Press Alt + R to read the document text or Alt + P to download or print.
1
2This document contains no pages.
HomeMy WebLinkAboutAG 13-150 RETURN TO: PW ADMIN EXT: 2700 ID#: 31.0 7
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/
2. ORIGINATING STAFF PERSON:IllzArt-'S a- L1 4 10,--- EXT: 2 7S- 0 3. DATE REQ.BY: 4 e
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCEei, 13 ...1 ❑ RESOLUTION
„2--CONTRACT AMENDMENT 001):): T, ' 0 INTERLOCAL
❑ OTHER .. `,
C-
S t
4. PROJECT NAME: kr v3.4e--ir � � ��'� L(�' Csvi "-440
5. NAME OF CONT CT R' ? 0 - •O"' _ J
ADDRESS: ( Xi i, --^ .. . A U '4 / 0711 A/4 r'1�..3,' fELEPHONE:
E-MAIL: \ i / FAX: I
SIGNATURE NAME:�'t/__ ;.. );i l'�/ p%:-_.,••'� TITLE: I// 6;i7 1/ ` tler
6. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / /
' De-C- 3( zo1
r "7 ,- r
7. TERM: COMMENCEMENT DATE: l� '`oQ�' A COMPLETION DATE:
8. TOTAL COMPENSATION:$ i 1 ' 1s / &l b • o ', (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES o NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: 0 CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
f _ ,,-- -�
❑ PURCHASING: PLEASE CHARGE TO: �1 L/`r "- 3L (/` , ' '/-+1L -2 `�r(� � �
9. DOCUMENT/CONTRACT REVIEW INITIAL'' A
/DATE REVIEWED INITIAL/DATE APPROVED
o PROJECT MANAGER It `Ic yt
DIVISION MANAGER )14", l a(L I(ii DIRECTOR
DIRECTOR cZ. /�iG-- - PV2-\\Q
o RISK MANAGEMENT (IF APPLICABLE) �`
-LAW DEPT 1/1 11 Q
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
1,3
t 4:,,_
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: p�
11. CONTRACT SIGNATURE ROUTING /11.--a g DATE RECD: �' (
o SENT TO VENDOR/CONTRACTOR DATE SENT:
1 7
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
LAW DEPT I f e
SIGNATOR MAYOR sR DIRECTOR) CI_ 1i(el 1
CITY CLERK y',7
ASSIGNED AG# AG# \3- r
SIGNED COPY RETURNED DATE SENT: �.t' .L$
RETURN ONE ORIGINAL L
COMM NTS: A vY\QM,�„...A a -40 I h C 4-1....lr-c- (tMO lay 2 �1 .7s��
EXECUTE" "ORIGINALS ,,
ci„.-r-rv+.�' a-1-- - r po i i-c -4 $14 c-G--K I GLi "Lit a., - SI" e lA
_ ✓rOt t , ft,,DLI L. "ilia-- et-r"44r dc.r of 1-4.),_ I), .
1/2018
CITY OF CITY HALL
33325 8th Avenue South
,.w
Federal WayFederal Way. WA 98003-6325
(253) 835-7000
aw�vw cttvoffecleralwav con,
AMENDMENT NO. 7
TO
PUBLIC WORKS MAINTENANCE AGREEMENT FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
This Amendment ("Amendment No. 6") is made between the Cityof Federal Way, a Washington municipal
Y �
corporation ("City"), and Olson Brothers Pro-Vac, LLC dba Pro-Vac, a Washington limited liability company
("Contractor").The City and Contractor(together"Parties"),for valuable consideration and by mutual consent of the
Parties, agree to amend the original Agreement for Surface Water Infrastructure Maintenance and Service
("Agreement") dated effective July 24, 2013, as amended by Amendment Numbers 1, 2, 3,4, 5, and 6 as follows:
1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the
Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or
method of payment,as delineated in Exhibit B-6,attached hereto and incorporated by this reference.The Contractor
agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the
negotiated rate(s)for the remaining Term of this agreement.Except as otherwise provided in an attached Exhibit,the
Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of
the performance and payment of this Agreement.
2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto,not modified by this Amendment,shall remain in full force and effect.Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
ratifiedhaving expiration date and prior to the effective date of this Amendment, are hereby as havig been
performed under the Agreement, as modified by any prior amendments,as it existed prior to this Amendment.The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment,which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 3/2017
''�... Federal Way __ a a - '-
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
By:
hatte,V1A-AAQ
Jim Ferrell, ayor ph nie Courtney, CMC y Clerk
DATE: APPROVED AS 0 FORM:
--c/ J. Ryan Call, City Attorney
OLSON BROTHERS PRO-VAC, LLC DBA PRO-VAC:
By: 1365 Ll °1:1:"P
Printed Name: Lv cat \? ,\o v
Title:
Date: //- 5_ f�
STATE OF WASHINGTON )
) ss.
COUNTY OF I c ec ce. )
On this day personally appeared before me a s'e-L-\ , to me known to be the
V .P- of 0 is,) co V\N k s c -U that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability
company, for the uses and purposes therein mentioned,and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this 5 e day of iV u Q- tA7 , 2012,
tttttt Notary's signature
Notary's printed name i)\-RA con; e kZD S s
w�\yg`o:+ p'R ,, Notary Public in and for the State of Washington.
1NRY
i8 ; Z = My commission expires 20 2,3
. _
P1I80
.4 TF OF Wi�-' .•tt,
AMENDMENT - 2 - 3/2017
CITY OF CITY HALL
4%4A!& Federal Way Feder 8th Avenue South
Federal Way.WA 9800303
6325
1253) 835-7000
anv�w cit offerfet adtv,31,corn
EXHIBIT B-7
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Services,the City shall pay the Contractor an additional amount not to
exceed twenty-seven thousand and 00/100 Dollars($27,000.00).The total amount payable to Contractor pursuant to
the original Agreement, all previous Amendments, and this Amendment shall be an amount not to exceed one
million seventy-five thousand eight hundred and sixty-eight and 00/100 Dollars ($1,075,868.00).
2. Method of Compensation:In consideration of the Contractor performing the Services,the City agrees to pay
the Contractor for unit price bid items as specified in the original agreement.
AMENDMENT - 3 - 3/2017
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS /
2. ORIGINATING STAFF PERSON: "lam --fk EXT: 71 S— 3. DATE REQ. BY: AkS14' I
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
.6iVTRACTAMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER Ax t,
4. PROJECT NAME: �/""" ^+e"aMCr— `a-4 4 a: G eA D
5. NAME OF CONTRACTOR: i'J M G` c- ` b' r � �A" 1 r 'v'�c-
ADDRESS: iD oW I I OR t'^ '54- a vyvallQ,TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: i - 5`L�( C00 TITLE: V cowl-rcLltr
T
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES!COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE #0'5 I OL U14 000 OqL, EXP. 12/31/ UnPLETIONDATE:
U 09 170 q 15 , EXP. L_i3/l_' 1
GJ p( ( / ( fJ CA
7. TERM: COMMENCEMENT DATE: ` — i 1 b y
n �
. TOTAL COMPENSATION: $ (Ti I Oct01 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT- ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
El PURCHASING: PLEASE CHARGE TO: 1 O I — 3100 — 6i'YO r 5T � t( S —'IT 90
9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
,zrDIVISION MANAGER 772,, l
IPITEPUTY DIRECTOR
"IRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
q.LAW DEPT1)619
10. COUNCIL APPROVAL (IF APPLICABLE) `' SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
�V SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING ((�� G p
❑ SENT TO VENDOR/CONTRACTOR DATE SENT- b'3t' l DATEREC'D: L -ll -t%
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
NT `B'
LAW DEPT
SIGNATOR AYOR R DIRECTOR)
CITY CLERK
ASSIGNED AG # AG# — r
SIGNED COPY RETURNED DATE SENT: r �
TURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
1/2018
�e-)I
Gry OF CITY HALL
Ate,.... Fe d e ra I Way Feder 8th Avenue South
Federal Way. WA 98003-6325
(253) 835-7000
www. cityoffederaM,ay.corn
AMENDMENT NO.6
TO
PUBLIC WORKS MAINTENANCE AGREEMENT FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
This Amendment ("Amendment No. 6") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Olson Brothers Pro -Vac, LLC dba Pro -Vac, a Washington limited liability company
("Contractor"). The City and Contractor (together "Parties"), for valuable consideration and by mutual consent of the
Parties, agree to amend the original Agreement for for Surface Water Infrastructure Maintenance and Service
("Agreement") dated effective July 24, 2013, as amended by Amendment Numbers 1, 2, 3, 4, and 5 as follows:
1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the
Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or
method of payment, as delineated in Exhibit B-6, attached hereto and incorporated by this reference. The Contractor
agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the
negotiated rate(s) for the remaining Term of this agreement. Except as otherwise provided in an attached Exhibit, the
Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of
the performance and payment of this Agreement.
2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 9/2018
` CITY OF CITY HALL
.�, 33325 8th Avenue South
Federal Way, WA 98003-6325
Fe d e ra I Way
(253) 835-7000
www cityof edera/way com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY:
DATE:
OLSON BROTHERS PRO -VAC, LLC DBA PRO -VAC:
By: I�c
Printed Name: U,) 0 s� e-,-, �-sc o o
Title: V
Date: 01- 6 - / 8
STATE OF WASHINGTON )
) ss.
COUNTY OF P i e.c' c e )
ATTEST:
1
J. Ryan Call, City Attorney
On this day personally appeared before me W este,,N to me known to be the
U P of O\ S o n that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability
company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this day of 5 QQAQ- Qc- , 201-3.
014 111111
R0�.,111.
130 140TAay9��;
PUBLIC ; 2
0'�
Notary's signature
Notary's printed name e\mac c 9,05,.5-
Notary
,0ssNotary Public in and for the State of Washington.
My commission expires
? , ao 9 o
AMENDMENT - 2 - 9/2018
CITY OF CITY HALL
�... 33325 8th Avenue South
Federal Way
Federal Way, WA 98003-6325
(253) 835-7000
www cityorfederahvay com
EXHIBIT B-6
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor an additional amount not to
exceed eighteen thousand and 00/100 Dollars ($18,000.00). The total amount payable to Contractor pursuant to the
original Agreement, all previous Amendments, and this Amendment shall be an amount not to exceed one million
Forty -Eight thousand eight hundred and Sixty -Eight and 00/100 Dollars ($1,048,868.00).
2. Method of Compensation: In consideration of the Contractor performing the Services, the City agrees to pay
the Contractor for unit price bid items as specified in the original agreement.
AMENDMENT - 3 - 9/2018
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL
CWAY
LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS
2. ORIGINATING STAFF PERSON:
coa'sc- ".1 °-r 6'-j EXT: ZiS C 3. DATE RFQ. BY: AS4�
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
,CTONTRACTAMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: fes! �apc Y/vl�✓ /Y� r �` S �('.� C�'tic ' ' W .n ��a. r �/� c --L
5. NAME OF CONT TOR: T �D - M A c D��SU✓� �jr s�.y S �/ �Jo`c L (.-C `16 -Pro- L
ADDRESS: l0� Il -z-46 C„�r 4. ,l�^ V jA L� R.3 "1 3 TELEPHONE:LS 3 - 43S - 43 z. 8
E-MAIL: J FAX:
SIGNATURE NAME: t._S ._,, N 00 TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIB S❑ �
OOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES �RIOR CONTRACT/AMENDMENTS
CFW LICENSE# C) io16 �BL, EXP. 12/31/] I7 UBI# �DT Dy -7S . EXP. I I/
7. TERM: COMMENCEMENT DATE: It Z4 b COMPLETION DATE: 12' (3 I I 1 9 (1'` r )
8. TOTAL COMPENSATION: $ ( ) O 3 o ► S("5 - C)-> `U % / (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: Lk'I C-A1a'"l e- A
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER Pt
-DIVISION MANAGER
,DEPUTY DIRECTOR 10 11 O`l
DIRECTOR 1r 7,
❑ RISK MANAGEMENT (IF APPLICABLE)
FLAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
It. CONTRACT SIGNATURE ROUTING
�SENTTO VENDOR/CONTRACTOR DATE SENT: p�U% ( J/ DATE REC'D: u S �✓
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LIC SES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
-e.
LAW DEPT
47 SIGNATORY MAYOR
CITY CLERK
ASSIGNED AG # AG# I
SIGNED COPY RETURNED DATE SENT:
RETURN ONE ORIGINAL
COMMENTS: J�
EXECUTE ° ° ORIGINALS A +
4/2017
CITY OF CITY HALL
'�.►: 33325 8th Avenue South
Fe d e ra 1 WaFederal y (253) 835 7000A 98003-6325
www. cityoflederahW com
AMENDMENT NO.5
TO
PUBLIC WORKS MAINTENANCE AGREEMENT FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
This Amendment ("Amendment No. 5") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Olson Brothers Pro -Vac, LLC dba Pro -Vac (formerly known as Everson's
Econo-Vac, Inc.), a Washington limited liability company ("Contractor"). The City and Contractor (together
"Parties"), for valuable consideration and by mutual consent of the Parties, agree to amend the original Agreement
for Surface Water Infrastructure Maintenance and Service ("Agreement") dated effective July 24, 2013, as amended
by Amendment Numbers 1, 2, 3, and 4 as follows:
1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the
Agreement, shall be amended to modify the rate of payment, as delineated in Exhibit B-2, Bid Form Bid Item No. 7
"Disposal of Vacuumed Solids/Spoils and Item 8 "Disposal of Liquid Decant", attached hereto and incorporated by
this reference. The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein
shall remain locked at the negotiated rate for the Amended Term, except as otherwise provided in attached Exhibit
B-2. Furthermore, except as otherwise provided in an attached Exhibit, the Contractor shall be solely responsible for
the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this
Agreement.
2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 3/2017
CITY OF CITY HALL
,'*•_..
Fe d e ra I Way 33325 8th Avenue South
Federal Way, WA 98003-6325
(253)835-7000
www cityoffederalway com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY:
By: C -.-e ,
rivirrell, ayor
DATE: A 4 --7
OLSON BROTHERS PRO -VAC, LLC
DBA PRO -VAC:
By -
Wesley Brood, VP Controller
Date: /y --51- 17
STATE OF WASHINGTON )
) ss.
COUNTY OF PIERCE )
ATTEST:
tiGl/
h nie Courtney, CMC, i Clerk
APPROVED AST RM:
7pOf J. Ryan Call, City Attorney
On this day personally appeared before me Wesle,, Bim, to me known to be the VP Controller of Olson Brothers
Pro -Vac, LLC dba Pro -Vac that executed the foregoing instrument, and acknowledged the said instrument to be the
free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and
on oath stated that he was authorized to execute said instrument.
GIVEN my hand and official seal this 31 day of Oc-t Jjv-�- , 2017.
�.�l�•.. PSIE /Z ,�
o°�p1QTAR
PUBLIC
Notary's signature
Notary's printed name M e , t e s
Notary Public in and for the State of Washington.
My commission expires 7, L o 2 a
AMENDMENT - 2 - 3/2017
CITY OF CITY HALL
Fe d e ra I Wa 33325 8th Aye South
Federal Way. VtrA 98003-6325
(253) 835-7000
www cryoffederaiway com
EXHIBIT B-5
CHANGE IN UNIT BID PRICE ITEMS
1. Total Compensation shall remain unchanged. The total amount payable to Contractor pursuant to the
original Agreement, all previous Amendments, and this Amendment shall be an amount not to exceed One Million
Thirty Thousand Eight Hundred Sixty -Eight and 00/100 Dollars ($1,030,868.00).
2. Method of Compensation:
Modification of Unit Price Bid Items for Reimbursable Expenses
Unit Bid Price Item No. 7 "Disposal of Vacuumed Solids/Spoils" shall remain unchanged for disposal allowed
under the King County Regional Stormwater Decant Station (a.k.a. the Renton Decant Station) Discharge
Permit pursuant to the original Agreement, all previous Amendments, and this Amendment at $70.80/ton. As
solids/spoils prohibited under the Renton Decant Station Discharge Permit cannot be disposed of at this
location, and must be disposed of at other facilities based on the chemical composition of the contaminated
waste, the Contractor shall be reimbursed for the actual Dollar Per Ton fee incurred for disposal of prohibited
solids/spoils at an alternate location.
Unit Bid Price Item No. 8 "Disposal of Liquid Decant" shall remain unchanged for liquid disposal allowed
under the King County Regional Stormwater Decant Station (a.k.a., the Renton Decant Station) Discharge
Permit pursuant to the original Agreement, all previous Amendments, and this Amendment at $0.072 per gallon.
As liquids prohibited under the Renton Decant Station Discharge Permit cannot be discharged at this location,
and must be disposed of at other facilities based on the chemical composition of the contaminated waste, the
Contractor shall be reimbursed for the actual $ Per Gallon fee incurred for disposal of prohibited liquid waste.
Prior to disposal of solids/spoils/and/or liquid decant at any facility other than the Renton Decant Station,
Contractor must contact City representative(s) for authorization of disposal and/or decant at an alternate
location. Contractor's representative shall document this authorization within the daily report to be submitted
with paid receipt(s) associated with disposal and/or decant costs for reimbursement. Failure to provide this
documentation will result in payment for waste disposal and/or liquid decant at the prices established under the
original Agreement and all previous Amendments.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
AMENDMENT - 3 - 3/2017
RETURN TO: PW ADMIN EXT: 2700 ID # -�Oao
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / ✓YyV,1 " I �j
2. ORIGINATING STAFF PERSON: 1 `� V (Jt/� EXT: lj" ✓ 3. DATE REO. BY:
4.
TYPE OF DOCUMENT (CHECK ONE):
Cl CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
A CONTRACT AMENDMENT (AG#): � �D ❑ INTERLOCAL
❑ OTHER
5. PROJECT NAME:So�ace \IVAe SayI"
(R"'5I/�� 4klh�� q, V I(�c�
6. NAME OF CONTRACTOR: Dl,.�v �'? Dv Y� S'VY6)-VQG I ,v� A91 ?�-P- � L
ADDRESS: 22 I I ZT" 9 37 TELEPHONE: 203'435 ' 4-324e
E-MAIL: FAX:
SIGNATURE NAME: y L TITLE:
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICFu'ZES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # Ub lDlL0gf l BL, EXP. 12/31/ UBI # �s�/,�- 1-70 -- q4 , EXP.)
8. TERM: COMMENCEMENT DATE: Z�` 3 COMPLETION DATE:
9. TOTAL COMPENSATION: $ 1 0 3 D S d b L I.t (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY. ❑ CONTRACTOR ❑ CITY
❑ PURCHASING: PLEASE CHARGE TO: -)� (AY� !/1.1G1 i1
10. DOCUMENT/ CONTRACT REVIEW
�CPROJECT MANAGER
DIVISION MANAGER
1 `l DEPUTY DIRECTOR
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
gL LAW DEPT
INITIAL / PATE REVIEWED
o/
INITIAL / DATE APPROVED
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING )) 011
W.ENT TO VENDOR/CONTRACTOR DATE SENT: l- DATE RECD:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
j �LAw DEPT
rl iii s_ Qu. SWA W
SIGNATORY (MAYOR OR DIRECTOR)
CITY CLERK
ASSIGNED AG #
SIGNED COPY RETURNED
(l ;RETURN ONE ORIGINAL
COMMENTS:
EXECUTE 1 :" ORIGINALS
INITIAL IAL / DATE SIGNED
c 0-/I�
3
2 �
DATE SENT: n-9 -001 - / 7
1115
` CITY OF CITY HALL
,.:�...- Federal Way Feder 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway com
AMENDMENT NO.4
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
This Amendment ("Amendment No. 4") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Olson Brothers Pro -Vac, LLC dba Pro -Vac (formerly known as Everson's
Econo-Vac, Inc.), a Washington limited liability company ("Contractor"). Olson Brothers Pro -Vac, LLC dba Pro -
Vac acquired Everson's Econo-Vac effective September 1, 2016 and began conducting business as Pro -Vac effective
January 1, 2017. The City and Contractor (together "Parties"), for valuable consideration and by mutual consent of
the Parties, agree to amend the original Agreement for Surface Water Infrastructure Maintenance and Service
("Agreement") dated effective July 24, 2013, as amended by Amendment Numbers 1, 2, and 3 as follows:
1. Pursuant to section 13.2 of the Agreement, the City and Contractor agree that all of the obligations and rights
agreed to by Everson's Econo-Vac, Inc. and the City in the agreement, and all subsequent amendments, shall be
assigned to the contractor.
2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 1/2015
` CITY OF CITY HALL
Federal Way 33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY
By:(2z.00000,
Ji errell, Mayor
DATE:1-7
OLSON BROTHERS PRO -VAC, LLC
DBA PRO -VAC
Printed Name:
Title: �V / ou n � r -C) IQ"Y"-
DATE: 011,2-1, -7
STATE OF WASHINGTON )
) ss.
COUNTY OF j UCk— )
ATTEST:
jpanie Courtney, CMC,it Clerk
Acting City Attorney,1A-A Or44mtto,
On t
ZChi day personally appeared before me ) SR D A , to me known to be the
,XKL),— of Olson Brothers Pro -Vac, -LLC db a ro-Vac that executed the foregoing instrument,
and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and
purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the
seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this l,23 day of 20-4k 7
,N'a.+wa0010", ,' Notary's signature
11
�r NIE Rp Notary's printed name
r`�, ��,$;•,, , Notary Public in and for the State of Washington.
,#-60 pTARY��; �� My commission expires
., PUBl1Co X03
WA`S�`
AMENDMENT - 2 - 1/2015
l,I:.... Ni. nA777
PpwACLLC
�iie"L". a�crc"'----
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
1 1/05/2017
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 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
P&C Chicago
CONTACT Renee Young
acc°NN Exc : 312 595-6200 A/c, No :
ADDAREss: chc-inscerts@alliant.com
Mesirow Insurance Services
INSURER(S) AFFORDING COVERAGE NAIC #
353 N. Clark Street
INSURER A: Continental Casualty Company 20443
Chicago, IL 60654
INSURED
Olson Brothers ProVac, LLC dba Pro -Vac
INSURERS: Allied World Assurance Company 19489
INSURER C: Continental Insurance Company 35289
INSURER D
6622 112th Street East
Puyallup, WA 98373
INSURER E
INSURER F:
CLAIMS -MADE FOCCUR
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 CONTRACTOR 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.
LTRR
TYPE OF INSURANCE
NSRADDLSUBR
WVD
POLICY NUMBER
MM/DIDYEFF NYYY
Y EXP
MM/DDY/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
6043651609
11/16/2016
11/16/201
$1,000,000
PEACH�OECCCURRENCE
PREMISES Ea occurrence $1,000,000
CLAIMS -MADE FOCCUR
MED EXP (Any one person) $15,000
X
PD Ded: $2,000/OCC
PERSONAL & ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OPAGG $2,000,000
PRO-
POLICY I X1 JECTPRO- LOC
OTHER:
602321447
Stop Gap WA $1,000,000
C
AUTOMOBILE LIABILITY
11/1612016
11/16/2017
MBINED
Ea accidentSINGLE LIMIT $1,000,000
BODILY INJURY (Per person) $
X ANY AUTO
BODILY INJURY (Per accident) $
ALL OWNEDSCHEDULED
AUTOS AUTOS
X HIRED AUTOS X NON -OWNED
AUTOS
PROPERTY DAMAGE $
Per accident
A
IAB
X
OCCUR
6043651612
11/16/2016
11/16/2017
EACH OCCURRENCE $5,000,000
AGGREGATE s5,000,000
EXCESS LIAB
CLAIMS -MADE
DED I X RETENTION $10,000
$
COMPENSATION
PER OTH-
UTEWORKERS
TAT ER
AND EMPLOYERS' LIABILITY
ANY PROP RIETOR/PARTNER/EXECUTIVE 7-1Y /"
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N / A
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE -POLICY LIMIT $
If yes, describe under
DESCRIPTION OF OPERATIONS below
B
Pollution
03098830
11/16/2016
11116/2017
$2,000,000 OCC.
Liability
$2,000,000 Agg.
$10,000 Ded.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Re: RFB #13-107, Public Works Contract for Surface Water Infrastructure Maintenance and Service.
City of Federal Way Public Works is included as an additional insured on General Liability policy where
required by written contract.
CERTIFIGATE HULUEK I.AtYI.CLLA 1 IVIY
CI of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave S ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003-6325
AUTHORIZED REPRESENTATIVE
�!— t
U 1988-2014 AGUKU UUKVUKA I IUN. Au ngnts reserveu.
ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S22473441M2226111 JZT
RETURN TO: Ipw EXT: I;WD ��53
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS 1 dadgkC/-gn2!f At"e &J-
2. ORIGINATING STAFF PERSON: Zolfmmrlc EXT: 211 3 3. DATE REQ. BY:
4. TYPE OF DOCUMENT (CHECK ONE):
Cl CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
IX CONTRACT AMENDMENT (AG#): /3- ❑ INTERLOCAL
❑ OTHER
11
NAME OF CONTRA A
ADDRESS: A
E-MAIL:46de�1
SIGNATURE NAME:
tsto TELEPHONE: S3
/5 Et'.aINVVG G�Wt FAX:
TITLE: allay l-
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE K ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 9'/Os7.13 BL, EXP. 12/31/ (p UBI # G,O/ &s31 G , EXP.
8. TERM: COMMENCEMENT DATE:Of-4 rs COMPLETION DATE:%/_T�ZO/9
9. TOTAL COMPENSATION: $45I.W .Z. X31 o e%r - ' (, 0508 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $
❑ PURCHASING: PLEASE CHARGE TO: 'f"0/ - ,3(00 - ola - syz - j� = y80
10. DOCUMENT /CONTRACT REVIEW
PROJECT MANAGER
DIVISION MANAGER
?p DEPUTY DIRECTOR
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
)L,LAW DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
COMMITTEE APPROVAL DATE:
PAID BY: ❑ CONTRACTOR ❑ CITY
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING 9�2
X SENT TO VENDOR/CONTRACTOR DATE SENT-.li� DATE REC'D:
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICIBITS
LAW DEPT
❑ CHIEF OF STAFF
�f SIGNATORY (MAYOR OR DIRECTOR)
�$ CITY CLERK
gyp, ASSIGNED AG #
SIGNED COPY RETURNED
N RETURN ONE ORIGINAL
COMMENTS:
1115
CITY OF CITY HALL
AN**.r.. Fe d e ra I Way 33325 8th Avenue South
Federal Way, WA 98003-6325
(253 ) 835-7000
www cityoffederatway com
AMENDMENT NO.3
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
This Amendment ("Amendment No. 3") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Everson's Econo-Vac, Inc., a Washington corporation ("Contractor"). The City and
Contractor (together "Parties"), for valuable consideration and by mutual consent of the Parties, agree to amend the
original Agreement for Surface Water Infrastructure Maintenance and Service ("Agreement") dated effective July
24, 2013, as amended by Amendment Numbers 1 and 2 as follows:
1. AMENDED TERM. The term of the Agreement, as referenced by Section 1 of the Agreement and any prior
amendments thereto, shall be amended and shall continue until the completion of the Services, but in any event no
later than December 31, 2018 ("Amended Term").
3. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the
Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or
method of payment, as delineated in Exhibit B-3, attached hereto and incorporated by this reference. The Contractor
agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the
negotiated rates for the Amended Term. Except as otherwise provided in an attached Exhibit, the Contractor shall be
solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Agreement.
4. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 1/2015
CITY OF CITY HALL
South
Federal ra 1 Way
'�..- 33325 8th Avenue
Federal Way, WA 980038003
-6325
(253) 835-7000
mm cityoffederahvay com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY
0
DATE: at (� G
EVERSON'S ECONO-VAC, INC.
isa Everson, President
DATE: e , a,*d '111�� /'t/:,
STATE OF WASHINGTON )
ss.
COUNTY OF LU
ATTEST:
S hanie Courtney, CMC, City 4rk
APPROVED AS TO FORM:
-;�642
City Attorney,
On this day personally appeared before me Lisa Everson, to me known to be the President of Everson's Econo-Vac
Inc., that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act
and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that she was
authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this -�3C day of IAAS4, 20 L( --
�� Notary's signature
r1NY !SAO''%,Notary's printed name
kAOTApk
? (P UBLIC
OF
fill
`NG
e 1 L
Notary Public n and for the State of Washington.
My commission expires 2.' w ) I (�e
AMENDMENT - 2 - 1/2015
CITY OF CITY HALL
Ad �1%*` 33325 8th Avenue South
Federal Way. WA 98003-6325
Federal Way
(253) 835-7000
vvvvw cityoffederalway. com
EXHIBIT B-3
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor an additional amount not to
exceed Three Hundred Ninety -Three Thousand Twenty -Six and 00/100 Dollars ($393,026.00). The total amount
payable to Contractor pursuant to the original Agreement, all previous Amendments, and this Amendment shall be
an amount not to exceed One Million Thirty Thousand Eight Hundred Sixty -Eight and 00/100 Dollars
($1,030,868.00).
2. Method of Compensation: In consideration of the Contractor performing the Services, the City agrees to
pay the Contractor for unit price bid items as specified in the original agreement.
AMENDMENT - 3 - 1/2015
RETURN TO: JE5510
EXT: tlp/
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC /1WORKS / S(,�,Ql,�(,��/�„v� y'460ywyT
2. ORIGINATING STAFF PERSON: i6y _-'�wLE'li- EXT: ;:??5..3 3. DATE REQ. BY: "'7
�:1C�✓
4. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑
❑ PROFESSIONAL SERVICE AGREEMENT ❑
❑ GOODS AND SERVICE AGREEMENT ❑
❑ REAL ESTATE DOCUMENT ❑
❑ ORDINANCE ❑
N(CONTRACT AMENDMENT (AG#): /S _1tj ❑
❑ OTHER
SMALL OR LIMITED PUBLIC WORKS CONTRACT
MAINTENANCE AGREEMENT
HUMAN SERVICES / CDBG
SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
RESOLUTION
INTERLOCAL
5. PROJECT NAME:�f ( 1A/
QUA lfih/y1'i71 *
i�t�
6. NAME OF CONTRACTOR: EVe7 OP
-5 F,LOMD"✓�G
ADDRESS: /0 BOZO 0s, 59.4fAZOL, 1-14
98310
TELEPHONE:
E-MAIL:
FAX:
SIGNATURE NAME: USA 6VS&4✓
TITLE: Q. mbov
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION
❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS
❑ PROOF OF AUTHORITY TO SIGN
❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 9$/05333
BL, EXP. 12/31/
UBI # 40/'/1133-46 , EXP. —/—/-
//8.
8.TERM: COMMENCEMENT DATE: lk
��1�3�ac13
COMPLETIONDATE:� ////ZO/6
9.
TOTAL COMPENSATION: $ p t Z33 " t -T7 `/2• (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURL LABOR CHARGE'- ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
❑ PURCHASING: PLEASE CHARGE TO: !i0/ - -1/00 - 00'0 -SYZ - 14�-11$0
10. DOCUMENT/ CONTRACT REVIEW
w(PROJECT MANAGER
❑ DIVISION MANAGER
51 DEPUTY DIRECTOR
W DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
W LAW DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DAT REVIEWED
b M ".0y
COMMITTEE APPROVAL DATE: 1 l
12. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: la5lti
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ LAW DEPT
❑ CHIEF OF STAFF
`1 SIGNATORY AYO R DIRECTOR)
❑ CITY CLERK
ASSIGNED AG #
�( SIGNED COPY RETURNED
RETURN ONE ORIGINAL
INITIAL / DATE SIGNED
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE: II 14
DATE REC'D: la 9 I
dh X14-1
AG#
DATE SENT:L' C Ae
COMMENTS:
EXECUTE " Z " ORIGINALS
� �n�A �� vbd `MS►I,rnau.,T��
11/9
13-150
PROJECT
NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
2
CHANGE ORDER
NUMBER
SWM — Infrastructure Maintenance and Service
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
Jan 1, 2015
EFFECTIVE DATE
Eversons Econo-Vac Inc.
CONTRACTOR
This Change Order No. 2 extends the term of the original contract by two years and increases the
value of the contract by the 2015-2016 budgeted amounts for programmed maintenance and
service costs. The annual maintenance and service cost for 2015 and 2016 is $166,513.00 per
year for a total cost of $333,026.00.
The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased
by 731 Calendar Days. This Document shall become an Amendment to the Contract and all
provisions of the Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ® Yes ❑ No
If "Yes" Will the Policies Be Extended? ® Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $333,026.00 DECREASE $
TOTAL NET CONTRACT: INCREASE $333,026.00 DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements
shall be in accordance with the provisions of the standard specifications, the contract plans, and
the special provisions governing the types of construction.
'CONTRACTOR'S AA�'OR' S
SIGNATURE SIGNATURE
CHANGE ORDER AGREEMENT 1 1/10
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
*Adjustments:
AY/SSIGNATURE
$154,253.00
$150,563.00
$333,026.00
$637,842.00
CHANGE ORDER AGREEMENT 2 1/10
RETURN TO:etf:: c(k EXT:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/Div: PUBLIC WORKS/
2. ORIGINATING STAFF PERSON: P-\ .fO 1 T O ty)&5 EXT: 19-1 5S 3. DATE REQ. BY: 5 �
4. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
CONTRACT AMENDMENT (AG#): Q-' 150 ❑ INTERLOCAL
❑ OTHER C`.V 0L0Q 0-orLler 4 k
5. PROJECTNAME: SWM lArastruc.'tum tAccaAenGncc y Service
6. NAME OF CONTRACTOR: E VeY.Sw,s CConn-Vac tne_ .
ADDRESS: P 0 . e0k A?ps a SVmnec , NNA. "183q0 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: U,50. !C-yec,5uc\ TITLE:-PLni cie,rl�-
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS )0 PROOF OF AUTHORITY TO SIGN 4 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # °Iff 10533-6 BL, EXP. 12/31/ UBI # 6014433aO , EXP. 9 /a- IF / 15
8. TERM: COMMENCEMENT DATE: —% I I I'aONA COMPLETION DATE:�I, YIJ X 11I�1
9. TOTAL COMPENSATION: $ 154,x53.00 + 60,50-2-- 00 =�b304,'51(p (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY' ❑ CONTRACTOR ❑ CITY
PURCHASING: PLEASE CHARGE TO: 401.3100. 1040.54; , 45.4750
10. DOCUMENT/ CONTRACT REVIEW
❑ PROJECT MANAGER
�( DIVISION MANAGER
DEPUTY DIRECTOR
$( DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
�i LAW DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DATE REVIEWED
COMMITTEE APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
LAw DEPT
t SIGNATORY (MAYOR OR DIRECTOR)
''CITY CLERK
V ASSIGNED AG#
❑ SIGNED COPY RETURNED
RETURN @ME ORIGINALS
COMMENTS: -two
00M aC vvr= l u
INITIAL/ DATE SIGNED
1
AG# 50 Pt
DATE SENT: �5 — Z LD"
�i
INITIAL /DATE APPROVED
COUNCIL APPROVAL DATE:;; I m I It
DATE REG' D: 3 I a 5 l !-*
1/9
13-150
PROJECT
NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
CHANGE ORDER
NUMBER
SWM -Infrastructure Maintenance and Service
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
_Jan 1, 2014
EFFECTIVE DATE
Eversons Econo-Vac Inc.
CONTRACTOR
The time provided for completion in the Contract is Z Unchanged ❑ Increased ❑ Decreased
by Calendar Days. This Document shall become an Amendment to the Contract and all
provisions of the Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes Z No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
PRICE CHANGE The total available compensation for the contract shall be increased from
$154,253.00 to $304,816 to allow for work to be performed in 2014.
TOTAL NET CONTRACT: INCREASE $150,563.00 DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements
shall be in accordance with the provisions of the standard specifications, the contract plans, and
the #ecial provisions governing the type construction.
'S
SIGNATURE
ATURE
ATE
T
CHANGE ORDER AGREEMENT 111 1/10
DEPARTMENT RECAP TO DATE: *Adjustments:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY D INCREASED
D DECREASED
PAY THIS ADJUSTED AMOUNT:
YARSGNATURE
$_154,253
$_150,563_
$_304,816
CHANGE ORDER AGREEMENT 12 1/10
RETURN TO: '%41t , EXT: z] c
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS
S
S / Ly jti L
0
A
2. ORIGINATING STAFF PERSON: 0,11 i M �0EXT: � �� 3. DATE REQ. BY:
4. TYPE OF DOCUMENT (CHECK ONE): Oaf til l x'23
CONTRACTOR SELECTION DOCUMENT (E.G., RFB, P, RFQ)
PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
5. PROJECT NAME: Svdaff ye, td6 n4- ayV &) Gu+ ^d 1�L'c& * l
6. NAME OF CONTRACTOR:
ADDRESS: 1 • o • Qay q Zci�n hnv.rL! � �J l� TELEPHONE: 2!;3 49 `,9AS)
E-MAIL: FAX:
SIGNATURE NAME:- L TITLE: (-d5.J«-i
7. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS -4 PROOF OF AUTHORITY TO SIGN K REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE #1'6 /05 3 3'� BL, EXP. 12/331/ UBI # � N✓�3 Z ,EXP• ®( /
S. TERM: COMMENCEMENT DATE: c 4� - 4\" - COMPLETION DATE: 17-j- 3) II V)
9. TOTAL COMPENSATION: $ 1,5H,2 57J • 00 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YEAS,, $ Qp PAID BY: ❑ CONTRACTOR ❑ CITY
PURCHASING: PLEASE CHARGE TO: Fw � a-- U`i�T�— ID
10. DOCUMENT/ CONTRACT REVIEW
PROJECT MANAGER6/,Z41,2-013
DIVISION MANAGER
DEPUTY DIRECTOR
DIRECTOR 5PJJW 15
f c��)
LAW DEPT n 0
11. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DACE REVIEWED
COMMITTEE APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTINGj
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ,/I� / 3
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
& LAW DEPT
N SIGNATORY (MAYOR OR DIRECTOR)
CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
❑ RETURN ONE ORIGINAL
COMMENTS:
INITIAL / DATE SIGNED
AG#
DATE SENT: "I•
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
DATE REC' D: 1 R2
•riginal Pontract--#1
4k
CITY OF
Federal V►/ay
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
SURFACE WA TER INFRASTRUCTURE
MA IN TENA NCE A ND SERVICE
RFB #13-107
J
1
City of Federal Way
Public Works Department
33325 Eighth A venue South
Federal Way, WA 98003
Mailing Address:
'
City of Federal Way
Public Works Department
'
33325 Eighth A venue South
Federal Way, WA 98003-6325
J
1
u
7
J
i1
n
CITY OF
Federal Way
CONTRACT ADDENDUM NO. 1
Surface Water Infrastructure Maintenance and Service
RFB Number:
RFB 13-107
Date of Issue:
June 21, 2013
Date of Opening:
July 8, 2013
Notice to all Bidders:
This Addendum No. 1 containing the following revisions, additions, deletions, and/or clarifications, is
hereby made a part of the Contract Provisions (Contract Documents) for the above-named project. Bidders
shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this Addendum to their copy of the Contract Provisions, acknowledge receipt of this
Addendum in the space provided on the Bid Form, and acknowledge receipt of this Addendum by
signing below and faxing this letter to the City of Federal Way, Attn: Ryan Thomas, at (253) 835-
2709. Failure to do so may subject the Bidder to disqualification of its bid.
' A. Attachment B Bid Form (Page 24)
The Unit Price for Bid Item No. 8 "Disposal of Liquid Decant" is revised from $0.069 per
' gallon to $0.072 per gallon. The extendprice of $14.400.00 shall remain as -is.
I
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
CITY OF FEDERAL WAY
William p eton, PE
' SWM Manager
' RECEIPT OF ADDENDUM NO. 1 IS HE BY ACKNOWLEDGED:
jan's Ila c 114' Y", f. 4 / 7 k
' Firm Name Signature
LI -'eZL'4
Print Name Date
?m,sid-ems'
Title
Page ] of 1
Corporations: Registration Detail
Corporations Division - Registration Data Search
EVERSON'S ECONO-VAC, INC.
Purchase Documents for this Corporation »
UBI Number
601443326
Category
REG
Profit/Nonprofit
Profit
Active/Inactive
Active
State Of Incorporation
WA
WA Filing Date
02/09/1993
Expiration Date
02/28/2014
Inactive Date
Duration
Perpetual
Registered Agent Information
Agent Name
LISA A EVERSON
Address
14023 131 ST ST E
City
ORTING
State
WA
ZIP
983609812
Special Address Information
Address
PO BOX 428
City
SUMNER
State
WA
Zip
98390
Governing Persons
Page 1 of 2
Title
Name
Address
6411 75TH AVE SE
President, Secretary,Treasurer
EVERSON, LISA
OLYMPIA, WA 985134170
Vice President, Chairman
EVERSON, TIMOTHY
6411 75TH AVE SE
OLYMPIA, WA 985134170
Purchase Documents for this Corporation»
http://www.sos.wa.gov/corps/search_detail.aspx?ubi=601443326 7/17/2013
EVE RSON'S
SUBCONTRACTOR INFORMATION
Legal Name: Everson's Econo-Vac, Inc.
Address: Mailing: PO Box 428 Sumner, WA 98390
Physical: 14023 131x` St. E. Orting, WA 98360
Office: Phone: (253) 848-5250 Fax: (253) 848-5363
Website: www.eversons-econovac.com
Company Contacts: Lisa Everson, President
Cell: (206) 730-3183 Email: Lisa ®eversons-econovac.com
Tim Everson, Vice President
Cell: (206) 793-3971 Email: Tim(keversons-econovac.com
Mike King, Operations Manager
Cell: (253) 405-6764 Email: Mikegeversons-econovac.com
Penny Hoist, Contracts/Office Administrator
Cell: (206) 786-9185 Email: Penny@eversons-econovac.com
Insurance Information:
Bonding Company:
Federal EIN:
Heffernan Insurance- (800) 208-6912 -Attn: Jennifer Trimbee
PO Box 69038, Portland, OR 97239
CBIC- (206) 628-7200 - Attn: Mark Noma
PO Box 9271, Seattle, WA 98109-0271
WA State UBI:
Contractor Registration:
Labor & Industries Account:
Employment Security Reference:
USDOT:
DUNS:
Type of Work Performed:
Vactor Truck
CCTV Inspection
Street Sweeper
91-1585111
601-443-326
EVERSEI066BQ
801,993-01
769001-001
1893774
839795440
Mailing: PO Box 428 Sumner, WA 98390 Location: 14023131 St. E. Orting, WA 98360
Office: (253) 848-5250 Fax: (253) 848-5363 Website: www.eversons-econovac.com
Equipment List
YacServices � Sweepers � Pipeline Inspection Services
Vehicle#
Year
Type
Make
Model
ET -20
2005
Vactor
Sterling
Tank Truck
ET -50
1997
Vactor
Ford
L8000
ET -100
1998
Vactor
Ford
L8000
ET -130
1999
Vactor
Sterling
VacCon
ETPD-10
2004
Vactor
Sterling
Tank Truck
ETPD-15
2004
Vactor
Sterling
Tank Truck
P-170
2002
Pick Up Truck
Chevrolet
CIPU
P-180
2002
Pick Up Truck
Chevrolet
CIPU
P-190
2008
Pick Up Truck
Chevrolet
SILPU
V121
2005
TV Truck
Chevrolet
C4V/YY
V125
2005
TV Truck
Chevrolet
HI CUBE
PJ B 4_'8 S., 7Se(Vke',,
390
5;i 8»k X250 _S3 3 ..
VacServices I Sweepers Pipeline Inspection
Project rrContact
Title Description of Work
eatt a Pu is Uti i ies P.O. Box 34018 -John Jurgen
Seattle, WA 98124-4018 206-733-9857
City of Olympia P.O. Box 1967 Eric Christiansen
Olympia, WA 98507-1967 360-570-3741
Project
CCTV inspection and vector services
Director
for sewer system throughout city
Project
CCTV inspection and vactor services
Director
for storm/ sewer system throughout city
City of Federal Way
33325 - 8th Avenue South
Ryan Thomas
Project
Cleaning and televising of city storm
Federal Way, WA 98003
253-261-3679
Director
system
City of SeaTac
4800 South 188th Street
Sean Clark
Project
Cleaning and televising of city storm
SeaTac, WA 98188
206-973-4800
Director
system
City of Mercer Island
9611 S.E. 36th Street
Bill Sansbury
Project
Cleaning and televising of city storm
Mercer Island, WA 98040
206-236-3613
Director
system, street sweeping of city streets
City of Medina
P.O. Box 144
Pat Crickmore
Project
Cleaning and televising of city storm
Medina, WA 98039
206-510-1132
Director
system, street sweeping of city streets
City of Bonney Lake
P.O. Box 7380
Curt Roundtree
Project
CCTV inspection of city sewer system
Bonney Lake, WA 98391
253-862-3862
Director
Town of Clyde Hill
9605 N.E. 24th Street
John Young
Project
Cleaning and televising of city storm
Clyde Hill, WA 98004
206-510-0664
Director
system, street sweeping of city streets
City of Pacific
100 - 3rd Avenue S.E.
James Morgan
Project
Cleaning of city storm and sewer
Pacific, WA 98047
253-929-1110
Director
system, street sweeping of city streets
City of Mount Vernon
P.O. Box 809
Allen Steele
Project
Cleaning and televising of city storm
Mount Vernon, WA 98273
360-336-6204
Director
system
City of DuPont
1700 Civic Drive
Scott
Project
City wide cleaning of catch basin
DuPont, WA 98327
253- 912-5381
Director
Contract Amount
$250,000.00
Date of Work
1999 - Present
$295,000.00 2006-2014
$148,000.00 1996-2012
$65,000.00 2000 -2003
2009- June 2013
$90,000.00 1992-2012
$90,000.00 2013-2014
$50,000.00 2001 - Present
$50,000.00
$65,000.00
$21,000.00
$150,000.00
$52,933.98
2007-2011
1998 - Present
2009-2010
2009-2011
2010-2012
N
r
C*
■v
N
EVERSON's ECONO-VAC, INC.
C/O LISA A EVERSON
PO BOX 428
SUMNER WA 98390
State of Washington
Business Licensing Service
This is your Washington Corporation
or LLC License.
This is not a Washington Business
License.
Detach before posting
LEGAL ENTITY REGISTRATION
EVERSON'S ECONO-VAC, INC.
14023 131ST ST E
ORTING WA 98360 9812
002728
Office of the Secretary of State
Corporations Division
Unified Business ID #: 601 443 326
Business ID #: 1
Expires: 02-28-2014
I,.
Domestic Profit Corporation
Renewed by Authority of Secretary of State
REGISTERED TRADE NAMES:
EVERSON'S ECONO-VAC, INC. (;
s
i;
By accepting this document the licensee certifies that information
r provided on the renewal was complete, true, and accurate to the }'
r best of his or her knowledge, and that the company will stay in
compliance with all applicable Washington State regulations. Director, Department of Revenue
`i' i.
Department of Labor and Industriesr
PO Box 44454'"
Olympia, WA 98504-4450
EVERSOWS ECONO V.
PO BOX 428
SUMNER WA 98390
ECONO VAC INC
ided by Law as:
[Ming Snalcmg
8/1994
?!31/2014
UNIFIED BUSINESS IDENTIFIER
601 443 326 000
o
w
STATE OF WASHINGTON
EMPLOYMENT SECURITY DEPARTMENT
TAX RATE NOTICE
215
ES REFERENCE # MAILING DATE
EVERSOMS ECOMO VAC IMC A
PA BOX 428 769001 00 1 12/07/12
SUMMER WA 983900080
IMPORTANT NOTICE: If YOU WANT US
TO REVIEW YOUR TAX RATE, THE LAW
SAYS YOU MUST SEND US A REQUEST
IN WRITING NO LATER THAN 30 DAYS
FROM THE MAILING DATE ABOVE.
2013
State of Washington
Department of Labor and Industries
PO Box 44140
Olympia WA 98504-4140
Policyholder
EVERSONS ECONO-UAC INC
PO BOX 428
SUMNER WA 98390
nci
Not abill. 1.1anuary 1, 2013
12-06-12 Experience Period:
July 1, 2008 - June 30, 2011
601 443 326
801,993-01
(360)902-4827
rr
[ S
♦ t t 0 AMiml
Bids Accepted Until 3:00 p.m.., July 8, 2013
IM
PUBLIC
WORKS DEPARTMENT
•
FEDERALCITY OF L ♦ O
t
City of Federal Way RFB # 13-107
Surface Water infmtructurre Page 2 2013
Maintenance and Service
Ri~ B veer. 1 -08
PAGE
PUBLIC NOTICE —• REQUEST FOR BIDS..................................................uu.......4
BIDDER'S CHECKLIST........................................................................................7
SECTION 1: INSTRUCTIONS TO BIDDERS........................................................9
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS..................17
NO BID RESPONSE FORM (Attachment A) ......................................................23
BIDFORM (Attachment B)..............................................................................24
BID SCHEDULE (Attachment C).......................................................................26
BID SIGNATURE PAGE (Attachment D) ............................ .............................27
BID BOND FORM (Attachment E)....................................................................28
SUBCONTRACTOR LIST (Attachment F)..........................................................29
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G)............30
CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) ..........................32
PUBLIC WORKS MAINTENANCE AGREEMENT (Attachment I) .......................33
(with Exhibits A-E and Appendixes as attached)
Exhibit A
Services
Exhibit B
Compensation
Exhibit C
Performance/Payment/Retainage Bond
Exhibit D
Certificate(s) of Insurance
Exhibit E
Prevailing Wages and Benefit Code Key (Yellow Pages)
Exhibit F
Mapping of Assets identified for cleaning
APPENDIX A: STORM CLEANING DAILY LOG ............................... WHITE PAGES
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 3 2013
Maintenance and Service
RFB ver. 1-08
Li
1
CITY OF FEDERAL WAY
REQUEST FOR BIDS
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE RFB #13-107
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
July 8, 2013, until 3:00 p.m., at the City Hall Purchasing Office or by US Mail at City of Federal
Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals
received after 3:00 p.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 3:10 p.m. on Monday, July 8, 2013, at City
Council Chambers, 33325 8th Avenue South, Federal Way, Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
DESCRIPTION OF WORK:
The City seeks the services of a skilled independent contractor capable of working without direct
supervision to perform "on-call" vacuum/jet rodding and CCTV services on City storm drain systems
and related work as further described in the Surface Water Infrastructure Maintenance and Service
Public Works Maintenance Agreement C'Agreement), attached hereto as Attachment I and
incorporated by this reference. Work will occur within the street right-of-way, City owned property
or easements. Typical structures to be maintained and/or serviced are catch basins (Type I and
Type II), manholes, vaults, oil/water separators, drainage pipes, and culverts. It will be necessary
to enter confined spaces to clean and/or perform CCN inspections of certain pipes and structures.
The work shall be performed as needed by the City. Typical work hours are 6:30 a.m. to
5:00 p.m., Monday through Friday. The City anticipates repetitive assignments throughout the
year. The amount of work may vary from month to month.
Contractor shall perform services within 24 hours of receiving notification from the City to perform
services. In an emergency, the City will require a one hour response time and priority over other
non -contract customers. The City will provide the Contractor notification of work and a map or
listing of the areas to be cleaned. It will be the Contractor's responsibility to provide all required
equipment and labor necessary to complete all requested work and properly dispose of collected
water and solids.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents now on file in the Purchasing Office of the City of Federal Way. Bid documents may be
obtained from the Purchasing Department at (253) 835-2526. Any questions concerning the
description of the work contained in the contract documents must be directed to Ryan Thomas,
SWM Maintenance Supervisor, by facsimile at (253) 835-2709, or by letter addressed to Ryan
Thomas, SWM Maintenance Supervisor, prior to bid opening date.
City of Federal Way
Surface Water Infrastructure Page 4
Maintenance and Service
RFB ver. 1-08
RFB # 13-107
2013
PURCHASE OF BID DOCUMENTS:
Bidders may purchase copies of the Bidding Documents (half-size plans) in person, or by mailing a
Twenty -Five and no/100 Dollars ($25.00) (non-refundable) check or cashiers' check payable to the
City of Federal Way, 33325 8th Avenue South, Federal Way, WA 98003-6325, phone (253) 835-
2526. If purchasing by mail, please indicate your request for Bidding Documents for RFB #13-107,
Surface Water Infrastructure Maintenance and Service. Informational copies of maps, plans, and
specifications are available for review at the Public Works Department, Federal Way City Hall,
333258 th Avenue South, Federal Way, Washington.
Bidding Documents are also available for review at the following Plan Centers:
Daily Journal of Commerce, Attn: Plancenter.com, 83 Columbia St, Suite 200,
Seattle, WA 98104
Daily Journal of Commerce Project Center, 921 SW Washington St, Suite 210, Portland, OR
97205
McGraw Hill, 200 SW Michigan St, Suite 100A, Seattle, WA 98106
Valley Plan Center, 10002 Aurora Avenue North, #36, PMB 334, Seattle, WA 98133
Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092
Builders Exchange of Washington, 2607 Wetmore Avenue, Everett, WA 98201
Contractor Plan Center, 14625 SE 82nd Drive, Clackamas, OR 97015
Contractor's Resource Center, 2301 So Jackson Street, Suite 101B, Seattle, WA 98144
Isgft Planroom, 2606 2nd Ave #244, Seattle, WA 98121 oregon-washington@isgft.com
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d
to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, disadvantaged business enterprises as
defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, national origin, or sex
in consideration for an award. The City encourages minority and women -owned firms to submit
bids consistent with the City's policy to insure that such firms are afforded the maximum practicable
opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
Proceed, effective July 22, 2013.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 5 2013
Maintenance and Service
RFB ver. 1-08
1
FJ
RESERVATION OF RIGHTS:
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents. No bidder may withdraw his bid after the hour set for the opening thereof
unless the award is delayed for a period exceeding thirty (30) days.
Dated the 22 t day of June, 2013
Dates of Publication:
Daily Journal of Commerce:
Federal Way Mirror:
City of Federal Way website
www.cityoffederalway.com/bids
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 6
June 22, 2013
June 29, 2013
June 21, 2013
June 28, 2013
June 22, 2013
July 08, 2013
RFB # 13-107
2013
I
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms which must be executed in full as
P Y 9 ,
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
❑ Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
❑ Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
❑ Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
❑ Bid Bond Form (Attachment E)
This form is to be executed by the bidder and the surety company unless a certified check is
submitted with the bid. The amount of this bond or certified check shall not be less than
five percent (5%) of the total bid amount and shall be shown in both words and figures.
❑ Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
❑ Combined Affidavit and Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
❑ Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
❑ Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
❑ Contractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state excise
tax registration number.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 7 2013
Maintenance and Service
RF
B ver. 1-08
The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
❑ Public Works Maintenance Agreement (Attachment I)
The successful bidder will fully execute and deliver to the City the Surface Water
Infrastructure Maintenance and Service Public Works Maintenance Agreement ("Contract')
from these Bid Documents.
❑ Contractor's Performance/Payment/Retainage Bond (Exhibit C)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Agreement or Retainage Bond.
❑ Certificate of Insurance (Exhibit D)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
❑ Business License
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 8 2013
Maintenance and Service
RFB ver. 1-08
A
t
SECTION 1: INSTRUCTIONS TO BIDDERS
1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 3:00 p.m. local time on July 8, 2013, to the Purchasing
Office of the City of Federal Way (the "City'), located on the second floor of City Hall, or
received by US Mail at City of Federal Way, Purchasing Office, 33325 Eighth Avenue S,
Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in City
Hall Council Chambers on said date at 3:10 p.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late
bids will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
and time indicated above.
1-2 Bid Form
Bids shall be made on the "Bid Form", Attachment "B" issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or
printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 9
RFB # 13-107
2013
1
1
1
1-5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and/or
services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
1-7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Requests for an
interpretation shall be made by facsimile, or by mail and delivered to the Purchasing
Coordinator of the City at the address indicated in Section 1-1, at least ten (10) days before
the date announced for opening the bids. Any interpretation deemed necessary by the City
will be in the form of an addendum to the bid documents and when issued will be sent as
promptly as is practical to all parties to whom the bid documents have been issued. All
such addenda shall become part of the bid.
1-8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid
opening. In the event of a discrepancy between a unit price and an extended amount
and/or the total price, the unit price will govern and the extended amount and/or total price
will be corrected accordingly. However, downward correction of a bid, which would displace
City of Federal Way
Surface Water Infrastructure Page 10
Maintenance and Service
RFB ver. 1-08
RFB # 13-107
2013
1
r
1
1
L�
1
1
the apparent low bidder, will only be permitted if the error made and the intended bid price
can be determined solely from the bid documents.
1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and/or responsibility necessary to
perform the work after considering the elements in Section 1-14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and/or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
required to submit the Affidavit of Non -Collusion (Attachment G) with their bids.
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 1 I
RFB # 13-107
2013
1
1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
r documentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information
may cause the bid to be rejected. The City will consider all the material submitted by
the bidder to determine whether the bid is in compliance with the bid terms and
documents and responsive to the requested work.
B. Responsibility — The City will consider all the material submitted by the bidder, and other
evidence it may obtain including information from previous project owners, to determine
whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
A responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
C. If applicable:
L Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
r 39.06.010 or 39.12.065(3).
2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, that demonstrate a lack of effective management
by the bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed projects
of a similar size and scope as required by the contract documents for this
project. The City will evaluate whether the projects were "successfully
completed" and of a "similar size and scope."
C. The bidder shall have evidence that it is able to begin and complete the
work, and complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
City of Federal Way
Surface Water Infrastructure Page 12
Maintenance and Service
RFB ver. 1-08
RFB # 13-107
2013
r
t
1
1
1
documentation to the City within 48 hours of the bid opening. The City reserves the
right to request such documentation from other bidders also. Refusal to provide such
information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed within
the previous three years and include for each project the following
information; the owner and contact information for the owner; a list of claims
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the following:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
regarding performance in the following areas; quality control; safety record;
timeliness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appropriate equipment; compliance
with contract documents; management of submittals process, change orders,
and close-out.
C. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (B)(2) above and is therefore not a responsible bidder, the City shall
notify the bidder in writing with the reasons for its determination. If the bidder
disagrees with this determination, it may appeal the determination within 24 hours
of receipt of the City's determination by presenting additional information to the City
and meeting the requirements of section 1-20(B). The City will consider the
additional information before issuing its final determination. If the final
determination affirms that the bidder is not responsible, the City will not execute a
contract with any other bidder until two business days after the bidder determined to
be not responsible has received the final determination.
C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of
Award, the bidder whose bid is accepted, shall furnish the required performance bond,
certificate of insurance, execute the contract and perform all other acts required by the
bid and contract documents as conditions precedent to formation of the contract.
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 13
RFB # 13-107
2013
:7
1
1
1-15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and/or cost analysis of such bid. The sole bidder shall provide such information, data
and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
A. AttachmentA — No Bid Response Form, if applicable.
B. Attachment B— Bid Form.
C. Attachment C— Bid Schedule.
D. AttachmentD— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply)
G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
1-17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and/or provided under
this contract and that it shall not employ any person or agent having any such interests.
In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City
and take action immediately to eliminate the conflict or to withdraw from this contract,
as the City may require.
B. Contingent Fees and Gratuities
1. That no person or selling agency except bona fide employees or designated agents or
representatives of the Contractor have been employed or retained to solicit or secure
this contract with an agreement or understanding that a commission, percentage,
brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of its agents, employees or representatives, to any
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. I-08
Page 14
RFB # 13-107
2013
i]
1
1
1
1
1
1�
1
1
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determination with respect to the
performance of this contract.
1-18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid. Price as indicated on Attachment B, "Bid
Form", or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and/or
performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form prescribed in Attachment E, "Bid Bond". If a letter of credit is offered in lieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
Bond". Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
The City further reserves the right to hold all bids (and the accompanying bid security) from
the date of the bid opening until the contract and any performance/payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
remain effective during that period.
1-19 Performance/Payment/Retainage Bond
The bidder to whom the City has awarded this Contract will remove the
Performance/Payment/Retainage Bond (Exhibit C) attached to the Public Works
Maintenance Agreement and deliver it to the City fully executed by the bidder and a surety
company in the amount of one hundred percent (100%) of the contract price as security for
the faithful performance of the work including the payment of all persons furnishing
materials and performing labor on the work and all payments arising from the performance
of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond
must be executed by a duly licensed surety company, which is registered with the
Washington State Insurance Commissioner, and the surety's name shall appear in the
current Authorized Insurance Company List in the Sate of Washington, published by the
Office of the Insurance Commissioner. The scope of the Performance/Payment/Retainage
Bond (Exhibit C) shall in no way affect or alter the liabilities of the Contractor to the City
under Section 5 "Indemnification" of the Public Works Maintenance Agreement.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 15
RFB # 13-107
2013
1
1
1
Ll
1
1
J
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
1-20 Bid Dispute
A. Any actual or prospective bidder, including sub -contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. All other protests shall be accepted only from actual bidders and
shall be submitted within five (5) calendar days after the aggrieved person knows or
should have known of the facts and circumstances upon which the protest is based;
provided, however, that in no event shall a protest be considered if all bids are rejected
or after the award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under which
the protest is submitted; (3) a detailed description of the specific grounds for protest
and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
City of Federal Way
33325 8th Avenue S
Federal Way, Washington 98003-6325
Attention: Bid Protest— Surface Water Infrastructure Maintenance and Service
RFB# 13-107
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise promptly
furnished to the aggrieved person and any other interested parties who requested a
copy of the decision. The decision will be considered final and conclusive unless
appealed within five (5) calendar days after receipt of the decision to the Mayor or his or
her designee. If the decision is appealed, then the subsequent determination of the
Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 16 2013
Maintenance and Service
RFB ver. 1-08
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
1 2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by Ryan
Thomas, SWM Maintenance Supervisor. Questions by the Contractor regarding
interpretation of the terms, provisions and requirements of this contract shall be submitted
to Ryan Thomas, SWM Maintenance Supervisor, via fax at (253) 835-2709.
2-2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid,
Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, Surface Water
Infrastructure Maintenance and Service Public Works Maintenance Agreement, General
Contractual Terms and Conditions, Contractor's Compliance Statement, Combined Affidavit
and Certification Form, Technical Specifications, Addenda and Contract Amendments, and
the Surface Water Infrastructure Maintenance and Service Storm Cleaning Daily Log. The
contract documents are intended to be complementary so that what is required by any one
of them shall be as binding as if called for by all of them. In the event of any conflicting
provisions or requirements within the several parts of the contract documents, the City will
issue an interpretation regarding the controlling provision, which interpretation shall be
binding.
2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
by the City from the Contractor or its surety.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 17 2013
Maintenance and Service
RF13 ver. 1-08
i
2-5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope of
this contract. Oral orders will not be binding on the City unless confirmed in writing by the
City. Except as provided herein, no order, statement, or conduct of the City will be treated
as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after giving
the City the written notice required above, as the case may be, submit to the City a written
statement setting forth the general nature and monetary extent of such claim; provided the
City, in its sole discretion, may extend such five (5) day submittal period upon request by
the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may require to determine if the claims and costs have merit.
1
No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
deducted from the contract price and the delivery schedule will be reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 18 2013
Maintenance and Service
RFB ver. 1-08
u
1
2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
the Contractor to be free from defects in materials or workmanship for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any attached warranties. If the
merchandise sold or work performed hereunder is defective on account of workmanship or
materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials shall be promptly
corrected.
1 2-10 No Waiver of Warranties and Contract Rights
J
1
1
1
1
r
Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
any express or implied warranty or any right under this contract or in law.
2-11 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor
the City shall assign any interest, obligation or benefit under or in this contract or transfer
any interest in the same, whether by assignment or novation, without prior written consent
of the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2-12 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and construed
according to the laws of the State of Washington including, but not limited to, the Uniform
Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County
Superior Court, which shall have sole and exclusive jurisdiction and venue.
2-13 Hazardous Chemical Communication
In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing
any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany
the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 19
RFB # 13-107
2013
2-14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day .that delivery is
delayed beyond the specific date(s), damage will be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
reasonable forecast of actual damages which the City will suffer by the delay in delivery, the
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penalty) in accordance with Exhibit A, Services of the Public Works
Maintenance Agreement, to compensate for any damages caused by such delay. The City
may deduct from any payment owing to the Contractor, any liquidated damages, which may
be incurred by the Contractor pursuant to this paragraph.
2-15 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract shall
be excused if due to causes beyond the control and without the fault or negligence of the
Contractor or City, respectively, including, but not restricted to, acts of God, acts of public
enemy, acts of any government, fire, floods, epidemics, and strikes.
2-16 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall be
owned by and made available to the City for public use, unless the City shall, in a specific
case where it is legally permissible, determine that it is in the public interest that it not be
so owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whether or not
complete (referred to in this subsection as "Subject Data', shall be vested in the City or
' such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
1
1
1
1
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
the City. The Contractor shall also place their endorsement on all Subject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in each
subcontract for the work on the project.
2-17 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 20
RFB # 13-107
2013
[l
hold the City, together with its officers and employees, harmless against any and all
demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
ICity, its officers, agents and employees from all such fees or claims.
1
1
1
1
E
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
2-18 Disputes, Claims and Appeals
Questions or claims regarding meaning and intent of the contract or arising from this
contract, shall be referred by the Contractor in writing to the Purchasing Coordinator for
decision within five (5) days of the date in which the Contractor knows or should know of
the question or claim. The Purchasing Coordinator will ordinarily respond to the Contractor
in writing with a decision, but absent such written response, the question or claim shall be
deemed denied upon the tenth (10th) day following receipt by the Purchasing Coordinator.
In the event the Contractor disagrees with any determination or decision of the Purchasing
Coordinator, the Contractor shall, within fifteen (15) days of the date of such determination
or decision, appeal the determination or decision in writing to the Mayor. Such written
notice or appeal shall include all documents and other information necessary to substantiate
the appeal. The Mayor will review the appeal and transmit a decision in writing to the
Contractor within thirty (30) days from the date of receipt of the appeal. Failure of the
Contractor to appeal the decision or determination of the Purchasing Coordinator within said
15 -day period will constitute a waiver of the Contractor's right to thereafter assert any claim
resulting from such determination or decision. Appeal to the Mayor shall be a condition
precedent to litigation hereunder.
All claims, counterclaims, disputes and other matters in question between the City and the
Contractor that are not resolved between the Purchasing Coordinator and the Contractor will
be decided in the Superior Court of King County, Washington, which shall have exclusive
jurisdiction and venue over all matters in question between the City and the Contractor.
This contract shall be interpreted and construed in accordance with the laws of the State of
Washington.
Pending final decision of the dispute hereunder, the Contractor shall proceed diligently with
the performance of the contract and in accordance with the direction of the Purchasing
Coordinator. Failure to comply precisely with the time deadlines under the paragraph as to
any claim, shall operate as a release of that claim and a presumption of prejudice to the
City.
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 21
RFB # 13-107
2013
2-19 Recycled Products
1 The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contractor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with these bid
documents. Contractor shall certify the percentage of recycled content and products sold to
the City, including a percentage of post -consumer waste that is in the product. This
certification is required to be in the form of a label on the product or a statement by the
Contractor attached to the bid documents. The certification on multi-component or multi -
material products shall verify the percentage and type of post -consumer waste and recycled
content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, in the event of a bidder's protest, or other challenge to the bid accepted.
1
1
1
L�
RFB ver. 1-08
Page 22
RFB # 13-107
2013
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 22
RFB # 13-107
2013
Attachment A
NO BID RESPONSE FORM
When submitting a "No Bid", mail this completed form to Federal Way Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope
with the bid number and bid title indicated on the outside of the envelope. The form must be
received by the date and time specified for the bid opening as indicated in Section 1-1. Failure to
return this form if not submitting a formal bid may result in your firm being removed from the
City's master bidder's mailing list.
' Bid Number: RFB No. 13-107
Bid Title: Surface Water Infrastructure Maintenance and Service
❑ Cannot comply with specifications.
' ❑ Cannot meet delivery requirement.
' ❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
IAddress:
Signature Date
Name (Type or Print) Title
Phone:
' City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 23 2013
Maintenance and Service
RFB ver. 1-08
1
C
AttedWWnt B
CITY OF FEDERAL WAY
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
BID FORM
The City seeks the temporary professional services of a skilled independent contractor capable of
working without direct supervision to perform "on-call' vacuum/jet rodding and CCN services on City
storm drain systems and related work. Work will occur within the sweet right of= -way, City owned
property or easements.
W ff: Unit Alas Cndtr 0v &Vff Tax) for ad fta* all exrbeaW01* and h>'W alr wwt Of ally' be JIAIOwn. All
e &ft mratt be wrfrl or eIrltld r d In M& .9vw malt pries in RAOr* and decfiiW nwnber* and **#M CNOW
M=14 the Iwlrtt n or typed weds shueN pmvsil.
ITEM
APPROX.
ITEM WITH UNIT PRICE BID
UNIT
EXTENDED
NO.
QUANTITY
UNITS
(UMphbe to be 1 ft*n in UVads)
PRICE
PRICE
Type I or 1 L Storm Catch Basler Cleaned
$ Per Each
1
2,100
EA
Twenty E' hJ� t _ & 95 /190 DOLLAR$
$28.95
Type 11 Storm Catch Basin or Manhole (4W Dia. or larger)
Cleaned
S Per Each
2
420
EA
Jh"M Nine & 50 Hoo DOLLARS
$39.50
Cleaning Storm Lines, Tanks, Vaults or Culverts
S Per Hour
3
140
HR
One Hundred Eighty Fives 00 /too DOLLARS
$185,00
125, 00.nn
Potholing anWor Excavation
$ Per Hour
4
15
HR
One Hundred Eighty Fives 00 Hoo DOLLARS
Emergency Response
S Per Hour
5
8
HR
One Hundred Eighty Five, 00 /lop DOLL68S-$185.00---
5.0CCN
CCTVinspection
(Provide One DVD and written report)
$ Per Hour
6
6
HR
Ninety Nine & 00 H99 DOLLARS
99.00
594.00
Disposal of vacuumed Solids/Spoh
$ Per Ton, Including permit fees and all other costs.
7
305
TON
SEVENTY & 801100 DOLLARS
$70.80
$21.594.00
Disposal of Liquid Decant
$ Per Gallon, including permit fees and all other costs.
8
200,000
GAL
ZERO & Og911� DOLLARS
$0.089
$14,400.00
Entry Fee for Disposal
S Per Entry, including permit fees and all other costs.
9
125
ENTRY
QWJQQ.QQWaJsol-00
$10,125.00
GRAND TOTAL: $154285-3 00
One Hundred Fifty Four Thousand Two Hundred Fifty Three s 00 Hoo IbLLM
(TOTAL PRICE IN WRITTEN WORDS)
1. • r !d. t � � 1 � _..= !l.[I[a= YGxr :, a r � _ : l: t = • �- 11L4.- 11 = Y{ =. � " �,aL�..11l !/.'. 11.' �.
z= 77 77 1_ 1 "i.1
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
Page 24
RFB # 13-107
2013
1
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
■ Pursuant to and in compliance with your advertisement for bids for construction of Surface Water
Infrastructure Maintenance and Service, and other documents relating thereto, the undersigned has
'
carefully examined all of the bid and contract documents as the premises and conditions afijeWng
the delivery, supply and maintenance of Surface Water infrastructure Maintenance and Service,
and hereby proposes to furnish all labor, materials and perform all work as required in strict
' accordance with the contract documents, for the above -referenced amount, indusive of
Washington Sate sales tax and all other government taxes, assessments and charges as
required by law.
■ The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed
' shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the Surface Water Infrastructure Maintenance and Service Public
' Works Maintenance Agreement and to provide the required certificate of insurance to the City,
under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise
said Bid Security will be returned to the undersigned.
' Bond or Certified Check Bond Dollars ($ 5% of TB
The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The
' City may correct obvious mathematical errors.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
' minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
' Receipt of the following Addendums Is hereby acknowledged:
Addendum No. 1 Date Issued: jure 21, 2013
' Addendum No. Date Issued:
Addendum No. Date issued:
' E rsnn'c F .nnn-Va -1rL—
Corporation Firm Name
(DQe%te 7iv)
■
EVERSE1066BQ
' Bidder's State Ucense No. nature
601-443-326 President
' Bidder's State Tax No. Title
City of Federal Way RFS # 13-107
' Surface Water Infrastructure Page 25 2013
Maintenance and Service
R FR ver. I _OR
Attachment C
-NOTAPPLICABLE
City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 26 2013
Maintenance and Service
RFB ver. 1-08
1
A[f?dhlnwt D
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
BID SIGNATURE PAGE
Date: July 8, 2013
1
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the Surface Water Infrastructure Maintenance and Service and comply with all
other berms and conditions of the contract and bid documents of RFB 13-107.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or corporation.
.. . M. 'z - a 3, ��,;T
1
u
7
L
Everson's Econo-Vac Inc.
Company
8Y
(Signature)
Lisa A Everson
(Printed Name)
Its: President
(Title)
POB 428, Sumner, WA 98390
I E 100*11 IKI F &i I =K*Ti irMATATI-Vel-N a
253-848-5250
(Telephone Number)
City of Federal Way RFB # 13-107
' Surface Water Infrastructure Page 27 2013
Maintenance and Service
RFB ver. 1-08
' Attachment E
BID BOND FORM
' Herewith findit in the form of a certified check, cashiers check, cash, or bid bond in
the amount of $s . which amount is not less than five percent (5%) of the total bid.
' BID BOND
' KNOW ALL PERSONS BY THESE PRESENTS that we, Everson's Econo-Vac, Inc. , as
Principal, and Contractors Bonding and Insurance Company ,, as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of 5% of the total bid (t b.)
' and ____/100 dollars ($5% of the (t.bj for the payment of which the Principal and the Surety bond
themselves, their heirs and executors, administrators, successors and assigns, jointly and severally,
by these presents.
' The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
' SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
' According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or
' Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation
shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety
' shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THIS 3rd DAY OF July 2013
' Everson's Econo-Vac, Inc. `(
Principal Lisa A. Everson, President
i
Contractors Bonding and Insurance Company
Surety Mark Noma, Attorney -in -Fact
' Date: 20
' Received return of deposit in the sum of $
' City of Federal Way RFB # 13-107
Surface Water Infrastructure Page 28 2013
Maintenance and Service
' RFB ver. 1-08
11
1
C
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed In the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President,
or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any
Assistant Seery, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,
policies or undertakings in the name of the Corporation The corporate seal is not necessary for the validity of any bands,
policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and
the corporate seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contmeinrs Rending and ina.ranee Company has caused these presents to be executed by
its Vice President with its corporate seal affixed this 03 day of JULY 2013
ATTEST: 011i" Contractors Bonding and Insurance Company
4� 014V 904L
' = SEAL
Jean M. Ophenson Secretary 1979 Roy C. a Vice President
On this 03 day of JULY 2013 before me, a Notary Public, personally appeared Roy C. Die
And Jean M. Stephenson , who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as Vice President and Secrehary , respectively, of the said
Contractors Bonding and Insurance Compmy. , and acknowledged said instrument to be the voluntary act and deed of
said corporation.
su�.rw
MMM
Joseph eller Notary Public ""9 a.,,,
A0006104 (DOC)
Contractors Bond and Insurance Company
POWER OF ATTORNEY
P.O. Box 3967 Peoria, IL. 61612-3967
'
M•�e..�.a, Phone: (309)692-1000 Fax: (309)692-8637
Contractors Bonding and Insurance Company
Bond No. BID
'Know
All Men by These Presents:
'
That the Contractors Bonding and Insurance Company , a corporation organized and existing under the laws of the State of
Washington , and authorized and licensed to do business in all states and the District of Columbia does hereby make,
constitute and appoint: MARK NOMA
in the City of SEATTLE , State of
WASHINGTON as Attorney in Fact
, with full power and authority hereby conferred upon him/her to sign,
execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in
'
an amount not to exceed Ten Million and 00/
100 Dollars ( $10,000.000.00 ) for any single
obligation, and specifically for the following described bond.
'
Principal: RW.R.-SON'S FCONO.VAC, rNC
Obligee: CITY OF FEDERAL WAY
Type Bond: SiIRFACF WATER INFRASTRIJCnJRF.
MAINTENANCE. AND SERVICE
'
Bond Amount: 5.00 % Of Total Amount Bid
Effective Date: 07/03/2013
The Cantroctam Rnnding and insnranee Company
further certifies that the following is a true and exact copy of a
Resolution adopted by the Board of Directors of Contractors
Rending and Insurance Co-FM=and now in force to -wit:
11
1
C
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed In the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President,
or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any
Assistant Seery, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,
policies or undertakings in the name of the Corporation The corporate seal is not necessary for the validity of any bands,
policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and
the corporate seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contmeinrs Rending and ina.ranee Company has caused these presents to be executed by
its Vice President with its corporate seal affixed this 03 day of JULY 2013
ATTEST: 011i" Contractors Bonding and Insurance Company
4� 014V 904L
' = SEAL
Jean M. Ophenson Secretary 1979 Roy C. a Vice President
On this 03 day of JULY 2013 before me, a Notary Public, personally appeared Roy C. Die
And Jean M. Stephenson , who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as Vice President and Secrehary , respectively, of the said
Contractors Bonding and Insurance Compmy. , and acknowledged said instrument to be the voluntary act and deed of
said corporation.
su�.rw
MMM
Joseph eller Notary Public ""9 a.,,,
A0006104 (DOC)
Attachment F
' SUBCONTRACTOR LIST
' Prepared in Compliance with RCW 39.30.060
PROJECT NAME: Surface Water Infrastructure IMaintenanae and Service
' Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW and electrical as described in Chapter
' 19.28 RCW, or identifjr the bidder for the work will result in your bid being non-responsive and
therefore void.
'
Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW
'
must be named below, or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires
other subcontractors, has a current certificate of registration in compliance with chapter 18.27
'
RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance
(workers' compensation) coverage for the subcontractor's employees working in Washington, as
required in Title 51 RCW, if applicable; has a Washington Employment Security Department
'
number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
'
contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor
license, if required by Chapter 70.87 RCW.
-
The following listed bid items (listed in numerical sequence) for this project have been proposed for
subcontracting to subcontractors as indicated.
SUBCONTRACTOR ITEM NUMBERS ESTIMATED AMOUNT I WMBE QUALIFIED?
NAME (YIN)
City of Federal Way RFB # 13-107
' Surface Water Infrastructure Page 29 2013
Maintenance and Service
Dec.— 1 AO
Attachment G
City of Federal Way
COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non -Collusion, Anti -Trust, Prevailing Wage (Non -Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
' NON -COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he/she is the identical person who submitted the
' foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest
or on behalf of any person not therein named, and further, that the deponent has not directly induced
or solicited any other Bidder on the foregoing work equipment to put in a sham bid, or any other person
or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to
secure to himself/herself or to any other person any advantage over other Bidder or Bidders; and
' NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
I
To report bid rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday through
Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder
collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is
part of USDOT's continuing effort to identify and investigate highway construction contract fraud and
' abuse and is operated under the direction of the USDOT Inspector General. All information will be
treated confidentially and caller anonymity will be respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti-trust
violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser
any and all claims for such overcharges as to goods and materials purchased in connection with this
order or contract, except as to overcharges resulting from anti-trust violations commencing after the
date of the bid, quotation, or other event establishing the price under this order or contract. In
addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any
and all such claims to purchaser, subject to the aforementioned exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the performance
of the work of this project, will pay each classification of laborer, workperson, or mechanic employed in
the performance of such work, not less than the prevailing rate of wage or not less than the minimum
rate of wage as specified in the principal contract; that I have read the above and forgoing statement
and certificate, know the contents thereof and the substance as set forth therein, is true to my
knowledge and belief; and
City of Federal Way
Surface Water Infrastructure
Maintenance and Service
RFB ver. 1-08
Page 30
RFB # 13-107
2013
DEBARMENT AFFIDAVIT
' I certify that, except as noted below, the firm, association or corporation or any person in a controlling
capacity associated therewith or any position involving the administration of federal funds; is not
' currently under suspension, debarment, voluntary exdusion, or determination of ineligibility by any
federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past three (3) years; does not have a proposed debarment pending; and has
' not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or
corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct
within the past three (3) years.
AFFIDAVIT OF ELIGIBILITY
' The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(ixb), RCW
51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it
' has not been determined, within the last one year, to have committed any combination of two of the
following violations or infractions within a five-year period: (1) Violated RCW 51.48.020(1) or 51.48.103;
or (2) Committed an infraction or violation under chapter 18.27 RCW.
' CERTIFICATION OF LAWFUL EMPLOYMENT
' The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality
Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all employees, including
subcontractor employees, are lawfully permitted to perform work in the United States as provided in this
agreement with the City of Federal Way.
' FOR: Non -Collusion Affidav Assignment of Anti -Trust Claims to Purchaser Prevailing W Affidavit
�. 9 n9 �
Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
Surface Water Infrastructure Maintenance and Service
' RFB #13-107
' Everson's Econo-Vac, Inc.
Name of Bidder's Firm
4(t oen
iignat4uAreof Authorized Representative of Bidder
,and sworn to before this . day of 20 13
��N6 s
*�. �,•
4iv �-A]
WOW.. (orated/typed name of notary)
Notary Public in and for the Stat W ington
'0 Icy commission expires:
'• OF WI► .
City of Federal Way - RFB # 13-107
' Surface Water Infrastructure Page 31 2013
Maintenance and Service
Attachment H
' CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
' Date: ,duly 8.2013
This statement relates to a proposal contract with the City of Federal Way named
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
' I am the undersigned bidder or prospective contractor. I represent that:
' I ❑ have, R (have not, participated in a previous contract or subcontract subject to the President's
Executive Order #11246 (regarding equal employment opportunity) or a preceding similar
Executive Order.
Everson's Econo-Vac. Inc.
Name of Bidder
BY: Lusa A Ever.,
�J
' Signature
Its: President
Title
IPOB 428. SUIMnec. WA A8390
' 14023 131St ct F Octing, WA 98360
Address
1
City of Federal Way RFB # 13-107
' Surface Water Infrastructure Page 32 2013
Maintenance and Service
'4 CITY OF CITY HALL
Way 33325 8th Avenue South
Federal Federal Way, WA 98003-6325
' (253) 835-7400
www crtyoil`ederalway com
Attachment I
' PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
SURFACE WATER INFRASTRUCTURE MAINTENANCE AND SERVICE
' This Public Works Maintenance Agreement ("Agreement") is made between the City of Federal Way, a
Washington municipal corporation ("City"), and Everson's Econo-Vac, Inc., a "Washington corporation
("Contractor"). The City and Contractor (together "Parties") are located and do business at the below addresses
which shall be valid for any notice required under this Agreement:
' EVERSON'S ECONO-VAC., INC.: CITY OF FEDERAL WAY:
Lisa Everson, President Ryan Thomas, SWM Maintenance Supervisor
'P.O. Box 428 33325 8' Ave. S.
Sumner, WA 98390 Federal Way, WA 98003-6325
(253) 848-5250 (253) 835-2755 (telephone)
' (253) 835-2709 (facsimile)
rvan.thomas(a,citvoffederalway com
' The Parties agree as follows:
1. TERM. The term of this Agreement shall commence upon the effective date of this Agreement, which
shall be the date of mutual execution, and shall continue until the completion of the Work, but in any event no
later than December, 31 2014 ("Term"). This Agreement may be extended for additional periods of time upon
the mutual written agreement of the City and the Contractor.
' 2. WORK.
'2.1 Work. The Contractor shall provide goods, materials or services and otherwise perform the work
more specifically described in Exhibit "A", attached hereto and incorporated by this reference ("Work"),
performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction
' of the Mayor or his or her designee.
2.2 Warranties. The Contractor warrants that it has the requisite training, skill, and experience
'necessary to provide the Work and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to obtaining a City of Federal Way business registration. The
Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar
'services within the Puget Sound region in effect at the time those services are performed. The Contractor
warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will
perform in accordance with their specifications and Contractor's representations to City. The Contractor shall,
' at its sole cost and expense, correct all Work performed which the City deems to have defects in workmanship
and material discovered within one (1) year after the City's final acceptance of the Work. This Agreement is
subject to all warranty provisions established under the Uniform Commercial Code, Title 62A RCW. 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
PW MAINTENANCE AGREEMENT -33- Rev. 6/2012
1
1
1
1
ASL CITY OF
CITY HALL
A*� Fe
Way
33328 8th Avenue South
Federal Way, VVA 98003-6325
(283) 838-7000
'.' viv, tieyofeder€1hluy vcvn
one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to
correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the
Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City
may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish
the correction.
2.3 Time, Documentation, and Inspection. Work shall begin immediately upon the effective date of
this Agreement. Work shall be subject, at all times, to observation and inspection by and with approval of the
City, but the making (or failure or delay in making) such inspection or approval shall not relieve Contractor of
responsibility for performance of the Work in accordance with this Contract, notwithstanding the City's
knowledge of defective or non -complying performance, its substantiality or the ease of its discovery.
2.4 Clean Up. At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting
from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no
event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the
Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor.
3. 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.
The City may terminate this Agreement immediately if the Contractor fails to maintain required insurance
policies, breaches confidentiality, or materially violates Section 12 and may result in ineligibility for further
City agreements.
4. COMPENSATION.
4.1 Amount. In return for the Work, the City shall pay the Contractor an amount not to exceed a
maximum amount and according to a rate or method as delineated in Exhibit "B", attached hereto and
incorporated by this reference. The Contractor agrees that any hourly or flat rate charged by it for its services
contracted for herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in
Exhibit "B", the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful
jurisdiction as a result of the performance and payment of this Agreement.
4.2 Method of Payment. On a monthly basis, the Contractor shall submit a voucher or invoice in the
form specified by the City, including a description of what Work have been performed, the name of the
personnel performing such Work, and any hourly labor charge rate for such personnel. The Contractor shall
also submit a final bill upon completion of all Work. Payment shall be made on a monthly basis by the City
only after the Work have been performed and within thirty (30) days after receipt and approval by the
appropriate City representative of the voucher or invoice. If the Work do not meet the requirements of this
Agreement, the Contractor will correct or modify the work to comply with the Agreement. The City may
withhold payment for such work until the work meets the requirements of the Agreement.
'4.3 Defective or Unauthorized Work. If any goods, materials, or services provided under this
Agreement are either defective, unauthorized, or otherwise do not meet the requirements of this Agreement, the
Contractor will correct or modify the work to comply with the Agreement and the City reserves the right to
withhold payment from the Contractor until the goods, materials, or services are acceptable to the City. If
Contractor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods,
tPW MAINTENANCE AGREEMENT -34- Rev. 6/2012
materials or services from other sources, and Contractor 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 Contractor.
' 4.4 Non -Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment
under this Agreement for any future fiscal period, the City will not be obligated to make payments for Work or
amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the
completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City
in the event this provision applies.
4.5 Final Payment: Waiver of Claims. Contractor's acceptance of final payment shall constitute a
waiver of any and all claims, except those previously and properly made and identified by Contractor as
unsettled at the time request for final payment is made.
4.6 Bond. Pursuant to RCW 39.08 and RCW 60.28, Contractor shall post a bond in favor of the
City, in the form attached to this Agreement as Exhibit "C" and incorporated by this reference, in a dollar
amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to
insure Contractor's performance of all of the provisions of this Contract; to insure payment of Contractor's state
sales tax; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material
persons. Contractor's obligations under this Agreement shall not be limited to the dollar amount of the bond.
The bond shall not be released until the City has received all applicable documentation from the state and all
outstanding claims fled pursuant to RCW 39.08 and RCW 60.28 have been resolved.
5. INDEMNIFICATION.
5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers
harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses,
attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without
limitation, their respective agents, licensees, or representatives, arising from, resulting from, or in connection
with this Agreement or the performance of this Agreement, except for that portion of the claims caused by the
City's sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's
liability hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each
sub -contractor shall agree to defend and indemnify the City, its elected officials, officers, employees, agents,
representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the
Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's work when
completed shall not be grounds to avoid any of these covenants of indemnification.
5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor
waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51
RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any
way by any limitation on the amount of damages, compensation or benefits payable to or by any third party
PW MAINTENANCE AGREEMENT -35- Rev. 6/2012
CITY OF
CITY HALL
Fe "eral
Was
33325 8th Avenue Sotith
Federal Way, VIVA 98003-6325
(253)835-7000
'i'mlww c'1 f,',OffE?uc?T wmay!. com
materials or services from other sources, and Contractor 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 Contractor.
' 4.4 Non -Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment
under this Agreement for any future fiscal period, the City will not be obligated to make payments for Work or
amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the
completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City
in the event this provision applies.
4.5 Final Payment: Waiver of Claims. Contractor's acceptance of final payment shall constitute a
waiver of any and all claims, except those previously and properly made and identified by Contractor as
unsettled at the time request for final payment is made.
4.6 Bond. Pursuant to RCW 39.08 and RCW 60.28, Contractor shall post a bond in favor of the
City, in the form attached to this Agreement as Exhibit "C" and incorporated by this reference, in a dollar
amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to
insure Contractor's performance of all of the provisions of this Contract; to insure payment of Contractor's state
sales tax; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material
persons. Contractor's obligations under this Agreement shall not be limited to the dollar amount of the bond.
The bond shall not be released until the City has received all applicable documentation from the state and all
outstanding claims fled pursuant to RCW 39.08 and RCW 60.28 have been resolved.
5. INDEMNIFICATION.
5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers
harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses,
attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without
limitation, their respective agents, licensees, or representatives, arising from, resulting from, or in connection
with this Agreement or the performance of this Agreement, except for that portion of the claims caused by the
City's sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's
liability hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each
sub -contractor shall agree to defend and indemnify the City, its elected officials, officers, employees, agents,
representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the
Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's work when
completed shall not be grounds to avoid any of these covenants of indemnification.
5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor
waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51
RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any
way by any limitation on the amount of damages, compensation or benefits payable to or by any third party
PW MAINTENANCE AGREEMENT -35- Rev. 6/2012
CITY OF CITY HALL
33325 8th Avenue South
W Federal Way, "A 98003-6325
(253} 835 7000
Yb''nb'CCX77
under workers' compensation acts, disability benefit acts or any other benefits acts or programs. The Parties
further acknowledge that they have mutually negotiated this waiver.
5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its
officers, directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless
from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings,
judgments, awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs,
'and/or litigation expenses to or by any and all persons or entities, including without limitation, their respective
agents, licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent
solely caused by the negligent acts, errors, or omissions of the City.
5.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement with respect to any event occurring prior to such expiration or termination.
6. INSURANCE. The Contractor agrees to carry insurance for liability which may arise from or in
connection with the performance of the services or work by the Contractor, their agents, representatives,
employees or subcontractors for the duration of the Agreement and thereafter with respect to any event
occurring prior to such expiration or termination as follows:
6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in
such forms and with such carriers who have a rating that is satisfactory to the City:
a. Commercial general liability insurance covering liability arising from premises,
operations, independent contractors, products -completed operations, stop gap liability, personal injury, bodily
injury, death, property damage, products liability, advertising injury, and liability assumed under an insured
contract with limits no less than $1,000,000 for each occurrence and $1,000,000 general aggregate.
b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant
to the laws of the State of Washington;
C. Automobile liability insurance covering all owned, non -owned, hired and leased vehicles
' with a minimum combined single limits in the minimum amounts required to drive under Washington State law
per accident for bodily injury, including personal injury or death, and property damage.
1 6.2. No Limit of Liability. Contractor's maintenance of insurance as required by the agreement shall
not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise
' limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall
be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained
by the City shall be excess of the Contractor's insurance and shall not contribute with it.
6.3. Additional Insured. Verification. The City shall be named as additional insured on all
commercial general liability insurance policies. Concurrent with the execution of this Agreement, Contractor
shall provide certificates of insurance for all commercial general liability policies attached hereto as Exhibit
"D" and incorporated by this reference. At City's request, Contractor shall furnish the City with copies of all
insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance
policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three
(3) years from the date this Agreement is actually terminated or upon project completion and acceptance by the
City.
r6.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement.
PW MAINTENANCE AGREEMENT -36- Rev. 6/2012
1
Ll
1
1
1
0
CITY OF CITY HALL
33325 8th Avenue South
Federal Wa IL ff Federal Way, VVA 98003-6325
(253) 835-7000
t,Avvv c: t.yoffedemhv ty-: co r,
7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of
this Agreement shall be considered confidential subject to applicable laws. Breach of confidentiality by the
Contractor may be grounds for immediate termination. The Contractor will fully cooperate with the City in
identifying and assembling records in case of any public disclosure request.
8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts;
designs, design specifications, records, files, computer disks, magnetic media or material which may be
produced or modified by Contractor while performing the Work shall belong to the City upon delivery. The
Contractor shall delivery all needed or contracted for work project upon demand. All records submitted by the
City to the Contractor will be safeguarded by the Contractor. Contractor shall make such data, documents, and
files available to the City upon the City's request. At the expiration or termination of this Agreement, all
originals and copies of any such work product remaining in the possession of Contractor shall be delivered to
the City.
9. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which
sufficiently and properly reflect all direct and indirect costs related to the performance of the Work and
maintain such accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times,
to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental
officials authorized by law to monitor this Agreement.
10. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS.
10.1 Independence. The Parties intend that the Contractor shall be an independent contractor and that
the Contractor 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. The City shall be neither liable nor obligated to
pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security,
income, or other tax which may arise as an incident of employment, except as specifically provided in Section
4. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may
provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an
employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual, the
Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of
Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's
failure to do so.
10.2 Safety. Contractor shall take all necessary precautions and shall be responsible for the safety of
its employees, agents, and subcontractors at the work site and in the performance of the contract work and shall
utilize all protection necessary for that purpose. Contractor shall comply with all applicable provisions of
federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA
requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and
Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC).
Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other
safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe
passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or
unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall
protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other
property that is likely to become displaced or damaged by the performance of the Work. The Contractor shall,
PW MAINTENANCE AGREEMENT -37- Rev. 6/2012
1
1
1
C
1
CITY •
Federal Wa
�A A
CITY HALL
33325 8th Avenue South
Federal Vijay, WA 98003-6325
(253)835-7000
Nd1-Y4b': r„)jy Qfyg{,jtift]fTV i j' corn
at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely
responsible for the same
10.3 Risk of Work. All work shall be done at Contractor's own risk, and Contractor 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. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether
such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this
Agreement to an employment contract. Even though Contractor is an independent contractor, the work must
meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory
completion
10.4 Prevailing_ Wages.
10.4.1 Wages of Employees. This Agreement is subject to the minimum wage requirements of
Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or
supplemented. In the payment of hourly wages and fringe benefits to be paid to any of Contractor's
laborers, workers and/or mechanics, Contractor shall not pay less than the "prevailing rate of wage" for
an hour's work in the same trade or occupation in the locality within the State of Washington where such
labor is performed, as determined by the Industrial Statistician of the Department of Labor and
Industries of the State of Washington, which current "prevailing rates of wage" are attached hereto as
Exhibit "E" and incorporated herein by this reference. Prevailing wages paid pursuant to this Agreement
shall be the prevailing wage rates that are in effect on the date when the bids, proposals, or quotes were
required to be submitted to the City.
10.4.2 Agreements Exceeding One Year. Pursuant to WAC 296-127-023, or hereafter amended,
the City agrees to pay any increase in the current prevailing wages if and when this Contract is extended
provided that the term of the Contract exceeds one year. The City further agrees to pay the current
prevailing wages at the time of additional yearly extensions, and the Contractor agrees to pay its
employees the increased prevailing wage.
10.4.3 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12
RCW, and as required in this Agreement do not apply to: Sole owners and their spouses; any partner
who owns at least 30% of a partnership; the President, Vice President and Treasurer of a corporation if
each one owns at least 30% of the corporation.
10.4.4 Reporting_ Requirements. Contractor shall comply with all reporting requirements of the
Department of Labor and Industries of the State of Washington. Upon the execution of this Agreement,
Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of
Labor and Industries. Upon completion of the Work, Contractor shall complete and file an Affidavit of
Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the
Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid, certified by the
Department of Labor and Industries, to the City.
10.4.5 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for
work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter
shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of
Washington and the decision therein shall be final and conclusive and binding on all parties involved in
the dispute.
1 PW MAINTENANCE AGREEMENT -38- Rev. 6/2012
1
1
I]
1
1
1
t
t
1
CITY OF CITY HALL
33326 8th Avenue South
Federal Way Federal Way, VVA 98003-6325
(263) 835-7000
msiwc:lyofieereraiwaycorn
11. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional
services during the Term for other parties; however, such performance of other services shall not conflict with
or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of
interest in favor of the City. Contractor confirms that Contractor does not have a business interest or a close
family relationship with any City officer or employee who was, is, or will be involved in the Contractor's
selection, negotiation, drafting, signing, administration, or evaluating the Contractor's performance.
12. EQUAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and employment
made possible by or resulting from this Agreement or any subcontract, there shall be no discrimination by
Contractor or its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or
representatives against any person because of sex, age (except minimum age and retirement provisions), race,
color, religion, creed, national origin, marital status, or the presence of any disability, including sensory, mental
or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and
employment. This requirement shall apply, but not be limited to the following: employment, advertising,
layoff or termination, rates of pay or other forms of compensation, and selection for training, including
apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW,
Title VI of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation
Act of 1973, 49 CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation
regarding non-discrimination.
13. GENERAL PROVISIONS.
13.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains
all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no
prior statements or agreements, whether oral or written, shall be effective for any purpose. Should any language
in any Exhibits to this Agreement conflict with any language in this Agreement, the terms of this Agreement
shall prevail. The respective captions of the Sections of this Agreement are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement.
Any provision of this Agreement that is declared invalid, inoperative, null and void, or illegal shall in no way
affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect.
Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of
the Agreement and compliant with the terms of the Agreement, is hereby ratified as having been performed
under the Agreement. No provision of this Agreement, including this provision, may be amended, waived, or
modified except by written agreement signed by duly authorized representatives of the Parties.
13.2 Assignment and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer
or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent
of the other Party. 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. Subject to the foregoing, the rights and obligations of the Parties shall inure to the benefit of and be
binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into
for the sole protection and benefit of the Parties hereto. No other person or entity shall have any right of action
or interest in this Agreement based on any provision set forth herein.
PW MAINTENANCE AGREEMENT -39- Rev. 6/2012
CITY OF CITY HALL
33325 8th Avenue S011th
17ederal Way Federal Way, WA 98003-6325
(253)835-7000
...''r%LbL'C?!P
13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in
' accordance with all applicable federal, state, local, and city laws including, without limitation, all City codes,
ordinances, resolutions, regulations, rules, standards and policies, as now existing or hereafter amended,
adopted, or made effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a
result of the formation or performance of this Agreement, this Agreement may be rendered null and void, at the
City's option.
' 13.4 Enforcement. Time is of the essence of this Agreement and each and all of its provisions in
which performance is a factor. Adherence to completion dates set forth in the description of the Services is
essential to the Contractor's performance of this Agreement. Any notices required to be given by the Parties
' shall be delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered
personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the
address set forth above. Any notice so posted in the United States mail shall be deemed received three (3) days
after the date of mailing. Any remedies provided for under the terms of this Agreement are not intended to be
exclusive, but shall be cumulative with all other remedies available to the City at law, in equity or by statute.
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. Failure or delay of the City to declare any breach or default immediately upon
occurrence shall not waive such breach or default. Failure of the City to declare one breach or default does not
act as a waiver of the City's right to declare another breach or default. This Agreement shall be made in,
governed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to
settle any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that
dispute, difference, or claim, shall be by filing suit under the venue, rules and jurisdiction of the King County
Superior Court, King County, Washington, unless the parties agree in writing to an alternative process. If the
King County Superior Court does not have jurisdiction over such a suit, then suit may be filed in any other
appropriate court in King County, Washington. Each party consents to the personal jurisdiction of the state and
federal courts in King County, Washington and waives any objection that such courts are an inconvenient
' forum. If either Party brings any claim or lawsuit arising from this Agreement, each Party shall pay all its legal
costs and attorney's fees and expenses 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, however nothing in
' this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this
Agreement.
' 13.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor
represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This
Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with
the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed
together and shall constitute one instrument, but in making proof hereof it shall only be necessary to produce
one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled
' together to form a single instrument comprised of all pages of this Agreement and a complete set of all
signature and acknowledgment pages. The date upon which the last of all of the Parties have executed a
' counterpart of this Agreement shall be the "date of mutual execution" hereof.
[Signature page follows]
iPW MAINTENANCE AGREEMENT -40- Rev. 6/2012
1 IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
1 CITY OF FEDERAL WAY
1 By. —V4, Ds.
Skip Priest, Mayor
1
DATE: Ig9-1 13
ATTEST:
00AA , 001j
City Clerk, Carol McN lly, M
APPROVED AS TO FORM:
City Attorney, Patricia A Richardson
EVERSON'S ECONO-VAC., INC.
1 N111111/
By
1 w
Printed Name: 1 SGC I? Eversm ?MUM
�n,-, "s PURIC
1 Title:
DATE:.JtAm 19A1,3. ,,'••,��N����`��,,
i
1 STATE OF WASHINGTON)
ss.
COUNTY OF JkC-e, _)
1 On is day personally appeared before me ✓ to me known to be the
�e.�i�.P�-�t of �✓ - C hat executed the foregoing
1 instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation,
for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument and that the seal affixed, if any, is the corporate seal of said corporation.
1 GIVEN my hand and official seal this /3-Aday of , 20/3
1 Notary's signature k&a
Notary's printed name C. hh b+ -
Notary Public in and for the State of ashington.
1 My commission expires
1
1 PW MAINTENANCE AGREEMENT -41- Rev. 6/2012
BLANK PAGE
J
L
J
1
11
t
11
1
� I
I
PW MAINTENANCE AGREEMENT -42- Rev. 6/2012
EXHIBIT "A"
SERVICES
1. Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies,
equipment, labor and other items incidental thereto necessary for the construction and completion of the work,
' more particularly described as the Surface Water Infrastructure Maintenance and Service project, including
without limitation:
' Any necessary traffic control for services related only to unit price items No. 1 and No. 2, vacuum/jet rodding,
potholing/excavation services and CCTV services related to City storm drain systems, including storm structures, pipes
and culverts, underground vaults/tanks and disposal of decant liquid and collected solids with all waste to be disposed of
' at an approved, licensed disposal facility on a daily basis (except when the equipment waste tank is not full and the
contractor will be continuing work for the city immediately the next day or services are performed outside of disposal
facility hours) ("Services"), in a manner consistent with the accepted practices for other properly licensed contractors
("Work"), in accordance with and as described in the Contract Documents, which include without limitation, this
' Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid
Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement,
"Services" attached as Exhibit A, "Compensation" attached as Exhibit B, Performance/Payment/Retainage Bond attached
as Exhibit C, Certificate(s) of Insurance attached as Exhibit D, Prevailing Wages and Benefit Code Key attached as
Exhibit E, and Storm Cleaning Daily Log attached as Appendix A, and all other Appendices attached hereto and
incorporated by this reference, (collectively the "Contract Documents"), which Work shall be completed to the City's
' satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her
designee.
' Selected storm drain structures located along Pacific Highway South and major arterials within the City will be cleaned as
well as selected catchbasins within specific groupings of catchbains called circuits. Digital� maps will be provided to the
contractor identifying catchbasins to be cleaned. Additional structures requiring cleaning will be added over the course of
' the contract as they are identified. Current cleaning maps are provided as Exhibit F.
The City of Federal Way will provide Traffic Control, in accordance with regulatory requirements, for services related to
hourly items No. 3, 4, 5 and 6. The contractor shall provide two working days advance notification to the City.
' The City of Federal Way requires adherence to Washington State Department of Transportation Standard Plans and the
U.S. Department of Transportation Federal Highway Administration's Manual on Uniform Traffic Control Devices
' (MUTCD) for Streets and Highways. See the U.S. Department of Transportation Federal Highway Administration's
MUTCD Part 6, Chapter 6H, Typical Applications, for greater detail. The City of Federal Way will also require a Right of
Way Permit (provided by the City at no charge) with the additional condition that trucks are equipped with a sequential
' arrow board when working in multi -lane roads.
2. Response Times. For all customary maintenance Services, Contractor agrees to respond and perform such
' Services within twenty-four (24) hours from receiving telephone notice from the City to proceed. In the event of an
emergency, as determined by the City, Contractor agrees to respond and perform such Services within two (2) hours of
receiving telephone notice from the City to proceed.
' 3. Records/Logs. The Contractor shall maintain accurate records of the Services performed on the storm drain
system and of the sites utilized for disposal of the collected liquid wastewater and solid materials on the form attached
hereto as Appendix A (Storm Cleaning Daily Log) and incorporated herein by this reference. At a minimum, these
' records shall show the number of storm drain structures cleaned, their associated inventory I.D. number (if known), linear
feet and hours required to clean storm drain lines /culverts, hours required to clean underground R/D facilities, dates and
times of disposal , total tonnage of solid material and gallons of liquid wastewater per load, total tonnage and gallons per
' day, name and location of the disposal sites used, and the name of the street or storm drainage system where the Services
were performed. The Contractor shall produce a written report for each day worked and email (in PDF format) at least
once a week to the City. Reports shall provide the information required in the preceding sentence and in Appendix A.
' PW MAINTENANCE AGREEMENT -43- Rev. 6/2012
Whenever the vactor waste tank is not empty upon arriving to perform services; before commencing work, the contractor
shall list the amount, type and source of pre-existing waste material in the Storm Cleaning Daily Log and provide record
keeping documentation to verify that the City was not charged for disposing of said pre-existing material.
' 4. Incidental Costs. The Contractor shall be responsible for obtaining and paying for any water used in connection
with the Services, and all other incidental costs.
' 5. Employ. All of Contractor's employees and agents who participate in the performance of the Services shall be
competent and skilled in the performance of such work and Contractor agrees to provide an adequate number of such
employees in order to provide the Services. The contractor shall provide a minimum of two employees to provide all'
services, including CCTV Inspection, and will provide additional staff when needed to accomplish the work in a
' safe and efficient manner. Contractor shall require all employees to be courteous at all times to the public, to perform
their work as quietly as possible and to be neat in appearance.
'The City requires the Contractor to perform services and complete tasks in a timely manner. How this is accomplished is
up to the Contractor. Though the minimum number of employees is specified by the City, certain tasks will require more
employees than others, based on safety and traffic control regulations.
' 6. Equipment. The equipment required for performance of this Contract shall be standard vacuum/jet rodding trucks
that operate on the vacuum principle for the removal of solids and must have sufficient 1" minimum inlet diameter hose
with water pressure and capability of jet rodding storm drain lines and culverts and removing solids/debris in a single
operation for a distance of at least 400 feet from said equipment. Trucks shall not be more than 10 years old during the
contract term, and shall have a 10 cubic yard minimum solid waste capacity and a 750 gallon minimum fresh
water capacity, and a 2,000 psi/60 GPM minimum jet pump capacity.
At a minimum; the following iet cleaning nozzle types shall be provided: Standard forward facing iet; rotating
chain flail head and root cutters in at least 8" thru 18" sizes; and 1" inlet diameter rotating multi -nozzle head.
' CCTV equipment shall be steerable and have the ability to travel 300 feet minimum within precleaned 8" pipe and
300 feet minimum within 12" or larger pipe with a 2" depth of sandy/gravelly sediment within pipe without
' becoming high centered . CCTV camera(s) will have the ability to pan, tilt, adiust focus and have a camera light
with adequate intensity to make defects such as corrosion or cracks readily visible.
' All equipment shall be maintained in good working condition and repair, operating at the original manufacturer's
specifications, and equipped with proper warning lights. The acceptability of Contractor's vacuum/jet rodding trucks and
CCTV camera(s) for the City's needs under this Contract shall be subject to the approval or disapproval of the Director.
' Vacuum/jet rodding vehicles shall be numbered and shall have the Contractor's name, and vehicle number painted in
letters of contrasting color of least four inches high on each side and on the back of each vehicle. No advertising shall be
permitted other than the name of the Contractor. All vehicles shall be kept in a clean and sanitary condition, and all
vacuum/jet rodding vehicles shall be cleaned at least once a week. Repainting of all vehicles shall be done as needed to
maintain an acceptable appearance, or within thirty (30) days after the written notification from the Director.
7. Maintenance and Service Standards and Procedures.
' 7.1 Storm Drain Structures. The Contractor shall first remove all debris from the bottom of the storm drain
structure. It may then be necessary to flush down the sides of the storm drain structure with a high-pressure hose
' to remove all remaining debris. Any debris flushed off during this operation must be removed and not allowed to
enter the incoming or outgoing storm drain lines. After cleaning the storm drain structure, the Contractor shall
check to see if there is any damage to the storm drain system or blockages to the inflow or outflow storm drain
' lines. If the inflow or outflow storm drain lines are blocked or contain a significant amount of solids and requires
cleaning or is damaged, the Contractor shall report this information to the City, on the same day that was
encountered, for future cleaning or repair. The Contractor shall note any differences between the plans provided
' and the as -built condition on forms provided by the City.
7.2 Storm Drain Lines and Culverts. Storm drain lines and culverts shall only be cleaned upon verification of the
need by the City and with authorization to proceed issued by the City. Once authorized, the Contractor shall
PW MAINTENANCE AGREEMENT -44- Rev. 6/2012
mil
1
i
1
1
begin typically at the downstream (low end) storm drain structure or culvert end and perform jet rodding from the
low end to the upper end removing solids and debris from the storm drain or culvert and depositing the removed
solids and debris to the low end storm drain structure or culvert. This procedure should be continued until all of
the solids and debris are removed from the storm drain line or culvert. Once the storm drain line or culvert is
clear of solids and debris the deposited solids and debris shall be vacuumed from the storm drain structure sump
or culvert end. The removal of the solids and debris from the storm drain structure sump or culvert end can, and
often is, vacuumed at the same time the jet rodding is being performed. When tree roots are encountered in the
storm drain line or culvert and cannot be cleared utilizing a standard jet rodding nozzle, the Contractor shall
utilize root cutting, rotating nozzle or chain flail jet head equipment to clear storm drain lines or culverts.
7.3 Underground Facilities. The Contractor shall follow all appropriate confined entry procedures before
entering any underground facilities. Due to the various types and configurations of underground facilities, the
Contractor will be responsible to develop a maintenance plan and procedures list for cleaning facilities on a case-
by-case basis. The City will provide to the extent possible facility plans and records to assist the Contractor in
developing a maintenance plan and procedures list.
7.4 CCTV Inspection Service. Contractor shall provide CCTV storm sewer inspection reporting in a manner
consistent with the accepted practices for similar services, within the time period prescribed by the City and
pursuant to the direction of the Director or his or her designee. CCTV inspection reports shall be provided on
(1) DVD with video files in MPEG 2 format (or another format approved by the city) and shall include a
conditional report in PDF format (or another format approved by the city) with the inspection format to
roughly mimic NASSCO PACP/MACP requirements. The inspection report shall include the following
information: Starting/ending asset numbers, street location, asset diameter/size, material(s), length, flow
direction, date/time of inspection, operator contact information, and defect/obstruction findings with respective
locations.
8. Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's
'Notice to Proceed. The Services shall continue for a twelve (12) month period unless the Contract is terminated earlier by
the City. In the event any of the Services are not completed within the time specified by the City, Contractor agrees to
pay to the City liquidated damages in the amount set forth below.
' 9. Liquidated Damages. Time is of the essence of the Agreement and each and all of its provisions in which
performance is a factor. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed
for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays.
'Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to
complete this Contract on time:
' (1) To pay (according to the following formula) liquidated damages for each working day beyond the
number of working days established for completion, and
' (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the
Contractor.
' LIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
' C = Original Contract amount.
T = Original time for completion.
' When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities,
both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated
PW MAINTENANCE AGREEMENT -45- Rev. 6/2012
damages will not be assessed for any days for which an extension of time is granted. No deduction or payment
' of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to
complete this entire Contract.
t 10. Performance Standard. Contractor shall perform the Work in a manner consistent with accepted
practices for other properly licensed contractors.
11. Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal,
state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now
existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or
' other fees, at its sole cost and expense.
12. Amendments. The City may, at any time, without notice to sureties, order changes within the scope of
' the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such changes
shall be in the form of the Contract Amendment and shall be signed by both the Contractor and the City, shall
specifically state the change of the Work, the completion date for such changed Work, and any increase or
' decrease in the compensation to be paid to Contractor as a result of such change in the Work. Verbal
amendments shall not be binding upon the City unless confirmed in writing by the City. If any change
hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or
' any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in
writing accordingly.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5)
days after receipt of a written change order from the City or after giving the written notice required above, as
the case may be, submit to the City a written statement setting forth the general nature and monetary extent of
'such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request
by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the
City may require determining if the claims and costs have merit. No claim will be allowed for any costs
' incurred more than five (5) days before the Contractor gives written notice as required. No claim by the
Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this
1
1
1
1
1
1
Contract.
13. Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work,
services and materials to be furnished under the Contract and the value of the omitted work and materials will
be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value
of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing
by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the
right to issue a unilateral change order adjusting the price and the delivery schedule.
14. Utility Location. Contractor is responsible for locating any underground utilities affected by the Work
and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be
responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system
before commencing any excavation activities.
15. Air Environment. Contractor shall fully cover any and all loads of loose construction materials
including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect
said materials from air exposure and to minimize emission of airborne particles to the ambient air environment
within the City of Federal Way.
PW MAINTENANCE AGREEMENT -46- Rev. 6/2012
EXHIBIT "B"
' COMPENSATION
' 1. Compensation for Contract Bid Items.
' In consideration of the Contractor performing the Services, the City agrees to pay the Contractor for unit price
bid items No 1 through 4 as follows:
' Item No. 1: "Type I or 1L Storm Catch Basin Cleaned"
The sum of TWENTY EIGHT and 95/100 Dollars ($28.95), per each.
' Item No. 2: "Type II Storm Catch Basin or Manhole (48 -inch and larger) Cleaned"
The sum of THIRTY NINE and 50/100 Dollars ($39.50), per each.
' NOTE While performing work on all of the above per "EACH" items; no hourly payment will be made
for travel time to or from waste disposal sites or to or from fresh water tank refilling sites. Payment for
"EACH" items shall include all incidental costs in connection with performing these services.
Item No. 3: "Cleaning Storm Lines, Tanks, Vaults or Culverts "
' The sum of ONE HUNDRED EIGHTY FIVE and 00/100 Dollars ($185.00), per hour.
' Item No. 4: "Potholing and/or Excavation"
The sum of ONE HUNDRED EIGHTY FIVE and 00/Dollars ($185.00), per hour.
' Item No. 5: "Emergency Response"
The sum of ONE HUNDRED EIGHTY FIVE and 00/100 Dollars ($185.00), per hour.
Item No. 6: "CCTV Inspection Compensation'
' The sum of NINETY NINE AND 00/100 Dollars ($99.00), per hour.
NOTE- Payment for all of the above hourly rate items shall exclude costs for ROW permit fees and
' backfilling of potholes buried lids or excavation areas. Payment shall include all other incidental costs
associated with performing these Services.
' While performing vactor work on per "HOUR" items; hourly paMent will be made for travel time to or
from waste disposal sites and to or from fresh water tank refilling sites as needed to accomplish the
work.
' While performing Emergency Response services; hourly payment will be made from the point where the
truck responded to a call not to exceed 1 hour of travel time to one hour after the truck leaves the work
' site When responding to an emergency callout outside the normal operating hours of waste disposal
facilities and waste cannot be disposed of or does not need to be disposed of after hours, payment for
travel time to dispose of waste during normal business hours shall be made at the standard hourly rates.
I
PW MAINTENANCE AGREEMENT -47- Rev. 6/2012
' Item No. 7: "Disposal of Vacuumed Solids/Spoils"
oils"
P P
' The sum of SEVENTY and 80/100 Dollars ($70.80), per Ton.
NOTE- Payment for "Disposal of Vacuumed Solids/Spoils" shall include all permits and all other
' incidental costs associated with performing these Services.
Item No. 8: "Disposal of Liquid Decant"
' The sum of ZERO and ZERO SIX POINT NINE/ 100 Dollars ($0.069), per Gallon.
NOTE- Payment for "Disposal of Liquid Decant" shall include all permits and all other incidental costs
associated with performing these Services.
Item No. 9: "Entry Fee for Disposal"
The sum of EIGHTY-ONE and 00/100 Dollars ($81.00), per Entry.
NOTE- Payment for "Entry Fee for Disposal" shall include all other incidental costs associated with
' performing these Services.
' 2. Total Compensation for performing the above services under this agreement shall not exceed One
Hundred Fifty Four Thousand Two Hundred Fifty Three and NO/100 Dollars ($154,253.00).
Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes
imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement.
1
J
1
1
IPW MAINTENANCE AGREEMENT -48- Rev. 6/2012
0
EXHIBIT "C" LSM0448622
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT/RETAINAGE BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
Contractors Bonding
We, the undersigned Everson's Econo-Vac, Inc. , ("Principal") and
and Insurance Company, the undersigned corporation organized and existing under the laws of the State of
Washington and legally doing business in the State of Washington as a surety ("Surety"), are held and
firml b�ngeji %nip t4� CityTof Federal Way, a Washington municipal corporation ("City") in the penal sum of _
e un re Fi our ousan wo
Hundred Fiftv Three and oo/loo Dollars and no/100 ($154,253.00 ) for the payment of which we firmly bind
ourselves and our legal representatives, heirs, successors and assigns, jointly and severally.
This obligation is entered into an Agreement with the City dated , 2013 for RFB No. 13-107
Surface Water Infrastructure Maintenance and Service
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the
Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons
who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work,
and shall pay all applicable state sales tax, and shall hold the City, its officials, agents, employees and
volunteers harmless from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work,
and shall indemnify and hold the City harmless from any damage or expense by reason of failure of
performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by
the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force
and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby
waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the
Work.
"Che Surety hereby agrees that modifications and changes may be made in terms and provisions of the
Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be
paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond
without the consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the
default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not
complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its
Finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond,
according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the
Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If
the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its
actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall
PW MAINTENANCE AGREEMENT -49- Rev. 6/2012
- -
- -- _. _.. _..... .. ............
LSM0448622
' pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety
elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph,
prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with
the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall
proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA&M
office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101-2327. The Surety shall not,
interplead prior to completion of the mediation.
DATED thisl8th day of July , 2013 .
CORPORATE SEAL OF PRINCIPAL:
PRNCIPAL
Ev rs s co V. ac Inc.
By isa A. Everson
ame of Person Executing Bond)
Its: President
(Title)
P.O. Box 428
Sumner, WA 98390
(Address)
(253)848-5250
(Phone)
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within
bond; that Lisa A. Everson , who signed the said bond on behalf of the Principal, was President
of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly
signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body.
Secretary of Assistant Secretary
1
I
PW MAINTENANCE AGREEMENT -50- Rev. 6/2012
LSM0448622
CORPORATE SEAL OF SURETY:
SURETY
Contractors Bonding and Insurance Company
By:
Attorney -in -Fact
µC 1��/
(Attach Power of Attorney)
Mark Noma
V
(Name of Person Executing Bond)
SEAL
9
P.O. Box 3967 P.O. Box 9271
Peoria, IL 61612 Seattle, WA 98109
(Address)
(309)692-1000 (800)765-2242
(Phone)
APPROVED AS TO FORM:
Patricia A. Richardson, City Attorney
PW MAINTENANCE AGREEMENT - 51 - Rev. 6/2012
Contractors Bonding and Insurance Company
cb�c P.O. Box 3967 Peoria II.61612-3967
Phone: (3N)692- 1000 Fax: (309)683-1610
Know A11 Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
Bond No. T SM0448622
That the Contractors Bonding and Insurance Company , a corporation organized and existing under the laws of the State of
Washington , and authorized and licensed to do business in all states and the District of Columbia does hereby make,
constitute and appoint: Mark Noma in the City of Seattle , State of
Washington-, as Attorney In Fact , with full power and authority hereby conferred ups him/her to sign,
execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an
amount not to exceed Ten Million and 00/100 Dollars ( $10,000,000.00 1 for any single
obligation, and specifically for the following described bond.
' Principal: Everson's Fcono-Vac, Inc.
Obligee:City of Federal Way
Bond Amount: S 154,253 00
' The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of a
Resolution adopted by the Board of Directors of Contractors, Bonding and Insurance Company , and now in force -to -wit:
11
1
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or
by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the
corporate seal may be printed by facsimile."
ATTEST:
.moi'
Cynthia S. thm Assistant Secretary
Contractors Bonding and Insurance Company
On this 18th day of July 2013 before me, a Notary Public, personaared Roy C. Die
and C=thia S. Dohm , who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as Vice President and Assistant Secretary , respectively, of the said
Contractors Bonding and Insurance Company , and acknowledged said instrument to be the voluntary act and deed of
said corporation.
Bri A -<hick ' Notary Public
Notary Public
State of Washington
BRIAN A. SCHICK
MY COMMISSION EXPIRES
February 9, 2016
A0006104_BrD 2
IN WITNESS WHEREOF, the
Contractors Bonding and Insurance Company
has caused these presents to be executed by
'
its Vice President
with its corporate seal affixed this 18th day of
July , 2013
ATTEST:
.moi'
Cynthia S. thm Assistant Secretary
Contractors Bonding and Insurance Company
On this 18th day of July 2013 before me, a Notary Public, personaared Roy C. Die
and C=thia S. Dohm , who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as Vice President and Assistant Secretary , respectively, of the said
Contractors Bonding and Insurance Company , and acknowledged said instrument to be the voluntary act and deed of
said corporation.
Bri A -<hick ' Notary Public
Notary Public
State of Washington
BRIAN A. SCHICK
MY COMMISSION EXPIRES
February 9, 2016
A0006104_BrD 2
AgPRD,. CERTIFICATE OF LIABILITY INSURANCE Date (MM/DD/YR)
7/19/2013
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 CONSITUTE 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms
and conditions of the policy, certain policies require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of
such endorsement(s). CONTACT
PRODUCER License # 0564249 NAME:
(OR)Heffeman Insurance Brokers PHONE 800-208-6912 AlC,No : 800-215-0147
PO Box 69038 Ext
Portland, OR 97239 EMMAILAIL
ADDRESS:
INSURERS AFFORDING COVERAGE I NAIC #
INSURED
Everson's Econo-Vac, Inc.
Attn: Lisa Everson
P.O. Box 428
Sumner, WA 98390
COVERAGES GtK ( irn A i C mumor-1%. -
INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME ABOVE
FOR THE POLICY PERIOD INDICATED.
THIS IS TO CERTIFY THAT POLICIES OF
ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF
ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
poLlcY EFF Po CY EXP
INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM/D MMIDD
INSR WVD
LIMITS
LTR
EACH OCCURRENCE
$ 1,000,000
GENERAL L LIABILITY
Y 009162190 12/20/2012 12/20/2013
DAMAGE TO RENTED
PREMISES Ea oeartenoe
$ 300,000
% IAL GENERAL LIABILITY
A COMMERCIAL
MED EXP (Any one person)
$ 5,000
CLAIMS -MADE ❑ OCCUR
PERSONAL &ADV
$ 1,000,000
X WASHINGTON STOP GAP $1,000,000
INJURY
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS -COMP/OP$
2,000,000
GEN'L. AGGREGATE LIMIT APPLIES PER
AGG
X POLICY PROJECT LOC
COMBINED SINGLE LIMIT
$ 1,000,000
AUTOMOBILE LIABILITY
(Ea accident)
A X ANY AUTO 009162190 12/20/2012 12/20/2013
Pew) INJURY (Per
$
SCHEDULED
BODILY INJURY (Per
accident)
$
ALL OWNED AUTOS AUTOS
PROPERTY DAMAGE
$
HIRED AUTOS AU T'�'""ED
(Per accident)
EACH OCCURRENCE
$ 2,000,000
UMBRELLA LIAR X OCCUR
CLAIMS
C09162190
12/20/2012
12/20/2013
AGGREGATE
$ 2,000,000
B
X EXCESS LIAB -MADE
DED RETENTION $
WORKERS COMPENSATION
WC U
TORY UMITS
H.
ER
E.L. EACH ACCIDENT
$
AND EMPLOYERS' LIABILITY Y/N
ANY PRORPIER/TOR/PARTNERd9CECUT/VE/
❑
NIA
E.L.EASE - EA
$
OFFICER/MEMBER EXCLUDED?
EMPLOYEE
(Mandatory in N.H.)
E.L. DISEASE - PO CY
$
H yes, describe under DESCRIPTION OF
LIMB
OPERATIONS below
ACORD 107, AddMbnal Remarks Schedule, N mora span Is required)
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach
Re: RFB #13-107, Public Works Contract for Surface Water Infrastructure Maintenance and Service.
City of Federal Way is included as Additional Insured(s) on the General Liability policy per the attached form
CG841612-03. Coverage is
Primary and Non -Contributory.
,...,— . wTrnet
City of Federal Way
33325 8th Ave. S
Federal Way, WA 98003-6325
0/05) The ACORD name and logo are
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH
THE POLICY PROVISIONS.
marks of ACORD
IL 0146 0310 0 Insurance Services Office, Inc., 2010 Pam 1 of 4 13
C09-
516-21-90
ECONO-VAC INC
12%20/12
IL 01460810
WASHINGTON COMMON
POLICY CONDITIONS
All Coverage Parts included in this policy are subject to the
following conditions.
'
Property
The conditions in this endorsement replace any
3. We may cancel the Commercial
Coverage Part and the Capital Assets Program
similar conditions in the policy that are less favorable
(Output Policy) Coverage Part, if made a part
to the insured.
of this policy, by mailing or delivering to the firs
A. Cancellation
Named Insured and the first Named Insured's
1. The first Named Insured shown in the
agent or broker written notice of cancellation at
Declarations may cancel this policy by notifying
least five days before the effective date of
'
us or the insurance producer in one of the
cancellation for any structure where two or
following ways:
more of the following conditions exist:
a. Written notice by mail, fax or amaik
a. Without reasonable explanation, the
'
b. Surrender of the policy or binder, or
structure is unoccupied for more than 60
consecutive days, or at least 66% of the
c. Verbal notice.
rental units are unoccupied for more than
Upon receipt of such notice, we will cancel this
120 consecutive days, unless the structure
policy or any binder issued as evidence of
is maintained for seasonal occupancy or is
coverage, effective on the later of the following:
under construction or repair;
a. The date on which notice is received or the
b. Without reasonable explanation, pry
'
policy or binder is surrendered; or
toward completion of permanent repairs to
b. The date of cancellation requested by the
the sbWure has not occurred within W
first Named Insured.
days after receipt of funds following
satisfactory adjustment or adjudication of
'
2. We may cancel this policy by mailing or
the
loss resulting from a fire;
delivering to the first Named Insured and
s
c. Because of its physical condition. the
Because
first Named Insured's agent or broker written
of cancellation, Including the actual
structure is in danger collapse;
'
notice
reason for the cancellation, to the last mailing
d. Because of its physical condition, a
address known to us, at least:
vacation or demolition order has been
a. 10 days before the effective date of
issued for the structure, or it has been
declared unsafe in accordance with
cancellation if we cancel for nonpayment of
'
premium; or
applicable law'
b. 46 days before the effective date of
e. Fixed and salvageable items have been
removed from the structure, indicating an
'
cancellation if we cancel for any other
intent to vacate the structure:
reason;
except as provided in Paragraphs 3. and 4.
f. Without reasonable explanation, heat,
and electdchy are not
below.
water, sewer
furnished for the structure for 60
'
consecutive days; or
g. The structure is not maintained in
substantial compliance with fire. safety and
'
building codes.
IL 0146 0310 0 Insurance Services Office, Inc., 2010 Pam 1 of 4 13
1. BLANKET ADDITIONAL INSURED (Owners, Lessees Or Contractors)
(Includes a Primary/Non-Contributory provision)
Section 11- Who Is An Insured is amended to include as an insured any person or organization whom
' you are required to name as an additional insured on this policy in a written contract or written
agreement. The written contract or written agreement must be currently in effect or becoming effective
during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal
' and advertising injury."
The insurance provided the additional insured is limited as follows:
A. The person or organization is only an additional insured with respect to liability:
1. Arising out of real property, as described in a written contract or written agreement, that you
own, rent, lease or occupy; or
' 2. Caused by your ongoing operations performed for the additional insured.
The insurance provided the additional insured in 1.A.2. above does not apply to:
' a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and
Advertising Injury Liability or defense coverage under the Supplementary Payments
arising out of an architect's, engineer's or surveyor's rendering of or failure to render any
' professional services including:
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications;
and
(2) Supervisory, inspection, architectural or engineering activities.
b. "Bodily injury" or "property damage" occurring after.
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) that was performed by or on
behalf of the additional insured(s) at the site where the covered operations have been
' completed; or
(2) That portion of 'your work" out of which the injury or damage arises has been put to its
' intended use by any person or organization other than another contractor or
subcontractor engaged in performing operations for a principal as part of the same
project.
' B. The limits of insurance applicable to the additional insured are those specified in a written contract or
written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in
Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and
not in addition to the limits of insurance available under this policy.
' C. The insurance provided the additional insured does not apply to the liability resulting from the sole
negligence of the additional insured.
I�
'
CG 8416 12 43 Includes copyrighted material or ISD Properties, Inc-, with its permission. Page 2 of 9
' E 60r 66
1
D. As respects the coverage provided to the additional insured under this endorsement, Section IV -
Conditions is amended as follows:
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or
' Suit:
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under
' this insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
' c. Agree to make available any other insurance which the additional insured has for a loss we
cover under this Coverage Part.
2. The following is added to Condition 3. Legal Action Against Us:
We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a claim or "suit" from the additional insured.
3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance:
If the additional insured's policy has an Other Insurance provision making its policy excess, and
a Named Insured has agreed in a written contract or written agreement to provide the additional
' insured coverage on a primary and noncontributory basis, this policy shall be primary and we will
not seek contribution from the additional insured's policy for damages we cover.
4. The following is added to Paragraph b., Excess Insurance of Condition 4.Oter Insurance:
Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage
provided hereunder shall be excess over any other valid and collectible insurance available to
' the additional insured whether primary, excess, contingent or on any other basis. In the event an
additional insured has other coverage available for an "occurrence" by virtue of also being an
additional insured on other policies, this insurance is excess over those other policies.
' FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy,
the following applies:
' A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following:
If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do
not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to
' you or temporarily occupied by you with permission of the owner. A separate limit of insurance
applies to this coverage as described in Section III - Limits Of Insurance.
B. Paragraph S. of Section III - Limits Of Insurance is replaced by the following:
S. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit
shown in the Summary of Limits and Charges section of this policy is the most we will pay under
' Coverage A for damages because of "property damage" to premises rented to you or
temporarily occupied by you with the permission of the owner arising out of any one fire,
lightning, "explosion" or sprinkler leakage incident.
7
:G 841612 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 3 of 9
6000
'J
1
J
i�
Til
$, PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION
Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following:
b. Malicious prosecution or abuse of process;
d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a
person or organization or disparages a person's or organization's goods, products or services;
e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right
of privacy;
The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions:
h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but
only if such discrimination or humiliation is:
(1) Not done intentionally by or at the direction of:
(a) An insured; or
(b) Any "executive officer" director, stockholder, partner or member of the insured; and
(2) Not directly or indirectly related to the employment, prospective employment or termination of
employment of any person or persons by any insured.
Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising
Injury Liability are replaced by the following:
b. Material Published With Knowledge Of Falsity
"Personal and advertising injuryarising out of oral, written, televised, videotaped or electronic
publication of material, if done by or at the direction of the insured with knowledge of its falsity;
c. Material Published Prior To Policy Period
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material whose first publication took place before the beginning of the policy period;
6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION)
The General Aggregate limit under Section III Limits Of Insurance applies separately to each of your
"locations" owned by or rented to you or temporarily occupied by you with the permission of the owner.
Location means premises involving the same or connecting lots, or premises whose connection is
interrupted only by a street, roadway, waterway or right-of-way of a railroad.
7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
' The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your
projects away from premises owned by or rented to you.
r
CG 8411612 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 6 of 9
E 00400
13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
' We have the right to recover our payments from anyone liable for an injury covered by this policy. We
will not enforce our right against any person or organization for whom you perform work under a written
' contract that requires you to obtain this agreement from us.
This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement.
14. MEDICAL PAYMENTS
If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this
policy shall be the greater of:
' A. $10,000; or
B. The amount shown in the Declarations.
' 15. BROAD NAMED INSURED
Paragraph 2.a.(1)(d) of Section 11- Who Is An Insured is replaced by the following:
(d) Arising out of his or her providing or failing to provide professional health care services. However,
t this exclusion does not apply to nurses, emergency medical technicians or paramedics who are
employed by you to provide medical or paramedical services to your employees.
' 16. BROADENED MOBILE EQUIPMENT
Paragraph 12.f.(1) of Section V - Definitions is replaced by the following:
(1) Equipment designed primarily for:
' (a) Snow removal;
(b) Road maintenance, but not construction or resurfacing; or
' (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or greater,
17. INCIDENTAL MALPRACTICE LIABILITY
' Paragraph 3. of Section V - Definitions is replaced by the following:
3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sustained
by a person, including mental anguish or death resulting from any of these at any time.
' The following is added to Section V - Definitions:
23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to
render medical or paramedical services to persons by any physician, dentist, nurse, emergency
' medical technician or paramedic who is employed by you to provide such services to your
employees, provided you are not engaged in the business or occupation of providing any
services referred to in this definition.
' 18. NON -OWNED AIRCRAFT
The following is added to Subparagraph g. of 2., Exclusions of Section I - Coverage A Bodily Injury
' And Property Damage Liability.
(6) An aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any insured.
C
' CG 8416 12 03 Indudes copyrighted material of ISO Properties. Inc.. with its permission. Page 8 of 9
E 607 00
F
Page 1 of 17
�it'vil�l�-'a�a
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
1 5/21/2013
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$40.83
5D
1 H
King
Boilermakers
Journey Level
$62.34
5N
1C
King
Brick Mason
Brick And Block Finisher
$42.21
5A
1M
King
Brick Mason
Journey Level
$49.07
5A
1M
King
Brick Mason
Pointer -Caulker -Cleaner
$49.07
5A
1M
King
Building, Service Employees
Janitor
$19.98
5S
2F
King
Building Service Employees
Traveling Waxer/shampooer
$20.39
5S
2F
King
Building Service Emyloyees
Window Cleaner (Scaffold)
$24.52
5S
2F
King
Building Service Employees
Window Cleaner(non-scaffold)
$23.66
5S
ZF
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker$49.57
5D
im
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$49.57
5D
1M
King
Carpenters
Carpenter
$49.57
5D
1M .
King
Carpenters
Carpenters on Stationary Tools
$49.70
5D
1M
King
Carpenters
Creosoted Material
$49.67
5D
1M
King
Carpenters
Floor Finisher
$49.57
5D
1M
King
Carpenters
Floor Layer
$49.57
5D
1M
King
Carpenters
Scaffold Erector
$49.57
5D
1M
King
Cement Masons
Journey Level
$50.13
7A
1M
King
Divers £t Tenders
Diver
$100.28
5D
1M
BA
King
Divers Ft Tenders
Diver On Standby
$56.68
5D
1 M
King
Divers Et Tenders.
Diver Tender
$52.23
5D
1M
King
Divers Et Tenders
Surface Rcv it Rov Operator
$52.23
5D
1M
King
Divers Et Tenders
Surface Rcv & Rov Operator
Tender
$48.67
5A
1B
King
Dredee Workers
Assistant Engineer
$51.07
5D
3G
King
Dredge Workers
Assistant Mate(deckhand)
$50.56
5D
M
I htts:Hfortress.wa. ov/lni/wa elooku / rvW .as x 5/21/2013
p g g p p agelookup p
Page 2 of 17 1
King
Dredge Workers
Boatmen
$51.07
5D
3G
King
Dredge Workers
Engineer Welder
$51.12
5D
3G
King
Dredge Workers
Leverman, Hydraulic
$52.69
5D
3G
King
Dredge Workers
Maintenance
$50.81
5D
3G
King
Dredge Workers
Mates
$51.07
5D
3G
King
Dredge Workers
Oiler
$50.69
5D
3G
King
Drywall Applicator
Journey Level
$49.74
5D
1H
King
Drywall Tapers
Journey Level
$49.79
5P
1 E
King
Electrical Fixture Maintenance
Journey Level
$25.34
5L
1 E
Workers
King
Electricians - Inside
Cable Splicer
$64.24
7C
2W
King
Electricians - Inside
Cable Splicer (tunnel)
$69.07
7C
2W
King
Electricians - Inside
Certified Welder
$62.04
7C
2W
King
Electricians - Inside
Certified Welder (tunnel)
$66.65
7C
2W
King
Electricians - Inside
Construction Stock Person
$34.19
7C
2W
King
Electricians - Inside
Journey Level
$59.85
7C
2W
King
Electricians - Inside
Journey Level (tunnel)
$64.24
7C
2W
King
Electricians - Motor Shop
Craftsman
$15.37
1
King
Electricians Motor Shop
Journey Level
$14.69
1
King
Electricians - Powerline
Construction
Cable Splicer
$64.95
5A
4A
King
Electricians - Powerline
Construction
Certified Line Welder
$59.37
5A
4A
King
Electricians - Powerline.
Construction
Groundperson
$42.16
5A
4A
King
Electricians - Powerline
Construction
Head Groundperson
$44.50
5A
4A
King
Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$59.37
5A
4A
King
Electricians - Powerline
Construction
Jackhammer Operator
$44.50
5A
4A
King
Electricians - Powerline
Construction
Journey Level Lineperson
$59.37
5A
4A
King
Electricians - Powerline
Construction
Line Equipment Operator
$49.95
5A
4A
King
Electricians - Powerline
Construction
Pole Sprayer
$59.37
5A
4A
King
Electricians - Powertine
Construction
Powderperson
$44.50
5A
4A
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$77.70
7D
4A
King
Elevator Constructors
Mechanic In Charge
$84.24
7D
4A
King
Fabricated Precast Concrete
All Classifications - In -Factory
Work Only
$14.60
5B
2K
Products
King
Fence Erectors
Fence Erector
$15.18
1
King
Fla ers
Journey Level
$34.61
7A
2Y
King
Glaziers
Journey Level
$52.76
7L
1Y
u
fl
11
1
Cl
https://fortress.wa.gov/lm/wagelookup/ rvWa elookup aspx 5/21/2013 1
1
1
1
�l
L.�
LI
t
Page 3 of 17
King
Heat it Frost Insulators And
Journeyman
$56.93
5J
1S
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$68.52
7F
1E
King
Hod Carriers 8 Mason Tenders
Journey Level
$42.11
7A
2Y
King
Industrial Power Vacuum
Cleaner
Journey Level
$9.24
1
King
Inland Boatmen
Boat Operator
$52.32
5B
1 K
King
Inland Boatmen
Cook
$48.89
5B
1K
King
Inland Boatmen
Deckhand
$48.96
5B
IK
King
Inland Boatmen
Deckhand Engineer
$49.95
5B
IK
King
Inland Boatmen
Launch Operator
$51.16
5B
IK
King
Inland Boatmen
Mate
$51.16
5B
IK
King
Inspection / Cleaning /Seating _0
Cleaner Operator, Foamer'
Operator
$31.49
1
Sewer & Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$11.48
1
Sewer Ft Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
Sewer It Water Systems By
Remote Control
King
Inspection/Cleaning/Seating Of
Technician
$19.33
1
Sewer &t Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$20.45
1
Sewer it Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$49.57
5D
1M
King
Ironworkers
Journeyman
$59.02
7N
10
King
Laborers
_ _
Air, Gas Or Electric Vibrating
Screed
$40.83
7A
2Y
King
Laborers
Airtrac Drill Operator
$42.11
7A
2Y
King
Laborers
Ballast Regular Machine
$40.83
7A
2Y
King
Laborers
Batch Weighman
$34.61
7A
2Y
King
Laborers
Brick Pavers
$40.83
7A
2Y
King
Laborers
Brush Cutter
$40.83
7A
2Y
King
Laborers
Brush Hog Feeder
$40.83
7A
2Y
King
Laborers
Burner
$40.83
7A
2Y
King
Laborers
Caisson Worker
$42.11
7A
2Y
King
Laborers
Carpenter Tender
$40.83
7A
2Y
King
Laborers
Caulker
$40.83
7A
2Y
King
Laborers
Cement Dumper -paving
$41.59
7A
2Y
King
Laborers
Cement Finisher Tender
$40.83
7A
ZY
King
Laborers
Change House Or Dry Shack
$40.83
7A
2Y
King
Laborers
Chipping Gun (under 30 Lbs.)
$40.83
7A
2Y
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$41.59
7A
2Y
I htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g pP g P P
Page 4 of 17 '
King
Laborers
Choker Setter
$40.83
7A
2Y
King
Laborers
Chuck Tender
$40.83
7A
2Y
King
Laborers
Clary Power Spreader
$41.59
7A
2Y
King
Laborers
Clean-up Laborer
$40.83
7A
2Y
King
Laborers
Concrete Dumper/chute
Operator
$41.59
7A
2Y
King
Laborers
Concrete Form Stripper
$40.83
7A
2Y
King
Laborers
Concrete Placement Crew
$41.59
7A
2Y
King
Laborers
Concrete Saw Operator/core
Driller
$41.59
7A
2Y
King
Laborers
Crusher Feeder
$34.61
7A
2Y
King
Laborers
Curing Laborer
$40.83
7A
2Y
King
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$40.83
7A
2Y
King
Laborers
Ditch Digger
$40.83
7A
2Y
King
Laborers
Diver
$42.11
7A
2Y
King
Laborers
Drill Operator
(hydraulic, diamond)
$41.59
7A
2Y
King
Laborers
Dry Stack Walls
$40.83
7A
2Y
King
Laborers
Dump Person
$40.83
7A
2Y
King
Laborers
Epoxy Technician
$40.83
7A
2Y
King
Laborers
Erosion Control Worker
$40.83
7A
2Y
King
Laborers
Faller £t Bucker Chain Saw
$41.591
7A
2Y
King
Laborers
Fine Graders
$40.83
7A
2Y
King
Laborers
Firewatch
$34.61
7A
2Y
King
Laborers
Form Setter
$40.83
7A
2Y
King
Laborers
Gabian Basket Builders
$40.83
7A
2Y
King
Laborers
General Laborer
$40.83
7A
King
Laborers
Grade Checker Ft Transit
Person
$42.11
7A
2Y
King
Laborers
Grinders
$40.83
7A
2Y
King
Laborers
Grout Machine Tender
$40.83
7A
2Y
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$41.59
7A
2Y
King
Laborers
Guardrail Erector
$40.83
7A
2Y
King
Laborers
Hazardous Waste Worker (level
A)
$42.11
7A
2Y
King
Laborers
Hazardous Waste Worker (level
B)
$41.59
7A
2Y
King
Laborers
Hazardous Waste Worker (level
C)
$40.83
7A
2Y
King
Laborers
High Scaler
$42.11
7A
2Y
King
Laborers
Jackhammer
$41.59
7A
2Y
King
Laborers
Laserbeam Operator
$41.59
7A
2Y
King
Laborers
Maintenance Person
$40.83
7A
2Y
King
Laborers
IManhote Builder-mudman
$41.59
7A
2Y
1
1
1
1
https.//fortress.wa.gov/lni/wagelookup/ rvWageto kup aspx 5/21/20131
1
1
1
1
r.
1
11
Page 5 of 17
King
Laborers
Material Yard Person
$40.83
7A
2Y
King
Laborers
Motorman -dinky Locomotive
$41.59
7A
2Y
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air £t Water On Concrete int
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$41.59
7A
2Y
King
Laborers
Pavement Breaker
$41.59
7A
2Y
King
Laborers
Pilot Car
$34.61
7A
2Y
King
Laborers
Pipe Layer Lead
$42.11
7A
2Y
King
Laborers
Pipe Layer/tailor
$41.59
7A
2Y
King
Laborers
Pipe Pot Tender
$41.59
7A
2Y
King
Laborers
Pipe Reliner
$41.59
7A
2Y
King
Laborers
Pipe Wrapper
$41.59
7A
2Y
King
Laborers
Pot Tender
$40.83
7A
2Y
King
Laborers
Powderman
$42.11
7A
2Y
King
Laborers
Powderman's Helper
$40.83
7A
2Y
King
Laborers
Power Jacks
$41.59
7A
King
Laborers
Railroad Spike Puller - Power
$41.59
7A
2Y
King
Laborers
Raker - Asphalt
$42.11
7A
2Y
King
Laborers
Re-timberman$42.11
7A
King
Laborers
Remote Equipment Operator
$41.59
7A
2Y
King
Laborers
Rigger/signal Person
$41.59
7A
2Y
King
Laborers
Rip Rap Person
$40.83
7A
2Y
King
Laborers
Rivet Buster
$41.59
7A
2Y
King
Laborers
Rodder
$41.59
7A
2Y
King
Laborers
Scaffold Erector
$40.83
7A
UY
King
Laborers
Scale Person
$40.83
7A
2Y
King
Laborers
Sloper (over 20")
$41.59
7A
2Y
King
Laborers
Sloper Sprayer
$40.83
7A
2Y
King
Laborers
Spreader (concrete)
$41.59
7A
2Y
King
Laborers
Stake Hopper
$40.83
7A
2Y
King
Laborers
Stock Piter
$40.83
7A
2Y
King
LaborersTamper
Et Similar Electric, Air
Et Gas Operated Tools
$41.59
7A
2Y
King
Laborers_
Tamper (multiple Et Self-
propelled)
$41.59
7A
2Y
King
Laborers
Timber Person - Sewer (tagger,
Shorer Et Cribber)
$41.59
7A
2Y
King
Laborers
Toolroom Person (at Jobsite)
$40.83
7A
2Y
King
Laborers
Topper
$40.83
7A
2Y
King
Laborers
Track Laborer
$40.83
7A
2Y
King
Laborers
Track Liner (power)
$41.59
7A
2Y
King
Laborers
Traffic Control Laborer
$37.01
7A
2Y
1R
King
Laborers
Traffic Control Supervisor
$37.01
7A
2Y
8R
https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21/2013
Page 6 of 17 1
King
Laborers
Truck Spotter
$40.83
7A
2Y
King
Laborers
Tugger Operator
$41.59
7A
2Y
King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$55.89
7A
2Y
?4
King
Laborers
Tunnel Work -Compressed Air
Worker 30.01-44.00 psi
$60.92
7A
2Y
88
King
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
$64.60
7A
2Y
8D
King
Laborers
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$70.30
7A
2Y
80
King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$72.42
7A
2Y
88
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$77.52
7A
2Y
80
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$79.42
7A
2Y
King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$81.42
7A
1H
M
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$83.42
7A
1H
80
King
Laborers
Tunnel Work-Guage and Lock
Tender
$42.21
7A
2Y
80
King
Laborers
Tunnel Work -Miner
$42.21
7A
2Y
King
Laborers
Vibrator
$41.59
7A
2Y
King
Laborers
Vinyl Seamer
$40.83
7A
2Y
King
Laborers
Watchman
$31.46
7A
2Y
King
Laborers
Welder
$41.59
7A
2Y
King
Laborers
Well Point Laborer
$41.59
7A
2Y
King
Laborers
Window Washer/cleaner
$31.46
7A
2Y
King
Laborers - Underground Sewer
General Laborer a Topman
$40.83
7A
2Y
Et Water
King
Laborers .- Underground Sewer
Pipe Layer
$41.59
7A
2Y
It Water
King
_
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Lathers
Journey Level
$49.74
5D
1H
King
Marble Setters
Journey Level
$49.07
5A
1M
King
Metaf Fabrication (in Shop)
Fitter
$15.86
1
King
Metal Fabrication)In Shop)
Laborer
$9.78
1
King
Metal Fabrication {fi Shop)
Machine Operator
$13.04
1
King
Metal Fabrication (!n Shop)
Painter
$11.10
1
King
Metal Fabrication in Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$50.67
5D
1M
King IModular
Buildings
Cabinet Assembly
$11.56
1
/ w / w / ry 1
https./ fortress. a.gov lni/ agelookup p Wagelookup.aspx 5/21/2013
1
1
P_�
1
1
Page 7 of 17
King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$9.40
1
King
Modular Buildings
Toot Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$36.53
6Z
2B
King
Pite Driver
Journey Level
$49.82
5D
iffi-
King
Plasterers
Journey Level
$48.23
Zq
1 R
King
Playground £t Park Equipment
Journey Level
$9.19
1
Installers
King
Plumbers & Pipefitters
Journey Level
$71.69
6Z
King
Power Equipment Operators
Asphalt Plant Operators
$51.89
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$48.62
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$51.40
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$51.40
7A
XC
8P
King
Power Equipment Operators
Bobcat
$48.62
7A
3C
8P
King
Power Eq uipment Operators
Brokk - Remote Demolition
Equipment
$48.62
7A
3C
13P
King
Power Equipment Operators
Brooms
$48.62
7A
3C
1E
King
Power Equipment Operators
Bump Cutter
$51.40
7A
3C
8P
King
Power Equipment Operators
Cableways
$51.89
7A
3C
8P
King
Power Equipment Operators
Chipper
$51.40
7A
3C
8P
King
Power Equipment Operators
Compressor
$48.62
7A
3C
8P
King
Power Lqgiprnerjt Operators
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$51.89
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$48.62
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$50.98
7A
XC
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$51.40
7A
3C
8P
King
Power Equipment Operators
Conveyors
$50.98
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$51.40
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$52.44
7A
3C
8P
King
Power.,Eguipment Operators
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$53.01
7A
3C
8P
King
Power_Equi omen t Operators
Cranes: 45 Tons Through 99
$51.89
7A
3C
8P
htts:Hfortress.wa. ov/lni/wa elo k /
p g g o up/prvWagelookup.aspx 5 21/2013
Page 8 of 17 1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21 /20131
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$48.62
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction 100 Tons
Through 199 Tons
$53.01
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction Over 200 Tons
$53.57
7A
3C
8P
King
Power Equipment Operators
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$53.57
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$50.98
7A
3C
8P
King
Power Equipment Operators
Crusher
$51.40
7A
3C
8P
King
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$51.40
7A
3C
8P
��
King
Power Equipment Operators
Derricks, On Building Work
$51.89
7A
3C
8P
King
Power Equipment Operators
Dozers D-9 it Under
$50.98
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$50.98
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$51.401
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$48.62
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco &t Similar Equipment
$51.40
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$50.98
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$48.62
7A
3C
8P
King
Power _Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$51.40
7A
3C
8P
King
Power Equipment Operators
Gradechecker/stakeman
$48.62
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$51.40
7A
3C
8P
King
Power Equipment Operators
_
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. 8 Over
$51.89
7A
3C
8P
King
Power Eq iipment Operators
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$51.40
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Locator
$50.98
7A
3C
8P
King
Power Equipment 0 erators
Horizontal/directional Drill
Operator
$51.40
7A
3C
8P
King
Power fuipment Operators
Hydralifts/boom Trucks Over
10 Tons
$50.98
7A
3C
8P
King
Power Euipmerit Operators
Hydralifts/boom Trucks, 10
Tons And Under
$48.62
7A
3C
8P
King
Power. Equi�nient Operators
Loader, Overhead 8 Yards. Et
Over
$52.44
7A
3C8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21 /20131
L
1
1
1
1
t
1
1
Page 9 of 17
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$51.89
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$51.40
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$51.40
7A
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$50.98
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$51.40
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$51.40
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$52.44
7A
3C
8P
King
Power Equipment Operators
Mixers: Asphalt Plant
$51.40
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$50.98
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders, Finishing
$51.89
7A
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$51.89
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.62
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$50.98
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$51.40
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$52.44
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$51.89
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$48.62
7A
3C
8P
King
Rower-Eglgipment Operators
Pile Driver (other Than Crane
Mount)
$51.40
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$50.98
7A
3C
8P
King
Power Equipment 0 erators
Posthole Digger, Mechanical
$48.62
7A
3C
8P
King
Power -Equipment Operators
Power Plant
$48.62
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$48.62
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$51.89
7A
3C
8P
King
Power E_Quipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$48.62
7A
3C
8P
King
Power E uipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$51.89
7A
3C
8P
King
Power Equa_pment Operators
Rigger And Bellman$48.62
7A
3C
8P
King
Power Equipment Operators
Rollagon
$51.89
7A
3C
8P
King
Power Equipment. Operators
Roller, Other Than Plant Mix
$48.62
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$50.98
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto -grinder 1
$51.401
7A I
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21/2013
Page 10 of 17 1
King
Power Equipment Operators
Saws - Concrete
$50.98
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$51.40
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry Alt
$50.98
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$51.89
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$50.98
7A
3C
3P
King
Power Equipment Operators
Shotcrete/gunite Equipment
$48.62
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$50.98
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$51.89
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.40
7A
3C
8P
King
Power Equi,)ment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$52.44
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.01
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$51.89
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$51.89
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$51.40
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$50.98
7A
3C
8P
King
Power.,Equipment Operators
Tower Crane Over 175'in
Height, Base To Boom
$53.01
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$52.44
7A
3C
8P
King
Power Equipment 0 er{� ators
Transporters, Alt Track Or
Truck Type
$51.89
7A
3C
813
King
Power Equipment Operators
Trenching Machines
$50.98
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$51.40
7A
3C
8P
King
Power. Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$50.98
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
$51.40
7A
3C
813
King
Power Equipment Operators
Welder
$51.89
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farman Type
$48.62
7A
3C
8P
King
Power Eguipment OLerators
Yo Yo Pay Dozer
$51.40
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$51.89
7A
3C
813
Underground Sewer & Water
King
#?ower__Eg.,ujp.ment._Op_erators-
Assistant Engineer
$48.62
7A
3C
8P
Underground Sewer is Water
King
Power._E. uipment Operators-
Barrier Machine (zipper)
$51.40
7A
3C
8P
Underground Sewer S: Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$51.40
7A
3C
8P
Underground Sewer Et Water
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21/2013
Page 11 of 17
King
Power Equipment Operators-
Bobcat
$48.62
7A
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment 0-12_erators-
Brooms
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$51.89
7A
3C
P
Underground Sewer Et Water
King
Power EguiDment Operators-
Chipper
$51.40
7A
3C
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$48.62
7A
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$51.89
7A
3C
EP
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Conveyors
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment 0 ep rators-
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$53.01
7A
3C
8P
Underground Sewer Et Water
King
Power E ui menu Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Cranes: Friction 100 Tons
Through 199 Tons
$53.01
7A
3C
8P
Underground Sewer Et Water
King
Power Eguioment Operators-
Cranes: Friction Over 200 Tons
$53.57
7A
3C
8P
Underground Sewer Et Water
King
ower Equipment Operators-
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$53.57
7A
3C
BPP
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
$50.98
7A
3C
8P
Under round_Sewer. Et Water
I htt s:Hfortr .wa. ov/lni/wa elooku / rvWa elooku .as x
p ess g g p p g p p
5/21/2013
Page 12 of 17 1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21/2013
1
1
1
1
C
1
1
Tons
King
Power Equipment Operators-
Crusher
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$51.40
7A
3C
8P
Underground Sewer ft Water
King
Power Equipment Operators-
Derricks, On Building Work
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D-9 Et Under
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$48.62
7A
3C
8P
Underground Sewer ft Water
King
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecke'r/stakeman
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$51.40
7A
3C
8P
Underground Sewer ft Water.
King
Power E uq ipment_Operators-
Horizontal/directional Drill
Locator
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
Operator
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators:
Loader, Overhead 8 Yards. Et
Over
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Eauipment Operators-
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment_Operators-
Loaders, Overhead Under 6
Yards
$51.40
7A
3C
8P
Undereround Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$51.40
7A
3C
8P
Underground Sewer 6t Water
King
Power Eguiprnent Operators-
Loaders: Elevating Type Belt
$50.98
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21/2013
1
1
1
1
C
1
1
1
1
Page 13 of 17
' htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, Alt (leadmen -
$0.50 Per Hour Over Mechanic)
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mixers: Asphalt Plant
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Graders, Finishing
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mote, Tunnel
Drill, Boring, Road Header
And/or Shield
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.62
7A
3C
8P
Under round Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers, strato
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pavement Breaker
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$51.40
7A
3C
BEP
Underground Sewer Et Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$50.98
7A
E
8P
Underground Sewer Et Water
King
Power EgUipment Operators-
Posthole Digger, Mechanical
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power_EggjDment ODerators-
Power Plant
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$48.62
7A
3C
$P
Underground Sewer Et Water
King
Power Equipment Operators-.
Quad 9, Hd 41, D10 And Over
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Quick Tower - No Cab, Under
Feet In Height Based To
Boom
$48.62
7A
3C
8P
Underground Sewer Et Water100
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$51.89
7A
3C
8P
Underground Sewer Et Water
_.e-..___..._._
King
Power Equipment Operators-
Rigger And Bellman
$48.62
7A
3C
8P
Underground Sewer Et. Water
King
Power Equipment Operators
Rollagon
$51.89
7A I
3C
8P
' htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Page 14 of 17 1
htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
p g g pp g P p
1
1
1
fl
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto -mill, Roto -grinder
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/gunite Equipment
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment ,Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.01
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment ODerators-
Slipform Pavers
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power_Euipment Operators-
Spreader, Topsider 8t
Screedman
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power.Fguiament Operators-.
Subgrader Trimmer
$51.40
7A
3C
3P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$50.98
7A
3C
8P
Underground Sewer Er Water
King
Power Equipment Operators-
Tower Crane Over 175'in
Height, Base To Boom
$53.01
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$52.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-.
Transporters, All Track Or
Truck Type
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$50.98
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Egu
Truck Crane Oiler/driver Under
$50.98
7A
3C
8P
htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
p g g pp g P p
1
1
1
fl
1
1
1
0
J
1
Page 15 of 17
htts://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Underground Sewer Et Water
100 Tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$51.89
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$48.62
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$51.40
7A
3C
8P
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$42.91
5A
4A
Trimmers
King
Power Line Clearance Tree
Spray Person
$40.73
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$41.29
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$38.38
5A
4A
Trimmers
King
Power Line Clearance Tree
Trimmers
Tree Trimmer Groundperson
$28.95
5A
4A
King
Refrigeration Et Air
Conditioning Mechanics
Journey Level
$70.46
6Z
1G
King
Residential Brick Mason
Journey Level
$49.07
5A
M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
King
Residential Drywall Applicators
Journey Level
$38.60
5D
1M
King
Residential Drywall Tapers
Journey Level
$49.79
5P
1E
King
Residential Electricians
JOURNEY LEVEL
$30.44
1
King
Residential Glaziers
Journey Level
$35.10
7L
1H
King
Residential Insulation
Applicators
Journey Level
$26.28
1
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers Et
Pipefitters
Journey Level
$34.69
1
King
Residential Refrigeration Et Air
Journey Level
$70.46
6Z
1 ,
Conditioning Mechanics
King
Residential Sheet Metal
Workers
Journey Level (Field or Shop)
$41.30
7F
111
King
Residential Soft Floor Layers
Journey Level
$41.78
5A
3D
King
Residential Sprinkler Fitters
Journey Level
$40.81
5C
211
(Fire Protection)
King
Residential Stone Masons
Journey Level
$49.07
5A
1M
King
Residential Terrazzo Workers
Journey Level
$45.43
5A
1M
King
Residential. Terrazzo/Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$43.901
5A
1R
htts://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Page 16 of 17 '
King
Roofers
Using Irritable Bituminous
Materials
$46.90
5A
1 R
King
Sheet Metal Workers
Journey Level (Field or Shop)
$68.52
7F
1E
King
Shipbuilding Et Ship Repair
Boilermaker
$39.66
7M
1H
King
Shipbuilding Et Ship Repair
Carpenter
$38.24
70
3B
King
Shipbuilding &Ship Repair
Electrician
$37.82
70
3B
King
Shipbuilding EtShip Repair
Heat Et Frost Insulator
$56.93
5J
15
King
Shipbuilding &Ship Repair
Laborer
$36.78
70
3B
King
Shipbuilding Et Ship Repair
Machinist
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Operator
$40.15
70
3B
King
Shipbuilding Et Ship Repair
Painter
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Pipefitter
$37.77
70
3B
King
Shipbuilding Et Ship Repair
Rigger
$37.76
70
3B
King
Shipbuilding Et Ship Repair
Sandblaster
$36.78
70
3B
King
Shipbuilding Et Ship Rgg&
Sheet Metal
$37.74
70
3B
King
Shipbuilding Et Ship Repair
Shipfitter
$37.76
70
3B
King
Shipbuilding Et Ship Repair
Trucker
$37.61
70
3B
King
Shipbuilding Et Ship Repair
Warehouse
$37.65
70
3B
King
Shipbuild1hg Et Ship -Re pair
Welder/Burner
$37.76
70
3B
King
Sign Makers Et Installers
(Electrical)
Sign Installer
$22.92
1
King
Sign Makers Et Installers
(Electrical)
Sign Maker
$21.36
1
King
Sign Makers Et Installers_(Non:
Sign Installer
$27.28
1
Electrical)
King
Sign Makers Et Installers Non-
Sign Maker
$33.25
1
Electrical
King
Soft Floor Layers
Journey Level
$41.78
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Protection)
Journey Level
$69.59
5C
1X
King
Stage Rigging, Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$49.07
5A
1M
King
Street And Parking Lot
Sweeper Workers
Journey Level
$19.09
1
KingSurveyors
Assistant Construction Site
Surveyor
$50.98
7A
3C
8P
King
Surveyors
Chainman
$50.461
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$51.89
7A
3C
8P
King
Telecommunication
Technicians
Journey Level
$22.76
1
King
Telephone.Line Construction -
Cable Splicer$35.09
5A
2B
Outside
King
Tiephone Line Construction -
Hole Digger/Ground Person
$19.22
5A
2B
Outside
King
Telephone Line Construction -
Installer (Repairer)
$33.63
5A
2B
1
1
11
1
n
1
1
htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
I
P g g PP g P P
ra
1
i
1
�1
1
1
1
Page 17 of 17
htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Outside
King
Telephone Line_ Construction -
Special Aparatus Installer 1
$35.09
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$34.37
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
(Heavy)
$35.09
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
(Light)
$32.62
5A
2B
Outside
King
Telephone Line Construction -
Telephone Lineperson
$32.62
5A
2B
Outside
King
Telephone Line Construction -
Television Groundperson
$18.65
5A
2B
Outside
King
Telephone Line Construction -
Television Lineperson/Installer
$24.66
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
$29.42
5A
2B
Outside
King
Telephone Line Construction -
Television Technician
$26.43
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$32.95
5A
2B
Outside
King
Terrazzo Workers
Journey Level
$45.43
5A
1M
King
Tile Setters
Journey Level
$21.65
1
King
Tile, Marble Et Terrazzo
Finishers
Finisher
$37.76
5A
1B
King
Traffic Control Stripers
Journey Level
$41.53
7A
1K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$47.91
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$47.07
5D
3A
8L
King
Truck Drivers
Dump Truck ft Trailer
$47.91
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$47.07
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$47.91
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers £t Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers ft Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers 8: Irrigation Pump
___
Well Driller
$18.00
1
Installers
htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 5/21/2013
P g g PP g P P
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
r 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
on Sundays and holidays shall be paid at double the hourly rate of wage.
' C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
' D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the
hourly rate of wage.
' G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a
four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess
of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or
equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
' hours worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be
' paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
1
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of
wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on
Saturday shall be paid at double the hourly rate of wage.
P.
All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q.
The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (1 0)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half
times the hourly rate of wage.
,
R.
All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S.
The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
t
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other
overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
U.
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
'
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the '
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be
paid at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on
Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours
Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls
on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the '
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 ,
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during
the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10
workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours
and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
1
11
1
1
�II
11
1
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the
holiday pay. All hours worked in excess of eight (8) hours on .holidays shall be paid at double the hourly rate of
wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,
ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten
shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one
and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on
holidays shall be paid at double the hourly rate of wage.
Y. All hours worked on Saturdays (except for make-up days) shall be paid at one and one-half times the hourly rate of
wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and
holidays shall be paid at double the hourly rate of wage.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four
ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the
normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over
twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall
be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall
receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole
discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees
regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at
an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee
has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
3. B. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on
Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours
Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of
wage.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
,
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
,
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shalt be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
D. All hours worked between 6:00 pm Monday through 6:00 am Saturday, shall be paid at an overtime rate of 15%
over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half
times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of
wage.
'
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
'
G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when ,
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, , and
all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12)
in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at
double the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all ,
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8)
hours or more.
4. ALL HOURS WORKED IN EXCESS OF EIGHT 8 HOURS PER DAY OR FORTY 40 HOURS P ,
O ( ) PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly ,
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
Holiday Codes
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after '
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, '
the Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and ,
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, '
And Christmas (6).
6. A
E
G.
1H.
5.
I.
1
1
J.
K.
L.
N.
i
P.
Q.
'
R.
'
S.
T.
6. A
E
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)•
Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8).
Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,.One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).
Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7).
Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9)•
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
Holiday Codes Continued
Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, The Friday After Thanksgiving Day, And Christmas Day (8).
Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day
On Christmas Eve Day. (9 1/2).
Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas
Eve Day (11).
Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
5
G.
1H.
i
1
1
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)•
Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8).
Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,.One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).
Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7).
Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9)•
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
Holiday Codes Continued
Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, The Friday After Thanksgiving Day, And Christmas Day (8).
Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day
On Christmas Eve Day. (9 1/2).
Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas
Eve Day (11).
Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
5
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, ,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day,
And Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the '
holiday.
Holiday Codes Continued
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And ,
Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be
Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding
Friday shall be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and '
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the ,
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
C
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
D.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving
'
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
'
E.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
,
Friday.
F.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
'
G.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H.
Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day,
,
Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas
Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
1.
Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls
on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall
'
be observed as a holiday on the preceding Friday.
'
6
C
'. Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
' (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
' on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
' Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day
1 After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a
holiday on the preceding Friday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,
' the preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
' after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be
observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be
considered a holiday and compensated accordingly.
' S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After
Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed
holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
' accordingly.
Note Codes
' 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' 42.00 per Foot for Each Foot Over 50 Feet
' Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet
Over 150' To 220'-$4.00 per Foot for Each Foot Over 150 Feet
Over 220'-$5.00 per Foot for Each Foot Over 220 Feet
1
Benefit Code Key — Effective 3-3-2013 thru 8-30-2013
C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet
Over 150' To 200' 42.00 per Foot for Each Foot Over 150 Feet
Over 200' -Divers May Name Their Own Price
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, And Class D Suit $0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance
and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle,
and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective
on or after August 31, 2012.
Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on
or after August 3 I, 2012.
T. Effective August 3 1, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all
temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card
issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after
August 31, 2012.
8
' EXHIBIT "F"
MAPPING OF STRUCTURES IDENTIFIED FOR CLEANING
DIGITAL MAPS ARE AVIALBLE FROM THE CITY OF FEDERAL WAY - CONTACT PAUL HELLER
AT (253) 835-2754 OR BY EMAIL AT PAUL.HELLER@CITYOFFEDERALWAY.COM
11
1
L
r,
1
I
PW MAINTENANCE AGREEMENT -54- Rev. 6/2012
CITY OF � P N o j ��,�
Federal Way
STORM CLEANING DAILY LOG
AG #
DATE / / OPERATOR ASSIST MAP GRID #
' START TIME AM / PM END TIME AM / PM WEATHER CONDITIONS
START ROAD START CB ID # END ROAD END CB ID # _
- PLEASE PRINT ALL NUMBERS LEGIBLY -
CLEANED TYPE 1 CB #
CLEANED TYPE 2 MH #
' INSPECTION NOTES:
' HOURLY JET RODDING HOURLY RD/TANK CLEANING AND TV CAM
FROM BASIN # To BASIN # TIME FROM CB/MH # To CB/MH # TIME
' TOTAL RDITANK LABOR HOURS
TOTAL LABOR HOURS TOTAL TV CAMERA LABOR HOURS
TODAY'S MATERIALS DISPOSAL:
DECANT- GALLONS SOLIDS - TONS
' LOCATION: LOCATION:
' C:\Users\DarleneLAppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\XRD3W7SQ\RFB #13-107 Appendix A STORM CLEANING DAILY LOG.doc