Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-001 - Action Services 2
RETURN TO: PW ADMIN EXT: 2700 ID#: 3 J b a +. 3 „i /fly
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM�(h
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ S1&rG►,G(_ V4 )4eiZ-�✓ �
2. ORIGINATING STAFF PERSON: L-✓LSG.- r\U.✓ (O`^' EXT: t`S- 3. DATE REQ.BY: M2.
3. TYPE OF DOCUMENT(CHECK ONE):
....ca.ABONTRACTOR SELECTION DOCUMENT(E 4135 RFP,RFQ)
rJBLIC WORKS CONTRACT , ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
/❑ PROFESSIONAL SERVICE AGREEMENT iss��YIAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT /' ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
o CONTRACT AMENDMENT(AG#): o INTERLOCAL
o OTHER ��/ 1 /�,� 1 ��j,� c- n`
4. PROJECT NAME: oZO(l'�D 2-0 .�tn r'.-Ee_ VXa7te /-1 CS(4.4 1 iz i off► ✓��� a i
ry <
n e..�. I r+,j-r.Ls4,-r. ..�
.441c_ .
5. NAME OF CONTRACTOR: . -
ADDRESS: .11 %C ? _ ' 9:jla_
LIP•r TELEPHONE:
E-MAIL: b6Erb4,1ra- '1 Q,C.}1vj�� �VI/� FAX: �p -
SIGNATURE NAME' TITLE: �I�sri�Q�Yl4L
6. EXHIBITS AND ATTACHMENTS J -SCOPE,WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# 1 b'`0-005 BL,EXP. 12/31/ / g. UBI# /j()( (1-0,2eci� ,EXP.7 .5/ /L i
7. TERM: COMMENCEMENT DATE: (�'tSl II '
✓ L L 3 COMPLETION DATE: e..._ 51 1 2i Zo
8. TOTAL COMPENSATION:$ 15I 5sci r OD (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) 1
REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES 0 NO IF YES,$ PAID BY: 0 CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: C�pn� � // I c RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED
7URCHASING: PLEASE CHARGE TO:O"�-'C 'LLL I aC di-ed...1 ree0 � `4 y il
9.✓✓✓✓✓✓DVVVVVVOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INI IAL/DATE APPROVED
❑ PROJECT MANAGER t� �
VISION MANAGER 1r1�/ g'"l5j "1$ / 111 3i/j y ,Jr) 1b(3.f/y
DEPUTY DIRECTOR
"rrDIRECTOR �/" q 1 13113 ���Q
o RISK MANAGEMENT (IF APPLICABLE) D' //� I/,!�./ �'., 1 18
/e�,AW DEPT &g/g-e//6 ® 'Wi/l q Y�"' If��1
10. COUNCIL APPROVAL(IF APPLICABLE)^,, cA S HEDULED COMMITTEE DATE: -7 (-2-(i COMMI EE APPROVAL DATE: -7( t 1 1 PS
WV" l '`
, , Wim! SCHEDULED COUNNCI ATE: ll-c { V COUNCIL APPROVAL DATE: /1--ao -1 g
11. CONTRACT SIGNATURE ROUTING
1 1 l 0 DATE REC'D: /c2l(,v 1/ LQ
ENT TO VENDOR/CONTRACTOR DATE SENT: 1
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LIC NSES,EXHIBITS
REATE 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
� /
SIGNATORY(MAYOR OR DIRLeTrJ ) ` 7.IRMI��
CITY CLERK u_ I i
ASSIGNED AG# AG• i Q kk
- - DATE SENT: $ �.
RETURN.913E ORIGIN:,
E ELUTE " ORIGINALS ' t( C. 11 01-"��' _59 l 'G/'I;
V" • T-1-Q
. , G.-4 J -a-.1-- vN Y,-d 4- 4 Ire—Lig;eAdJ/ s 6 c-cf -- /c kr,—,,Ac INId r�C�
I_ .'_ S t E� WGV`L 1,,,,,--.1 v I"t..n�1�y (t �- d ®� 'h 0-3 Y'e,VA •
,S2 --- 53 aw.ovecK 4ot"nQ 1atmv le �ow, Sd. W.
1/2018
J
4‘,
CITY or
iii....
Federal Way
INTEROFFICE MEMORANDUM
DATE: December 18, 2018
TO: Kristin Trivelas, Accounting Manager
VIA: EJ Walsh, P.E., Public Works Directorill 2'4'-'`------
John Hutton, Parks Director%?;
FROM: Theresa Thurlow, P.E., Surface Water Managerp '
RE: 2019/2020 SWM Vactor Services Contract, AG 19-001 Account information for associated Purchase
Order
The SWM Vactor Services Contract provides services primarily to SWM but also to Parks. During the
course of the contract, it is expected that Parks will utilize $16,000 of the contract amount.
As such, please divide the purchase order to pull from the following accounts:
SWM: 401-3100-640-542-45-480 in the amount of $202,592.00
Parks: 001-7100-331-576-80-480 in the amount of $ 4,000.00
001-7100-336-576-84-480 in the amount of $ 4,000.00
505-1100-331-576-30-480 in the amount of $ 4,000.00
505-1100-331-576-80-480 in the amount of $ 4,000.00
For a total of $218592.00
With their initials above, each Department Director acknowledges these items are included within their
2019/2020 budgets. SWM invoices will pull from the above account and Parks will indicate on their
invoices which account to pull from.
Please contact me with any questions.
Thank you "\" jt.)(____1_,...,_______
Theresa �_��t
City of Federal Way Public Works Department
1
ICITY OF
Federal Way
•
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
1
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance
I
' RFB # 18-011
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003
1 Mailing Address:
City of Federal Way
' Public Works Department
PO Box 9718
Federal Way, WA 98063-9718
ORIGINAL CONTRACT #1 OF 3
CITY CLERK
1
1
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
1
2019/2020 Surface Water Management (SWM)
' Vactor Services and Drainage Infrastructure Maintenance
RFB # 18-011
I
Bids Accepted Until 3:00 p.m., October 17, 2018
Bids Opened 3:10 p.m., October 17, 2018
AT:
City F Federal ty ofede al W ay
I Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
I Public Works Department SWM Division
CITY OF FEDERAL WAY, WASHINGTON
1 `
1
1
1 City of Federal Way RFB # 18-011
II 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 2 [2018]
RFB ver. 5-18
I TABLE OF CONTENTS
' PAGE
PUBLIC NOTICE — REQUEST FOR BIDS 4
IBIDDER'S CHECKLIST 7
ISECTION 1: INSTRUCTIONS TO BIDDERS 10
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 19
INO BID RESPONSE FORM (Attachment A) 26
' BID FORM (Attachment B) 27
BID SCHEDULE (Attachment C) 29
IBID SIGNATURE PAGE (Attachment D) 31
BID BOND FORM (Attachment E) 32
SUBCONTRACTOR LIST (Attachment F) 33
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 34
ICONTRACTOR'S COMPLIANCE STATEMENT(Attachment H) 37
CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I) 38
PUBLIC WORKS MAINTENANCE AGREEMENT(Attachment 3) 39
(With Exhibits A-F and Appendixes as attached)
Exhibit A Services
Exhibit B Compensation
Exhibit C Performance/Payment/Retainage Bond
Exhibit D Insurance Certificate
Exhibit E Prevailing Wages
Exhibit F Title VI Assurances
IExhibit G Sample Mapping of Assets Identified for Cleaning
IAPPENDIX A: STORM CLEANING DAILY LOG EXAMPLE
111
I
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 3 [2018]
RFB ver. 5-18
I
ICITY OF FEDERAL WAY
REQUEST FOR BIDS
1 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance RFB # 18-011
ISUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids
I through October 17, 2018, 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.
IBID OPENING:
All bids will be opened and read publicly aloud at 3:10 p.m. on Wednesday, October 17, 2018,
1 at Hylebos Conference Room, 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.
IDESCRIPTION OF WORK:
The City seeks the services of a skilled independent contractor ("Contractor") capable of
I working without direct supervision to perform "on-call" and emergency vacuum/jet rodding
and hydro-excavating services on City storm drain systems and related work as further
described in the 2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
1 Infrastructure Maintenance Agreement ("Agreement," attached hereto as Attachment J and
incorporated by this reference). Work will occur within the street right-of-way ("ROW"), City
owned property, or drainage easements. Typical structures to be maintained and/or serviced
Iare catch basins, also known as CBs (Type I, Type 1L, and Type II), manholes (MH), vaults,
oil/water separators, drainage pipes, and culverts. It will be necessary to enter confined
spaces to clean and/or perform visual inspections of certain pipes and structures. The work
shall be performed as needed by the City. Typical work hours are 7:00 a.m. to 5:00 p.m.,
Monday through Friday. The City anticipates repetitive assignments throughout the year. The
I 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. For emergency services, the
City will require a maximum two hour response time from time of notification and priority over
Iother non-contract customers.
For non-emergency work, the City will provide the Contractor notification of work and a .pdf
Ifile listing of the areas to be cleaned. The City will identify to the Contractor which catch
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 4 [2018]
IRFB ver. 5-18
' basins within each year's annual circuit are to be cleaned no later than January 30th of the
service year. 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 Contractor shall complete all annual circuit cleaning of that year's catch basins
within 90 working days of receipt of the .pdf files listing areas to be cleaned.
Approximate quantity of catch basins cleaned per year, based on previous five year
' average, is 2,188 Type I or 1L, and 500 Type II or Manhole (48" or greater). All
other "on-call" work shall be performed within the response times previously
1 stated.
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. Any questions concerning the description of the work contained in the contract
' documents must be directed to Theresa Thurlow, SWM Division Manager, by email at
theresa.thurlow@cityoffederalway.com, or by letter addressed to Theresa Thurlow, SWM
Division Manager, Public Works Department. The questions must be received by the City on or
' before October 10, 2018, to allow a written reply to reach all prospective Bidders before the
submission of their bids.
BIDDING DOCUMENTS:
Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is
Iprovided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on
"Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides Bidders
with fully usable online documents with the ability to: download, view, print, order full/partial plan sets
from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that
rBidders "Register" in order to receive automatic e-mail notification of future addenda and to place
themselves on the "Self-Registered Bidders List." Bidders that do not register will not be automatically
notified of addenda and will need to periodically check the on-line plan for addenda issued on this
Iproject. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance
with access or registration.
I An informational copy of plans, specifications, and addenda are also available for viewing only at the
Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington.
' 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
1 against on the grounds of race, color, national origin, or sex in consideration for an award. The City
' City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 5 [2018]
RFB ver. 5-18.
encourages minority and women-owned firms to submit bids consistent with the City's policy to ensure
that such firms are afforded the maximum practicable opportunity to compete for and obtain public
i
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 as soon as the Contract and all required associated documents are executed in full.
Regardless of the date of award, or Notice to Proceed, the Contractor must complete all work
under this project by December 31, 2020.
RESERVATION OF RIGHTS:
I 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
Ithereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the 18th day of September, 2018.
' Dates of Publication:
�. Tacoma News Tribune: September 21, 2018
September 28, 2018
' Daily Journal of Commerce: September 21, 2018
September 28, 2018
' Federal Way Mirror: September 21, 2018
September 28, 2018
' City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 6 [2018]
RFB ver. 5-18
BIDDER'S CHECKLIST
I The bidder's attention is especially called to the following forms, which must be executed in
full as required and submitted as part of the bid. Failure to comply shall result in rejection of
any bid not so complying.
El Bid Form (Attachment B)
IThe 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.
iil I
❑ Bid Signature Page (Attachment D)
IThe Bid Signature Page shall be filled in and fully executed by the bidder.
Bid Bond Form (Attachment E)
IL]
This form is to be executed bythe bidder and the suretycompany unless a certified check is
p Y
submitted with the bid. The amount of this bond or certified check shall not be less than five
Ipercent (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 fullyexecuted bythe bidder.
P
❑ CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I)
This form must be filled in and fully executed by the bidder.
II
❑ Contractor's Certificate of Registration
•
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 7 [2018]
RFB ver. 5-18
' 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.
1
I
I
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 8 [2018]
RFB ver. 5-18
' SUCCESSFUL BIDDER'S CHECKLIST
' 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 7)
The successful bidder will fully execute and deliver to the City the Public Works Maintenance
' Agreement for2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
Infrastructure Maintenance ("Contract") from these Bid Documents.
' ❑ 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.
1
' City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 9 [2018]
RFB ver. 5-18
' 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 October 17, 2018, to the Purchasing
t Office of the City of Federal Way (the "City"), located on the second floor of City Hall, 33325
Eighth Avenue S, Federal Way, Washington, 98003, or received by US Mail at City of Federal
Way, Purchasing Office, PO Box 9718, Federal Way, Washington 98063-9718 and will be
publicly opened and read aloud in City Hall Council Chambers on October 17, 2018, 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
I 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
I 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
Ireserves 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 .
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 10 [2018]
RFB ver. 5-18
1
' 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.
1-5 Modification of Bid
I
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.
I1-6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely that
1 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
Iprovided 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
Iwith 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
I service locations(s) as required. Bidders shall become familiar with and verify any
111
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
1 documents and no oral communications will be binding upon the City. Any questions
concerning the description of the work contained in the contract documents must be directed
to Theresa Thurlow, SWM Division Manager, by email at
Itheresa.thurlow@cityoffederalway.com, or by letter addressed to Theresa Thurlow, SWM
Division Manager, Public Works Department. The questions must be received by the City on or
before Wednesday October 10, 2018 to allow a written reply to reach all prospective Bidders
before the submission of their 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
I
practical to all parties to whom the bid documents have been issued. All such addenda shall
become part of the bid.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 11 [2018]
RFB ver. 5-18
1
' 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
I 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 the apparent low
I bidder, will only be permitted if the error made and the intended bid price can be determined
solely from the bid documents.
I1-10 Postponement of Bid Opening
IThe 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 1-11 Rejection of Bids
I 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
I 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
Iwork 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.
I 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.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 12 [2018]
' RFB ver. 5-18
1-12 Alterations to Documents Prohibited
I 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
Itelephonic 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.
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 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
Idetermine whether the bid is in compliance with the bid terms and documents and responsive
to the requested work.
B. Responsibility —The Citywill consider all the material submitted bythe bidder, and other evidence it
I P tY
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 responsible bidder:
I 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;
If applicable:
i. 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;
c. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3).
d. Within a three-year period immediately preceding the date of the bid solicitation, the bidder
' shall not be a willful violator, as defined in RCW 49.48.082, of any provision of Chapters
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 13 [2018]
' RFB ver. 5-18
I
49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued bythe Department of Labor and Industries or through a civil judgment
9 J 9
Ientered by a court of limited or general jurisdiction.
2. Supplemental Bidder Responsibility Criteria
I 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
I 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."
IC. The bidder shall have evidence that it is able to begin and complete the work,
and complete it in a timely fashion.
d. Companies must have been a business at least three years with no interruption.
I e. Companies must be licensed to do business within Washington State and the City
of Federal Way.
f. Companies must have provided equivalent services to at least two other public
I g.
agencies within the past two years.
Companies must be able to provide all equipment, materials, and labor necessary
to complete assigned tasks.
h. Equipment must be five (5) years or newer.
Ii. Vacuum truck driver/operator must possess a valid CDL class"A"license.
I3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph
(B) (2) above, the apparent low bidder must submit the following 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 notarized statement certifying the company has been a
business for at least three years with no interruption.
Ib. The bidder shall submit a list of two other public agencies or jurisdictions for
which equivalent services have been completed within the previous two years
and include for each project the following information; the name of the
I agency/jurisdiction, the name, telephone number, and email address of contract
manager or administrator for the contracted services the awarded contract
amount; the final contract amount; a description of the scope of the project and
I 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;
I 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, contract
I amendments, and close-out.
c. The bidder shall submit a list, if any, of claims filed against the retainage,
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 14 [2018]
9
I
RFB ver. 5-18
payment, or performance bond for any of the contracted services with a public
agency; a written explanation of the circumstances surrounding each claim and
' the ultimate resolution of the claim.
d. The bidder shall submit an equipment inventory list which includes the
equipment make/model, model year, year purchased, date last serviced, and
1 mileage. Equipment to be used under the 2019/2020 Surface Water Management
(SWM) Vactor Services and Drainage Infrastructure Maintenance must be five (5)
years or newer.
' e. 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) (1) and (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
I 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.
IThe 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
I 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.
• 1-15 Procedures When Only One Bid is Received
IIn 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.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 15 [2018]
' RFB ver. 5-18
C. Attachment C— Bid Schedule.
' D. Attachment D— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply)
G. Attachment G—
ac ent Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
I. Attachment I— Contractor Certification — Wage Law Compliance.
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 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.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 16 [2018]
' RFB ver. 5-18
I1-18 Bid Security
I 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
Icheck 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
q ), 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
I 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
I 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.
IThe 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.
I1-19 Performance/Payment Bond
The bidder to whom the City has awarded this Contract will remove the Performance/Payment
' Bond (Exhibit C) attached to the Public Works Contract 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
I 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 State of Washington, published by the Office of the
Insurance Commissioner. The scope of the Performance/Payment Bond (Exhibit G) shall in no
Iway affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification"
of the Public Works Contract.
' 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
I 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
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 17 [2018]
RFB ver. 5-18
1
Isubmit a performance bond complying with the requirements of this 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. Anyactual or prospective bidder, includingsub-contractors and suppliers showinga
P p PP
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
' PO Box 9718
Federal Way, Washington 98063-9718
' Attention: Bid Protest - 2019/2020 Surface Water Management (SWM) Vactor
Services and Drainage Infrastructure Maintenance RFB # 18-011
' 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 City
Manager 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 City Manager or his or her
designee. If the decision is appealed, then the subsequent determination of the City
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 18 [2018]
RFB ver. 5-18
' Manager or his or her designee shall issue within five (5) days of the City Manager'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.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
I2-1 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
IThomas, SWM Maintenance Supervisor. Questions by the Contractor regarding interpretation
of the terms, provisions and requirements of this contract shall be addressed to Theresa
Thurlow, SWM Division Manager, for response.
2-2 Proof of Compliance pace with Contract
IIn 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.
I2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the Contractor
I 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, 2019/2020 Surface Water Management
(SWM) Vactor Services and Drainage Infrastructure Maintenance Contract, General Contractual
ITerms and Conditions, Contractor's Compliance Statement, Combined Affidavit and
Certification Form, Technical Specifications, Addenda and Contract Amendments. The contract
documents are intended to be complementary so that what is required by any one of them
I
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.
El City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 19 [2018]
RFB ver. 5-18
I
2-4 r Charges to Contractor
o
' 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.
2-5 Contract Amendments
1
The City may, at any time, without notice to the sureties, by written order designated or
' indicated to be a contract amendment, 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
I 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
1 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 contract amendment 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
Ianalysis for the claims as the City may require to determine if the claims and costs have merit.
No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
111 after final payment under this contract.
2-6 Work and Materials Omitted
' The Contractor shall, when directed in writingbythe Ci omit work, services and materials to
City,
be furnished under the contract and the value of the omitted work and materials will be
Udeducted 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 contract amendment
adjusting the price and the delivery schedule.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 20 [2018]
RFB ver. 5-18
1
' 2-7 Washington State Sales Tax
I The Contractor shall make payment directly to the State for all applicable Washington State
111
sales taxes and all other governmental taxes, assessments and charges.
I 2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will be
trejected by the City.
2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
I 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
I 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.
' 2-10 No Waiver of Warranties and Contract Rights
IConducting 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
IThe 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,
I equipment or service provided under this contract. Neither the Contractor nor the City shall
111
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
Iparty. This contract shall be binding upon and inure to the benefit of the successors of the
parties.
I2-12 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and construed
I
according to the laws of the State of Washington including, but not limited to, the Uniform
Commercial Code, Title 62A RCW. Any suit arising here from shall be brought in King County
Superior Court, which shall have sole and exclusive jurisdiction and venue.
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 21 [2018]
IRFB ver. 5-18
I2-13 Hazardous Chemical Communication
I 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
Iproduct(s) to the specified delivery sites.
Include the following information in the MSDS:
1
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.
A statement as to the intended use of the product.
IC.
2-14 Delivery and Liquidated Damages
ITime 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
Idamages 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.
I2-15 Force Majeure
IThe 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
Ienemy, 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
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 22 [2018]
RFB ver. 5-18
III
where it is legally permissible, determine that it is in the public interest that it not be so owned
or available.
IThe 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.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
I 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.
IAll 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
Isubcontract for the work on the project.
2-17 Patents and Royalties
The costs involved in license fees, royalties or in defendingclaims for anypatented invention,
article, process or method that may be used in or connected with the work under this contract
Ior 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 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,
I furnish acceptable proof of a proper release of the City, its officers, agents and employees
from all such fees or claims.
IShould 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
Iother 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.
I2-18 Disputes, Claims and Appeals
I 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
Iclaim. The Purchasing Coordinator will ordinarily respond to the Contractor in writing with a
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 23 [2018]
' RFB ver. 5-18
' 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
Idecision, appeal the determination or decision in writing to the City. Manager. Such written
notice or appeal shall include all documents and other information necessary to substantiate
the appeal. The City Manager 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 City Manager shall be a condition
precedent to litigation hereunder.
I All claims, counterclaims, disputes and other matters inquestion between the Cityand the
p
Contractor that are not resolved between the Purchasing Coordinator and the Contractor will
I 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
IWashington.
IPending 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
Iclaim shall operate as a release of that claim and a presumption of prejudice to the City.
2-19 Recycled Products
•
11 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
Iof 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
Irecycled 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,
Iincluding 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
I City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 24 [2018]
' RFB ver. 5-18
-OM
Ibidder'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
t
I
1
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 25 [2018]
RFB ver. 5-18
Attachment A
NO BID RESPONSE FORM
IWhen submitting a "No Bid," mail this completed form to Federal Way Purchasing, PO Box
9718, Federal Way, Washington 98063-9718. Be sure the form is in a sealed envelope with the
Ili
I 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.
IBid Number: RFB No. 18-011
Bid Title: 2019/2020 Surface Water Management (SWM) Vactor Services and
' Drainage Infrastructure Maintenance
I ❑ Cannot comply with specifications.
ID 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.
IFirm m Name.
Address: Phone:
ISignature Date
IName (Type or Print) Title
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 26 [2018]
RFB ver. 5-18
Attachment B
BID FORM
CITY OF FEDERAL WAY
The City seeks the services of a skilled independent contractor ("Contractor') capable of
working without direct supervision to perform "on-call" and emergency vacuum/jet rodding
and hydro-excavating services on City storm drain systems and related work as further
described in the 2019/2020 Surface Water Management (SWM) Vector Services and Drainage
Infrastructure Maintenance Agreement Work will occur within the street right-of-way (ROW),
City owned property or drainage easements.
BID FORM
Bidder: ion Services Corporation Date:October 17,2018
20Box4339,Bremerton,..WA 98312
ITEM BID AMOUNT
TOTAL BID AMOUNT $ 218,592.00
(including Washington State sales tax, all
other government taxes, assessments and
charges)
To City Council Members
City of Federal Way
33325 8th Ave South
PO Box 9718
Federal Way, Washington 98063-9718
Pursuant to and in compliance with your advertisement for bids for 2019/2020 Surface Water
Management (SWM)Vactor Services and Drainage Infrastructure Maintenance services and
other documents relating thereto, the undersigned has carefully examined all of the bid and
contract documents as the premises and conditions affecting the delivery, supply and
maintenance of the2019/2020 Surface Water Management (SWM) Vector Services and
Drainage Infrastructure Maintenance contract, 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, inclusive of Washington State 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
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 27 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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 the2019/2020 Surface Water Management (SWM) Vactor
Services and Drainage Infrastructure 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 Ten thousand,nine hundred,thirty&no/100 Dollars ($ 10,930.00
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. Date Issued:
Addendum No. Date Issued:
Addendum No. Date Issued:
Corpoaration Action Services Corporation
Corporation/Radusersitiptdoslivickni Firm Name
(Delete Two)
601 402 893
Bidder's State License No. Signa re
601 402 893/759173-00-4 President
Bidder's State Tax No. Title
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
Vector Services and Drainage Infrastructure Maintenance Page 28 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
Bidder: Action Services Corporation Date: October 17,2018
PO Box 4339, Bremerton,WA 98312
Note: Unit price(including sales tax)for all items, all extensions, and total amount of bid
must be shown. All entries must be written or entered in ink Show unit price in words and
decimal numbers, and where conflict occurs, the written or typed words shall prevail. Actual
quantities required may vary from approximate quantity, For purposes of bidding this
contract, the approximate quantity is based on the average of work performed annually under
the current vactor and maintenance services contract.
ITE APPROX UNITS ITEM WITH UNIT PRICE BID UNIT EXTEND
M QUANTIT (Unit price to be Written In Words) PRICE ED
NO Y/YR PRICE
Cleaning of Type I or 1L Storm Catch Basin
1 2,188 EA $Per Each
Thirty-three dollars&95/100 33.95 74,282
Cleaning of Type II Storm Catch Basin or
2 500 EA Manhole(48" Dia. or greater)
$ Per Each
Forty-four dollars&50/100 44.50 22,250
Cleaning of Underground Retention/Detention
3 100 HR Facilities
$ Per Hour
One hundred,eighty&00/100 180.00 18,000
Jet Rodding/Pipe Cleaning/Culvert Cleaning
4 167 HR $Per Hour
One hundred,eighty-five&00/100 185,00 30,895
Hydro-excavating
5 24 HR $Per Hour
One hudred,eighty-five&00/100 185.00 4,440
Emergency Caliout
6 10 HR $Per Hour
One hundred, ninety-four&00/100 194.00 1,940
Disposal of Vacuumed Solids/Spoils
7 187 TNm ee
Ninetypnratetteueirmitlees and all other costs) 93.50 17,485
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 29 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
$ Per Ton
Disposal of Liquid Decant
8 131,000 GAL (including permit fees and all other costs)
$ Per Gallon
.30/100 cents .30 39,300
9 REIMBURSEABLE DISPOSAL of Hazardous
Liquids/Solids/Spoils/or Hazardous Material* $10,000 $10,000
Reimbursable expense not to exceed $10,000
TOTAL BID AMOUNT
(Incl ding Washington State sales tax,all other
government taxes,assessments and charges)
$218,592
* Although it is not the intent of this contract to collect and dispose of any hazardous
liquid/solids/spoils/or hazardous material, the City acknowledges that Contractor could
encounter hazardous waste or materials during catch basin cleaning work and a reimbursable
account, not to exceed $10,000 is included within this contract.
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page.30 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
AttachmentD
BID SIGNATURE PAGE
Date: October 17, 2018
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services
pursuant to the2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
Infrastructure Maintenance and comply with all other terms and conditions of the contract and
bid documents of RFB 18-011.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (S%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or
corporation.
Corporation Action Services Corporation
Corporation/ Company
(Delete Two)
By: �_ !r►_��_'
(Signa. e)
Tonv D Sandefur
(Printed Name)
Its: President
(Title)
PO Box 4339
Bremerton, WA 98312
(Address)
360-373-4265
(Telephone Number)
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 31 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
1
Attachment E
IBID BOND FORM
I Herewith find deposit in the form of a certified check, cashier's check, cash, or:bid bond in the
amount of$ , which amount is not less than five percent (5%) of the total bid.
I BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Action Services Corporation , as
I Principal, and Nationwide Mutual Insurance Company , asSurety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of
5%0 of the bid proposal and /100 dollars ($ 5% ), for the payment of which the
Principal and the Surety bond themselves, their heirs and executors, administrators,
I successors and assigns,jointly and severally, by these presents.
I The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
I 2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
Infrastructure Maintenance
1 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 withthe
terms of said proposal or bid and award and shall give bond for the faithful performance
I 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
I force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and
liquidated damages, the amount of this bond.
I SIGNED, SEALED AND DATED THIS 17th DAY OF October , 20 18,
Action Services Corporation
i By' Principal `oi.CP '
Nationwide M tual Insura, -- ompany .\\ ,*+ . �,,. ,,t�4,
' i re / 'f L.Faure'Attorney in fact f �" 4 Su
ate: October 17 `20 ip , A> ti
l Received return of deposit in the sum of$ i aS
,
'� \4'
,i ,o,1
ICity of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage infrastructure Maintenance Page 32 12018/
RFB ver. 5=18
Power of Attorney
tKNOW ALL MEN BY THESE PRESENTS THAT
Nat onwide Mutual Insurance Company an Ohio corporation AMCO insurance Company,an Iowa corporation
I Nat oral Casualty Company,an Ohio corporation Allied Property and Casualty Insurance Company,an owa corporation
hereinafter referred to severally as the'Company"and collectively as"the Companies'does hereby make,constitute and appoint:
MARY L.FAURE
I
TACOMA WA
each in their individual capacity,its true and lawful attomey-in•fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and
I
undertakings,and other obligatory instruments of similar nature,in pens ties not exceeding the sum of
THREE MILLION AND NO/100 DOLLARS S 3,000,000.00
and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company,and all acts
I of said Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-In-fact of the Company,
and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings.
recognizances,transfers,contracts of indemnity,policies.contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other
writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or
authority,provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any
I of said documents on behalf of the Company,"
'RESOLVED FURTHER,that such attorneys-In-fact shall have full power and authority to execute and deliver any and all such documents and to bind the
Company subject to the terms and limitations of the power of attorney Issued to them,and to affix the seal of the Company thereto;provided,however,that
said seal shall not be necessary for the validity of any such documents-"
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Eacacutian oUnetnaments,Any vice president,any assistant secretary or any assistant treasurer shad have the power and authority to sign or attest all
approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of
I the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or
stamped on any approved document,contract,instrument,or other papers of the Company.
IN WITNESS WHEREOF,the Company has caused this instrument to sealed nd duly attested by the signature of ifs officer the 15th day o1
February , 2017 � _
Antonio C.Albanese, Vice President of Nationwide Mutual Insurance Company, National
N ` e ▪ +A Casualty Company,AMCO Insurance Company.Allied Property and Casualty Insurance Company
I T d►�a
• !SEAL • SEAL),1 ACKNOWLEDGMENT
-.,
g 0 STATE OF NEW YORK,COUNTY OF NEW YORK:ss
I �;s I ,a��+• 4' On this 16th day of February , 2017 ,before me came the above-named officer for the
Company aforesaid,to me personally known to be the officer described in and who executed the
.� preceding instrument,and he acknowledged the execution of the same,and being by me duly
�,CaS�yty .►�v?w!r!lk.� sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed
1 d � w '',,,,�,, + hereto is the corporate seal of said Company,and the said corporate seal and his signature were
l t : i /�j ! duly affixed and subscribed to said Instrument the authority and direction of said Company.
�� �+�++'►+'I.1 BARRY T BASS'S ` �Q �/
SPA * :.� Notary Public,Stale of New York r� 1 Y
rr sW V%iii ;i4A+• No.026M656400
r roe o" 111111610* Quaffed in New York County Notary Pubic
I
Commission Expires April 30,2018 My Corturtlasion ExcitantCERTIFICATE Aum 30,2019
t,Parag H.Shah,Assistant Secretary of the Company,do hereby certify that the foregoing is a lull,true and correct copy of the original power of attorney issued
by the Company;that the resolution included therein is a treerliritf LrbN%,, : script from the minutes of the meetings of the boards of directors and the same has
I not been revoked or amended in any manner;that said•ititor'i 13I -•on the date of the execution of the foregoing power of attorney the duly elected
officer of the Company,and the corporate seal and his siiina'tute as• - my affixed and subscribed to the said instrument by the authority of said board
of directors;and the foregoing power of attorney isifit,In full force and elf ' '
"' 17th
IN WITNESS WHEREOF,I have hereunto substJb d my fear aspsaj rani Mary,and affixed the corpora -d Company this day of
IOctober , 2018 w e v y .
This power of attorney expires:April 30, 20.19=-_, 4
rn . ,�` Assistant Secretary
IBIN 1(01-17)00 s t/,., �. ��s."
30770 �. �,;:u1
I
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
Infrastructure Maintenance
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 identify 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 ROW, 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 WMBE QUALIFIED?
NAME (Y/N)
N/A
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 33 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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)
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
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 34 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
If 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
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 exclusion, 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 RCVV 50.12.070(1)(b), RCW
51.16.070(1)(3), or RON 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 Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit of Eligibility, and Certification of Lawful Employment.
2019/2020 Surface Water Management (SWM) Vactor Services and Drainage Infrastructure
Maintenance
Name of Bidder's Firm
ACTION SERVICES CORPORATION
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 35 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
Sig atyre-o •orized Representative of Bidder
Subscribed and sworn to before me this 17th day of October , 2018.
`""t •••Acii,v"��i,�--
Barbara Acuna
• • •• - (printed/typed name of notary)
•
:NOTARY PUBLIC : = Notary Public in and for the State of Washington
COMM.EXPIRES = My commission expires: _September 10, 2020
•• SEPT 10 2020
•
---°1/.17' •••••••••'(�����
FcWASNitsgsmini1 �`�%
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 36 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date: October 17, 2018
This statement relates to a proposal contract with the Cityof Federal Waynamed
P P
2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
Infrastructure Maintenance
I am the undersigned bidder or prospective contractor. I represent that:
I ❑x have, ❑ 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.
Art-ion SPrvi rPs Cnrporati on
Name of Bidder
Signature—
Its: President
Title
PO Box 4339
Bremerton, WA 98312
Address
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 37 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment I
Contractor Certification
Wage Law Compliance—Responsibility Criteria
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE
WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the
firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined
by a final and binding citation and notice of assessment issued by the Washington State Department of
Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to
have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52
RCW within three (3) years prior to the date of the Request for Bids.
Bidder Name: Action Services Corporation
Name of Contractor/Bidder-Print Full Legal Entity Name of Firm
` ---4 ..11110101.11k—
•
Tony D Sandefur
Signature of horized Person "` Print Name of Person Making Certifications for Firm
Title: President Place: Bremerton, WA
Title of Person Signing Certificate Print City and State Where Signed
Date: October 17, 2018
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 38 [2018]
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
' 6. CITY OF CITY HALL
33325 8th Avenue South
, ., ,,, Federal Way Federal Way.WA 98003-6325
(253) 835-7000
I
w'w cit con}
Attachment.?
IPUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2019/2020 Surface Water Management (SWM) Vactor Services and Drainage
IInfrastructure Maintenance
This Public Works Maintenance Agreement ("Agreement") is made between the City of Federal Way, a
I
Washington municipal corporation ("City"), and Action Services Corporation, a "Washington
corporation"or ("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:
IACTION SERVICES CORPORATION: CITY OF FEDERAL WAY:
I Tony D. Sandefur, President Ryan Thomas, SWM Maintenance Supervisor
Action Services Corporation 33325 8th Ave. S.
P.O.Box 4339 Federal Way, WA 98003-6325
I Bremerton, WA 98312 (253) 253-835-2755 (telephone)
360-373-4265 (253) 253-835-2709 (facsimile)
Barbara@getactionservices.com ryan.thomas@cityoffederalway.com
I
The Parties agree as follows:
I
1. TERM. The term of this Agreement shall commence upon the effective date of this Agreement,
9 P
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, 2020 ("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
I
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.
I
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
I 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
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 39 [2018]
RFB ver. 5-18
CITY OF CITY HALL
33325 8th Avenue South
Federal Nay Federal Way.WA 98003-6325
(253) 835-7000
' www cityoffederalway Com
(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 one
(1) year from the date such correction is completed and accepted by the City. The Contractor shall
I 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
I 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.
I4. COMPENSATION.
4.1 Amount. In return for the Work, the City shall pay the Contractor an amount not to
I 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 the "Unit Price"charged by it for
its services contracted for herein shall remain locked at the "Bid Price" 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, any hourly labor charge rate for such personnel, and
the original receipt/trip ticket for all solids/soil and liquid disposal. 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
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 40 [2018]
RFB ver. 5-18
CITY OF CITY HALL
33325 8th Avenue South
.1. ...,„ Federal Way Federal Way.WA 98003-6325
' (253)835-7000
wwwv crtyoffederalway corn
the Work has been performed and within thirty (30) days after receipt and approval by the appropriate
City representative of the voucher or invoice. If the Work does not meet the requirements of this
IAgreement, 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.
1 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
Ireserves 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, materials or services from other sources, and Contractor shall be liable
I
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
I complete this Agreement with other sources, from any and all amounts due or to become due the
Contractor.
I 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
1 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.
I 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
1 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,
I
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 filed 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
g
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,
I 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,
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 41 [2018]
RFB ver. 5-18
I CITY OF CITY HALL
33325 8th Avenue South
00.,...,,, Fed era I Way Federal Way.WA 98003-6325
(253) 835-7000
www cityoffederaiway corn
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
Idamages 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
1 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
Iwork 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
I 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
I payable to or by any third party 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.
I
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-
I 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,
I 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.
I5.4 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.
1 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,
I 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:
I6.1. 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,
I 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 $2,000,000 general
I aggregate.
b. Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 42 [2018]
RFB ver. 5-18
CITY OF CITY HALL
33325 8th Avenue South
Federal e ra l Way
Federal Way.WA 98003-6325
'�... (253) 835-7000
www cityoffederaiway corn
c. Automobile liabilityinsurance coveringall owned, non-owned, hired and leased
vehicles with a minimum combined single limits in the minimum amounts required to drive under
9 q
Washington State law per accident for bodily injury, including personal injury or death, and property
damage.
Ili 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
pY
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.
6.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement.
7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance
of this Agreement shall be considered confidential to applicable laws. Breach of confidentiality
9 subjectPP
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
9
which sufficiently and properly reflect all direct and indirect costs related to the performance of the
I 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,
Ithe State Auditor, or other governmental officials authorized by law to monitor this Agreement.
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 43 [2018]
RFB ver. 5-18
I
CITY OF CITY HALL
33325 8th Avenue South
iiih.
. . e era I Way Federal Way WA 98003-6325
(253) 835-7000
wwwc(tyoffederatway c0m
10. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS.
I10.1 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
1 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
I 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
I 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
I 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
I 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
I 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, at its
own expense, secure and maintain a safe storage place for its materials and equipment and is solely
Iresponsible 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
I 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
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 44 [2018]
RFB ver. 5-18
I CITY OF CITY HALL
33325 8th Avenue South
Federal Way Federal Way.WA 98003-6325
(253) 835-7000
www citVoffederalway corn
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.
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
Ievaluating the Contractor's performance.
12. EQUAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and
I 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
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 45 [2018]
RFB ver. 5-18
I
41111116. CITY OF CITY HALL
33325 8th Avenue South
Federal Way Federal Way WA 98003-6325
(253) 835-7000
www crtyoffederalwav corn
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. Any material violation of this provision shall be grounds for termination of this Contract
by the City and, in the case of the Contractor's breach, may result in ineligibility for further City
agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the
contractor agrees to the clauses contained in Exhibit F.
1 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.
j 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,
I 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.
1I
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 46 [2018]
RFB ver. 5-18
t
I CITY OF CITY HALL
33325 8th Avenue South
,..., .. Federal Way Federal Way.WA 98003-6325
(253) 835-7000
I www cityoffederalway corn
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
Icodes, 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
I
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.
I
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
I 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
I
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
I 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
I 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
I 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,
I 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
I 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.
I13.5 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
II 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
I 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
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 47 [2018]
RFB ver. 5-18
I CITY OF CITY HALL
33325 8th Avenue South
''�..
Federal Way Federal Way.WA 98003-6325
(253) 835-7000
Iwww cityoffederalway corn
upon which the last of all of the Parties have executed a counterpart of this Agreement shall be the
"date of mutual execution" hereof.
I
[Signature page follows]
I
I
I
I
I
I
I
I
1
I
I
I
I
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 48 [2018]
RFB ver. 5-18
I
I
IIN WITNESS, the Parties execute this Agreement below, effective the last date written below.
ICITY OF FEDERAL WAY: ATTEST:
I
1 I By: 4 .
\�
„..., .._
Jim : el , layor S' 'ha ie Courtney, CMC, i Clerk
IIDATE: , 711 3 I APPROVED AS TO FORM:
//,#(4 Fi.-/,7
'/J. Ryan Call, City Attorney
ACTION SERVICES CORPORATION:
IP -• ame: Tony D. Sandefur
Title: President
IDATE: �, PJ At l
1 STATE OF WASHINGTON
) ss.
1 COUNTY OF K i±so-p -)
On this day personally appeared before me Tony D. Sandefur, to me known to be the President of
111
Action Services Corporation 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
Ithe seal affixed, if any, is the corporate seal of said corporation.
t,,t►mtY% official apd seal this /f+' day of d)
ece lr��rlr��r , 20j .
Notary's signature dog k -.�
NOTARYPUBUC . °S.,
COMM.EXPIRES . _Notarys printed name ILc,^.h0-A.0 RG�,-,a.
I s : SEPTloXPIR -Notary Public in and for the State of Washington.
. My commission expires rt t of '9,0 ,0
i
V''tOF WAS11,NG%NNNN
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 49 [2018]
RFB ver. 5-18
1
EXHIBIT"A"
1 SERVICES
1. Description of Work:
a. Contractor shall perform all work and furnish all tools, materials, supplies, equipment,
labor and other items incidental thereto necessary to provide cleaning, maintenance,
and inspection services on City storm drain systems and disposal of decant liquid and
collected solids/spoils 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), in a manner consistent with the accepted
practices for other properly licensed contractor's Work, in accordance with and as
described in Section 2-3 (pp. 18-19), 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 Public Works Director or his/her designee.
b. Storm Drain Systems include Type I, Type 1L, and Type II catchbasins, manholes,
1 retention/detention (R/D) facilities, pipes, culverts, and any other infrastructure included
as part of the City's municipal separate storm sewer system (MS4).
c. 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 catchbasins 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. The 2019/2020 Circuit Maps are
provided as Exhibit G.
2. Cleaning, Inspection, Disposal, and Decant Standards and Procedures
a. When cleaning catchbasin and manhole structures, the Contractor shall first remove all
debris from the bottom of the structure. It may then be necessary to flush down the
sides of the 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 require 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 the form provided by the City.
b. Storm drain lines and culverts shall only be cleaned upon verification of the need by the
Contractor and authorization to proceed by the City. Typically cleaning will occur if
debris covers more than 1/4 of the interior pipe height. Once authorized, the Contractor
shall begin at the downstream (low end) storm drain structure or culvert end and
1 perform jet rodding from the low end to the upper end removing solids and debris from
the storm drain line 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 all solids and debris, the deposited solids and debris shall be
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vector Services and Drainage Infrastructure Maintenance Page 50 [2018]
RFB ver. 5-18
1
' 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.
c. When tree roots are encountered in the storm drain line or culvert and cannot be
cleared utilizing the jet rodding operation, the Contractor shall utilize standard root
' cutting equipment to clear the storm drain line or culvert.
d. The Contractor shall follow all appropriate confined entry procedures before entering
any underground Retention/Detention (R/D) Facilities. Due to the various types and
' configurations of underground R/D facilities, the Contractor will be responsible to
develop a maintenance plan and procedures list for cleaning R/D Facilities on a case-by-
case basis. The City will provide to the extent possible R/D facility plans and records to
' assist the Contractor in developing a maintenance plan and procedures list.
e. The Contractor shall deliver solids/spoils waste generated by the vacuum/jet rodding
operation to a disposal site approved by, and in compliance with, the disposal
requirements of the Washington State Department of Ecology and any other federal,
State, or local agency or department with jurisdiction.
f. The Contractor shall deliver liquid decant waste generated by the vacuum/jet rodding
1 operation to a disposal site approved by, and in compliance with, the disposal
requirements of the Washington State Department of Ecology and any other federal,
state, or local agency or department with jurisdiction.
1 g. In the event, during normal drainage infrastructure cleaning or vacuum/jet rodding
operation, the Contractor encounters/collects hazardous liquid decant and/or hazardous
solids/spoils wastes, or other waste not usually encountered during the cleaning of
storm water drainage infrastructure, the Contractor shall immediately notify the SWM
Maintenance Supervisor or his designee and it shall be noted within the daily log the
time/date and name for the notification and who it was reported to. Notification
must be made prior to proper disposal and all expenses related to the
' disposal of hazardous liquid decant and/or hazardous solids/spoils, and
hazardous material disposal will be tracked and all invoices/receipts will be
provided at time of invoicing.
NOTE: The City maintains a separate contract for the identification and disposal of hazardous liquids
and/or hazardous solids/spoils/waste and it is not the intent of this contract to provide those services.
However, the City acknowledges Contractor may encounter hazardous liquids and/or hazardous
solids/spoils, and hazardous material during catch basin cleaning.
' 3. Traffic Control:
a. The Contractor shall provide traffic control for services related to unit price items No. 1,
Cleaning of Type I and Type IL Catchbasins, and No. 2, Cleaning of Type II Catchbasins
' and Manholes 48" or greater. Traffic control will not be paid separately and should be
included within the unit price items for No. 1 and No. 2. 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.
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 51 [2018]
RFB ver. 5-18
1
b. 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 SWM Maintenance Supervisor or
his/her designee.
c. The City of Federal Way will also require a Right-of-Way Permit which will be provided
by the City at no charge.
d. Contractor trucks shall be equipped with a sequential arrow board when working in
multi-lane roads.
' 4. Response Times:
a. 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.
b. 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.
' 5. Reports/Records/Logs:
a. 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 a Microsoft Excel spreadsheet, an example is 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
1 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.
' b. The Contractor shall provide documentation (e.g., scale tickets/trip tickets/receipts) of
disposal of all waste products to the City prior to receiving payment for said disposal.
c. The Contractor shall produce a written report for each day worked and email report at
' least once a week to the SWM Maintenance Supervisor. Reports shall provide the
information required in the preceding sentence and in Appendix A. Work will not be
considered complete without submission of all required reports/records/logs.
Reports/records/logs must be up to date and submitted prior to receiving payment for
' completed work.
d. Whenever the vector 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.
e. Emergency/Special vacuum/jet rodding services must show the name of the person
requesting the service as well as the date and time of the request.
City of Federal Way RFB # 18-011
I
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 52 [2018]
RFB ver. 5-18
I
1 6. Incidental Costs:
a. The Contractor shall be responsible for obtaining and paying for any water used in
' connection with the Services, and all other incidental costs.
7. Employees:
a. Vacuum truck driver/operator must possess a valid CDL class"A" license.
b. The City requires the Contractor to perform services and complete tasks in a timely
manner. How this is accomplished is up to the Contractor. 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. It is expected that certain tasks will require
more employees than others, based on safety and traffic control regulations, and the
' Contractor agrees to provide an adequate number of such employees in order to provide
the Services.
c. 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.
8. Equipment:
a. 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
five (5) 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 pump capacity. At a minimum the following jet cleaning nozzle types
shall be provided: Standard forward facing jet; rotating chain flail head and root cutters
in at least 8" thru 18" sizes; and 1" inlet diameter rotating multi-nozzle head.
b. 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 for the City's needs under this
Contract shall be subject to the approval or disapproval of the Public Works Director or
his/her designee.
' c. Vacuum/jet rodding vehicles shall be numbered and shall have the Contractor's name,
and vehicle number painted on each side and on the back of each vehicle. Lettering and
numbers shall be legible and readable by passing motorists or pedestrians.
d. No advertising shall be permitted other than the name of the Contractor.
' 9. General Contract Administration:
a. Responsible management or supervisory persons shall be accessible at or through the
' Contractor's main office, during normal business hours, so as to assure the required
performance under the Contract, to respond to billing or service inquiries by the City's
contract administrator or for other information necessary to execution of the contract.
b. The Contractor will provide a designated point of contact for emergency response, in the
event of an accident or other non-routine operational matters.
I
1 City of Federal Way RFB # 18-011
2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 53 [2018]
RFB ver. 5-18
1
I
Ic. Each party agrees to designate a key employee who will be the responsible contact
person for that party with respect to implementation of the Contract and communication
I of information necessary for the performance of the Contract.
d. The Contractor shall be obligated to protect all public and private utilities from damage,
including all water, sewer, gas, steam or other conduits, all hydrants and all other
I property that may become damaged by the Services. If the Contractor damages,
destroys, or interferes with the use of such utility facility, the Contractor shall restore it
to the original condition.
10. Completion Date: The Work shall be performed no earlier than January 1, 2019 and will be for
a period of twenty four (24) months to December 31, 2020 unless the Contract is terminated
I
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.
1 11. 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
I
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
I
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
I2) To authorize the City to deduct these liquidated damages from any money due or coming
due to the Contractor.
ILIQUIDATED DAMAGES FORMULA
LD = O. 15C
T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
' C = Original Contract amount.
T= Original time for completion.
I 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 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.
I
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
IWork. All such changes shall be in the form of the Contract Amendment and shall be signed by
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 54 [2018]
RFB ver. 5-18
I
I
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
I 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
I part of the Work under this Contract, an equitable adjustment will be made and the Contract
modified in writing accordingly.
I 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
I 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
I 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 Contract.
I
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
I 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
I 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.
I14. 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.
1 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
Iincluding 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.
I
I
I
City of Federal Way RFB # 18-011
' 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 55 [2018]
RFB ver. 5-18
I
EXHIBIT"B"
' COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor a total
I amount not to exceed Two Hundred Eighteen Thousand Five Hundred Ninety-Two and 00/100 Dollars
($218,592.00).
I 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 2. Method of Compensation:
I 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: "Cleaning Type I or Type 11 Storm Catchbasins"
The sum of THIRTY-THREE and 95/100 Dollars ($33.95), per each.
' Item No. 2: "Cleaning Type II Catchbasins or Manholes 48"or greater"
' The sum of FORTY-FOUR and 50/100 Dollars ($44.50), per each.
NOTE: While performing work on all of the above per `EACH" items - no hourly payment will be made
Ifor 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 of Underground Retention/Detention Facilities"
The sum of ONE HUNDRED EIGHTY and 00/100 Dollars ($180.00), per hour.
Item No. 4: "Jet Rodding/Pipe Cleaning/Culvert Cleaning"
9 P 9 9
The sum of ONE HUNDRED EIGHTY-FIVE and 00/100 Dollars ($185.00), per hour.
Item No. 5: "Hydro-excavating"
1 The sum of ONE HUNDRED EIGHTY-FIVE and 00/100 Dollars ($185.00), per hour.
' Item No. 6: "Emergency Callout"
The sum of ONE HUNDRED NINETY-FOUR and 00/100 Dollars ($194.00), per hour.
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 56 [2018]
RFB ver. 5-18
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 payment 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. Travel time will not be paid to or from company office,
equipment yard or other'home' base and to or from the work site.
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.
Item No. 7: "Disposal of Vacuumed Solids/Spoils"
' The sum of NINETY-THREE and 50/100 Dollars ($93.50), per ton.
NOTE- Payment for Items No. 7 "Disposal of Vacuumed Solids/Spoils"—Weight after decant of liquids.
Item No. : "Disposal sposal of Liquid Decant"
' The sum of 30/100 Dollars ($.30), per gallon.
NOTE- Payment for Items No. 7 "Disposal of Vacuumed Solids/Spoils" and No. 8 "Disposal of Liquid
' Decant" shall include all permits and all other incidental costs associated with performing these
Services.
' Reimbursable Expenses:
The actual expenses incurred by Contractor in performing disposal of hazardous liquids and/or
' hazardous solids/spoils or hazardous material; provided, however, that notification in
accordance with Exhibit A, Section 2.g (pg. 48) is provided and that such costs shall be deemed
reasonable in the City's sole discretion and shall not exceed Ten Thousand and 00/100 Dollars
' ($10,000).
1
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 57 [2018]
RFB ver. 5-18
1
r
I
EXHIBIT"C" Bond No. BD 761869
' CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT/RETAINAGE BOND
IKNOW ALL PEOPLE.BY THESE PRESENTS:
We, the undersigned Action Services Corporation, ("Principal")and Nationwide Mutual insurance
I company the undersigned corporation organized and existing under the laws of the State of
Ohio and legally doing business`in the State of Washington as a surety("Surety"), are
held and firmlybonded unto the City Federal Way, a Washington municipal corporation
ration
("City")in the penal sum ofT—Nodiedw, .i^ TMs ^ °M^ert.000an Dollars and no/100 ($ 218,592,00
for the payment of which we firmly bind ourselves lves and our legal representatives,
heirs, successors and assigns,Jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the
I
ordinances, regulations, standards and policies of the City, as now existing or hereafter
Iamended or adopted.
.. .. . .The Principal has entered into an Agreement with the City dated December 18
20 for
_.
2019/20 SWM Vector Services and Drainage
INOW, 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
I 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
I 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
Ifailure of performance asspecified 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.
I n agrees that no change,
And the Surety, for value received, herebyfurther stipulates and ees
P 9 g ,
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
I 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.
I
I City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
Vector Services and Drainage Infrastructure Maintenance Page 58 [2018]
RFB ver.5-18
1
The 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
111 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
Ithe Surety.
Within forty-five (45) days of receiving notice that the Principalhas defaulted on all or part of
I 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
I 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,
I 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,
Iwithout interest, any overpayment made by the Surety and the Surety shall 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
I
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 to resolve said dispute. The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425
Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to
I completion of the mediation.
• DATED this day of December , 20 ,
111
City of Federal Way RFB# 18-011
I
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 59 [2018]
RF'B'ver.5-18
II
I
CORPORATE SEAL OF PRINCIPAL: ACTION SERVICES CORPORATION
I
r.y;
..,w.. , ,(Ne of Person Executing Bond)
1.°C tON '"E'
..� Ii s: President
. _. . (Title)
f
lt,,l , .
M, "" Pd Box 4339 Bremerton,WA 98312
., `z (Address)
I360-373-4265
(Phone)
ICERTIFICATE.JkS TO CORPORATE EA
II I hereby certify that I am the (Assistant) Secretary of the Corporation named as
Principal In the within bond; that Tony Sandefur , who signed the said bond on behalf of
the Principal,was President of the said Corporation; that I know his or her
I 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.
I `--
Secre�r ry or Assistant Secretary
I
I
I
I
City of Federal Way RFs# 18-011
I 2019/2020 Surface Water Management(SWM)
Vector Services and Drainage Infrastructure Maintenance Page 60 (2018]
RFB ver.5-18
I
CORPORATE SEAL OF SURETY: SURETY .. • de Mutual Insurance Company
I
r�' 'i
B y' 1/.r :.
f A. -Fact
1 (Attach 'ower of Attorney)
Mary L.Faure' '' ;
I (Name of Person Executing Bond).
3425 Broadway
IEverett,WA 98201
(Address)
I
425-258-2300 .
(Phone)
APPROVED AS TO FORM:
-ra .• Ryan Call,City;Attorney
I
I
I
City of Federal Way RFB# 18-011
2019/2020 Surface Water Management(SWM)
III Vector Services and Drainage Infrastructure Maintenance Page 61 (2018)
RFB ver.5-18 .
I
If_.. _...
I
I
Power of Attorney
KNOW AU.MEN UV THESE PRESENTS THAT'
I Nat:onwlde Mutual Insurance Company,an Ohio corporation AMCO insurance Company,an Iowa corporation
Natural Casualty Cottpany,an Ohio corporation Allied Property and Casualty Insurance Company,an Iowa Corporation
heheiaeher referred to severally as the'Company'and collet i eiy as Yea Companies"does hereby make,constitute end appoint:
MARY L.FAURE
I
TACOMA WA
each 14 their Individuei r+pacfty,Ka taw end lawful aafornetilrtacf,with Mi gownand authority to skin,seal,and cameo on Hs behalf any and al bonds and
I
undk31Mkings,and other obiigalory i tstnsrCnb of shear nature,in paroles not exccodkng the sum of
THREE MILLION AND NOjt0O DOLLARS S ms's
and to bind the Company thereby,as fully and to the same extent as If such instruments wore signed by the duty authorized officers of 11wConpany,and el acts
of said Attorney pursuant to the authority given are hereby relined arid confirmed.' This power of attorney Is made and executed pursuant to end by authortty of the following'winter'duly adopted by the board of directors of the Compeny:
'RESOLVED,that the president,or any vice president be,end each booby is,authorized and empowered ID appoint attorneys-In-lad of the Company.
and to authorize them to execute and deliver cm behalf of the Company any and at bonds,toren,apptostons,fnernarandume,undetakNhgs,
r cognlxances,transfers.contracts of Indemnity,polies,contracts guaranteeing the fidelity of parsons holding positions of public or private trust,and other
I writings obligatory in nature that the business of the Company may meting and to modify or revoke.with or without cause,any such appointment or
authority:provided,however,that the authority granted hereby shat in no way anti!the authority of other duly authorized agents to sign and ccurrtasipn any
of said docaanenis on behaif of the Company
`RESOLVED FURTHER,that such attorneys-in-fact shat have full power and authority to eremite and deliver any arid at such decametres end to bind Int
I Company subject to the terms end limitations of the power at attorney Issued to them,and to affix to seal of the Company thereto;provided,
said seal shall not be necessary for the validly of any such documents'
This power of attorney is signed end sealed under and by the following bylaws duly edopled by the board of&octets of the Company.
I
geocentric;instnanante.Any vice president,any assistant secretary or arty assistant treasurer shut have the power end authority to sign or attest alt
approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of
the board,the chief executive afloat,president,treasurer or secretary;provided,however•the signature of any of them may be printed.engraved,or
stamped on any approved document,contract.instrument.or other papers of the Company.
I IN WITNESS WHEREOF,the Company has caused this'testament to sealed nd duty attested by the armature of la°beer the 16th day of
6
I
.tf e'g :tri qlo ►rrll Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company,-National
j1 ti �v1 d!!a!r ., Casuety Company,A6v1C0 ailed insurance Company, d Property end Casualty insurance Company
!� oa+w4r
'a ((SEM)
r � ACKNOWLEDGMENT
0.,5]E#LL ( SEALie�
.,.....„...‘i..... de:'' r STATE OF NEW YORK,COUNTY OF NEW YORK:as
I ��ow�eearI 4iiii a4v'd OP On this 1010 day of February , 2017 ,beton me came the above named officer ler the
�'� �r Company aforesaid,fame personally known to be the officer described in and who executed the
�,�� preceding kWnament,and he ecknoMedged the execution of the same,and being trycue duly
fy I►suwo► ,A sworn,deposes end says,that he is the onicor of the Company aforesaid,gat the seal affixed
� `'1 0080; hereto is the caporals seal of said Company,and the said corporate sed and his signature ware
I
.:07
ISI WI(S•FAI.� 0 duly affixed and subscribed to said Instrument the authority and direction of said Company.
if tIAnRYT,tiASSIS !n ° �/
w,,, `s NaWyPWrk8WsorNew Toot {��/
ej , — N4+� ; � No,Cy0AMM400 t Pubic, bealb," Duetted*New Tort county
r coral aihn Expires Aper Jl.=le Mrtae Ceiriw nem
CERTIFICATE
1,Pang H.Shah,Assailant Secretary of the Company,do hereby rarefy that the foregoing is a lull,true and cermet copy of the original pommel attorney issued
by the Company;that the resolution Included therein is a true*rid coned treneplyt from the minutes of the meetings Of the bonds of directors and the same has
I not bean revoked or emended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected
officer of the Company.aid the corporate seal and his signature as Water were duty atbied End subscribed to the said instrument by the authority of said board
of dine orn and the kregoing power of attorney is slit In full force end effect.
IN WITNESS WHEREOF,I have hereunto subscribed my name as Aeebtant.Secretary.and stead the cu? Company this 6th day of
December . 2418 ,
I
130,2019
This power of attorney expinea. Assistant Secretary
1301 101-17A1
I
30770
I _., .
EXHIBIT "C" Bond No. BD 761869
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT/RETAINAGE BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Action Services Corporation, ("Principal") and Nationwide Mutual Insurance
Company the undersigned corporation organized and existing under the laws of the State of
Ohio and legally doing business in the State of Washington as a surety ("Surety"), are
held and firmly bonded unto the City of Federal Way, a Washington municipal corporation
("City") in the penal sum of Two hundred eighteen thousand five hundred ninety two dollars Dollars and no/100 ($ 218,592.00
) 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 pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter
amended or adopted.
The Principal has entered into an Agreement with the City dated December I , 20 18 for
2019/20 SWM Vactor Services and Drainage
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.
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 58 [2018]
RFB ver. 5-18
The 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 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 to resolve said dispute. The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425
Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to
completion of the mediation.
DATED this 6th day of December , 20 18
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 59 [2018]
RFB ver. 5-18
CORPORATE SEAL OF PRINCIPAL: ACTION SERVICES CORPORATION
(1Vam�o Person Executing :: •
Its: Pc es ► a e v`-\-'
(Title)
PO Box 4339 Bremerton,WA 98312
(Address)
360-373-4265
(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 ny S<<k , who signed the said bond on behalf of
the Principal, was Pc e s e Y- \ 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.
Secreta or Assis a Secretary
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 60 [2018]
RFB ver. 5-18
•
CORPORATE SEAL OF SURETY: SURETY • ide Mutual Insurance Company
�-� HCE COP1�
By: o Q.1 ... ' p %,
Attorrxey-r-Fact �� /��
(Attach Power of Attorney]Z m`=
•
Mary L. Faure' % ��•. L.,-
(Name
(Name of Person Executing'wra ) V�p�'��`�`°
�rrN11N111►t► SO
3425 Broadway 4061
Everett,WA 98201
(Address)
. 425-258-2300
(Phone)
APPROVED AS TO FORM:
3. Ryan Call, City Attorney
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 61 [2018]
RFB ver. 5-18
Power of Attorney
KNOW AU.MEN BY THESE PRESENTS THAT
Nat onwide Mutual Insurance Company,an Ohio corporation AMCO Insurance Company,an Iowa corporation
Nat onal Casualty Company,an Ohio corporation Allied Property and Casualty Insurance Company,an owa corporation
hereinafter referred to severally as the'Company'and collectively as'the Companies'does hereby make,constitute and appoint
MARY L.FAURE
TACOMA WA
each in their individual capacity,its true and lawful attorney-In-fact,with full power and authority to sign,scat,and execute on its behalf any and all bonds and
undertakings,and other obligatory instruments of similar nature,in pane ties not exceeding the sum of
THREE MILLION AND NO/100 DOLLARS S 3,000,000.00
and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company,and all acts
of said Attorney pursuant to the authority given are hereby ratified end confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company,
and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings,
recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other
writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or
authonty,provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any
of said documents on behalf of the Company."
'RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the
Company subject to the terms and limitations of the power of attorney Issued to them,and to affix the seal of the Company thereto;provided,however,that
said seal shall not be necessary for the validity of any such documents'
This power of attorney is signed end sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to signor attest all
approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of
the board,the chief executive officer,president,treasurer or secretary;provided,however-the signature of any of them may be printed,engraved,or
stamped on any approved document,contract,instrument,or other papers of the Company.
IN WITNESS WHEREOF,the Company has caused this instrument to a sealed nd duly attested by the signature of its officer the 16th day al
February 2017 -,
♦111� ��� Antonio C.Albanese. Vice President of Nationwide Mutual Insurance Company, National
"'•'rr, ""`r Casualty Company.AMCO Insurance Company,Allied Property and Casualty Insurance Company
OT. �=� � � �� ��/ AGKNOWl.EOGMEtdT
,:SEAL:,
/,,:SEAL;.
/ STATE OF NEW YORK,COUNTY OF NEW YORK:ss
,, I �,`�� On this 16th day of February , 2017 ,before me came the above-named officer for the
Company aforesaid,to me personally known to be the officer described in and who executed the
Casnalt ♦w� preceding instrument,and he acknowledged the execution of the same,and being by me duly
Y ♦sWw!rr.,, sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed
of la / 4 hereto is the corporate seal of said Company,and the said corporate seal and his signature were
�, IMt 0 ' , duly affixed and subscribed to said instrument y the authority and direction of said Company.
1JVY • 0,1SEAL t3ARRYT BASS'S /
t / 49.'-‘.'12
/r V
* SFa1l * � :•., ��' Notary Public,Stale of New York
t'/.coo, ,a�A7iFi. ..' No C2EtA46.56400
Aftir o..te.' ,lige. Qualified in New York County Notary Public
Commission Expires April 30,2019 My commission Exp'res
CERTIFICATE Apr1130,2019
I,Panty H.Shah,Assistant Secretary of the Company,do hereby certify that the fore ing is a full,true and correct copy of the original power of attorney issued
by the Company;that the resolution included therein is a true and correct h ljtt ro't'e minutes of the meetings of the boards of directors and the same has
e execution of the foregoing power of attorneythe dulyelected
not been revoked or amended in any manner,that said Antonio C.A�a� �.., • i� 4 � 9
officer of the Company,end the corporate seal and his signature as of .�irr?F'•• "� ,Sybscnbed to the said instrument by the authority of said board
of directors;and the foregoing power of attorney is stir in full force a . a.,w
IN WITNESS WHEREOF,I have hereunto subscribed my name a •' • r ;td.affixed e corpora . • :id Company this 6th day of
December 2018 _=• `• rj*_ ++I
This power of attorney expires.April 30, 2019 '
'.fe e,, ,,j,..... •. ��4.:� Assistant Secretary
BDJ 1(01-17)00 �i y[j/ S' �'
����f'Uilp h ill \0 �
30770 '�RETY kis
' EXHIBIT"D"
Insert Contractor's Certificate of Insurance
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 62 [2018]
RFB ver. 5-18
A� CERTIFICATE OF LIABILITY INSURANCE DATE(MMroomm)
4/13/2018
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(les) 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 CONTACT Christina Fenimore
NAME:
11Leavitt Group Northwest (A/c°.No.Ex* (800)726-8771 FAX
No):(866)728-9168
PO Box 65770 EMAIL christina-fenimore@leavitt.com
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC#
University Place
II WA 98464 INSURERAAmerican Fire & Casualty Company 24066
INSURED INSURER B:West American Insurance Company 44393
Action Services Corporation INSURERC:Ohio Casualty Insurance Company 024074
P 0 BOX 4339 INSURERD:
I
WA 98312 INSURER E:
BremertonINSURERF:
COVERAGES CERTIFICATE NUMBER:18-19 MASTER REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUER POLICY EFF i POLICY EXP
LTR TYPE OF INSURANCE INRD WVD POLICY NUMBER (MM/DD/YYYYI{(MM/MYYYYI LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED1,000,000
II A CLAIMS-MADE l XJ OCCUR PREMISES(Ea occurrence) $
X Y BKA57156818 4/12/2018 4/12/2019 MED EXP(Any one person) $ 15,000
' PERSONAL&ADV INJURY $
1,000,000
GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $
2,000,000
POLICY jEC7 LOC
X PRODUCTS-COMP/OPAGG $ 2,000,000
OTHER: Pesticide $ Included
.AUTOMOBILE UABILITY COMBINED SINGLE LIMIT $ 1,000,000
(Ea accident)
B _ - ANY AUTO BODILY INJURY(Per person) $
—
X ALL OWNEDX SCHEDULED BAS56455795 4/12/2018 4/12/2019 BODILY INJURY(Per accident) $
AUTOS XAUTOS
W
NON-ONED PROPERTY DAMAGE $
X
HIRED AUTOS ....._.__ AUTOS J.Per accident___
_
Underinsured motorist $ 1,000,000
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5X000,000
C __ EXCESS LIAB �--jl CLAIMS-MADE AGGREGATE $ 5,000,000
DED X RETENTION$ 10,000 US054700529 4/12/2018 4/12/2019 $
WORKERS COMPENSATION STATUTE X OERH
AND EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N NIA E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED?
' A (Mandatory in NH) BK4/12/2018 4/12/2019 E.L.DISEASE-EA EMPLOYEE $ 2,000,000
If yes,describe under A57156818
BK Sta
DESCRIPTION OF OPERATIONS below P Gap E.L.DISEASE-POLICY LIMIT $ 1,000,000
A Equipment Floater BKA57156818 4/12/2018 4/12/2019 Leased&Rented $25,000
Deductible: $1,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If mom space is required)
RE: Evidence of Insurance
City of Federal Way is listed as additional insured per attached CG8810 04/13.
I
CERTIFICATE HOLDER CANCELLATION
fSHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
' City of Federal Way
33325 8th Ave South THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003-6325
AUTHORIZED REPRESENTATIVE
I/ D E. Olson/CAFLEC 7.- .4.04..4-- ,+ ,,�,le_' t C om-`"""
©1988-2014 ACORD CORPORATION. All rights reserved.
I
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
INS025(2oi4o1)
ICOMMERCIAL AUTO
CA88100110
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
I
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
I____ With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified
by the endorsement.
I___
COVERAGE INDEX
SUBJECT PROVISION NUMBER
1111ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3
_..._..............
nom
ACCIDENTAL AIRBAG DEPLOYMENT 12
' AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18
iiiii AMENDED FELLOW EMPLOYEE EXCLUSION 5
r ,....„...,. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13
......... BROAD FORM INSURED 1
I BODILY INJURY REDEFINED 21
EMPLOYEES AS INSUREDS (including employee hired auto) 2
EXTENDED CANCELLATION CONDITION 22
I EXTRA EXPENSE- BROADENED COVERAGE 10
GLASS REPAIR-WAIVER OF DEDUCTIBLE 15
HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6
HIRED AUTO COVERAGE TERRITORY 20
LOAN /LEASE GAP 14
PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) 16
PERSONAL EFFECTS COVERAGE 11
I
PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8
RENTAL REIMBURSEMENT 9
SUPPLEMENTARY PAYMENTS 4
TOWING AND LABOR 7
I UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19
SECTION II-LIABILITY COVERAGE is amended as follows:
1. BROAD FORM INSURED
o SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include
the following as an insured:
d. Any legally incorporated entity of which you own more than 50 percent of the voting stock
during the policy period. However, "insured" does not include any organization that:
I
(1) Is a partnership or joint venture; or
(2) Is an insured under any other automobile policy; or
(3) Has exhausted its Limit of Insurance under any other automobile policy.
I
Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in
excess of this policy.
e. Any organization you newly acquire or form, other than a partnership or joint venture, of which
youown more than percent voting stock. This automatic coverage is afforded onlyfor
50 a ce t of the of s oc g
p 9
I 180 days from the date of acquisition or formation. However, coverage under this provision
does not apply:
1 I (1) If there is similar insurance or a self-insured retention plan available to that organization;
'2010 Liberty Mutual Insurance Company.AU rights reserved.
I
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 1 of 7
1
(2) If the Limits of Insurance of any other insurance policy have been exhausted; or
(3) To "bodily injury" or "property damage" that occurred before you acquired or formed the
organization.
2. EMPLOYEES AS INSUREDS 111SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include
the following as an insured:
f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but
only for acts within the scope of their employment by you. Insurance provided by this endorse-
ment is excess over any other insurance available to any "employee".
g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract
or agreement in that "employee's" name, with your permission, while performing duties re-
lated to the conduct of your business and within the scope of their employment. Insurance
provided by this endorsement is excess over any other insurance available to the "employee".
3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include
the following as an insured:
h. Any person or organization with respect to the operation, maintenance or use of a covered
"auto", provided that you and such person or organization have agreed in a written contract,
agreement, or permit issued to you by governmental or public authority, to add such person, or
organization, or governmental or public authority to this policy as an "insured".
However, such person or organization is an "insured":
(1) Only with respect to the operation, maintenance or use of a covered "auto";
(2) Only for "bodily injury" or "property damage" caused by an "accident" which takes
place after you executed the written contract or agreement, or the permit has been
issued to you; and
(3) Only for the duration of that contract, agreement or permit
4. SUPPLEMENTARY PAYMENTS
SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para-
graphs
(2) and (4) are replaced by the following:
(2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required
because of an "accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the insured at our request, including actual loss of earn-
ings up to $500 a day because of time off from work.
5. AMENDED FELLOW EMPLOYEE EXCLUSION
In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to
the employer by the workers compensation exclusivity rule, or similar protection, the following
provision is added:
SECTION II - LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury"
results from the use of a covered "auto" you own or hire.
gg
SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows:
6. HIRED AUTO PHYSICAL DAMAGE
Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE,is amended
by adding the following:
If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified
Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any
"auto" you own, then the Physical Damage coverages provided are extended to "autos":
a. You hire, rent or borrow; or
1
c+2010 Liberty Mutual Insurance Company.All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 2 of 7
I
I b. Your "employee" hires or rents under a written contract or agreement in that "employee's"
name, but only if the damage occurs while the vehicle is being used in the conduct of your
business,
subject to the following limit and deductible:
I
A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of:
(1) $50,000; or
I (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or
(3) The cost of repairing or replacing the damaged or stolen property with other property of
like kind and quality, minus a deductible.
MDMEEM B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that
coverage.
C. Subject to the limit, deductible and excess provisions described in this provision, we will
46, minis
provide coverage equal to the broadest coverage applicable to any covered "auto" you own.
D. Subject to a maximum of $750 per "accident", we will also cover the actual loss of use of the
® hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an
mom actual financial loss.
E. This coverage extension does not apply to:
weameor (1) Any "auto" that is hired, rented or borrowed with a driver; or
I- (2) Any "auto" that is hired, rented or borrowed from your "employee".
For the purposes of this provision, SECTION V-DEFINITIONS is amended by adding the following:
"Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual
Icash value.
7. TOWING AND LABOR
SECTION III - PHYSICAL DAMAGE COVERAGE,paragraph A.2. Towing, is amended by the addition
I of the following:
We will pay towing and labor costs incurred, up to the limits shown below, each time a covered
' "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis-
abled:
a. For private passenger type vehicles, we will pay up to $50 per disablement.
lb. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a
gross vehicle weight (GVW) of 10,000 pounds or less.
c. For "medium trucks" ,we will pay up to $150 per disablement. "Medium trucks" are trucks that
have a gross vehicle weight (GVW) of 10,001 -20,000 pounds.
IHowever, the labor must be performed at the place of disablement.
8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
I Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend-
ed to provide a limit of $50 per day and a maximum limit of $1,500
I
I
I
I
41')2010 Liberty Mutual Insurance Company.All rights reserved.
I
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 3 of 7
9. RENTAL REIMBURSEMENT
SECTION III - PHYSICAL DAMAGE COVERAGE,A. COVERAGE,is amended by adding the following:
a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental
of an "auto" because of "accident" or "loss", to an "auto" for which we alsopaY a "loss"
under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for
those expenses incurred after the first 24 hours following the "accident" or "loss" to the
covered "auto."
b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many
cases may be substantially less than $75 per day, and will only be allowed for the period of
time it should take to repair or replace the vehicle with reasonable speed and similar quality, up
to a maximum of 30 days.
c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove
and replace your tools and equipment from the covered "auto".
d. This coverage does not apply unless you have a business necessity that other "autos" avail-
able for your use and operation cannot fill.
e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will
pay under this coverage only that amount of your rental reimbursement expenses which is not
already provided under Paragraph 4. Coverage Extension.
1. No deductible applies to this coverage.
For the purposes of this endorsement provision, materials and equipment do not include "personal ,
effects" as defined in provision 11.
10. EXTRA EXPENSE-BROADENED COVERAGE
Under SECTION III -PHYSICAL DAMAGE COVERAGE,A. COVERAGE,we will pay for the expense of
returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000.
11. PERSONAL EFFECTS COVERAGE
A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the
following:
If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that 111"auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal
effects" stolen with the "auto."
The insurance provided under this provision is excess over any other collectible insurance.
B. SECTION V-DEFINITIONS is amended by adding the following:
For the purposes of this provision, "personal effects" mean tangible property that is worn or
carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money
or securities.
12. ACCIDENTAL AIRBAG DEPLOYMENT
SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow-
ing:
If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for
"loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag.
Any insurance we provide shall be excess over any other collectible insurance or reimbursement by
manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov-
erage or warranty.
13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE '
SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclu-
sions 4.c. and 4.d. is deleted and replaced with the following:
1
X2010 Liberty Mutual Insurance Company.All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 4 of 7
I
I Exclusion 4.c. and 4.d. do not apply to:
a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not
designed solely for the reproduction of sound, if the equipment is permanently installed in the
' covered "auto" at the time of the "loss" and such equipment is designed to be solely operated
by use of the power from the "auto's" electrical system, in or upon the covered "auto" and
physical damage coverages are provided for the covered "auto"; or
If the loss occurs solely to audio, visual or data electronic equipment or accessories used with
this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property
will be reduced by a$100 deductible.
14. LOAN/LEASE GAP COVERAGE
' A. Paragraph C., LIMIT OF INSURANCE of SECTION III - PHYSICAL DAMAGE COVERAGE is
nommire amended by adding the following:
The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any
one "accident" is the greater of the:
11111111111111110 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is
subject at the time of the "loss" less the amount of:
mom
a. Overdue payments and financial penalties associated with those payments as of the
', mnsmoonompor date of the "loss",
Q —i b. Financial penalties imposed under a lease due to high mileage, excessive use or ab-
', normal wear and tear,
c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability
Insurance purchased with the loan or lease,
Id. Transfer or rollover balances from previous loans or leases,
e. Final payment due under a"Balloon Loan",
I f. The dollar amount of any unrepaired damage which occurred prior to the "total loss"
of a covered "auto",
g. Security deposits not refunded by a lessor,
I h. All refunds payable or paid to you as a result of the early termination of a lease
agreement or as a result of the early termination of any warranty or extended service
agreement on a covered "auto",
I i. Any amount representing taxes,
j. Loan or lease termination fees; or
2. The actual cash value of the damage or stolen property as of the time of the "loss".
I An adjustment for depreciation and physical condition will be made in determining the actual
cash value at the time of the "loss". This adjustment is not applicable in Texas.
B. ADDITIONAL CONDITIONS
I This coverage applies only to the original loan for which the covered "auto" that incurred the
loss serves as collateral, or lease written on the covered "auto" that incurred the loss.
® C. SECTION V-DEFINTIONS is changed by adding the following:
IAs used in this endorsement provision, the following definitions apply:
"Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the
actual cash value.
IA "balloon loan" is one with periodic payments that are insufficient to repay the balance over
the term of the loan, thereby requiring a large final payment.
I
II
('2010 Liberty Mutual Insurance Company.All rights reserved.
Permission. Pae 5 of 7
CA$$ 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its
I
9
1
15. GLASS REPAIR-WAIVER OF DEDUCTIBLE
Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
No deductible applies to glass damage if the glass is repaired rather than replaced.
16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE)
Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
The deductible does not apply to "loss" caused by collision to such covered "auto" of the private
passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by
the manufacturer as maximum loaded weight the "auto" is designed to carry while it is:
a. In the charge of an "insured";
b. Legally parked; and
c. Unoccupied.
The "loss" must be reported to the police authorities within 24 hours of known damage.
The total amount of the damage to the covered "auto" must exceed the deductible shown in the
Declarations.
This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or
organization engaged in the automobile business.
SECTION IV -BUSINESS AUTO CONDITIONS is amended as follows:
17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following:
If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the
inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this
policy will not be prejudiced.
However, you must report the undisclosed hazard of exposure as soon as practicable after its
discovery, and we have the right to collect additional premium for any such hazard or exposure.
18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS
SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the
following:
a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is
known to:
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. Member, if you are a limited liability company;
g
4. An executive officer or the "employee" designated by the Named Insured to give such
notice, if you are a corporation.
To the extent possible, notice to us should include:
(1) How, when and where the "accident" or "loss" took place;
(2) The "insureds" name and address; and
(3) The names and addresses of any injured persons and witnesses.
19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery I
Against Others to Us, is amended by the addition of the following:
If the person or organization has waived those rights before an "accident" or "loss", our rights are
waived also.
Q02010 Liberty Mutual Insurance Company.All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 6 of 7
1
' 20. HIRED AUTO COVERAGE TERRITORY
SECTION IV- BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is
amended by the addition of the following:
' f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that
the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the
United States, the territories and possessions of the United States of America, Puerto Rico or
Canada or in a settlement we agree to.
This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with
a driver.
SECTION V -DEFINITIONS is amended as follows:
I
meme ea on
21. BODILY INJURY REDEFINED
Under SECTION V-DEFINTIONS, definition C.is replaced by the following:
i mow
"Bodily injury" means physical injury, sickness or disease sustained by a person, including mental
..........:........................
anguish, mental injury, shock, fright or death resulting from any of these at any time.
num MESIMINe
COMMMON POLICY CONDITIONS
OMEN
22. EXTENDED CANCELLATION CONDITION
COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol-
"".... lows:
' If we cancel for any reason other than nonpayment of premium, we will mail to the first Named
Insured written notice of cancellation at least 60 days before the effective date of cancellation. This
provision does not apply in those states which require more than 60 days prior notice of cancella-
tion.
1
1
i
1
41>2010 Liberty Mutual Insurance Company.All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 7 of 7
U
II
I
EXHIBIT"E"
I
PREVAILING WAGE RATES AND BENEFIT CODE KEY
State of Washington
Department of Labor &Industries
I
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
I
total. A brief description of overtime calculation requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 9/17/2018
County Trade Job Classification Wage Holiday Overtime Notes
King Asbestos Abatement Workers Journey Level $46.57 5D 1H
King Boilermakers Journey Level $66.54 5N 1C
IKing Brick Mason Journey Level $57.32 5A 1M
King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M
King Building Service Employees Janitor $24.63 55 2F
I
Traveling
King Building Service Employees Waxer/Shampooer $25.08 55 2F
Window Cleaner (Non-
, King Building Service Employees Scaffold) $28.13 55 2F
King Building Service Employees Window Cleaner(Scaffold) $29.03 5S 2F
King Cabinet Makers(In Shop) Journey Level $22.74 1
King Carpenters Acoustical Worker $60.04 5D 4C
Bridge, Dock And Wharf
King Carpenters Carpenters $60.04 5D 4C
King Carpenters Carpenter $60.04 5D 4C
Carpenters on Stationary
King Carpenters Tools $60.17 5D 4C
King Carpenters Creosoted Material $60.14 SD 4C
I
King Carpenters Floor Finisher $60.04 5D 4C
King Carpenters Floor Layer $60.04 5D 4C
King Carpenters Scaffold Erector $60.04 5D 4C
King Cement Masons Journey Level $60.07 7A 1M
Bell/Vehicle or
Submersible Operator(Not
King Divers&Tenders Under Pressure) $113.60 5D 4C
I
King Divers&Tenders Dive Supervisor/Master $76.33 5D 4C
King Divers&Tenders _ Diver $113.60 5D 4C 8V
King Divers&Tenders Diver On Standby $71.33 5D 4C
t King Divers&Tenders Diver Tender $64.71 5D 4C
King Divers&Tenders Manifold Operator $64.71 5D 4C
Manifold Operator Mixed
' King Divers&Tenders Gas $69.71 5D 4C
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 63 [2018]
RFB ver. 5-18
1
IRemote Operated Vehicle
King Divers&Tenders Operator/Technician $64.71 5D 4C
I
Remote Operated Vehicle
King Divers&Tenders Tender $60.29 5A 4C
King Dredge Workers Assistant Engineer $56.44 5D 3F
King Dredge Workers Assistant Mate(Deckhand) $56.00 5D 3F
I King Dredge Workers Boatmen $56.44 5D 3F
King Dredge Workers Engineer Welder $57.51 5D 3F
King Dredge Workers Leverman,Hydraulic $58.67 5D 3F
I
King Dredge Workers Mates $56.44 SD 3F
King Dredge Workers Oiler $56.00 5D 3F
King Drywall Applicator Journey Level $58.48 5D 1H
I
King Drywall Tapers Journey Level $59.32 5P 1E
Electrical Fixture Maintenance
King Workers Journey Level $28.99 5L 1E
King Electricians-Inside Cable Splicer $77.51 7C 4E
I
King Electricians-Inside Cable Splicer(tunnel) $82.84 7C 4E
King Electricians Inside Certified Welder $74.90 7C 4E
King Electricians-Inside Certified Welder(tunnel) $80.37 7C 4E
I
King Electricians-Inside Construction Stock Person $39.69 7C 4E
King Electricians Inside Journey Level $72.30 7C 4E
King Electricians-Inside Journey Level(tunnel) $77.51 7C 4E
IKing Electricians-Motor Shop Journey Level $45.08 5A 1B
King Electricians-Powerline Construction Cable Splicer $79.43 5A 4D
King Electricians-Powerline Construction Certified Line Welder $69.75 5A 4D
King Electricians Powerline Construction Groundperson $46.28 5A 4D
I Heavy Line Equipment
King Electricians-Powerline Construction _ Operator $69.75 5A 4D
King Electricians-Powerline Construction _Journey Level Lineperson $69.75 5A 4D
I
King Electricians-Powerline Construction Line Equipment Operator $59.01 5A 4D
King Electricians-Powerline Construction Meter Installer $46.28 5A 4D 8W
King Electricians-Powerline Construction Pole Sprayer $69.75 5A 4D
I King Electricians-Powerline Construction 5A Powderperson p $52.204D
King Electronic Technicians Journey Level $48.06 7E 1E
King Elevator Constructors Mechanic $91.24 7D 4A
I King Elevator Constructors Mechanic In Charge $98.51 7D 4A
All Classifications - In-
King Fabricated Precast Concrete Products Factory Work Only $17.72 5B 1R
I
King Fence Erectors Fence Erector $41.45 7A 31
King Fence Erectors Fence Laborer $41.45 7A 31
King Flaggers Journey Level $41.45 7A 31
I
King Glaziers Journey Level $63.06 7L 1Y
Heat&Frost Insulators And Asbestos
King Workers Journeyman $73.58 5J 4H
King Heating Equipment Mechanics Journey Level $82.51 7F 1E
I
King Hod Carriers&Mason Tenders Journey Level $50.42 7A 31
King Industrial Power Vacuum Cleaner Journey Level $11.50 1
King Inland Boatmen Boat Operator $61.41 5B 1K
I
King Inland Boatmen Cook $56.48 5B 1K
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 64 [2018]
RFB ver. 5-18
I
I
King Inland Boatmen _ Deckhand $57.48 5B 1K
King Inland Boatmen Deckhand Engineer $58.81 5B 11(
King Inland Boatmen Launch Operator $58.89 5B 1K
I King Inland Boatmen Mate $57.31 5B 1K
Inspection/Cleaning/Sealing Of Sewer Cleaner Operator, Foamer
King &Water Systems By Remote Control Operator $31.49 1
IInspection/Cleaning/Sealing Of Sewer
King &Water Systems By Remote Control Grout Truck Operator $11.50 1
Inspection/Cleaning/Sealing Of Sewer
I King &Water Systems By Remote Control Head Operator $24.91 1
Inspection/Cleaning/Sealing Of Sewer
King &Water Systems By Remote Control Technician $19.33 1
Inspection/Cleaning/Sealing Of Sewer
King &Water Systems By Remote Control Tv Truck Operator $20.45 1
King Insulation Applicators Journey Level $60.04 5D 4C
King Ironworkers Journeyman $69.28 7N 10
Air, Gas Or Electric
King Laborers Vibrating Screed $48.90 7A 31
King Laborers Airtrac Drill Operator $50.42 7A 31
I
King Laborers Ballast Regular Machine $48.90 7A 31
King Laborers Batch Weighman $41.45 7A 31
King Laborers Brick Pavers $48.90 7A 31
I King Laborers Brush Cutter $48.90 7A 31
King Laborers Brush Hog Feeder $48.90 7A 31
King Laborers Burner $48.90 7A 31
I King Laborers Caisson Worker $50.42 7A 31
King Laborers Carpenter Tender $48.90 7A 31
King Laborers Caulker $48.90 7A 31
I King Laborers Cement Dumper-paving $49.81 7A 31
King Laborers Cement Finisher Tender $48.90 7A 31
Change House Or Dry
King Laborers Shack $48.90 7A 31
I
Chipping Gun (under 30
King Laborers _ Lbs.) $48.90 7A 31
Chipping Gun(30 Lbs. And
I
King Laborers Over) $49.81 7A 31
King Laborers Choker Setter $48.90 7A 31
King Laborers Chuck Tender $48.90 7A 31
I King Laborers Clary Power Spreader $49.81 7A 31
King Laborers
Clean-up Laborer $48.90 7A 31
Concrete Dumper/chute
King Laborers Operator $49.81 7A 31
I
King Laborers Concrete Form Stripper $48.90 7A 31
King Laborers Concrete Placement Crew $49.81 7A 31
Concrete Saw
I
King
King Laborers Operator/core Driller $49.81
$41.45 7A 31
Laborers Crusher Feeder 7A 31
King Laborers Curing Laborer $48.90 7A 31
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 65 [2018]
RFB ver. 5-18
I
1
Demolition: Wrecking &
Moving (incl. Charred
1 King Laborers Material) $48.90 7A 31
King Laborers Ditch Digger $48.90 7A 31
King Laborers Diver $50.42 7A 31
Drill Operator
King Laborers (hydraulic,diamond) $49.81 7A 31
King Laborers Dry Stack Walls $48.90 7A 31
King Laborers Dump Person $48.90 7A 31
King Laborers Epoxy Technician $48.90 7A 31
King Laborers Erosion Control Worker $48.90 7A 31
King Laborers Faller&Bucker Chain Saw $49.81 7A 31
I
King Laborers Fine Graders $48.90 7A 31
II King Laborers Firewatch $41.45 7A 31
King Laborers Form Setter $48.90 7A 31
King Laborers Gabian Basket Builders $48.90 7A 31
King Laborers General Laborer $48.90 7A 31
Grade Checker & Transit
1 King Laborers Person $50.42 7A 31
King Laborers Grinders $48.90 7A 31
1 King Laborers Grout Machine Tender $48.90 7A 31
Groutmen
'
(pressure)including Post
King Laborers Tension Beams $49.81 7A 31
King Laborers Guardrail Erector $48.90 7A 31
Hazardous Waste Worker
King Laborers (level A) $50.42 7A 31
Hazardous Waste Worker
I King Laborers (level B) $49.81 7A 31
Hazardous Waste Worker
King Laborers (level C) $48.90 7A 31
King Laborers High Scaler $50.42 7A 31
King Laborers Jackhammer $49.81 7A 31
King Laborers Laserbeam Operator $49.81 7A 31
King Laborers Maintenance Person $48.90 7A 31
I
King Laborers Manhole Builder-mudman $49.81 7A 31
King Laborers Material Yard Person $48.90 7A 31
Motorman-dinky
I King Laborers Locomotive $49.81 7A 31
Nozzleman (concrete
Pump, Green Cutter When
Using Combination Of High
1 Pressure Air & Water On
Concrete & Rock,
Sandblast, Gunite,
King Laborers Shotcrete,Water Bla $49.81 7A 31
King Laborers Pavement Breaker $49.81 7A 31
King Laborers Pilot Car $41.45 7A 31
King Laborers Pipe Layer Lead $50.42 7A 31
IKing Laborers Pipe Layer/tailor $49.81 7A 31
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 66 [2018]
RFB ver. 5-18
I
I
tKing Laborers Pipe Pot Tender $49.81 7A 31
King Laborers Pipe Reliner $49.81 7A 31
I King Laborers Pipe Wrapper $49.81 7A 31
King Laborers Pot Tender $48.90 7A 31
King Laborers Powderman $50.42 7A 31
King Laborers Powderman's Helper $48.90 7A 31
King Laborers Power Jacks $49.81 7A 31
Railroad Spike Puller -
King Laborers Power $49.81 7A 31
I King Laborers Raker-Asphalt $50.42 7A 31
King Laborers
Re-timberman $50.42 7A 31
Remote Equipment
I King Laborers Operator $49.81 7A 31
King Laborers Rigger/signal Person $49.81 7A 31
King Laborers Rip Rap Person $48.90 7A 31
I
King Laborers Rivet Buster $49.81
$49.81 7A 31
King Laborers Rodder 7A 31
King Laborers Scaffold Erector $48.90 7A 31
111 King Laborers Scale Person $48.90 7A 31
King Laborers Sloper(over 20)" $49.81 7A 31
King Laborers Sloper Sprayer $48.90 7A 31
King Laborers Spreader(concrete) $49.81 7A 31
King Laborers Stake Hopper $48.90 7A 31
King Laborers Stock Piler $48.90 7A 31
Tamper & Similar Electric,
1 King Laborers Air&Gas Operated Tools $49.81 7A 31
Tamper (multiple & Self-
King Laborers propelled) $49.81 7A 31
I Timber Person - Sewer
King Laborers (lagger,Sharer&Cribber) $49.81 7A 31
Toolroom Person (at
King Laborers Jobsite) $48.90 7A 31
IKing Laborers Topper $48.90 7A 31
King Laborers Track Laborer $48.90 7A 31
King Laborers Track Liner(power) $49.81 7A 31
King Laborers Traffic Control Laborer $44.33 7A 31 8R
King Laborers Traffic Control Supervisor $44.33 7A 31 8R
King Laborers Truck Spotter $48.90 7A 31
King Laborers Tugger Operator $49.81 7A 31
I
Tunnel Work-Compressed
King Laborers Air Worker 0-30 psi _$107.60 7A 31 8Q
I Tunnel Work-Compressed
King Laborers Air Worker 30.01-44.00 psi $112.63 7A 31 8Q
Tunnel Work-Compressed
King Laborers Air Worker 44.01-54.00 psi $116.31 7A 31 8Q
I Tunnel Work-Compressed
King Laborers Air Worker 54.01-60.00 psi $122.01 7A 31 8Q
Tunnel Work-Compressed
IKing Laborers Air Worker 60.01-64.00 psi $124.13 7A 31 8Q
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 67 [2018]
RFB ver. 5-18
I
11
I
ITunnel Work-Compressed
King Laborers Air Worker 64.01-68.00 psi $129.23 7A 31 8Q
I
Tunnel Work-Compressed
King Laborers Air Worker 68.01-70.00 psi $131.13 7A 31 8Q
Tunnel Work-Compressed
King Laborers Air Worker 70.01-72.00 psi $133.13 7A 31 8Q
ITunnel Work-Compressed
King Laborers Air Worker 72.01-74.00 psi $135.13 7A 31 8Q
Tunnel Work-Guage and
I King Laborers Lock Tender $50.52 7A 31 8Q
King Laborers Tunnel Work Miner $50.52 7A 31 8Q
King Laborers Vibrator $49.81 7A 31
King Laborers Vinyl Seamer $48.90 7A 31
I King Laborers Watchman $37.67 7A 31
King Laborers Welder $49.81 7A 31
I
King
King Laborers
Laborers Well Point Laborer J $49.81 7A 31
Window Washer/cleaner $37.67 7A 31
Laborers - Underground Sewer &
King Water General Laborer&Topman $48.90 7A 31
I Laborers - Underground Sewer &
King Water Pipe Layer $49.81 7A 31
King Landscape Construction Landscape Laborer $37.67 7A 31
I King Landscape Construction Landscape Operator $59.49 7A 3C 8P
King Lathers Journey Level _ $58.48 5D 1H
King Marble Setters Journey Level $57.32 5A 1M
I King Metal Fabrication(In Shop) Fitter $15.86 1
King
Metal Fabrication(In Shop) Laborer $11.50 1
King Metal Fabrication(In Shop) Machine Operator $13.04 1
I King Metal Fabrication(In Shop) Painter $11.50 1
King Metal Fabrication(In Shop) Welder $15.48 1
King Millwright Journey Level $61.54 5D 4C
King Modular Buildings Cabinet Assembly $11.56 1
King Modular Buildings Electrician $11.56 1
King Modular Buildings Equipment Maintenance _ $11.56 1
King Modular Buildings Plumber $11.56 1
I
King Modular Buildings Production Worker $11.50 1
King Modular Buildings Tool Maintenance $11.56 1
King Modular Buildings Utility Person $11.56 1
I King Modular Buildings Welder $11.56 1
King Painters Journey Level $42.50 6Z 2B
King Pile Driver Crew Tender $54.99 5D 4C
I Hyperbaric Worker -
Compressed Air Worker 0-
King Pile Driver 30.00 PSI $74.87 5D 4C
I
Hyperbaric Worker -
Compressed Air Worker
King Pile Driver 30.01-44.00 PSI $79.87 5D 4C
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 68 [2018]
RFB ver. 5-18
I
1 Hyperbaric Worker -
Compressed Air Worker
1 King Pile Driver 44.01-54.00 PSI $83.87 5D 4C
Hyperbaric Worker
Compressed Air Worker
King Pile Driver 54.01-60.00 PSI $88.87 5D 4C
IHyperbaric Worker
Compressed Air Worker
King Pile Driver 60.01-64.00 PSI $91.37 5D 4C
I Hyperbaric Worker -
Compressed Air Worker
King Pile Driver 64.01-68.00 PSI $96.37 5D 4C
I Hyperbaric Worker -
Compressed Air Worker
King Pile Driver 68.01-70.00 PSI $98.37 5D 4C
I
Hyperbaric Worker -
Compressed Air Worker
King Pile Driver 70.01-72.00 PSI $100.37 5D 4C
Hyperbaric Worker -
' King Pile Driver Compressed Air Worker
72.01-74.00 PSI $102.37 5D 4C
King Pile Driver Journey Level $60.29 5D 4C
I King Plasterers _ Journey Level $56.54 7Q 1R
Playground & Park Equipment
King Installers Journey Level $11.50 1
King Plumbers&Pipefitters Journey Level $83.69 6Z 1G
1 King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P
King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P
King Power Equipment Operators Barrier Machine(zipper) $59.96 7A 3C 8P
I Batch Plant Operator,
King Power Equipment Operators Concrete $59.96 7A 3C 8P
King Power Equipment Operators _ Bobcat $56.90 7A 3C 8P
I
Brokk-Remote Demolition
King Power Equipment Operators Equipment $56.90 7A 3C 8P
King Power Equipment Operators Brooms $56.90 7A 3C 8P
I King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P
King Power Equipment Operators Cableways $60.49 7A 3C 8P
King Power Equipment Operators Chipper $59.96 7A 3C 8P
King Power Equipment Operators Compressor $56.90 7A 3C 8P
IConcrete Pump: Truck
Mount With Boom
King Power Equipment Operators Attachment Over 42 M $60.49 7A 3C 8P
Concrete Finish Machine -
King Power Equipment Operators laser Screed $56.90 7A 3C 8P
Concrete Pump - Mounted
I Or Trailer High Pressure
Line Pump, Pump High
King Power Equipment Operators Pressure. $59.49 7A 3C 8P
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 69 [2018]
RFB ver. 5-18
I
1 Concrete Pump: Truck
Mount With Boom
I
King Power Equipment Operators Attachment Up To 42m $59.96 7A 3C 8P
King Power Equipment Operators Conveyors $59.49 7A 3C 8P
Cranes Friction: 200 tons
King Power Equipment Operators and over $62.33 7A 3C 8P
I Cranes: 20 Tons Through
King Power Equipment Operators 44 Tons With Attachments $59.96 7A 3C 8P
Cranes: 100 Tons Through
I 199 Tons,Or 150'Of Boom
(Including Jib With
King Power Equipment Operators Attachments) $61.10 7A 3C 8P
Cranes:200 tons-299 tons,
or 250a€'" of boom
including jib with
King Power Equipment Operators attachments $61.72 7A 3C 8P
I
Cranes: 300 tons and over
or 300a€'"" of boom
including jib with
I King Power Equipment Operators attachments $62.33 7A 3C 8P
Cranes: 45 Tons Through
99 Tons, Under 150' Of
Boom (including Jib With —
I King Power Equipment Operators Attachments) $60.49 7A 3C 8P
Cranes: A-frame - 10 Tons
King Power Equipment Operators _ And Under $56.90 7A 3C 8P
Cranes: Friction cranes
King Power Equipment Operators through 199 tons $61.72 7A 3C 8P
I Cranes: Through 19 Tons
I
With Attachments A-frame
King Power Equipment Operators Over 10 Tons $59.49 7A 3C 8P
King Power Equipment Operators Crusher $59.96 7A 3C 8P
I Deck Engineer/deck
King Power Equipment Operators Winches(power) $59.96 7A 3C 8P
King Power Equipment Operators Derricks,On Building Work $60.49 7A 3C 8P
King Power Equipment Operators Dozers D-9&Under $59.49 7A 3C 8P
I
King Power Equipment 0per
ators Drill Oilers: Auger Type,
Truck Or Crane Mount $59.49 7A 3C 8P
King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P
I
Elevator And Man-lift:
King Power Equipment Operators Permanent And Shaft Type $56.90 7A 3C 8P
Finishing Machine, Bidwell
I And Gamaco & Similar
King Power Equipment 0 erators Equipment $59.96 7A 3C 8P
Forklift:3000 Lbs And Over
King Power Equipment Operators With Attachments $59.49 7A 3C 8P
I
Forklifts: Under 3000 Lbs.
King Power Equipment Operators With Attachments $56.90 7A 3C 8P
Grade Engineer:Using Blue
I
King Power Equipment Operators Prints,Cut Sheets,Etc $59.96 7A 3C 8P
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 70 [2018]
RFB ver. 5-18
I
I
1 King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P
King Power Equipment Operators _ Guardrail Punch $59.96 7A 3C 8P
I Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. &
King Power Equipment Operators Over $60.49 7A 3C 8P
I Hard Tail End Dump
Articulating Off-road
King Power Equipment Operators Equipment Under 45 Yards $59.96 7A 3C 8P
I
_ Horizontal/directional Drill
King Power Equipment Operators Locator $59.49 7A 3C . 8P
Horizontal/directional Drill
King Power Equipment Operators Operator $59.96 7A 3C 8P
I
Hydralifts/boom Trucks
King Power Equipment Operators Over 10 Tons $59.49 7A 3C 8P
Hydralifts/boom Trucks, 10
I King Power Equipment Operators Tons And Under $56.90 7A 3C 8P
Loader, Overhead 8 Yards.
&Over $61.10 7A 3C 8P
King Power Equipment Operators
I - Loader,Overhead, 6 Yards.
King Power Equipment Operators But Not Including 8 Yards $60.49 7A 3C 8P
Loaders, Overhead Under
King Power Equipment Operators 6 Yards $59.96 7A 3C 8P
IKing Power Equipment Operators Loaders,Plant Feed $59.96 7A 3C 8P
Loaders: Elevating Type
King Power Equipment Operators Belt $59.49 7A 3C 8P
I King Power Equipment Operators Locomotives,All $59.96 7A 3C 8P
King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P
Mechanics, All (leadmen -
I
$0.50 Per Hour Over
King Power Equipment Operators Mechanic) $61.10 7A 3C 8P
King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P
I Mucking Machine, Mole,
Tunnel Drill, Boring, Road
King Power Equipment Operators Header And/or Shield $60.49 7A 3C 8P
Oil Distributors, Blower
I
Distribution & Mulch
King Power Equipment Operators Seeding Operator $56.90 7A 3C 8P
Outside Hoists (elevators
I
And Manlifts), Air
King Power Equipment Operators Tuggers,strato $59.49 7A 3C 8P
Overhead, Bridge Type
I Crane: 20 Tons Through
King Power Equipment Operators 44 Tons $59.96 7A 3C 8P
Overhead, Bridge Type:
King Power Equipment Operators 100 Tons And Over $61.10 7A 3C 8P
I
Overhead, Bridge Type: 45
King Power Equipment Operators _ Tons Through 99 Tons $60.49 7A 3C 8P
King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 71 [2018]
RFB ver. 5-18
I
MIIIW
I
tPile Driver (other Than
1 King Power Equipment Operators _ Crane Mount) $59.96 7A 3C 8P
I
Plant Oiler - Asphalt,
King Power Equipment Operators Crusher $59.49 7A 3C 8P
Posthole Digger,
King Power Equipment Operators Mechanical $56.90 7A 3C 8P
111 King Power Equipment Operators Power Plant $56.90 7A 3C 8P
King Power Equipment Operators Pumps Water $56.90 7A 3C 8P
Quad 9, Hd 41, 010 And
' King Power Equipment Operators Over $60.49 7A 3C 8P
Quick Tower - No Cab,
Under 100 Feet In Height
King Power Equipment Operators Based To Boom $56.90 7A 3C 8P
I
Remote Control Operator
On Rubber Tired Earth
King Power Equipment Operators Moving Equipment $60.49 7A 3C 8P
King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P
Rigger/Signal Person,
King Power Equipment O erators Bellman(Certified) $59.49 7A 3C
8P
King Power Equipment Operators Rollagon $60.49 7A 3C 8P
Roller, Other Than Plant
King Power Equipment Operators Mix $56.90 7A 3C 8P
Roller, Plant Mix Or Multi-
King Power Equipment Operators lift Materials $59.49 7A 3C 8P
King Power Equipment Operators Roto mill,Roto grinder $59.96 7A 3C 8P
King Power Equipment Operators Saws-Concrete $59.49 7A 3C 8P
Scraper, Self Propelled
King Power Equipment Operators Under 45 Yards $59.96 7A 3C 8P
Scrapers - Concrete &
King Power Equipment Operators _ Carry All $59.49 7A 3C 8P
Scrapers, Self-propelled:
King Power Equipment Operators 45 Yards And Over $60.49 7A 3C 8P
Service Engineers -
King Power Equipment Operators Equipment $59.49 7A 3C 8P
Shotcrete/gunite
1 King Power Equipment Operators Equipment $56.90 7A 3C 8P
Shovel , Excavator,
Backhoe, Tractors Under
King Power Equipment Operators 15 Metric Tons. $59.49 7A 3C 8P
I Shovel, Excavator,
Backhoe: Over 30 Metric
King Power Equipment Operators Tons To 50 Metric Tons $60.49 7A 3C 8P
' Shovel, Excavator,
Backhoes, Tractors: 15 To
King Power Equipment Operators 30 Metric Tons $59.96 7A 3C 8P
Shovel, Excavator,
111
Backhoes: Over 50 Metric
King Power Equipment Operators Tons To 90 Metric Tons $61.10 7A 3C 8P
I
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 72 [2018]
RFB ver. 5-18
I
IShovel, Excavator,
Backhoes: Over 90 Metric
I
King Power Equipment Operators Tons $61.72 7A 3C 8P
King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P
Spreader, Topsider &
King Power Equipment Operators Screedman $60.49 7A 3C 8P
111 King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P
King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P
Tower Crane Up To 175' In
1 King Power Equipment Operators Height Base To Boom $61.10 7A 3C 8P
Tower Crane:over 175aۥ""
through 250ae'" in height,
King Power Equipment Operators base to boom $61.72 7A 3C 8P
Tower Cranes: over
250a€'"" in height from
King Power Equipment Operators base to boom $62.33 7A 3C 8P
I Transporters, All Track Or
King Power Equipment Operators Truck Type $60.49 7A 3C 8P
King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P
Truck Crane Oiler/driver -
King Power Equipment Operators 100 Tons And Over $59.96 7A 3C 8P
Truck Crane Oiler/driver
I King Power Equipment Operators _ Under 100 Tons $59.49 7A 3C 8P
Truck Mount Portable
King Power Equipment Operators Conveyor $59.96 7A 3C 8P
King Power Equipment Operators _ Welder $60.49 7A 3C 8P
' Wheel Tractors, Farmall
King Power Equipment Operators Type $56.90 7A 3C 8P
King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P
I Power Equipment Operators-
King Underground Sewer&Water Asphalt Plant Operators $60.49 7A 3C 8P
Power Equipment Operators-
I King Underground Sewer&Water Assistant Engineer $56.90 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Barrier Machine(zipper) $59.96 7A 3C 8P
I Power Equipment Operators- Batch Plant Operator,
King Underground Sewer&Water Concrete $59.96 7A 3C SP
Power Equipment Operators-
King Underground Sewer&Water Bobcat $56.90 7A 3C 8P
Power Equipment Operators- Brokk-Remote Demolition
King Underground Sewer&Water Equipment $56.90 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Brooms $56.90 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Bump Cutter $59.96 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Cableways $60.49 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Chipper $59.96 7A 3C 8P
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 73 [2018]
RFB ver. 5-18
I
1
IPower Equipment Operators-
King Underground Sewer&Water Compressor $56.90 7A 3C 8P
IConcrete Pump: Truck
Power Equipment Operators- Mount With Boom
King Underground Sewer&Water _ Attachment Over 42 M $60.49 7A 3C 8P
Power Equipment Operators- Concrete Finish Machine -
' King Underground Sewer&Water laser Screed $56.90 7A 3C 8P
Concrete Pump - Mounted
Or Trailer High Pressure
I Power Equipment Operators-—Line Pump, Pump High
King Underground Sewer&Water Pressure. $59.49 7A 3C 8P
Concrete Pump: Truck
Power Equipment Operators- Mount With Boom
'
King Underground Sewer&Water Attachment Up To 42m $59.96 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water _ Conveyors $59.49 7A 3C 8P
I King Power Equipment Operators- Cranes Friction: 200 tons
Underground Sewer&Water and over $62.33 7A 3C 8P
Power Equipment Operators- Cranes: 20 Tons Through
I King Underground Sewer&Water 44 Tons With Attachments $59.96 7A 3C 8P
Cranes: 100 Tons Through
199 Tons,Or 150' Of Boom
Power Equipment Operators- (Including Jib With
IKing Underground Sewer&Water Attachments) $61.10 7A 3C 8P
Cranes:200 tons-299 tons,
or 250a€T" of boom
I Power Equipment Operators- including jib with
King Underground Sewer&Water _ attachments _$61.72 7A 3C 8P
Cranes: 300 tons and over
I
or 300a€'"" of boom
Power Equipment Operators- including jib with
King Underground Sewer&Water attachments $62.33 7A 3C 8P
Cranes: 45 Tons Through
99 Tons, Under 150' Of
Power Equipment Operators- Boom (including Jib With
King Underground Sewer&Water Attachments) $60.49 7A 3C 8P
I King Power Equipment Operators- Cranes: A-frame - 10 Tons
Underground Sewer&Water And Under $56.90 7A 3C 8P
Power Equipment Operators- Cranes: Friction cranes
King Underground Sewer&Water through 199 tons $61.72 7A 3C 8P
Cranes: Through 19 Tons
Power Equipment Operators- With Attachments A-frame
King Underground Sewer&Water Over 10 Tons $59.49 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water _ Crusher $59.96 7A 3C 8P
Power Equipment Operators- Deck Engineer/deck
I King Underground Sewer&Water Winches(power) $59.96 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water _ Derricks,On Building Work $60.49 7A 3C 8P
Power Equipment Operators-
, King Underground Sewer&Water Dozers D-9&Under $59.49 7A 3C 8P
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 74 [2018]
RFB ver. 5-18
I
Power Equipment Operators- Drill Oilers: Auger Type,
q PYp ,
King Underground Sewer&Water Truck Or Crane Mount $59.49 7A 3C 8P
I
Power Equipment Operators-
King Underground Sewer&Water Drilling Machine $61.10 7A 3C 8P
Power Equipment Operators- Elevator And Man-lift:
King Underground Sewer&Water Permanent And Shaft Type $56.90 7A 3C 8P
IFinishing Machine, Bidwell
Power Equipment Operators- And Gamaco & Similar
King Underground Sewer&Water _ Equipment $59.96 7A 3C 8P
I
King Power Equipment Operators- Forklift:3000 Lbs And Over
Underground Sewer&Water With Attachments $59.49 7A 3C 8P
Power Equipment Operators- Forklifts: Under 3000 Lbs.
I
King Underground Sewer&Water With Attachments $56.90 7A 3C 8P
Power Equipment Operators- Grade Engineer: Using Blue
King Underground Sewer&Water Prints,Cut Sheets,Etc $59.96 7A 3C 8P
' Power Equipment Operators-
King Underground Sewer&Water Gradechecker/stakeman $56.90 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Guardrail Punch $59.96 7A 3C 8P
' Hard Tail End Dump
Articulating Off- Road
Power Equipment Operators- Equipment 45 Yards. &
King Underground Sewer&Water Over $60.49 7A 3C 8P
Hard Tail End Dump
Power Equipment Operators- Articulating Off-road
King Underground Sewer&Water Equipment Under 45 Yards $59.96 7A 3C 8P
1 Power Equipment Operators- Horizontal/directional Drill
King Underground Sewer&Water Locator $59.49 7A 3C 8P
Power Equipment Operators- Horizontal/directional Drill
I King Underground Sewer&Water Operator $59.96 7A 3C 8P
Power Equipment Operators- Hydralifts/boom Trucks
King Underground Sewer&Water Over 10 Tons $59.49 7A 3C 8P
Power Equipment Operators- Hydralifts/boom Trucks, 10
King Underground Sewer&Water Tons And Under $56.90 7A 3C 8P
Power Equipment Operators- Loader, Overhead 8 Yards.
King Underground Sewer&Water &Over $61.10 7A 3C 8P
Power Equipment Operators- Loader, Overhead,6 Yards.
King Underground Sewer&Water But Not Including 8 Yards $60.49 7A 3C 8P
Power Equipment Operators- Loaders, Overhead Under
' King Underground Sewer&Water 6 Yards $59.96 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Loaders,Plant Feed $59.96 7A 3C 8P
I
King
Power Equipment Operators- Loaders: Elevating Type
Underground Sewer&Water Belt $59.49 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Locomotives,All $59.96 7A 3C 8P
' eratPower Equipment 0
ors-
P
King Underground Sewer&Water Material Transfer Device $59.96 7A 3C 8P
I
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 75 [2018]
RFB ver. 5-18
I
I
IMechanics, All (leadmen -
Power Equipment Operators- $0.50 Per Hour Over
I
King Underground Sewer&Water Mechanic) $61.10 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Motor Patrol Graders $60.49 7A 3C 8P
Mucking Machine, Mole,
I
Power Equipment Operators- Tunnel Drill, Boring, Road
King Underground Sewer&Water Header And/or Shield $60.49 7A 3C 8P
Oil Distributors, Blower
Power Equipment Operators- —Distribution & Mulch
King Underground Sewer&Water Seeding Operator $56.90 7A 3C 8P
Outside Hoists (elevators
I
King Power Equipment Operators- And Manlifts), Air
Underground Sewer&Water Tuggers,strato $59.49 7A 3C 8P
Overhead, Bridge Type
Power Equipment Operators- Crane: 20 Tons Through
IKing Underground Sewer&Water 44 Tons $59.96 7A 3C 8P
Power Equipment Operators- Overhead, Bridge Type:
King Underground Sewer&Water 100 Tons And Over $61.10 7A 3C 8P
I
King Power Equipment Operators- Overhead, Bridge Type: 45
Underground Sewer&Water Tons Through 99 Tons $60.49 7A 3C 8P
1 Power Equipment Operators-
' King Underground Sewer&Water Pavement Breaker $56.90 7A 3C 8P
Power Equipment Operators- Pile Driver (other Than
King Underground Sewer&Water Crane Mount) $59.96 7A 3C 8P
Power Equipment Operators- Plant Oiler - Asphalt,
King Underground Sewer&Water Crusher $59.49 7A 3C 8P
Power Equipment Operators- Posthole Digger,
1 King Underground Sewer&Water Mechanical $56.90 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Power Plant $56.90 7A 3C 8P
Power Equipment Operators-
, King Underground Sewer&Water Pumps-Water $56.90 7A 3C 8P
Power Equipment Operators- Quad 9, Hd 41, D10 And
King Underground Sewer&Water Over $60.49 7A 3C 8P
' Quick Tower - No Cab,
Power Equipment Operators- Under 100 Feet In Height
King Underground Sewer&Water Based To Boom $56.90 7A 3C 8P
Remote Control Operator
I
King Power Equipment Operators- On Rubber Tired Earth
Underground Sewer&Water Moving Equipment $60.49 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Rigger And Bellman $56.90 7A 3C 8P
Power Equipment Operators- Rigger/Signal Person,
King Underground Sewer&Water Bellman(Certified) $59.49 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Rollagon $60.49 7A 3C 8P
Power Equipment Operators- Roller, Other Than Plant
King Underground Sewer&Water Mix $56.90 7A 3C 8P
III
City of Federal Way RFB # 18-011
I
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 76 [2018]
RFB ver. 5-18
I
IPower Equipment Operators- Roller, Plant Mix Or Multi-
King Underground Sewer&Water lift Materials $59.49 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Roto-mill,Roto-grinder $59.96 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Saws-Concrete $59.49 7A 3C 8P
IPower Equipment Operators- Scraper, Self Propelled
King Underground Sewer&Water Under 45 Yards $59.96 7A 3C 8P
Power Equipment Operators- Scrapers - Concrete &
I
King Underground Sewer&Water Carry All $59.49 7A 3C 8P
Power Equipment Operators- Scrapers, Self-propelled:
King Underground Sewer&Water 45 Yards And Over $60.49 7A 3C 8P
I
King Power Equipment Operators- Service Engineers -
Underground Sewer&Water Equipment $59.49 7A 3C 8P
Power Equipment Operators- Shotcrete/gunite
I
King Underground Sewer&Water Equipment $56.90 7A 3C 8P
Shovel Excavator,
Power Equipment Operators- Backhoe, Tractors Under
King Underground Sewer&Water 15 Metric Tons. $59.49 7A 3C 8P
Shovel, Excavator,
Power Equipment Operators- Backhoe: Over 30 Metric
King Underground Sewer&Water Tons To 50 Metric Tons $60.49 7A 3C 8P
IShovel, Excavator,
Power Equipment Operators- Backhoes, Tractors: 15 To
King Underground Sewer&Water 30 Metric Tons $59.96 7A 3C 8P
I Shovel, Excavator,
Power Equipment Operators- Backhoes: Over 50 Metric
King Underground Sewer&Water Tons To 90 Metric Tons $61.10 7A 3C 8P
Shovel, Excavator,
/ KingPower Equipment Operators- Backhoes: Over 90 Metric
Underground Sewer&Water Tons $61.72 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Slipform Pavers $60.49 7A 3C 8P
Power Equipment Operators- Spreader, Topsider &
King Underground Sewer&Water Screedman $60.49 7A 3C 8P
Power Equipment Operators-
King Underground Sewer&Water Subgrader Trimmer $59.96 7A 3C 8P
I / Power Equipment Operators-
King Underground Sewer&Water Tower Bucket Elevators $59.49 7A 3C 8P
I Power Equipment Operators- Tower Crane Up To 175' In
King Underground Sewer&Water Height Base To Boom $61.10 7A 3C 8P
Tower Crane: over 175x€W"
I
King Power Equipment Operators- through 250â€TM in height,
Underground Sewer&Water base to boom $61.72 7A 3C 8P
Tower Cranes: over
I
Power Equipment Operators- 250x€"" in height from
King Underground Sewer&Water base to boom $62.33 7A 3C 8P
Power Equipment Operators- Transporters, All Track Or
King Underground Sewer&Water Truck Type $60.49 7A 3C 8P
I I/
ICity of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 77 [2018]
RFB ver. 5-18
I
iPower Equipment Operators-
King Underground Sewer&Water Trenching Machines $59.49 7A 3C 8P
I
King Power Equipment Operators- Truck Crane Oiler/driver -
Underground Sewer&Water 100 Tons And Over $59.96 7A 3C 8P
Power Equipment Operators- Truck Crane Oiler/driver
King Underground Sewer&Water Under 100 Tons $59.49 7A 3C 8P
I
Power Equipment Operators- Truck Mount Portable
King Underground Sewer&Water Conveyor $59.96 7A 3C 8P
Power Equipment Operators-
' King Underground Sewer&Water Welder $60.49 _7A 3C 8P
Power Equipment Operators- Wheel Tractors, Farmall
King Underground Sewer&Water Type $56.90 7A 3C 8P
I
Power Equipment Operators-
King Underground Sewer&Water Yo Yo Pay Dozer $59.96 7A 3C 8P
King Power Line Clearance Tree Trimmers Journey Level In Charge $49.96 5A 4A
' King
King Power Line Clearance Tree Trimmers Spray Person $47.37 5A 4A
Power Line Clearance Tree Trimmers Tree Equipment Operator $49.96 5A 4A
King Power Line Clearance Tree Trimmers Tree Trimmer $44.57 5A 4A
Tree Trimmer
I
King Power Line Clearance Tree Trimmers Groundperson $33.60 5A 4A
Refrigeration & Air Conditioning
King Mechanics Journey Level $79.51 6Z 1G
I King Residential Brick Mason Journey Level $57.32 5A 1M
King Residential Carpenters Journey Level $45.05 5D 4C
King Residential Cement Masons Journey Level $60.07 7A 1M
I King Residential Drywall Applicators Journey Level $45.05 5D 4C
King Residential Drywall Tapers Journey Level $45.19 5P 1E
King Residential Electricians Journey Level $37.26 0 1
' King Residential Glaziers Journey Level $42.05 7L 1H
King Residential Insulation Applicators Journey Level $60.04 5D 4C
King Residential Laborers Journey Level $36.68 7A 1H
King Residential Marble Setters Journey Level $57.32 5A 1M
I
King Residential Painters Journey Level $42.50 6Z 2B
King Residential Plumbers&Pipefitters Journey Level $51.37 5A 1G
Residential Refrigeration & Air
I
King Conditioning Mechanics Journey Level $51.37 5A 1G
Journey Level (Field or
King Residential Sheet Metal Workers Shop) $50.01 7F 1R
King Residential Soft Floor Layers Journey Level $49.43 5A 3J
I
Residential Sprinkler Fitters (Fire
King Protection) Journey Level $46.58 5C 2R
King Residential Stone Masons Journey Level $57.32 5A 1M
I
King Residential Terrazzo Workers Journey Level $52.61 5A 1M
King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1B
King Residential Tile Setters Journey Level $52.61 5A 1M
I
King Roofers Journey Level $51.52 5A 3H
Using Irritable Bituminous
King Roofers Materials $54.52 5A 3H
I
Journey Level (Field or
King Sheet Metal Workers Shop) $82.51 7F 1E
City of Federal Way RFB # 18-011
1
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 78 [2018]
RFB ver. 5-18
I
INew Construction
King Shipbuilding&Ship Repair Boilermaker $36.36 7V 1
New Construction
I King Shipbuilding&Ship Repair Carpenter $36.36 7V 1
New Construction Crane
King Shipbuilding&Ship Repair Operator $36.36 7V 1
I
New Construction
King Shipbuilding&Ship Repair Electrician $36.36 7V 1
New Construction Heat &
King Shipbuilding&Ship Repair Frost Insulator $73.58 Si 4H
King Shipbuilding&Ship Repair _ New Construction Laborer $36.36 7V 1
New Construction
King Shipbuilding&Ship Repair Machinist $36.36 7V 1
I
New Construction
King Shipbuilding&Ship Repair Operating Engineer $36.36 7V 1
King Shipbuilding&Ship RepairNew Construction Painter $36.36 7V 1
I
_
New Construction
King Shipbuilding&Ship Repair Pipefitter $36.36 7V 1
King Shipbuilding&Ship Repair New Construction Rigger $36.36 7V 1
I
New Construction Sheet
King Shipbuilding&Ship Repair Metal $36.36 7V 1
New Construction
King Shipbuilding&Ship Repair Shipfitter $36.36 7V 1
I
New Construction
King Shipbuilding&Ship Repair Warehouse/Teamster $36.36 7V 1
New Construction Welder
I
King Shipbuilding&Ship Repair /Burner $36.36 7V 1
King Shipbuilding&Ship Repair Ship Repair Boilermaker $44.95 7X 4J
King Shipbuilding&Ship Repair Ship Repair Carpenter $44.95 7X 41
I
Ship Repair Crane
King Shipbuilding&Ship Repair Operator $44.06 7Y 4K
King Shipbuilding&Ship Repair Ship Repair Electrician $44.95 7X 4J
Ship Repair Heat & Frost
I King Shipbuilding&Ship RepairInsulator $73.58 Si 4H
King Shipbuilding&Ship Repair Ship Repair Laborer $44.95 7X 41
King Shipbuilding&Ship Repair Ship Repair Machinist $44.95 7X 4J
I
Ship Repair Operating
King Shipbuilding&Ship Repair Engineer $44.06 7Y 4K
King Shipbuilding&Ship Repair Ship Repair Painter $44.95 7X 4J
King Shipbuilding&Ship Repair Ship Repair Pipefitter $44.95 7X 4J
King Shipbuilding&Ship Repair Ship Repair Rigger $44.95 7X 4J
King Shipbuilding&Ship Repair Ship Repair Sheet Metal $44.95 7X 4J
King Shipbuilding&Ship Repair Ship Repair Shipwright $44.95 7X 4J
I
Ship Repair Warehouse /
King Shipbuilding&Ship Repair Teamster $44.06 7Y 4K
King Sign Makers&Installers(Electrical) Journey Level $49.70 0 1
I Sign Makers & Installers (Non-
King Electrical) Journey Level $31.52 0 1
King Soft Floor Layers Journey Level $49.43 5A 3J
1 King Solar Controls For Windows Journey Level $12.44 1
City of Federal Way RFB # 18-011
1 2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 79 [2018]
RFB ver. 5-18
I
UM
King Sprinkler Fitters(Fire Protection) Journey Level $77.39 5C 1X
Stage Rigging Mechanics (Non
I King Structural) Journey Level $13.23 1
King Stone Masons Journey Level $57.32 5A 1M
Street And Parking Lot Sweeper
King Workers Journey Level $19.09 1
I
Assistant Construction Site
King Surveyors Surveyor $59.49 7A 3C 8P
King Surveyors Chainman $58.93 7A 3C 8P
I
King Surveyors Construction Site Surveyor $60.49 7A 3C 8P
King Telecommunication Technicians Journey Level $48.06 7E 1E
Telephone Line Construction -
I King OutsideCable Splicer $41.22 5A 2B
Telephone Line Construction Hole Digger/Ground
King Outside Person $23.12 5A 2B
I King Telephone Line Construction -
Outside Installer(Repairer) $39.53 5A 2B
Telephone Line Construction -
King Outside _ Special Aparatus Installer I $41.22 5A 2B
I
Telephone Line Construction - Special Apparatus Installer
King Outside II $40.41 5A 2B
Telephone Line Construction - Telephone Equipment ,
I King Outside Operator(Heavy) $41.22 5A 2B
Telephone Line Construction Telephone Equipment
King Outside Operator(Light) $38.36 5A 2B
I King Telephone Line Construction -_
Outside Telephone Lineperson $38.36 5A 2B
Telephone Line Construction -
I
King Outside y Television Groundperson $21.92 5A 2B
Telephone Line Construction Television
King Outside _ Lineperson/Installer $29.13 5A 2B
Telephone Line Construction - Television System
I King Outside Technician $34.68 5A 2B
Telephone Line Construction
King Outside Television Technician $31.18 5A 2B
I King Telephone Line Construction - _
Outside Tree Trimmer $38.36 5A 2B
King Terrazzo Workers _Journey Level $52.61 5A 1M
King Tile Setters _Journey Level $52.61 5A 1M
I
King Tile,Marble&Terrazzo Finishers Finisher $43.44 5A 1B
King Traffic Control Stripers Journey Level $45.53 7A 1K
King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L
I King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L
King Truck Drivers Dump Truck $53.46 5D 3A 8L
King Truck Drivers Dump Truck&Trailer $54.30 5D 3A 8L
I King Truck Drivers Other Trucks $54.30 5D 3A 8L
King Truck Drivers Ready Mix Booster 9 Yards and Over $52.78 5A 4T
Non-Booster Loads Under
I
King Truck Drivers-Ready Mix 9 Cubic Yards $52.53 5A 4T
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 80 [2018]
RFB ver. 5-18
MI
I
Well Drillers & Irrigation Pump 1
King Installers Irrigation Pump Installer $17.71 1
I King Well Drillers & Irrigation Pump
Installers Oiler - $12.97 1
Well Drillers & Irrigation Pump
King Installers Well Driller $18.00 1
I
I
Benefit Code Key—Effective 8/31/2018 term 3/2/2019
Overth r Codes
I
Overtime cahrlatioos are based on the hourly rate actually paid to the worker.Oa pdtdic works ptojecis,the hourly rase
roast be not less than the prevailing rate of wage minus the hourly rase of the cost of fringe benefits actually provided for
the worker_
L ALL HOTJRS 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.
I
B. All hours wowed on Saturdays shall be paid at one and nae-half titres the hourly rale of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rase of wage.
C. The first two(2)hours after eight(S)regular hours Monday through Friday and the first ten(10)hours on Saturday
I
shall be paid at ore and ore-half times the hourly rate of wage. All other overtime Lours and all hours worked as
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two(2)boars before or after a live-eight(8)hour workweek day or a four-ten(10)hour workweek day and
the fusteight(8)hours worked the nest day atter either workweek shall be paid at one and one-half times the hourly
I rate of wage_All additional hours worked and all worked oar Sundays and holidays shall be paid at doable the hourly
We of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours an Saturday
shall be paid at are and one-half times the hourly rate of wage. All other boors worked Monday through Saanday,
and all hours worked an Sundays and holiothys shall be paid at double the hourly rate of wage.
I
F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten 00)hours on Saturday
shall be paid at one and ane-half times the hourly rate of wage.All other overtime hours worked,except Labia Day,
shall be paid at double the hourly rate of wage..All hors worked on Labor Day shall be paid at three times the hourly
rate of wage.
I G. The Sat tea(10)Lours worked an Saturdays and the Sat tea(10)hours worked on a filth calendar weekday in a fom-
ent hour schedule,a shall be paid at one and one-half times the hourly tate of wage.All hairs worked in recess of an
(10)hams per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at doable
the hourly rase of wage_
I H. All hours worked on Saturdays(except makeup days if work is lost doe to rechrmart weather conditions or equipment
brealdawa)shall be paid at one and ane-half limns the hourly rate of wage. All hours worked Monday through
Sunday over twelve(I2)boors and all hams worked on Sundays and holidays shall be paid at double the hourly rase
ofova ga
II. All hours worked on Sundays and holidays shall also be pard at doable the hourlynue te of wage.
I. The first two(2)Lours after eight(8)regular hours Monday through Friday and the first tae(10)horns on Saturday
shall be paid at one and one-half times the knurly 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
I R. All bouts wonted on Saturdays and Sundays shall be paid at one and one-half tunes the hourly rate of wage.All hours
worked an holidays shall be paid at double the hourly rate of wage.
M. All boors worked on Saturdays(except makeup days if work is lost due to idclemeat weather rx titres)shall be paid
at one and ore-half times the hourly rate of wage.All hours worked as Sundays and holidays shall be paid at double
the hourly rate of wage_
I
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-
1
City of Federal Way RFB # 18-011
I
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 81 [2018]
RFB ver. 5-18
1
IEXHIBIT"F"
I
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
I
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations
IThe contractor shall comply with the Regulations relative to non-discrimination in federally assisted
programs of United States Department of Transportation (USDOT), Title 49, Code of Federal
I
Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this contract.
I
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not discriminate on
I the grounds of race, color, sex, or national origin in the selection and retention of sub-contractors,
including procurement of materials and leases of equipment. The contractor shall not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including
I II' employment practices when the contract covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
tIn all solicitations either by competitive bidding or negotiations made by the contractor for work to be
performed under a sub-contract, including procurement of materials or leases of equipment, each
I potential sub-contractor or supplier shall be notified by the contractor of the contractor's obligations
under this contract and the Regulations relative to non-discrimination on the grounds of race, color,
sex, or national origin.
I4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or directives issued
Ipursuant thereto, and shall permit access to its books, records, accounts, other sources of information,
and its facilities as may be determined by the contracting agency or the appropriate federal agency to
be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any
Iinformation required of a contractor is in the exclusive possession of another who fails or refuses to
furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and
shall set forth what efforts it has made to obtain the information.
II 5. Sanctions for Non-compliance
I In the event of the contractor's non-compliance with the non-discrimination provisions of this contract,
the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be
appropriate, including, but not limited to: Withholding of payments to the contractor under the contract
City RFB # 18-011
' 2019of/2020 Federal SurfaceWayWater Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 82 [2018]
RFB ver. 5-18
until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole
or in part.
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-contract,
including procurement of materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with respect to any sub-
I
contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing
such provisions including sanctions for non-compliance. Provided, however, that in the event a
contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a
result of such direction, the contractor may request WSDOT enter into such litigation to protect the
I interests of the state and, in addition, the contractor may request the USDOT enter into such litigation
to protect the interests of the United States.
1
1
1
City of Federal Way RFB # 18-011
2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 83 [2018]
RFB ver. 5-18
EXHIBIT G
MAPPING OF ASSETS 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
1
City of Federal Way RFB # 18-011
I 2019/2020 Surface Water Management(SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 84 [2018]
RFB ver. 5-18
UM
' APPENDIX A
I STORM CLEANING DAILY LOG EXAMPLE
A Federal Way
I
STORM CLEANING DAILY LOG
AG#
DATE 1 1 OPERATOR ASSIST MAP GRID*
START TRW AN/PM EDD TOW AM/PSI WEATHER CONORIONS
START ROAD START CB D# END ROAD HID CBD i
MUNI-NAME
' _
CLEANED TYPE 1 AND TYPE ill CB Els
1
I _ ,
CLEANED TYPE 2 CBIS ANDRE MH Is
INSPECTION NOTES:
IDick Discharge Detection Notes:
-
I HOURLY JET FLOODING HOURLY RD/TANK CLEANING AND TV CAN
FROM BASIN/ TO BASIN t THE FROM CBIMH B TO CRASH• TME
- TOTAL RO/fANK LABOR HOURS _
TOTAL LABOR HOURS TOTAL TV CAMERA LABOR HOURS •
_
TODAYs MATERIALS DISPOSAL:
DECANT- GALLON{ s- TONS.. SOLD
LOCATOR. LOCATION:
6oernsMM IIMWYn usVemas'tAMI hwhiefteame ter 6a Web lana..te]P1$0020
City of Federal Way RFB # 18-011
I2019/2020 Surface Water Management (SWM)
Vactor Services and Drainage Infrastructure Maintenance Page 85 [2018]
RFB ver. 5-18