHLANDER BODILY INJURY LIABILITY $148.00 $159.00 $134.00 $250,000 EACH PERSON $500,000 EACH ACCIDENT PROPERTY DAMAGE LIABILITY INCL INCL INCL $100,000 EACH ACCIDENT PERSONAL INJURY PROTECTION BASIC LIMITS $19.00 $20.00 $15.00 $10,000 MEDICAL&HOSPITAL EXPENSES $2,000 FUNERAL EXPENSES $10,000/$200 PER WEEK INCOME CONTINUATION $5,000/$40 PER DAY/$200 PER WEEK LOSS OF SERVICES UNDERINSURED MOTORISTS BODILY INJURY $17.00 $18.00 $14.00 $250,000 EACH PERSON $500,000 EACH ACCIDENT PROPERTY DAMAGE $8.00 $5.00 $5.00 $100,000 EACH ACCIDENT $300 DED HIT-AND-RUN/PHANTOM VEHICLE $100 DED ALL OTHER CAR DAMAGE COLLISION (COV.D-1) $241.00 $183.00 $136.00 DEDUCTIBLES CAR 1-$250 2-$250 4-$250 OTHER THAN COLLISION (COV.D-2) $89.00 $67.00 $39.00 DEDUCTIBLES CAR 1-$500 2-$500 4-$500 TOWING AND LABOR COSTS NONELECT NONELECT NONELECT RENTAL EXPENSE $11.00 $8.00 $6.00 $30 PER DAY/$900 PER OCCURRENCE NEW CAR REPLACEMENT/GAP COVERAGE NONELECT NONELECT NONELECT TOTAL SEMIANNUAL PREMIUM PER CAR $533.00 $460.00 $349.00 TOTAL SEMIANNUAL PREMIUM ALL CARS— $2,057.00 Coverage is provided only when both a premium and limit are shown. adwa0la(001) 11/22/2023 DRIVER INFORMATION 1.Paul M Devine 4. 2.Judy L Devine 5. 3.Daniel Devine 6. QUALIFIES FOR SAFE DRIVING HISTORY CAR INFORMATION CARS KEPT AT LOCATION OTHER THAN RESIDENCE 2017 BMW 5UXWX9C54HOT09269 12,500 AVERAGE ANNUAL MILES 2016 CHEV 1GNKVGKD4GJ103324 12,800 AVERAGE ANNUAL MILES 2012 TYTA 5TDBK3EH9CS127995 7,000 AVERAGE ANNUAL MILES 2024 MAZD JM3KKBHA9R1128845 7,000 AVERAGE ANNUAL MILES YOUR POLICY HAS THE FOLLOWING DISCOUNTS: MULTI-CAR,FULL COVERAGE,FULL PAYMENT PLAN,TENURE,MULTI PRODUCT,COSTCO,INTERNET 2017 BMW-DUAL AIRBAG,ABS 2016 CHEV-DUAL AIRBAG,ABS 2012 TYTA-ABS,GARAGED,DUAL AND SIDE AIRBAGS 2024 MAZD-ABS,DUAL AND SIDE AIRBAGS YOUR POLICY HAS THE FOLLOWING ENDORSEMENTS: AMENDATORY ENDORSEMENT SPECIAL EQUIPMENT/CUSTOMIZATION:NONE NEW CAR REPLACEMENT/GAP-2024 MAZ LOSS PAYABLE:FORM REG.-335 LIENHOLDER INFORMATION LIENHOLDER-2012 TYTA HIGHLANDER BASE/HIGHLANDER SE BECU P.O.Box 58570,P.O.Box 58570,Tukwila,WA 98138 ADDITIONAL INTEREST/LIENHOLDER-2024 MAZD CX-90 PLUG-IN HYBRID AWD Toyota Lease Trust,PO Box 22171,Tempe,AZ 85285-2171 adgn0lb American Family Connect Property and RENEWAL DECLARATION Casualty Insurance Company 3500 Packerland Drive De Pere,WI 54115-9070 WASHINGTON POLICY NUMBER: BX10278914 POLICY PERIOD: 01/01/2024-07/01/2024 12:01 AM Standard Time LAPSE IN COVERAGE: NONE Paul M Devine Judy L Devine FOR CLAIMS SERVICE CALL: 4715 SW WALKER ST 1-888-404-5365 FOR CLIENT SERVICE CALL: SEATTLE, WA 98116-2134 1-888-404-5365 COVERAGE/LIMIT 6 2024 MAZD CX-90 PLUG- BODILY INJURY LIABILITY $164.00 $250,000 EACH PERSON $500,000 EACH ACCIDENT PROPERTY DAMAGE LIABILITY INCL $100,000 EACH ACCIDENT PERSONAL INJURY PROTECTION BASIC LIMITS $20.00 $10,000 MEDICAL&HOSPITAL EXPENSES $2,000 FUNERAL EXPENSES $10,000/$200 PER WEEK INCOME CONTINUATION $5,000/$40 PER DAY/$200 PER WEEK LOSS OF SERVICES UNDERINSURED MOTORISTS BODILY INJURY $21.00 $250,000 EACH PERSON $500,000 EACH ACCIDENT PROPERTY DAMAGE $7.00 $100,000 EACH ACCIDENT $300 DED HIT-AND-RUN/PHANTOM VEHICLE $100 DED ALL OTHER CAR DAMAGE COLLISION (COV.D-1) $350.00 DEDUCTIBLES CAR 6-$250 OTHER THAN COLLISION (COV.D-2) $119.00 DEDUCTIBLES CAR 6-$500 TOWING AND LABOR COSTS NONELECT RENTAL EXPENSE $14.00 $30 PER DAY/$900 PER OCCURRENCE NEW CAR REPLACEMENT/GAP COVERAGE $20.00 TOTAL SEMIANNUAL PREMIUM PER CAR $715.00 TOTAL SEMIANNUAL PREMIUM ALL CARS- $2,057.00 Coverage is provided only when both a premium and limit are shown. adwa0la(001) 11/22/2023 POLICY NO. NN1632038 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 Copyright,Insurance Services Office,Inc.,2018 Page 1 of 1 POLICY NO.NN1632038 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage"or"personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps,shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for b. Supervisory, the additional insured. p ry, inspection, architectural or engineering activities. However,the insurance afforded to such additional This exclusion applies even if the claims insured: against any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others 2. Will not be broader than that which you are by that insured, if the "occurrence" which required by the contract or agreement to caused the "bodily injury" or "property provide for such additional insured. damage", or the offense which caused the "personal and advertising injury", involved the A person's or organization's status as an additional rendering of or the failure to render any insured under this endorsement ends when your professional architectural, engineering or operations for that additional insured are surveying services. completed. CG 20 33 12 19 Copyright,Insurance Services Office,Inc.,2018 Page 1 of 2 2. 'Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III -Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed; or 2. Available under the applicable limits of b. That portion of "your work" out of which insurance; the injury or damage arises has been put to its intended use by any person or whichever is less. organization other than another contractor This endorsement shall not increase the or subcontractor engaged in performing applicable limits of insurance. operations for a principal as a part of the same project. Page 2 of 2 Copyright,Insurance Services Office,Inc.,2018 CG 20 33 12 19 KENT W A 5 H I N G T O N DATE: February 6, 2024 TO: Kent City Council SUBJECT: Goods & Services Agreement with Olympic Environmental Resources, Inc - Authorize MOTION: I move to authorize the Mayor to sign the Goods & Services Agreement with Olympic Environmental Resources, Inc., subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: The City will host three large (Saturdays) and up to six mini (Fridays) residential recycling events at no charge to attendees in 2024. To successfully operate the events, the City uses a consultant with proven experience to staff and contract with recycling vendors for specialty items that are difficult to recycle. These events, which have been and continue to be funded by grants, have been very successful and beneficial for the community and the environment. In December 2023, the City issued a Request for Proposals for a recycling event consultant to run each recycling event in 2024. Two proposals were received and evaluated, and Olympic Environmental Resources, Inc. was selected to perform these duties for the amount of $176,215. BUDGET IMPACT: None - This contract is fully grant funded and will be paid for by King County's Waste Reduction and Recycling and Hazardous Waste Management Program grants and the Department of Ecology's Local Solid Waste Financial Assistance grant. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Olympic Environmental Resources - 2024 Recycling Events Agreement (PDF) 01/16/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 2/6/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Troutner