Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-224 - Total Landscape Corporation RETURN TO: EXT:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT./DIV:PARKS/DBC
2. ORIGINATING STAFF PERSON:ROB ETTINGER EXT: 2002 3. DATE REQ.BY:
4. TYPE OF DOCUMENT(CHECK ONE):
x CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT %6 MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL
❑ OTHER
PROJECT NAME:PARK LANDSCAPE MAINTENACE—DUMAS BAY CENTRE RFP
6. NAME OF CONTRACTOR: L.I -[w��SC c4 _ 1crc.1`►a.
ADDRESS:�"'"��� �1 iP+v �te_lL �u TELEPHONE
E-MAIL: FAX:
SIGNATURE NAME: TITLE
7. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
8. TERM: COMMENCEMENT DATE:NOVEMBER 2019 COMPLETION DATE:NOVEMBER 2025
9. TOTAL COMPENSATION$ • = L L ; �•L
� f�� 4W � (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY I.A OR CHARGE-ATA H SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE:❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED ❑YES ❑NO IF YES,$ PAID BY:❑CONTRACTOR❑CITY
RETAINAGE: RETAINAGE AMOUNT: - El RETAINAGE AGREEMENT(SEE CONTRACT) OR El RETAINAGE BOND PROVIDEI
n 'J PURCHASING: PLEASE CHARGE TO: _l - 7
- l o k 5-7 S
Qr- A7 r6t,'"""t
10. DOCUMENT/CONTRACT REVIEW INITIALI DATE REVIEWED INITIAL/DATE ASD 14%4-w4
-w4
,4PROJECT MANAGER "l
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW _ z& Sl,+ 2019 z3 co.t 2,dI�
11. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE.
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING `1
El13SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(Include dept.support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.)
INITIAL/DATE SIGNED
❑ LAW DEPARTMENT fg [.1 Nov 2d 1 g
❑ SIGNATORY(MAYOR OR DIRECTOR) H-
❑ CITY CLERK
❑ ASSIGNED AG# AG# 7 AA
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
` Feder CITY OF CITY HALL
Federal y 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www cityoffederahvay.com
MAINTENANCE AGREEMENT
FOR
LANDSCAPE MAINTENANCE SERVICES—DUMAS BAY CENTRE
This Maintenance Agreement ("Agreement") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Total Landscape Corporation, a Washington corporation ("Contractor"). The City and
Contractor(together"Parties")are located and do business at the below addresses which shall be valid for any notice
required under this Agreement:
TOTAL LANDSCAPE CORPORATION: CITY OF FEDERAL WAY:
Marvin Hedington Robert Ettinger, Dumas Bay Centre Manager
17108 9th Ave SE 33325 8th Ave. S.
Mill Creek, WA 98012 Federal Way, WA 98003-6325
(253) 835-2000 (telephone)
1-888-485-2435 (telephone) (253) 835-2010 (facsimile)
425-338-3583 (facsimile) robe@cityoffederalway.com
totallandscape.net
fftkN+ 'tel ripe net-
The Parties agree as follows:
1. TERM.The term of this Agreement shall commence upon the effective date of this Agreement,which shall be the date
of mutual execution, and shall continue until the completion of the Work, but in any event no later than December 1, 2025
("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and
the Contractor.
2. WORK.
2.1 Work. The Contractor shall provide goods, materials or services and otherwise perform the work more
specifically described in Exhibit"A," attached hereto and incorporated by this reference ("Work"), performed to the City's
satisfaction,within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
2.2 Warranties.The Contractor warrants that it has the requisite training,skill,and experience necessary to provide
the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities,including but not
limited to obtaining a City of Federal Way business registration. The Contractor warrants it will provide services in a manner
consistent with the accepted practices for other similar services within the Puget Sound region in effect at the time those services
are performed.The Contractor warrants goods are merchantable,are fit for the particular purpose for which they were obtained,
and will perform in accordance with their specifications and Contractor's representations to City. The Contractor shall, at its
sole cost and expense, correct all Work performed which the City deems to have defects in workmanship and material
discovered within one (1) year after the City's final acceptance of the Work. This Agreement is subject to all warranty
provisions established under the Uniform Commercial Code,Title 62A RCW. In the event any part of the goods are repaired,
only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the
warranty for that portion of the work shall extend for one(1)year from the date such correction is completed and accepted by
the City.The Contractor shall begin to correct any defects within seven(7)calendar days of its receipt of notice from the City of
the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City,the City
may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction.
2.3 Time Documentation and Ins ectipn.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
MAINTENANCE AGREEMENT - 1 - 3/2017
` clrr OF CITY HALL
e ra i Way 33325 8th Avenue South
Federal Way,WA 98003-6325
Federal
(253) 835-7000
www cityoffederalway com
delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Work in
accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its
substantiality or the ease of its discovery.
2.4 Clean Up.At any time ordered by the City and immediately after completion of the Work,the Contractor shall,
at its own expense,clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the
Contractor fails to perform the necessary clean up,the City may,but in no event is it obligated to,perform the necessary clean
up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any
remaining payments due to the Contractor.
3. TERMINATION. Either party may terminate this Agreement,with or without cause, upon providing the other party
thirty (30) days written notice at its address set forth on the signature block of this Agreement. The City may terminate this
Agreement immediately if the Contractor fails to maintain required insurance policies,breaches confidentiality,or materially
violates Section 12 and may result in ineligibility for further City agreements.
4. COMPENSATION.
4.1 Amount.In return for the Work,the City shall pay the Contractor an amount not to exceed a maximum amount
and according to a rate or method as delineated in Exhibit "B," attached hereto and incorporated by this reference. The
Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the
negotiated rate(s)for the Term.Except as otherwise provided in Exhibit"B,"the Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement.
4.2 Method of Payment.On a monthly basis,the Contractor shall submit a voucher or invoice in the form specified
by the City,including a description of what Work have been performed,the name of the personnel performing such Work,and
any hourly labor charge rate for such personnel. The Contractor shall also submit a final bill upon completion of all Work.
Payment shall be made on a monthly basis by the City only after the Work 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 Agreement,the Contractor will correct or modify the work to comply with the Agreement. The City may
withhold payment for such work until the work meets the requirements of the Agreement.
4.3 Defective or Unauthorized Work.If any goods,materials,or services provided under this Agreement are either
defective,unauthorized,or otherwise do not meet the requirements of this Agreement,the Contractor will correct or modify the
work to comply with the Agreement and the City reserves the right to withhold payment from the Contractor until the goods,
materials,or services are acceptable to the City.If Contractor is unable,for any reason,to complete any part of this Agreement,
the City may obtain the goods, materials or services from other sources, and Contractor shall be liable to the City for any
additional costs incurred by the City."Additional costs"shall mean all reasonable costs,including legal costs and attorney fees,
incurred by the City beyond the maximum Agreement price specified above.The City further reserves its right to deduct these
additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the
Contractor.
4.4 Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this
Agreement for any future fiscal period,the City will not be obligated to make payments for Work or amounts incurred after the
end of the current fiscal period,and this Agreement will terminate upon the completion of all remaining Work for which funds
are allocated.No penalty or expense shall accrue to the City in the event this provision applies.
4.5 Final Patent: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.
MAINTENANCE AGREEMENT -2 - 3/2017
CITY OF CITY HALL
Fed a ra l Way 33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www cftyoffederatway com
5. INDEMNIFICATION.
5.1 Contractor Indemnil ication.The Contractor agrees to release indemnify,defend,and hold the City,its elected
officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers harmless from any and all claims,
demands,actions,suits,causes of action,arbitrations,mediations,proceedings,judgments,awards,injuries,damages,liabilities,
taxes, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or
entities, including,without limitation,their respective agents, licensees,or representatives, arising from,resulting from,or in
connection with this Agreement or the performance of this Agreement,except for that portion of the claims caused by the City's
sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. Contractor shall ensure that each sub-contractor shall agree to defend and indemnify the City, its
elected officials, officers,employees,agents,representatives, insurers,attorneys,and volunteers to the extent and on the same
terms and conditions as the Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's
work when completed shall not be grounds to avoid any of these covenants of indemnification.
5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any
immunity that may be granted to it under the Washington State industrial insurance act,Title 51 RCW,solely for the purposes
of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages,compensation or benefits payable to or by any third party under workers' compensation acts,disability benefit acts or
any other benefits acts or programs. The Parties further acknowledge that they have mutually negotiated this waiver.
5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers,
directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless from any and all claims,
demands,actions,suits,causes of action,arbitrations,mediations,proceedings,judgments,awards,injuries,damages,liabilities,
losses, fines,fees,penalties expenses,attorney's fees,costs,and/or litigation expenses to or by any and all persons or entities,
including without limitation,their respective agents,licensees,or representatives,arising from,resulting from or connected with
this Agreement to the extent solely caused by the negligent acts, errors, or omissions of the City.
5.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with
respect to any event occurring prior to such expiration or termination.
6. INSURANCE.The Contractor agrees to carry insurance for liability which may arise from or in connection with the
performance of the services or work by the Contractor, their agents, representatives, employees or subcontractors for the
duration of the Agreement and thereafter with respect to any event occurring prior to such expiration or termination as follows:
6.1. Minimum Limits. The Contractor agrees to carry as a minimum,the following insurance, in such forms and
with such carriers who have a rating that is satisfactory to the City:
a. Commercial general liability insurance covering liability arising from premises,operations,independent
contractors,products-completed operations,stop gap liability,personal injury,bodily injury,death,property damage,products
liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each
occurrence and $2,000,000 general aggregate.
b. Workers'compensation and employer's liability insurance in amounts sufficient pursuant to the laws of
the State of Washington;
C. Automobile liability insurance covering all owned, non-owned, hired and leased vehicles with a
minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily
injury, including personal injury or death, and property damage.
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
MAINTENANCE AGREEMENT - 3 - 3/2017
` CITY o CITY HALL
Fe d e ra l Way 33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www cityofiederalway com
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 Insureds 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"C"and incorporated by this reference. At
City's request, Contractor shall furnish the City with copies of all insurance policies and with evidence of payment of
premiums or fees of such policies. If Contractor's insurance policies are "claims made,"Contractor shall be required to
maintain tail coverage for a minimum period of three (3)years from the date this Agreement is actually terminated or upon
project completion and acceptance by the City.
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 subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for
immediate termination. The Contractor will fully cooperate with the City in identifying and assembling records in case of any
public disclosure request.
8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications,records, files, computer disks,magnetic media or material which may be produced or modified by Contractor
while performing the Work shall belong to the City upon delivery. The Contractor shall delivery all needed or contracted for
work project upon demand. All records submitted by the City to the Contractor will be safeguarded by the Contractor.
Contractor shall make such data, documents, and files available to the City upon the City's request. At the expiration or
termination of this Agreement,all originals and copies of any such work product remaining in the possession of Contractor shall
be delivered to the City.
9. BOOKS AND RECORDS.The Contractor agrees to maintain books,records,and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of the Work and maintain such accounting procedures
and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement.
These records shall be subject,at all reasonable times,to inspection,review or audit by the City,its authorized representative,
the State Auditor, or other governmental officials authorized by law to monitor this Agreement.
10. INDEPENDENT CONTRACTOR/EMPLOYEE CONDITIONS.
10.1 Independence.The Parties intend that the Contractor shall be an independent contractor and that the Contractor
has the ability to control and direct the performance and details of its work,the City being interested only in the results obtained
under this Agreement. The City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other
benefit of employment, nor to pay any social security, income, or other tax which may arise as an incident of employment,
except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City,
regardless of whether such may provide a secondary or incidental benefit to the Contractor,shall not be deemed to convert this
Agreement to an employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual,the
Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so.
10.2 Safe1y.Contractor shall take all necessary precautions and shall be responsible for the safety of its employees,
agents,and subcontractors at the work site and in the performance of the contract work and shall utilize all protection necessary
for that purpose. Contractor shall comply with all applicable provisions of federal,state and municipal safety and health laws
and codes,including without limitation,all OSHA/WISHA requirements,Safety and Health Standards for Construction Work
(Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health
Standards(Chapter 296-62 WAC). Contractor shall erect and properly maintain,at all times,all necessary guards,barricades,
signals and other safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe
passageways at all road crossings,crosswalks,street intersections,post danger signs warning against known or unusual hazards
MAINTENANCE AGREEMENT - 4 - 3/2017
`
At
Federal Way CITY OF CITY HALL
33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www crtyoffederalway com
and do all other things necessary to prevent accident or loss of any kind.Contractor shall protect from damage all water,sewer,
gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by
the performance of the Work.The Contractor shall,at its own expense,secure and maintain a safe storage place for its materials
and equipment and is solely responsible for the same
10.3 Risk of Work. All work shall be done at Contractor's own risk,and Contractor shall be responsible for any
loss of or damage to materials,tools,or other articles used or held for use in connection with the work. Industrial or any other
insurance that is purchased for the benefit of the City,regardless of whether such may provide a secondary or incidental benefit
to the Contractor, shall not be deemed to convert this Agreement to an employment contract. Even though Contractor is an
independent contractor,the work must meet the approval of the City and shall be subject to the City's general right of inspection
to secure satisfactory completion
10.4 Prevailing Wages.
10.4.1 Wages of Employees.This Agreement is subject to the minimum wage requirements of Chapter 39.12
of the Revised Code of Washington,as now existing or hereafter amended or supplemented. In the payment of hourly
wages and fringe benefits to be paid to any of Contractor's laborers,workers and/or mechanics,Contractor shall not pay
less than the"prevailing rate of wage"for an hour's work in the same trade or occupation in the locality within the State
of Washington where such labor is performed,as determined by the Industrial Statistician of the Department of Labor
and Industries of the State of Washington,which current"prevailing rates of wage"are attached hereto as Exhibit"D"
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 A rcements Exceedin 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 Wa e. 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 ILLI)orlinL, Req iiinc men«.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 evaluating the
Contractor's performance.
MAINTENANCE AGREEMENT - 5 - 3/2017
` CITY OF CITY HALL
Federal��I ��y Feder 8th Avenue South003
Federal Way,WA 98003-6325
(253) 835-7000
www.cityoffederalway.com
12. EQUAL OPPORTUNITY EMPLOYER. In all services,programs,activities,hiring,and employment made possible
by or resulting from this Agreement or any subcontract,there shall be no discrimination by Contractor or its subcontractors of
any level,or any of those entities' employees,agents,subcontractors,or representatives against any person because of sex,age
(except minimum age and retirement provisions),race,color,religion,creed,national origin,marital status,or the presence of
any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in
relationship to hiring and employment. This requirement shall apply, but not be limited to the following: employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including
apprenticeship.Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW,Title VI of the Civil
Rights Act of 1964,the Americans With Disabilities Act,Section 504 of the Rehabilitation Act of 1973,49 CFR Part 21,21.5
and 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination.
13. GENERAL PROVISIONS.
13.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all of the
agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or
agreements,whether oral or written,shall be effective for any purpose. Should any language in any Exhibits to this Agreement
conflict with any language in this Agreement,the terms of this Agreement shall prevail.The respective captions of the Sections
of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of
the provisions of this Agreement.Any provision of this Agreement that is declared invalid,inoperative,null and void,or illegal
shall in no way affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect.
Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement
and compliant with the terms of the Agreement,is hereby ratified as having been performed under the Agreement.No provision
of this Agreement,including this provision,may be amended,waived,or modified except by written agreement signed by duly
authorized representatives of the Parties.
13.2 Assignment and Beneficiaries.Neither the Contractor nor the City shall have the right to transfer or assign,in
whole or in part,any or all of its obligations and rights hereunder without the prior written consent of the other Party.If the non-
assigning party gives its consent to any assignment,the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent. Subject to the foregoing,the rights and obligations of the
Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This
Agreement is made and entered into for the sole protection and benefit of the Parties hereto.No other person or entity shall have
any right of action or interest in this Agreement based on any provision set forth herein. -
13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in accordance with all
applicable federal,state,local,and city laws including,without limitation,all City codes,ordinances,resolutions,regulations,
rules,standards and policies,as now existing or hereafter amended,adopted,or made effective.If a violation of the City's Ethics
Resolution No.91-54,as amended,occurs as a result of the formation or performance of this Agreement,this Agreement may
be rendered null and void, at the City's option.
13.4 Enforcement.Time is of the essence of this Agreement and each and all of its provisions in which performance
is a factor.Adherence to completion dates set forth in the description of the Services is essential to the Contractor's performance
of this Agreement.Any notices required to be given by the Parties shall be delivered at the addresses set forth at the beginning
of this Agreement. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United
States mail, postage prepaid, to the address set forth above. Any notice so posted in the United States mail shall be deemed
received three(3)days after the date of mailing.Any remedies provided for under the terms of this Agreement are not intended
to be exclusive,but shall be cumulative with all other remedies available to the City at law,in equity or by statute.The failure of
the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement,or to exercise any
option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those
covenants, agreements or options, and the same shall be and remain in full force and.effect. Failure or delay of the City to
declare any breach or default immediately upon occurrence shall not waive such breach or default.Failure of the City to declare
one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be
made in,governed by,and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to settle
MAINTENANCE AGREEMENT - 6 - 3/2017
CITY OF CITY HALL
.�. Fe d e ra I Way Feder 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www ct"ffedera/way com
any dispute,difference or claim arising from this Agreement,the exclusive means of resolving that dispute,difference,or claim,
shall be by filing suit under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington,
unless the parties agree in writing to an alternative process. If the King County Superior Court does not have jurisdiction over
such a suit, then suit may be filed in any other appropriate court in King County, Washington. Each party consents to the
personal jurisdiction of the state and federal courts in King County,Washington and waives any objection that such courts are
an inconvenient forum.If either Party brings any claim or lawsuit arising from this Agreement,each Party shall pay all its legal
costs and attorney's fees and expenses incurred in defending or bringing such claim or lawsuit,including all appeals,in addition
to any other recovery or award provided by law;provided,however,however nothing in this paragraph shall be construed to
limit the Parties' rights to indemnification under Section 5 of this Agreement.
13.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor represents and
warrants that such individual is duly authorized to execute and deliver this Agreement.This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original and with the same effect as if all Parties hereto had signed
the same document.All such counterparts shall be construed together and shall constitute one instrument,but in making proof
hereof it shall only be necessary to produce one such counterpart. The signature and acknowledgment pages from such
counterparts may be assembled together to form a single instrument comprised of all pages of this Agreement and a complete set
of all signature and acknowledgment pages.The date upon which the last of all of the Parties have executed a counterpart of this
Agreement shall be the "date of mutual execution"hereof.
[Signature page follows]
MAINTENANCE AGREEMENT - 7 - 3/2017
` C1rr OF CIN HALL
A Fe d e ra l Way 33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www ct"ffederaWay.com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
Hutton ctor SiWp -e Courtney, CM jCty Clerk
DATE: Iq APPROVED AS TO FORM:
&- A"' ', �fl
J. Ryan Call, City Attorney
TOTAL LANDSCAPE CORPORATION:
By.
Printed Name:
Title: VPce- ere-Si 014-►1 1
,\\`�,�1f141111�riT�F�r�
OGE A.
DATE: �� - a�- ° 9 ,� •,., �r� .�;
.`QQc Pew
eP1QTA, "v
7 _
STATE OF WASHINGTON ) PUBLIC
ss.
COUNTY OF no ka m iSh ) ',i �WASYi�
On this day personally appeared before me 1"I r i to me known to be the
of Total Landscape Corporation tha executed the foregoing instrument, and
acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and
purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the
seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this 2 S day of (D eJM�0ea'-' , 2019.
Notary's signature
Notary's printed name ,6
Notary Public in and for the State of Washington.
My commission expires
MAINTENANCE AGREEMENT - 8 - 3/2017
` CITY OF CITY HALL
Federal Way Feder 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www cltyotl-ederalway com
EXHIBIT "A"
SERVICES
1. The Contractor shall do or provide the following:
ANNUAL M/,.IN I I-NANCE STANDARDS-DUMAS RAY CENTRE _
rzquanGy by Month
Task Jan Feb Mar Apr May [Jun Jul Aug Sep Oct Nov Dec
TURF
NONE
LANDSCAPE BEDS
Weeding 1 31 41 4 4 4 31 2 11
Edge ground cover 1 1
Herbicide-Pre-emergent 1 1
TREES AND SHRUBS
Tree Pruning 4 1 1
Shrubs' 1 1
Hedges"(Dumas Bay Centre) 1 1 11 1 1
14ARD SURFACES
Sweepingffilowing 1 51 21 3. 3 41 51 51 51 41 21 21 2
Weed/herbicide 1 1 1
OTHER
Beach Access Trail 1 2 2 3 3 4 5j 5 5 41 21 2 2
Garbage Removal 1 2 2 3 3 4 5 5 5 4 2 2 2
Litter Control 2 2 3 3 4 5 5 5 4 21 2 2
Fall/Storm Cleanup 2 2 _- 2 21 2 2
TOTALS ' 13 13 14 16 23 24 24 27 22 121 16 10
I '
'Shrubs/hedges-trim as needed to maintain a neat appearance
'Contracor is ruspons bb's for si,brnining a schedule weekly of tl sks performed Schedul6 should be turned into the Contract Administrator the day of service;
DUMAS BAY CENTRE MAINTENANCE SPECIFICATIONS
General Specifications
1. The Contractor will furnish all labor, tools, specialized equipment, materials, and disposal of waste
material generated by the work, supervision and transportation to perform landscape maintenance
services as specifically outline in the Annual Maintenance Standards.
2. All fieldwork shall be performed under the supervision of a qualified horticulturist. Operators will be
licensed for all functions, including pesticide, fertilizer, and herbicide application, and flagging card
when required.
3. The Contractor will ensure that employees comply with all applicable City of Federal Way and
Washington State regulations and practices with respect to work performed for the City of Federal Way.
4. The Contractor's personnel will conduct themselves on site in a professional manner at all times.
5. Each employee will wear or display the company's name and/or logo.
6. The Contract Administrator or appointed designee will inspect work performed by the Contractor on a
regular basis. In the event of work performance deficiencies, the Contract Administrator will notify the
Contractor. Notification may be verbal or written. The City may choose to: Require the Contractor to
rectify the deficiency within 48 hours, or hold payment.
7. Equipment intensive work such as blowing done at this site shall not commence before 7:00 a.m. and
end on 8:00 p.m. on weekdays, (weekend work not allowed without prior approval). All equipment
intensive work performed at Dumas Bay Centre must be coordinated with contract administrator
so that it N ill not disturb events inside the building,
8. Report any damage, or potential hazard, involving City property immediately to the City of Federal Way
Dumas Bay Centre, (253) 835-2000. After hours emergencies should be reported to the Police/Fire
MAINTENANCE AGREEMENT - 9 - 3/2017
Am**'
CITY OF CITY HALL
Federal Way
33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
www atyoffederalway com
Communications Center- 911.
9. Hazardous conditions shall be immediately remedied or secured to prevent further damage and/or protect
public from injury. It is the Contractor's responsibility to provide close supervision of maintenance
operations and management of the site.
10. Incidents, altercations, or accident involving the public shall be reported to the Contract Administrator
within 24 hours. The Contract Administrator, at his or her discretion, may require a written report from
the Contractor describing the incident or accident.
11. The Contractor, at his or her expense, will remedy any damage to City structures, irrigation heads or
plant material due to Contractor negligence in a timely manner. Ornamental trees, which have been
allowed to grow branches to or near the ground, are to be vegetation free 12 to 18 inches around the
perimeter of the lowest branches. The Contractor shall be responsible for notifying the Contract
Administrator of any significant tree hazards including, but not limited to: dead native and ornamental
trees, broken limbs, disease and insect infestations.
Landscape Maintenance Specitications
Beds areas shall be kept in a weed free condition. All beds shall be weeded by mechanical and/or chemical
means. The City reserves the right to limit the use of specific herbicides and/or applications of said herbicides.
Casaron shall be used only with the approval of the Contract Administrator and only in very limited areas.
Applications will be applied according to label instructions.
1. Ground cover shall be edged 4 to 6 inches behind all sidewalks, curbs, fences and edges of landscape
beds.
2. Shrubs shall be trimmed or sheared to maintain desired shape and function as needed to provide a neat,
trimmed or sheared to maintain desired shape and function as needed to provide a neat, trim appearance.
Special attention shall be made to all park entries.
3. Trees shall be pruned to remove singular broken branches or perform minor clearance pruning.
Minimum clearance height for tree branches is fourteen(14) feet above the paved surface of the street or
parking lots and eight(8) feet over the surface of a public sidewalk or pedestrian path.
4. Tree suckers and volunteer seedlings shall be removed as necessary.
5. Singular branches, which are hanging below the overall tree canopy and are in impediment to pedestrian
traffic or maintenance activities, may be pruned back to the first lateral.
6. Trees which require minor clearance pruning shall be pruned to the closest lateral or, if such pruning will
result in stubbing the branch, prune branch flush with tree trunk.
Hard Surfaces Specifications
1. Sidewalks, curbs, and other hard surfaces shall be kept free of leaves, litter and debris. The use of power
blowers is acceptable, however, accumulations of debris must be removed from the site and legally
disposed of and not blown onto adjacent property or onto adjacent street surfaces.
2. All vegetation in sidewalks, curbs and other hard surfaces shall receive an approved vegetation
eliminator application and be removed at the next site visit. In no case shall any pre or post-emergent
herbicides with residual characteristics (i.e. Casaron) be used in these areas.
(hirer Services Specifications
1. All litter, debris and animal feces shall be removed from turf, beds and hard surface areas. Litter shall be
removed from the site for disposal by the Contractor. Garbage cans will be emptied to an approved
dumping station or City provided dumpster at each visit. Each can will have a new liner installed so that
is as invisible as possible.
2. Windfall branches shall be removed from all areas for disposal by the Contractor. Wind fallen trees are
not included in the contract. Leaves, needles, cones and other vegetative material shall be removed from
all formal areas.
MAINTENANCE AGREEMENT _ 10 - 3/2017
` CITY OF CITY HALL
Fe d e Ca I Way 33325 8th Avenue
South
Federal Way,WA 980038003
-6325
(253) 835-7000
www cityoffederafway com
Dumas Bay Centre Site Specifications
1. Special attention given to entries and courtyards for appearance to include, but not limited to: weeding,
blowing, pruning, hedges trimmed and litter control.
2. Pines trimmed bonsai style are not included in base scope of services.
3. Wipe down picnic tables and interpretive signage at each site visit.
4. Due to overnight retreats and day meetings, all noise related activities must be scheduled with
Contract Administrator Prior to maintenance activity.
5. Additional services shall be performed only with written notification from contract administrator.
6. Project costs shall be based on the number of services (e.g. mowing, trimming, weeding etc.)provided
for each month, the same unit cost is applied equally to all items of work.
7. All items of work task must be completed with any given month in order to receive full payment for that
month. No items will be carried forward to the following month. If item is not completed by the end of
the month, payment for that item will be forfeited.
MAINTENANCE AGREEMENT - 11 - 3/2017
` CITY OF �" CITY HALL
33325
! a l Way Feder 8th Avenue South
Fede
Federal Way,WA 98003-6325
(253) 835-7000
www alyotfederalway com
EXHIBIT "B"
COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor a total amount not to
exceed one hundred eight thousand and 00/100 Dollars ($108,000.00) and Washington State sales tax equal to
ten thousand eight hundred and 00/100 Dollars ($10,800.00) for a total of one hundred eighteen thousand eight
hundred and 00/100 Dollars ($118,800.00)).
2. Method of Compensation:
Unit price plus sale tax
DUMAS BAY CENTRE GROUNDS MAINTENANCE COSTS
MONTH SERVICES COST PER TOTAL COST OF
PER MONTH SERVICE MAINTENANCE
PER MONTH
January 13 x $72 = $936
February 13 x $72 = $936
March 14 x $72 = $1008
April 16 x $72 = $1152
May 23 x $72 — $1656
June 24 x $72 = $1728
July 24 x $72 = $1728
August 27 x $72 = $1944
September 22 x $72 = $1584
October 12 x $72 = $864
November 16 x $72 = $1152
December 10 x $72 = $720
*Additional services per hour $45 Per hour
* Additional services shall be performed only with written notification from contract administrator
*Project costs shall be based on the number of services (e.g. pruning, blowing, trimming, weeding etc.) provided
for each month, the same unit cost is applied equally to all items of work.
* All items of work task must be completed with any given month in order to receive full payment for that
month. No items will be carried forward to the following month. If item is not completed by the end of the
month, payment for that item will be forfeited.
*All prices include Washington State sales tax
*All wages based on current prevailing wages
MAINTENANCE AGREEMENT - 12 - 3/2017
CERTIFICATE OF LIABILITY INSURANCEF
DATE(MM/DDIYYYY)
- 4/17/2019
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 AMEN ' Michelle Parker
N
Leavitt Group Northwest PHONE �Y (800)726-8771 FAx_Nrs
PO Box 65770 E-MAIL michelle-parker@leavitt.com
kDDRE55
INSURER(S)AFFORDING COVERAGE NAIC#
University Place WA 98464 INSURERA:Ohio Security Insurance Company 24082
INSURED IINSURERB:Ohio Casualty Insurance Comnanv 24074
Total Landscape Corporation INSURER C:Homeland Insurance Co of NY 34452
Chakra Consultants, LLC INSURER D:
17108 9th Ave SE INSURER E:
Mill Creek WA 98012_ INSURER F:
COVERAGES CERTIFICATE NUMBER:19-20 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.
li�
ADDL'SUBRPOLICY EFF POLICY EXP
TYPE OF INSURANCE cn POLICY NUMBER MM/ DIYYYYI MMIOOIYYYY� LIMITS
OMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
C,;t.1.5+ E-c RE.?E_ 100,000
CLAIMS-MADE ❑X OCCUR PRLf'.':SES f•�,.,;�:::r.a-r:a1 $
X Y BKS57881506 4/1/2019 4/1/2020 f MED EXP(Any one person) $ 5,000
PERSONAL &ADV INJURY $ 1,000,000
GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY KC JECT PRO- FLOC PRODUCTS-COMP/OPAGG $ 2,000,000
OTH-7R $
AUTOMOBILE LIABILITYI;OM1.IBIrJE1SING_F LIM17 $ 1,000,000
X ANYAUTO BODILY INJURY(Per person) $
A ALL OWNED SCHEDULED
AUTOS AUTOS Ba557881506 4/1/2019 4/1/2020 BODILY INJURY(Per accident) $
NON-OWNED P ROPERT v D1..0%GE $
HIREDAUTOS AUTOS �P=�r=::ade^!i
$
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000
B EXCESS LAB CLAIMS-MADE AGGREGATE $ 2,000,000
DED RETENTION$ BS057881506 4/1/2019 1 4/1/2020 $
WORKERS COMPENSATION FFR I STATUTE X ERH
AND EMPLOYERS'LIABILITY
ANY PROPRIETORMARTNER/EXECUTIVE YIN
E.L.EACH ACCIDENT $ 11000,000
OFFICER/MEMBER EXCLUDED? ❑ N/A
A (Mandatory In NH) BKS57881506 4/1/2019 4/1/2020 E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT
C Pollution Liabilty 79300009071 0000 4/1/2019 4/1/2020 Per Pollution Condilion 3_000,000
Deduct 5,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required)
City of Federal Way, their agents, representatives and employees, and Dumas Bay Centre are additional
insureds as per the terms and conditions of forms CG8810 04 13, CG8583 04 13, CG8870 12 08 and AC8501 06
18 attached.
CERTIFICATE HOLDER CANCELLATION
Rob.Ettinger@cityoffederalway
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Federal Way THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
P 0 Box 9178 ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98063
AUTHORIZED REPRESENTATIVE
D E. Olson/MIPARK
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
INS025(201401)
Page 1 of 1
BUSINESS INFORMATION
Business Name:
TOTAL LANDSCAPE CORPORATIOtti
UBI Number:
600 622 827
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
17108 9TH AVE SE, MILL CREEK,WA, 98012-6312,UNITED STATES
Principal Office Mailing Address:
17108 9TH AVE SE, MILL CREEK,WA, 98012-6312,UNITED STATES
Expiration Date:
06/30/2020
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/Registration Date:
06/03/1986
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
ANY LAWFUL PURPOSE, OTHER SERVICES, LANDSCAPE CONTRACTOR
REGISTERED AGENT INFORMATION
Registered Agent Name:
ERIC FRIMODT
Street Address:
10900 NE FOURTH ST STE 1500,BELLEVUE,WA, 98004-0000, UNITED STATES
Mailing Address:
10900 NE FOURTH ST STE 1500,BELLEVUE,WA, 98004-0000, UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL EDWARD MANICKAM
GOVERNOR INDIVIDUAL BRIAN ADAMS
GOVERNOR INDIVIDUAL MARVIN HEDINGTON
https:Hccfs.sos.wa.gov/ 10/23/2019