HomeMy WebLinkAbout5.950 Original Contract
5. 950
;"
AGREEMENT FOR ELECTRIC UTILITY ANSWERING AND DISPATCH SERVICES
This Agreement is entered into this 1 sl day of June, 2009, by and between Security Services
Northwest, Incorporated, a Washington corporation, ("Contractor"), and the City of Port Angeles,
a municipal corporation, ( "City").
F or and in consideration ofthe mutual covenants and benefits herein, the parties hereby agree
as follows:
1. SCOPE OF SERVICES. Contractor agrees to provide telephone answering and
dispatching services for the City of Port Angeles, electric utility, at the hours and on the days
specified in Exhibit "A", herein.
2. STANDARD OF SERVICE. Contractor agrees to provide the services under this
agreement in a professional, ethical and competent manner, in accordance with the generally
accepted standards for provision of said services within the industry.
3. TERM. This agreement shall be for the term commencing on the date above and shall
continue for a period oftwelve (12) months unless sooner terminated in accordance with provisions
ofthis agreement. Subsequent to this initial twelve (12) month period, the contract shall continue
on a month-to-month bases, until either party gives the other party ninety (90) days prior written
notice specifying the date of termination.
4. COMPENSATION. The City will compensate Contractor for services performed herein
in the amount of $600.00 per month. In addition to the monthly fee the City further agrees to
compensate Contractor the additional amount of$360.00 in the event of a major outage which results
in 300 or more calls within a 24 hour period "see Exhibit 'A'." Payments to Contractor for services
shall be made by the City pursuant to the payment/voucher schedule of the City's Finance
Department within thirty (30) days upon receipt by the City of a properly completed invoice.
5. INDEPENDENT CONTRACTOR STATUS. The relationship created by this agreement
is that of independent contracting entities. The Contractor is not an employee of the City and is not
entitled to benefits provided by the City to its employees. Contractor, as an independent contractor,
has the authority to control and direct the performance of the details ofthe service to be provided.
The Contractor shall assume full responsibility for the payment of all federal, state, and local taxes
or contributions imposed or required, including but not limited to, unemployment insurance, social
security, income tax and workers compensation.
6. ASSIGNMENT. This agreement may not be assigned by either party except with prior
written consent of the other.
Project LO-09-004
-1-
7. BREACH.
A. In the event of either party's material breach of the terms or conditions of this
agreement, the non-breaching party reserves the right to withhold payment for
services until corrective action has been taken or completed. However, the parties
shall not exercise this right until they have given written notice of such material
breach to the breaching party and ten (10) days have passed since the receipt of such
notice. This option is in addition to and not in lieu of the party's right to terminate
this agreement or any other right that state law offers for breach of contract.
B. If either party shall materially breach any of the covenants undertaken herein or any
ofthe duties imposed upon it by this agreement, such material breach shall entitle the
other party to terminate this agreement, provided that the party desiring to terminate
for such cause shall give the offending party at least twenty (20) days written notice,
specifying the particulars wherein it is claimed that there has been a violation hereof,
and if at the end of such time, the party notified has not removed the cause of
complaint, or remedied the purported violation, then the termination of this
agreement shall be deemed complete.
8. NON-DISCRIMINATION.
A. The Contractor shall conduct its business in a manner which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national
origin, in particular;
B. Contractor shall maintain open hiring and employment practices and will welcome
applications for employment in all positions coming from qualified individuals who
are members of minorities protected by federal equal employment/affirmative action
requirements; and,
C. Contractor shall comply with all requirements of applicable federal, state, or local
laws or regulations issued pursuant thereto, relating to the establishment of non-
discriminatory requirements in hiring and employment practices and assuring the
service of all persons without discrimination as to any person's race, color, religion,
sex, Vietnam era veteran's status, disabled veteran condition, physical or mental
handicap, or national origin.
9. HOLD HARMLESS AND INDEMNITY. Contractor shall defend, indemnify and hold
the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries,
damages, losses or suits including attorneys fees, arising out of or resulting from the acts, errors or
omissions of the Contractor in performance of this agreement, except for injuries and damages
caused by the sole negligence of the City.
Project LO-09-004
-2-
10. INSURANCE. The Contractor shall procure and maintain for the duration of the
agreement, insurance against claims for injuries to persons or damaged property which may arise
from or in connection with the performance ofthe work hereunder by the Contractor, its agents, or
representatives, or employees.
11. NO LIMIT A nON. Contractor's maintenance of insurance is required by the agreement,
it shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance.
Contractor shall obtain insurance of the types described below:
(1) Commercial general liability insurance shall be written on ISO
occurrence form CG 00 Oland shall cover liability arising from premises,
operations, independent contractors and personal injury. City shall be
named on the contractor's commercial general liability insurance policy
with respect to the work performed for the City.
B. Minimum Amounts of Insurance.
The Supplier shall maintain the following insurance limits:
(1) Commercial general liability insurance shall be written with limits not
less than $1,000,000.00 per occurrence, $2,000,000.00 general aggregate.
C. Other Insurance Provisions.
Insurance policies are to contain, or be endorsed to contain the following provisions:
(1) The Contractor's insurance shall be primary insurance as respect to the
City. Any insurance, self insurance, or insurance full coverage maintained
by the City shall be in excess to the Contractor's insurance, and shall not
contribute with it.
(2) The Contractor's insurance shall be endorsed, state the coverage, and
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.
D. Acceptability ofInsurance.
(1) Insurance is to be placed with insurers with a current A.M. Best Rating of not
less than A:VII.
Project LO-09-004 -3-
E. Verification of Coverage.
The Contractor shall furnish the City with the original certificates and a copy of the
mandatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement ofthe
work.
12. APPLICABLE LAWNENUE. Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. The parties agree that should any dispute arise
between them, venue for any legal actions shall be with the Superior Court of Clallam County,
Washington.
13. ENTIRE CONTRACT. The parties agree that this agreement is the complete expression
of the terms hereto and any oral representation or understanding not incorporated herein is excluded.
Further, any modification of this agreement shall be in writing and signed by both parties.
14. ANTI-DEFICIENCY ACT CLAUSE. Nothing contained in the agreement shall be
construed as (1) binding to the City to expend in anyone calendar year any sum in excess of
appropriations made by the City in its budget process for the purposes of this agreement for that
calendar year or (2) obligating the City to further expenditure of money in excess of such
appropriations.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first hereinabove written.
CITY OF PORT ANGELES
SECURITY SERVICES NORTHWEST, INe.
BY:~//.d"-
.......,.President
A TrEsT:
APPROVED AS TO FORM:
G: lLegal ~ BackuplAG REEM ENTS&CONTRA CTS\2009 Agrrnts&ContractslAfter. hours. telephone.svcs.agmt. 050809. wpd
Project LO-09-004
-4-
EXHIBIT" A"
CITY OF PORT ANGELES ELECTRIC UTILITY
ANSWERING AND DISPATCH SERVICES
General Scope. Answering and dispatching services for City of Port Angeles Electric Utility.
Hours of Operations. Monday through Friday: Between the Hours of 1700 to 0800.
Saturday, Sunday, and all Legal holidays: 24 hours
City of Port Angeles Utility Point of Contact: James Klarr, Light Operations Manager, 360-417-
4731 or 360-461-1469
City of Port Angeles Contracting Point of Contact: Lucy Hanley, Contract Specialist, 360-417-
4541
Additional Service Charge: In the event that a major disruption event occurs which would require
additional dispatching services, the additional cost of $360.00 per day is set. Such an outage is
defined as one that results in 300 or more calls within a 24 hour period of time. When 200 calls have
been reached in a 24 hour period, the Contractor will notify either the City of Port Angeles utility
point-of-contact and/or the City of Port Angeles contracting specialist. Prior to the 300 call level in
a day being reached or within 40 minutes of such notification, whichever is later, the City may notify
the Contractor that it elects to transfer dispatching services to City responsibility for the duration of
the major disruption event for which no additional charge will be incurred. If the City fails to make
such notification or chooses to accept the additional services, the first daily $360.00 per day charge
will be incurred and will continue on a daily basis until such time as dispatching services are
transferred to City responsibility or the major disruption event is complete and normal operations
can be resumed.
General Work Requirements
1. Contractor shall conduct all work described below in a professional manner.
2. Contractor shall provide the City of Port Angeles answering and dispatching services.
3. Contractor shall answer all calls relating to the City of Port Angeles' electric utility. The
Contractor shall log the time of calls, names of callers if provided, addresses that calls pertain to, and
City personnel contacted if notified. If City personnel are contacted by any means, the Contractor
shall log who was contacted, time the call took place, reason(s) the City personnel was contacted,
and if or not the event warranted a response from City personnel. The logs shall be emailed to the
City during regular business hours to the following email addresses: James Klarr at
jklarr@cityofpa.us, Kathy Trainor at ktrainor@cityofpa.us, and Bob Williams at
bwilliam@cityofpa.us.
Project LO-09-004
-5-
4. Contractor is required to answer all City of Port Angeles electric utility incoming calls during
off-duty hours and office closures. Contractor's operations shall be Monday through Friday between
the hours of 1700 to 0800. Including 24 hours on Saturday, Sunday, and all Legal holidays.
5. The attached "After Hours Script" represents questions that might be asked by callers about the
City of Port Angeles Electric Utility. The script is provided as general guidance and does not cover
all questions or requests that might occur for City Electric Utility calls. The Contractor shall use
professional judgment when answering and responding to City of Port Angeles' Electric Utility calls.
6. Contractor shall notify the appropriate listed City personnel using the "After Hours Call List",
a sample of which is attached. This list will be updated periodically by the City Electric Utility.
Project LO-09-004
-6-
AFTER HOURS SCRIPT
City of Port Angeles
MY POWER IS OUT
When did you lose power?
When 1 came home it was already off
Did you have a door hanger on your door?
Yes ... Call Finance
No ...
What color is the seal on your meter?
Green. .. Call Finance
Black... Call Finance
Blue ... Call Light Ops
Red. .. Call Light Ops
My power just went out
Is your neighbor's power out also? Are street lights out too?
Yes ... Call Light Ops
No ... Have you checked your main breaker?
Yes ... Call Light Ops
No ... Check your breaker, if still no power... Call Light Ops
1'm just moving in (over the weekend) and have no power... Call Finance
Any time a customer talks about financial issues for billing and power tum-offs, Call Finance
at 360-775-5182.
STREET LIGHT OUT OR RELATED PROBLEM
Street Light not working
Individual street or yard lights can wait until next business day
If areas of street lights are out, Call Light Op
TRAFFIC SIGNALS
Traffic Signal light out... Call Light Ops starting with Traffic Signal First Call list
WalkIDon't Walk lights ... Can wait until the next working day
Project LO-09-004
-7-
LIGHT OPERATIONS AFTER HOURS CALL LIST
POWER RELATED - FIRST CALL LIST
rtCall
rd Call
Logan Deane...........460-7391
George Drake..........457-1522
Richard Hixson.......457-1395 461-7470
Brent Robinson.......461-5763
Bruce RowIey.........457-3187
Jim Shay.................457-9043
Brian Wahto...........808-2152 457-0081
BACKUP POWER RELATED
FIRST CALL LIST
rt Call 2nd Call
Bobby Williams......457-0924 460-0577
Meterman
Vem Daugaard........457-4864
Tabin Beckett..........457-0141
Greg McCabe..........461-2412
Lisa Hainstock.........452-7982 460-5896
Project LO-09-004
-8-
TRAFFIC SIGNALS - FIRST CALL LIST
rtCall
Trent Peppard.........775-5320
Tod Eisele..............457-1 029
AIOman.................457-3230
rd Call
Backup for Traffic Signal First Call List,
refer to Power Related First Call List.
ON DUTY CELL PHONE NUMBERS
George Drake................808-5802
Bruce RowIey................808-3980
Brian Wahto..................808-5724
Al Oman....................... .460- 5696
Trent Peppard................808-2613
Tod EiseIe.....................460-8417
Bobby Williams............808-9553
. ..
Call Jim Klarr only if you're unable to reach anyone else.
If Jim Klarr is not available, contact Terry Dahlquist or Mike Puntenney.
Jim Klarr......................................... ..461-1469
Operations Manager
Terry Dahlquist................................. .452-4621
Electrical Engineer
Mike Puntenney................................ .565-0 181
Deputy Director Public Works
Light Operations Fax: 360-417-4749
To reach the answering service, call 360-565-5050
Project LO-09-004
-9-