Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-233 - Utilities Service CompanyI RETURN TO'.- �� O � MT
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT./DIV: CAS 4&s _ _
2. ORIGINATING STAFF PERSON: �<i5onr _„ EXT: _O/Ng - 3. DATEREQ. BY:
4. TYPE OF DOCUMENT (CHECK ONE.,):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT U SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEIVIENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREF.,MENT ❑ HUMAN SERVICES/ CDBG
0 REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCU.MENI'S)
❑ ORDINA.NCE a ❑ RESOLUTION
M -CONTRACT AMENDMENT (AGio: I 1 f r ✓ ❑ NTERLOCAL
❑ OTHER A► � t F=.. �
5. PROJECTNAME:aG= rS�,3 t�.rFT Srr £Ip�A��►J
6. NAME OF CONTRACTOR:
ADDRESS:
E-MAIL:_
STGNATUR.ENAME:
7"EL;EPH.ONE
FAX:
TITLE
17. EXHIBITS AND ATTACHMENTS: ❑ SCO►>}:', WORK. Olt SERVICES ❑ COMPENSAI'ION ❑ INSIIRANCF REQUTRFML N'rS/CFR'['IFICATF ❑ ALL
O'Fl IER.REFERENCED EXHIBITS ❑ PROOF OE� AUTHORITY TO SIGN f:_:l REQUIRED LICENSES ❑ PRIOR CONTRACI"/AM}`NDM}::NTS
S. TERM: COMMEN CEMENT DATE:
COMPLETION DATE:
rJ£W c.r,nVAcf Arta»Ji
9. TOTALCOMPENSATION$ 15 .Z$ 5 45(INCLI fDF EXPENSES AND SALESTAX, IF ANY)
(IF CALCULATED ONI{OIIRI.Yl.AI30RtIMRCiE-ATTACHSC'IIl.7,J LJl..ISOFEMI'L.OYEE.STITLESANDNOUDAY.RATES)
REIMBURSABLE IaXPENSE: LI YES C4f 0 IF YES, MAXIMUM DOL LAR AMOUNT: $.
IS SALTS TAX OWED ❑ YES ❑ NO IF YES, $ _--__-�-- . PAID 13Y: ❑ CONTRACTOR 0 CITY
RETAINAGE: RETAINAGEAMOUNT: ❑ RETAINACfE AGIRI EMENT (SEE CONTRACT) OR El RETAINAGE BOND PROVIDFD
❑ PURCHASING: PLEASE CHARGE TO:
I0.:® CUMENT/CO.NTRACT REVIEW
Ld PROJECT MAN AGE: R
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW
INITIAL DAREVIEWED
INITIAL /DATE APPROVED
i6i/ &* AV
11. COI)NCILA.PPROVAL(IFAI'PLICABI,F.) SCHEDULED COMIotf mL,DAPE: COMMITTELAPPROVAL DAm—_____--,_
SCHEDULED COUNCIL DATE:. COUNCILAPPROVAI. DATT;: M
12. CONTRACT SIGNATURE ROUTING
❑ SENT TO VEN.DORJCONTRACI'OR DATE SENT: DATE R1 C'D:
17 ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
0 CREATE ELE',cTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(Include dept. support staff if necessary and feel free to se} notification mare Phan it month in advance if council approval is needed.)
INITIALIPATE SIGNED
❑ LAWD:EPARTMENT
❑ SIGNATORY (MAYOR ORDIRECTOR)
O CITY CLERK
❑ ASSIGNEDAG#
1'f' AAA ACXTTC.
r� ti`►►�ii�1�
R
1/2020
CITY nF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
19-233 1 A aril 2020
PROJECT NUMBER AGREEFJ1ENT NUMSER CHANGE ORE]EI? NUMBER
EFFECTIVE i]ATE
Saca awea Sewer Lift Station Repairs Utilities Service Com an Mc.
--RQJEC7 TITLE
CONTRACTOR
SUMMARY OF PROPOSED CHANGES'
This Change Order Covers the work changes summarized below:
Shipping and Handling Fee
The time provided for completion in the Contract is
® Unchanged
❑ Increased by _,,,,. Wpdvng Day(s)
[j Decreased by _ Working Day(s)
This Document shall txecome an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED
ITEM NO. ITEM OTTY UNIT PRICE UNIT PRICE ADD 0
DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. UNIT PRICE ADD OR DELETE
Shipping& Handing 11 $791.05 Add
TOTAL NET CONTRACT: INCREASE $Tg1.05 DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ A�1 .483 60
PREViOUS CHANGE ORDERS
THIS CHANGE ORDER $ 791.05
NEW CONTRACT AMOUNT $ 15,254.65
CHANGE ORDER AGREEMENT 1 Rev. 8/19
STATEMENT:
Paymsnt forth& above work will be In accordance with applicable portions of the standard specifications, end
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the specialprov'sions governing the types Of
construction, The execution of this Change Order shall constitute fuel satisfaction and a waivarof any and ell
claims by the Contractor arising out OF,, or relating in any way to, the Work identified, to be penbmied, or
deleted pursuant to Change Order except as specifically described in this Change Order.
AxL --�� -�
dONT A d T ATURE DATE
Y112CI-/���
DIREC
CHANGE ORDER AGREEMENT 2 Rev. 8/19
RE'r(..JRN TO: MaryJ
EXT: 6901
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT./DIV: Parks
ORIGINATING STAFF PERSON: Jason Gerwen
EXT: 6962 3. DATE REQ. BY:
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT AIS SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
PROJECT NAME: Sacajawea Sewer Lift Station Repairs
NAME OF CONTRACTOR: Utilities Service Company, Inc.
12608 E. Marginal Way South, Tukwila 98168 _........�
ADDRESS: TELEPHONE
E-MAIL: FAX:
SIGNATURE....
NAME:._.. � �u,� """�... _. �.�...-...... TITLE
EXHIBITS AND ATTACHMENTS: fA SCOPE, WORK OR SERVICESAJ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS A PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
TERM: COMMENCEMENT DATE:
COMPLETION DATE: June 30, 2020
TOTAL COMPENSATION $13,176.00 + $1,317.60 = $14,493.60 _ (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR -CHARGE'-'-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES d NO IF YES, MAXIMUM DOLLAR AMOUNT: $
... ....�
IS SALES TAX OWED AYES ONO IF YES, $ PAID BY o
CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT:
❑ PURCHASING: PLEASE CHARGE TO:
0. DOCUMENT/CONTRACT REVIEW
❑ PROJECT MANAGER
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW
1. COUNCIL APPROVAL (IF APPLICABLE)
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDE
INITIAL/ DATE Rl'�'VIEWED
.. ...
..... .� ct t..
COMMITTEE APPROVAL DATE: N/A
INITIAL / DA"I"E APPROVED
COUNCIL APPROVAL DATE: N/A
2. CONTRACT SIGNATURE ROUTING
❑ SENT 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.)
;11 LA' EPARTNIENT
SI:G NATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG#
❑ SIGNED COPY RETURNED
;OMMENTS:
�nm�
IfifITfAI. LD SIGIWI'3D
�..�
A
DATE SENT: ..:
LIMITED PUBLIC WORKS CONTRACT
FOR
SACAJAWEA SEWER LIFT STATION REPAIRS
This limited public works contract ("Contract") is dated effective this day
of , 20_ and is made by and between the City of Federal Way, a Washington
municipal corporation ("City" or "Owner"), and Utilities Service Company, Inc., a Washington
Corporation ("Contractor").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work at Sacajawea Park located at 1401 South Dash Point Road,
Federal Way, Washington ("Property"); and
B. The Contractor has the requisite skill and necessary experience to perform such
work.
NOW, THEREFORE, the Parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools,
materials, supplies, equipment, labor and other items incidental thereto necessary for the
construction and completion of the work, more particularly described as the Sacajawea Sewer
Lift Station Repairs project, in Exhibit "A" attached hereto and incorporated by this reference,
("Work"), and in accordance with and as described in the Contract Documents, which include
without limitation, this Contract, Contract Change Order Agreement attached as Exhibit "B,"
Notice to Labor Unions attached as Exhibit "C," Certificate(s) of Insurance Form attached hereto
as Exhibit "D," Prevailing Wage Rates attached as Exhibit `B," Title VI Assurances attached
hereto as Exhibit "F," and all other Appendices attached hereto and incorporated by this
reference, (collectively the "Contract Documents"), which Work shall be completed to the City's
satisfaction, within the time period prescribed by the City and pursuant to the direction of the
Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt
by the Contractor of the City's Notice to Proceed. The Work shall be completed on or before the
30th day of June, 2020. In the event the Work is not completed within the time specified,
Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula
included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City
has accepted the Work.
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays
inconvenience the public and cost taxpayers undue sums of money, adding time needed for
administration, inspection, and supervision. It is impractical for the City to calculate the actual
cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the
following formula for its failure to complete this Contract on time:
1
3/2017
(1) To pay (according to the following formula) liquidated damages for each working
day beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
where: LD = Liquidated damages per working day (rounded to the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine
the Work is complete. Liquidated 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.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent
with accepted practices for other properly licensed contractors, performed to the City's
satisfaction, within the time period prescribed by the City.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including, but not limited to all City ordinances,
resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain
all necessary permits and pay all permits, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order
changes within the scope of the Work. Contractor agrees to fully perform any such alterations or
additions to the Work. All such change orders shall be in the form of the Contract Change Order
Agreement attached hereto as Exhibit `B," which shall be signed by both the Contractor and the
City, shall specifically state the change of the Work, the completion date for such changed Work,
and any increase or decrease in the compensation to be paid to Contractor as a result of such
change in the Work. Oral change orders shall not be binding upon the City unless confirmed in
writing by the City. If any change hereunder causes an increase or decrease in the Contractor's
cost of, or time required for, the performance or any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
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 City
the written notice required above, as the case may be, submit to the City a written statement
setting forth the general nature and monetary extent of such claim; provided the City, in its sole
discretion, may extend such five (5) day submittal period upon request by the Contractor. The
Contractor shall supply such supporting documents and analysis for the claims as the City may
2
3/2017
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.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by
the City, omit work, services and materials to be furnished under the Contract and the value of
the omitted work and materials will be deducted from the Total Compensation and the delivery
schedule will be reviewed if appropriate. The value of the omitted work, services and materials
will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a
unilateral change order adjusting the price and the delivery schedule.
1.8 Utilitv Location. Contractor is responsible for locating any underground utilities
affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as
amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including
utilization of the "one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel, asphalt, excavated
materials, construction debris, etc., to protect said materials from air exposure and to minimize
emission of airborne particles to the ambient air environment within the City of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no later than the 30th day of June 2020, and the
expiration of all warranties contained in the Contract Documents ("Term").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including, but not limited to being registered to do business in the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
it has visited the site and is familiar with all of the plans and specifications in connection with the
completion of the Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all
Work 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.
3
3/2017
4. COMPENSATION
4.1 "Total Comte ensation,. In consideration of the Contractor performing the Work, the
City agrees to pay the Contractor a fixed fee equal to Thirteen Thousand One Hundred Seventy -
Six and No/100 Dollars ($13,176.00), and Washington State sales tax equal to One Thousand
Three Hundred Seventeen and 60/100 Dollars ($1,317.60), for a total amount not to exceed
Fourteen Thousand Four Hundred Ninety -Three and 60/100 Dollars ($14,493.60), which amount
shall constitute full and complete payment by the City.
4.2 Contractor Responsible for Taxes. Except as otherwise provided in Section 4.1
hereof, 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 Contract.
4.3 Nan a rnent. The City shall have the right to withhold payment to the Contractor
for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which
shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4.4 Method of Payment. Payment by the City for the Work will only be made after
the Work has been completed, a voucher or invoice is submitted in the form specified by the
City, and such invoice is approved by the appropriate City representative. Payment shall be made
within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid
Form. The Contractor's acceptance of such payment for the Work shall constitute full
compensation for the performance of the Work. Invoices shall be submitted, in duplicate to:
City of Federal Way
ATTN: Accounts Payable
33325 8th Avenue South
Federal Way, WA 98003-6325
Duplicate invoices shall be furnished to:
City of Federal Way
ATTN: Jason Gerwen
33325 8th Avenue South
Federal Way, WA 98003-6325
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and
employment made possible by or resulting from this Contract, there shall be no discrimination by
Contractor or by Contractor's employees, agents, subcontractors or representatives against any
person because of sex, age (except minimum age and retirement provisions), race, color, 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
4
3/2017
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. Contractor shall post a notice to Labor Unions or other employment
organizations, attached hereto as Exhibit "C," as required by Section 202 of Executive Order
11246. 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.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that 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 or
other tax which may arise as an incident of employment. The Contractor shall pay all income and
other taxes as due. Industrial or any other insurance 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 Contract to an employment contract. It is recognized that
Contractor may or will be performing work during the Term for other parties; provided,
however, that such performance of other work shall not conflict with or interfere with the
Contractor's ability to perform the Work. Contractor agrees to resolve any such conflicts of
interest in favor of the City.
7. TERMINATION
Prior to the expiration of the Term, this Contract may be terminated immediately, with or
without cause by the City.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold
the City, its elected officials, officers, employees, agents, and volunteers harmless from any and
all claims, demands, losses, actions and liabilities (including costs and all attorney fees) 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 Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
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.
5
3/2017
8.2 City Indemnification. The City agrees to indemnify, defend and hold the
Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from
any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) 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 Contract to the
extent solely caused by the negligent acts, errors, or omissions of the City, its employees or
agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination
of this Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating, which is satisfactory to the
City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability not
less than $2,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $1,000,000 for bodily injury, including personal injury or death and property
damage.
(4) If any structures are involved in the Contract, the Contractor shall maintain an
"All Risk Builder's Risk 2 form at all times in an amount no less than the value of the
structure until final acceptance of the project by the City.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30) days
prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary insurance as respects the City, its officials, employees
and volunteers. Any insurance or self-insurance maintained by the City, its officials,
employees or volunteers shall be in excess of Contractor's insurance.
6
3/2017
(4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims made"
or "claims paid" form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance
evidencing the coverage required by this Section, attached hereto as Exhibit "D" and
incorporated by this reference. The City reserves the right to require complete certified copies of
all required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured
under its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.5 Deductibles and Seri' Insured Retentions. Any deductibles or self-insured
retentions must be disclosed by Contractor and approved in writing by the City. At the option of
the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or
procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self-insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required
by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor
and the City may then award this Contract to the next lower bidder.
The provisions of this Section shall survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination.
10. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work
site and 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 Work for the protection
of its employees and the public, safe passageways at all road crossings, crosswalks, street
intersections, post danger signs warning against known or unusual hazards and do all other
things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all
7
3/2017
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 execution 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.
11. PREVAILING WAGES
11.1 'gages of Employees. This Contract 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, work persons 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
"prevailing rates of wage" are attached hereto as Exhibit `B" and incorporated herein by this
reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates,
which are in effect on the date when the bids, proposals, or quotes were required to be submitted
to the City.
11.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter
39.12 RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership; and
(3) The President, Vice President and Treasurer of a corporation if each one
owns at least 30% of the corporation.
11.3 Reporting Re uirements. Contractor shall comply with all reporting requirements
of the Department of Labor and Industries of the State of Washington. Upon the execution of this
Contract, 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.
11.4 Disputes. rtes. 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.
8
3/2017
12. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay
for any materials or any insurance premiums, the City may terminate this Contract and/or the
City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or insurance premiums.
13. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
14. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
15. 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 this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. 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 Contract.
16. 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.
17. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY;
17.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier number;
is not disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
9
3/2017
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by chapter 70.87 RCW, if applicable.
17.2 Subcontractor Contracts. The Contractor shall include the language of this section
in each of its first tier subcontracts, and shall require each of its subcontractors to include the
same language of this section in each of their subcontracts, adjusting only as necessary the terms
used for the contracting parties. Upon request of the Owner, the Contractor shall promptly
provide documentation to the Owner demonstrating that the subcontractor meets the
subcontractor responsibility criteria below. The requirements of this section apply to all
subcontractors regardless of tier.
17.3 Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers'
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Department number, as
required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW, if applicable; An electrical contractor license,
if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by
Chapter 70.87 RCW.
18. GENERAL PROVISIONS
18.1 Entire Contract. The Contract Documents contain all of the agreements of the
Parties with respect to any matter covered or mentioned in this Contract and no prior agreements
or understandings pertaining to any such matters shall be effective for any purpose.
18.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except by agreement in writing signed by the Parties or their respective
successors in interest.
18.3 Full Force and Effect. Any provision of this Contract, which is declared invalid,
void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such
other provisions shall remain in full force and effect.
18.4 Assipiment. The Contractor shall not transfer or assign, in whole or in part, any or
all of its obligations and rights hereunder without the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way release
the Contractor from any of its obligations or liabilities under this Contract.
18.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
10
3/2017
18.6 Attorney In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
18.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, 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.
18.8 Governs Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
18.9 Authority. Each individual executing this Contract on behalf of the City and
Contractor represents and warrants that such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
18.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. 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 herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
18.11 Cars. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
respect any of the provisions of this Contract.
18.12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
18.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No.
91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this
Contract may be rendered null and void, at the City's option.
18.14 Conllicthig Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
11
3/2017
APPROVED AS TO FORM:
b
J. Ryan Call, City Attorney
CITY OF FEDERAL WAY:
n rrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
t h-Anie Courtney, C CC y Clerk
12
3/2017
UTILITIES SERVICE COMPANY, INC.:
By: f
Its: Ick
(Address)
11A
__a & - C4 -Vo
(Phone)
STATE OF WASHINGTON )
ss.
COUNTY OF �mmm V /✓
be the � k V'� � t ,.ve lye known to
t
' y pp � that
On this a personally appeared before me ^e � �� � �� vN � "� � �� to m �
executed the foregoing instrument, and acknowledged the said Histrument 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 day of , 20 i q.
Wow
J1 0S E. ROMF"V10
Notary p�,b
ed/printed name of notary)
staip of�"a"`
sr��,��ui�gip„
Notary Public in and for the State of Washington.
My p' oir�t
sa y
My commission expires �'���. �,� ,"� � ?- iSep ..�._
13
3/2017
EXHIBIT A
SCOPE OF WORK
1. Supply (2) new Weil Model #1374 vertical wastewater pumps as follows. 4"discharge,
ANSI flanged: 1750 RPM, 5 HP, 208/230/460/60/3 (4 pole) TEFC motor; 7.50" impeller,
selected for 50 GPM @ 55 ft; all standard materials of construction, 2 intermediate bearings, and
6'-6" total length.
2. Furnish labor and materials to remove (2) existing PACO pumps and install (2) new Weil
pumps at Sacajawea Park.
Test for proper operation.
14
3/2017
EXHIBIT B
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $
DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE, DATE
15
3/2017
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY INCREASED
DECREASED
PAY THIS ADJUSTED AMOUNT:
DIRECTOR'S SIGNATURE DATE
16
3/2017
I"1
EXHIBIT C
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
funds The undersigned
currently
orcred t of heCity olf Fede alWayWWashingtou, or involving
contract(s) with
(a) subcontract(s) with a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in
employment includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR
TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
(Contractor or subcontractor)
17
3/2017
DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE
_ S .
i1F21/2019
SlttsCERTIFICATE ISISSUED A AMA°°rrER AIFICAT HOL ER THIS T�TEur 'tcATEDOE N AFFIRMATIVELY
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BLLOW. THIS CE�RTIFICArEOfINSURANCE D � TBETWEEN THE ISSUING INSURER(s)
MATIONONLYANDCONFERSNORIGHTSUPONTHECLkt _ __ — ..
AUTISORILEDREPRESENTATdVE CIFINFONt' THE C ERTIFI'CATE HOLDER O provisions rSUBROGATION IS WAIVED sulljecttothe terms and
IMPORTANT: Ifthe certificate holder is an ADDITIONAL INSURED' het7trilcatem nmust tonta is ..
OR A have p �sionsorboendnrsrud. nt'(sj.
ctrndlt4owrsefthePolbcy, ...,, NseertificaYedoes not corrlerrights tothecevYrldcattrhldtderdnllellofsuchrndorsemla w�
certainpolicie=s may requireanendorsement,Ask+terrlenYonth
...� � CONTACT
PRODUCER T NAME,
PHONE Jared
20 524 -
(A/C, NO,� FAX
Jared T Whaley 907 3 (AIC No): 206-524-3241
3212 NE 45th St
Seattle WA 98105
INSURED
UTILITIES SERVICE COMPANY INC
12608 E Marginal Way S
Tukwila WA 98168
E-MAIL
whale 2 farmersa ent.com
ADDRESS:
�
_
GE
IN UR R(S)AFFORDINGCOVERAGE
� �PIAIC#
INSURERA:
Mid Century Insurance Company _ ..mm
�
2 68"/1
1
INSURERS:
Truck Insurance Exchange
:1y0g--
INSURERC
INSURFRO:
...
,
_.. ..
_ —
INSURERE
10/3012020
� ,.. �•
INSURER F:
_ .._ _
REVISION NUMBER:
_ BER
- CERTIFICATE NU
COVERAGES_ ABOVE FORTH � E I TIC M PERIOD INDICATED. NOTWITHSTANDINI ANY
TI Its IST'C9 CLRTIFu'Tl� A THE P'O r HAUL BiEII N.� L1ED TO I"rdE INwU-IW NAME ERT
. Ir1 HLy C ER11htCA E I �SIJi3Cv OR MAY PER"q"It1N,THE LC"ISLIRANC"f a+Gd'tiRDEDBY
THE
RE LISl FD IIFLCtwv
WlTHRE P r„T70t dlld
LICNESOFiN RA "'ACIat%EXCLO DiFe"'VUIONS NDC AVE EE°NREDOCED By PAID CLAIMS
rS
MAY
_._. ..—„—
_.�_. r_�.,mr �.,. PIITIt7N,Of dUC-HINrLI4;IC'� IrN�IOLICYNEFFd� II.._ ..�. ..._.,,, _,,,, .—
TYPEOFINSURANCE
I�OLICNCv;LIL ERir4EUIILRLYNIi,�tb8 PCTR't7ALL 114E TE t.XC wVD I+GDCCIND ._
RLf)UdRE�MRLNT tLRMOItCdaNL"IITda
POLICIES SCRIBED
( POLICY ExP LIMITS ._.
/YYYY) (MMpDD,fYYYY) E cE S 2 000,1
. /NSD N SUER � OEICYNUMBER ...'�n
1 TR � � MM/DD
—. ... EACH occURR N
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FX Y OCCUR
A Y
GEN'L AGGREGATE LIMIT
IT AN'PL1ES PER
p POLICY PROJECT IOC
qp4 OTHER:
AUTOMOBILE LIABILITY
ANYhU1O
e),,V ^?ET AUTOSSCHEDULED
A CSI'iLe, X AUTOS Y
X lillNkDAlllO;+ NON -OWNED
1� ONIv, AUTOSONLY
UMBRELLA
All OCCUR
7 ExCES�S LIAB CL41M5 MADE Y
DED ^ (RETENTI
ON _$ _
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/ YIN N/A
EXECUTIVE OFFICER/MEMBER
A i EXCLUDEW (Mandarot ryln NH(t -.
Iryes, dincribe under DESCR11'e1'ION OF
OPERATIONS below
12
"x24312
34724312
10/30/2019 1 p0/3012020
DAMAGETORENTED
PREM15EaIEaoccu fence)
MED EXP (Any One Person)
PERSONAL & ADV INJURY S
GENERAL AGGREGATE S
P'RODJCTS-COMP/OPAGG S
COMBINED SINGLE LIMIT �S
(Ea accident)
.BODILY INIURY(POlacrsnn) $
/ j RY(Pe1ccidk!n0 S
10/30/2019
10/30/2020
-,PROPERTY
DAMAGE
(PerAcodent)
)
EACH OCCURRENCEY
1013012019
10/3012020
Ar GRLT A E _
...
PER OTHER '$
STATUTE
E.L. EACH ACCIDENT �$
10/30/2019 10/30/2020 d DISEASE EA EMPLOYEE
E.L. DISEASE- POLICY LIMIT
100,
2,000,
4
1,000„
1
1 000;
1 OOGb
1 r`600,
_ ....- _._...... __
,..a.
...,._ I _ _ i_ --. a , _
If
DE.SCRIPTIONOF'OPERATIONS/LOCATIONS/VEHICLESIACORDIdI T,AddltdsunalRera srglsSchedule, may tl>eaYtacl7ejonamore specdswith r
City of Federal Way, it"s officers, officials„ employees, volunteers and agents are named as addllional ir1SLNreds with respect to liability arising out of activities
performed by or on bahalf of the named insured in connection wleh lhis contract
CERTIFICATE HOLDER
., ... _—
city Of"ireC-di'ISN ay
33325 8th Ave S
Eedr_LaI WaIY--
©1988-2015 ACORD CORPORATION. All Rights Reserved
The ACORD name and logo are registered marks ofACORD
CANCELLATION
DATETH THEREOF, THE A13OVE NOTICEWIL;LBECELLED BEFORE THE EXPIRATION
EDELIVEREDINACCORDANCEWnHTHEPOLICYPROVISIONSS.
AUTHORIZED REPRESENTATIVE Jared Whaley
ACORD 25 (2016/03)
31-1769 11-15
POLICY NUMBER:
BUSINESSOWNERS
BP 04 50 07 02
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INS R - OWNERS, LESSEES
OR CONTRACTORS
This endorsement modifies insurance provided under the following:
BUSINESSOWNERS COVERAGE FORM
SCHEDULE*
Name Of Person Or Organization: City offederal Way
*Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Decla-
rations.
The following is added to Paragraph C. Who Is An
Insured in Section II — Liability:
4. Any person or organization shown in the Schedule
is also an insured, but only with respect to liability
arising out of your ongoing operations performed
for that insured.
BP 04 50 07 02 C) ISO Properties, Inc., 2001 Page 1 of 1 ❑
11/12/2019 about:blank
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage
rate and the hourly rate of fringe benefits. On public works
projects, worker's wage and benefit rates must add to not less
than this total. A brief description of overtime calculation
requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 11/12/2019
Job I *Risk
County Trade .li OvertiaoteClassifcation
Class
King Plumbers Et Journey Level $87.69 6Z 1G View
Pie fitter
about:blank 1/1
EXHIBIT F
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations
The 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 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.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on 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 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
In 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 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.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant 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 information 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.
20
3/2017
5. Sanctions for Non-compliance
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 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 -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 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.
21
3/2017
BUSINESS INFORMATION
Business Name:
UTILITIES SERVICE COMPANY, INC.
UBI Number:
578 090 800
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
12608 E MARGINAL WAY S, TUKWILA, WA, 98168-2563, UNITED STATES
Principal Office Mailing Address:
12608 E MARGINAL WAY S, TUKWILA, WA, 98168-2563, UNITED STATES
Expiration Date:
07/31/2020
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/28/1969
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, MECHANICAL SALES AND SERVICE
REGISTERED AGENT INFORMATION
Registered Agent Name:
EDWIN M MOLA
Street Address:
12608 E MARGINAL WAY S, TUKWILA, WA, 98168-0000, UNITED STATES
Mailing Address:
12608 E MARGINAL WAY S, TUKWILA, WA, 98168-0000, UNITED STATES
GOVERNORS
Title
GOVERNOR
Governors Type
INDIVIDUAL
Entity Name First Name
EDWIN M
Page 1 of 1
Last Name
MOLA
https://ccfs.sos.wa.gov/ 10/30/2019