Loading...
AG 12-164RETURN TO: N „ �I os EXT: 2770) ) ( AP-- CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS /"FIeg+ 2. ORIGINATING STAFF PERSON: -0-(42 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE X CONTRACT AMENDMENT (AG #): 12.-11p4 ❑ OTHER ExT: 2 2 y 3. DATE REQ. BY: SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL 5. PROJECT NAME: 201.3 1e,-e,-E- :`1 v,(7%v)Cd 6. NAME OF CONTRACTOR: 'e I Val c %Nor J e ADDRESS: S IS 11. A.' :GC — IVO1/v Poi ice 1 ; gib TELEPHONE: Z53 - -z y 2 11 E -MAIL: FAX: . / I SIGNATURE NAME: ISO V 1* .nY OS ►'� y TITLE: P t�S , c5) eh 1- 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # g7-00009 0000 Z BL, EXP. 12/31/ IJ 8. TERM: COMMENCEMENT DATE: Uci- h. 81 20 13 UBI # 60I d4 `i Gay EXP. fc{ l as l 16 COMPLETION DATE: Dec. 31 , 201 7 9. TOTAL COMPENSATION: $ Si d nets -CcP Sahufw,L.p] (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR ARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ ❑ PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW X PROJECT MANAGER EPUTY DIRECTOR DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) X LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED PAID BY: ❑ CONTRACTOR ❑ CITY L / DATE REVIEWED INITIAL / DATE APPROVED II L1 `IS COMMITTEE APPROVAL DATE: DATE NT: 16/6 y/ ,AW DEPT ❑ CHIEF OF STAFF ttl L1 »S IGNATO CITY CLER ASSIGNED AG # A SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL R DIRECTOR) COMMENTS: EXECUTE " " ORIGINALS 0Ue 1ao-I a Ot P 1_ 11- 1 AG# /2 -/( j A DATE SENT: 11'46- 11 441// COUNCIL APPROVAL DATE: DATE REC'D: 1 t /ri Iiv 1/15 CIT OF Federal Way AMENDMENT NO. 1 TO MAINTENANCE AGREEMENT FOR FLEET MAINTENANCE CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www cityoffederatway corn This Amendment ( "Amendment No. 1") is made between the City of Federal Way, a Washington municipal corporation ( "City "), and Kurosky Tire, Inc. dba Eagle Tire & Automotive, a Washington corporation ( "Contractor "). The City and Contractor (together "Parties "), for valuable consideration and by mutual consent of the Parties, agree to amend the original Agreement for Fleet Maintenance ( "Agreement ") dated effective January 31, 2013 as follows: 1. AMENDED TERM. The term of the Agreement, as referenced by Section 1 of the Agreement and any prior amendments thereto, shall be amended and shall continue until the completion of the Services, but in any event no later than December 31, 2017 ( "Amended Term "). 2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract. [Signature page follows] AMENDMENT - 1 - 1/2015 i, 4111k CITY OF CITY HALL 33325 8th Avenue South Federal Way, WA 98003 -6325 (253) 835 -7000 www crtyoffederalway com Federal Way IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY By: DATE: t/H EAGLE TIRE & AUTOMOTIVE By: Ron Kurosky Vice President DATE: // / 7 STATE OF WASHINGTON ) ) ss. COUNTY OF K-) ) ATTEST: lerk, Stephanie Court CMC APPROVED AS TO FORM: )00 City Attorney, Amy Jo Pearsall On this day personally appeared before me Ron Kurosky, to me known to be the Vice President of Kurosky Tire Inc. dba Eagle Tire & Automotive that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he 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 1 V day of NOTARY PUBLIC N STATE OF WASHINGTON N SHEPE. A. KMIGHT- My Appointment Expires _, AUQUST AMENDMENT otary's signature otary's printed name Notary Public in and for the tate of Washington. My commission expires - 2d / NOV ,2015 A -v Cam. 167L 614 -en / 16114.111,1-- 2 - 1/2015 RETURN TO: ;`` � � ?. ;��. i �' I �G�_ = F,XT: �L J . � C�, �J CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM �. _ - . 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / J� f" I t C! _ _ _ Y 1 2. ORIGINATING STAFF PERSON:,, V�(�t `� ��: (� l I` � I I� �` I 1� EXT: ��, L� 3. DATE REQ. BY: 4. T PE OF DOCUMENT �CHECK ONE�: CONTRACTOR SELECTION DOCUMENT (E.G., RFB RFP, Q� UBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONALSERVICEAGREEMENT ❑ MAINTENANCEAGREEMENT ❑ GOODS AND SERVICEAGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS� ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACTAMENDMENT(AG#): o INTERLOCAL ❑ OTHER 5. PROJECT N 6. NAME OF ADD�ss: SIGNATURE N � F�: TITLE: � c 7. EXHIBITS AND ATTACHMENTS: COPE, WOT�IC OR SERVICES �� COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIB�`'� ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES O P OR CON CT/AMENDMENTS CFW LICENSE #� 7'" Q��'T� BL, EXP. 12/31/ � 3 UBI # , EXP. ��� 8. TERM: COMMENCEMENT DATE: ' V�' e t I 1��� I"J COMPLETION DATE: � l�' � I �/�(✓ �� I. TOTAL COMPENSATION: $.���.f; �/(.���_ -�t� �E l��,h f� Ul� %(INCLUDE EXPENSES AND SALES TAX, IF ANY� (IF CALCULATED ON HOURLY LABOR CHARGE - ATI�ACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES� REIMBURSABLE EXPENSE: o YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: O CONTRACTOR o CITY � PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT / CONTRACT REVIEW ❑ PROJECT MANAGER ❑ DNISION MANAGER �/I ��DEPUTY DIRECTOR � � `� � DIRECTOR ��� ❑ RISKMANAGF,MENT (�FAPPLICABLE� �'l�/� �(LAWDEPT �`�?,�I � �(�3 � f. � � 11. COUNCILAPPROVAL(IFAPPLICABLE� INITIAL / DATE REVIEWED � COMMITTEE APPROVAL DATE: ° Y 12. CONTRACT SIGNATURE ROUTING �'^ ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: "J ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EX IBITS 1 Q, ��AW DEPT ' ,� � �� IGNATORY (MAYOR OR DIRECTOR� �°� CI� CLEx�c ASSIGNED AG # Pi`'���J"Ri�Ei3 � RETURN RIGINAL�j COMMENT . � T<............. ll It ll..:...-.. .. r. . �. a1 t'D . �`L �t- �3 INITIAL / DATE SIGNED AG# DATE SENT: 1' I' LZ INITJAL / I�ATE APPROVED �1 Z4 t�. �- - • tZ COUNCILAPPROVA DATE Y y�� �P i2- 3�rz tie.. �t� �- �� �fi-6v�o �.c�n �'`_o�-' `�'�,,� e,�.,-hY'�- `(2SPo�� DATE REC' D: � 3 i v9 MAINTENANCE AGREEMENT FOR FLEET MAINTENANCE This Maintenance Agreement ("Agreement") is made between the City of Federal Way, a Washington municipai corporation ("City"), and Kurosky Tire, Inc. dba Eagle Tire & Automotive, a Washington Corporation ("Contractor"). The City and Contractor (together "Parties") are loca.ted and do business at the below addresses which shall be valid for any notice required under this Agreement: EAGLE TIRE & AUTOMOTIVE Ron Kurosky, President 1515 S 344�' Street Federal Way, WA 98003 (253) 838.2424 (telephone) (253) 838.b907 (facsimile) The Parties agree as follows: CITY OF FEDERAL WAY: Chris Pyle, Fleet Coordinator 33325 8"' Ave. S. Federal Way, WA 98003-6325 (253) 261.4749 (telephone) (253) 835.2709 (facsimile) Chris.pvle(a�citvoffederalway.com 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 3 l, 2015 ("Term"). This Agreement maybe 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" and Exhibit "B", 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 response to the City's Request for Proposals, attached hereto as Exhibit "F" and incorporated by this reference aiong 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 Ciry. 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 MAINTENANCE AGREEMENT - 1 - 4/2011 time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 2.3 Time, Documentation, and Inspection. Work shall begin immediately upon the eff�tive date of this Agreement. Work shall be subject, at all times, to observation and inspection by and with approvai of the City, but the making (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Work in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. _ 2.4 Clean Un. At any time ordered by the City and immediately after completion of the Work, the Contra.ctor 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 andJor 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 consideration of the Contractor performing the Services the City agrees to pay the contractor for actual services performed and accepted by the City based on the set cost for services as identified in Exhibit "C" (Cost and Conditions) of the attached hereto and incorporated by this reference Compensation, plus any appropriate Washington State sales taac. • 4.2 Method of Payment. Payment by the City for the Services will only be made after the Services have been performed a voucher or invoice is submitted in the form specified by the City and the same is approved by the appropriate City representative Payment shall be made on a monthly basis thirty 30 days after receipt of such voucher or invoice. 4.3 Defective or Unauthorized Work. If any goods, materials, or servicss provided under this Agreement are either defective, unauthorized, or otherwise do not meet the requirements of this Agre�ment, 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 unabie, 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 aze 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 MAINTENANCE AGREEMENT - 2 - 4/2011 completion of all remaining Work for which funds are allocated. No penalty or expense shali accrue to the City in the event this provision applies. 4.5 Final Pavment: Waiver of Claims. Contractor's acceptance of final payment shall constitute a waiver of any and all ciaims, except those previously and properly made and identified by Contractor as unsettled at the time request for final payment is made. 5. INDEMNIFICATION. 5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, inciuding, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or in conn�tion 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, e�nployees, agents, representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this pazagraph. 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 Industriai 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 Citv 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 Ciry. 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: MAINTENANCE AGREEMENT - 3 - 4/2011 6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the foliowing insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury, bodily injury, death, property damage, products liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each occurrence and $1,000,000 general aggregate. b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; c. Automobile liability insurance covering all owned, non-owned, hired and leased vehicles with a minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily injury, including personal injury or death, and property damage. d. Garage Liabiiity insuranee with combined single limits of liability not less than $3,000,000 for bodily injury, including personal injury or death, and property damage. e. Garage Keepers Legal Liability insurance of $20,000 times maximum vehicle capacity. 6.2. No Limit of Liabilitv. Contractor's maintenance of insurance as required by the agreement shall not be conshued to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 6.3. Additional Insured, Verification. T'he 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 "E" 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. BOND. Contractor shall obtain a fidelity and employee dishonesty bond in the amount of not less than Ten Thousand Dollars and NO/ 100 ($10,000.00) to insure against any theft/misappropriation of money or property during the Term of the Agreement. 9. 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 MAINTENANCE AGREEMENT - 4 - 4/2011 Agreement, all originals and copies of any such work product remaining in the possession of Contractor shall be delivered to the City. 10. 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 officiais authorized by law to monitor this Agreement. " 11. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS. 11.1 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 pwchased 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 cflntract. If the Contractor is a sole proprietorship or if this Agreement is with an individua.l, 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 Co�tractor's failure to do so. 11.2 Safetv. 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 piaces at or near the site for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the performance of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is soleiy responsible for the same 11.3 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 MAINTENANCE AGREEMENT - 5 - 4/2011 1 i.4 Prevailin�Wa es. 11.4.1 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 [ndustries of the State of Washington, which current "prevailirig 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. 11.4.2 A�reements Exceeding One Year. Pursuant to WAC 296-127-023, or hereafter amended, the City agrees to pay any increase in the current prevailing wages if and when this Contract is extended provided that the term of the Contract exceeds one year. The City further agrees to pay the current prevailing wages at the time of additional yearly extensions, and the Contractor agrees to pay its employees the increased prevailing wage. 11.4.3 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Agreement do not apply to: Sole owners and their spouses; any partner who owns at least 30% of a partnership; the President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 11.4.4 Reportin R�equirements. Contractor shall comply with ali reporting requirements of the Department of Labor and Industries of the State of Washington. Upon the ex�ution 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. 11.4.5 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. 12. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional services during the Term for other par�ies; 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. 13. EOUAL 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, MAINTENANCE AGREEMENT - 6 - 4/2011 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, layoffor 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.b0 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 2b, or any other applicable federal, state, or local law or regulation regarding non-discrimination. " 14. GENERAL PROVISIONS. 14.1 Interpretation and ModificatiQn. This Agreement, together with any attached Elchibits, 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 oniy 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 fuli force and effec� 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 t�ie 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. 14.2 Assi�nment 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 ofthe 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. 14.3 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. 14.4 Enforcement. Time is of the essence of this Agreement and each and a11 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 MAINTENANCE AGREEMENT - 7- 4/201 i 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 deciare one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be made in, governed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable. to settle any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be by filing suit under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative process. If the King County Superior Court does not have jurisdiction over such a suit, then suit may be filed in any other appropriate court in King County, Washington. Each party consents to the personal jurisdiction of the state and federal courts in King County, Washington and waives any objection that such courts are an inconvenient forum. If either Party brings any ctaim 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. 14.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individuarl�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 sha11 only be necessary to produce one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled together to form a single inshument 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 - 8 - 4/2011 IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY By: ' „/`--� Skip Priest, Ma or � DATE: j � � EAGLE TIRE & AUTOMOTIVE By: ..✓ . S � Ron Kurosky, President DATE: �'2 � � � - / �-'. STATE OF WASHINGTON ) ` ,�^ ) ss. COUNTY OF �� i Iv4 - ) ATTEST: . City Clerk, Carol M Neilly C APPROVED AS TO FORM: � City Atto ey, Patricia A Richardson On this day personally appeared before me Ron Kurosky, to me known to be the President of Eagle Tire & Automotive aka Kurosky Tire, Inc., that executed the foregoing instrument, and acknowledged the said inshument to be the free and voiuntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GNEN my hand and official seal this �� day of T��ann,�,12 , 2(�02 � B. �� ��t����� :c°� _ • _ . N�� �s�'�G +� Z � � ��ii� 8�09-'��''� ' ��'�►�n•�..r. �.� ����h��� WI►8!._.`�`. Notary's signatur �' � � ( ���� Notary's printed name t�_��,�t-� '�.� w2� rS� �� Notary Public in and for the State of Washington. My commission expires O�- �-�cc� ,� � MAINTENANCE AGREEMENT - 9 - 4/2011 EXHIBIT A SCOPE OF SERVICE GENERAL PROVISIONS Contractor will perform general and preventive maintenance and commo� repair services on City non-police vehicles and equipment that include, but are not limited to, brakes, suspension, headair conditioning systems, electrical systems, engine, etc. _ A. Preventive Maintenance The City's vehicles are routinely driven in short distance; frequent start/stop; and iong idle periods. The attached Exhibit "B", Section E outlines preventive maintenance requirements due to the use conditions. The average annual usage is normally around 10,000 miles for general purposes vehicles. B. Repairs aad Maintenance Provide service/repairs to all common mechanical and electrical systems as needed. C. Transaort of Vehicles for Service Contractor is responsible for transport (pick up and delivery) of non-police vehicles for all preventive and scheduled services from the following two (2) locations: City Hall — 33325 8�' Ave South Steel Lake Maintenance Shop — 31130 28�` Ave South ■ For non-scheduled emergency service, courtesy transportation for customer to and from city facilities and other locations within city limits. ■ For vehicles not drivable, additional towing charge may be billed upon approval of authorized city staff. D. Conditions on Required Services 24-hour turn-around on common repairs (including brakes, etc.) and routine maintenance without prior scheduling. When a prior appointment has been made for routine maintenance, the turn-around time should be four (4) hours. Provide adequate inventory on special parts to ensure minimum tum-around on non-common repairs. E. Repair Order Content and Procedure T'he Contractor shall provide repair orders for all services provided containing the following information: ■ Repair estimates with anticipated work to be performed, estimated compietion time, and estimate cost signed by the city staffupon pick-up/drop-off. A confirming copy with final cost shall be mailed to City upon completion, and a billing copy sha11 be sent to the City with the monthly statement. ■ Actual work/cost above written estimate requires City approval prior to work start. ■ Authorization of work by designated City Fleet Coordinator or designee is required for all repair orders. ■ Individual vehicie charges shall be submitted on separate repair orders for each service visit. The repair order must include: ➢ Date work performed ➢ Vehicle and/or license #, make/model ➢ Vehicle mileage at time of service/repair ➢ Date in / date out / time completed ➢ Detail type of service, hours, material used, and cost associated with each. ➢ Subcontracted repair orders containing same information-: shail be attached to contractor repair order. ➢ Copies of all invoices related to the repair. • The Contractor guarantees and warrants that all material furnished and all services performed under said contract will be free from defects in material and workmanship and will conform to the requirements of this contract for a period of 12 months or 12,000 miles, whichever occurs first. The Contractor shall remedy all such defects at his/her own expense within one (1) working day after notification by the City. ■ Warranty and subcontracted repair orders need to be provided by the Contractor. Contractor is prime contractor; however, subcontractors may be used by Contractor. Contractor assumes responsibility for work of subcontractors. The charges for such services to the City shall be the amount of the subcontractor's invoice for services performed, or the contract price, whichever is less. F. Hours of Oaeration The City has a number of services that are active on a 24/7 basis and desires the most comprehensive hour coverage possible. Please identify normal business hours and emergency business hours if available. G. List of Non-Police Vehicles as of June 2012 1999 Chevy UtilityTrudc 1GBGC24R5XF097041 2003 Ford Taurus 1FAHP58253A199634 2011 Ford F-450 4�12 Crew Cab 1FDOW4GY5BEC96104 201'1 Ford F450 Extended Cab 1FDOX4GY56EA59710 2002 Chev S10 Blazer 2WD 1GNCS13W62K217578 2011 Ford F-450 4x4 Super Cab 1FDOX4HY9EA59711 2002 Ford F250 PU 1FTNF21L02ED14052 2003 Ford E250 Van 1FTNE24L13H805305 2002 Chev G/Express Van 1GCGG25R121229376 2012 Dodge 1/2 Ton 4x4 Quad Cab 1C6RD7FP2CS251790 2008 Ford Ranger 1FTZR14U78PA05948 2003 Ford E250 Van 1fTNE24L13HB05306 2008 Ford Ranger 1FTZR14U78PA05149 2012 Dodge Quad Cab 1500 4x4 - 1C6RD7FP6CS251789 2007 Ford F250 1FTSX20508E682776 2005 Focd 1FDXF46P35EB04240 2004 Ford Clubwagon 1FDNE31L24H840748 2000 Ford Ranger 1F7YR10C3YPA90353 1994 Ford Minibus 1FOKE30G1PHB97535 2000 Ford Focus 1FAFP33P1YW314528 2007 Chevy Passenger 1GAHG39U171249863 2000 Ford Focus 1FAFP33PZYW364256 1997 Chev C25004x4 1GCGK29J8VE271009 2005 Ford Ranger 1FTYR14U55PA87985 2008 Ford F450 1FDXF47Y98EC14799 2007 Ford F150 1FTRX12W37F633403 2004 Ford 4�d XL Heriqge 2FTRX17W24CA59 i00 2009 Ford Escape FWD HEV 1FMCU49339KA12940 2004 Ford 4x2 XL Heritage 2FTRX17W44CA51101 2009 Ford Escape F1N0 HEV 1FAACU49359DA12941 2004 Ford 4�c2 XL Heritage 2FTRX17W64CA51102 2009 Ford Escape FWD HEV iFMCU49379DA12942 1998 Ford Ranger 1FTYR14USWPB12076 1999 GMC Sonoma 1GTCS19XOXK512837 2004 Ford 4�Q XL Heritage 2FTRX17W84CA51103 2009 Ford Escape FWD HEV 1FMCU49399DA12943 1998 Chev K2500PU 1GCGK24R5WZ267314 2000 Ford Range� 1FTYR14V3YP616980 2006 Forcl F250 1FTSX20Y86EA19607 2009 Ford Escape FWD HEV 1FMCU493990A12944 2000 Ford F550 1FDAF56SXYEB80476 1995 Ford E350 1FTJE34H8SHC17923 2000 Ford F550 1FDAF56S1YE680477 2002 Chevy G3500 van 1GBHG31R821140893 2008 Ford F450 1FDXF47Y78EC22321 1999 Chev Dump Trudc 4KBC461 RSXJ003611 1992 Chev 2500 4x4 1 GDGK24K2NE205510 2004 Ford F150 4x4 XL 2FTRX18W84CA53805 Herita e 2004 Fo�d F250 Supercab 4x4 1 FTNX21 L14EC48885 2008 Ford E150 1FTNE14LX8D617414 2000 Fwd Ranger 1FTZR15V2YP682231 2007 Chevy K1500 1GCEK19C57Z607892 2001 Ford F450 Truck 1 FDXF46F41 EC19396 2001 Chev S1061azer 1GNDT13W51K204272 2012 Ford Escape FWD HEV 1FMCU5K33CKA45069 2001 GMC Safari Van 1GKEL19W21B516476 1996 Ford Ranger 4x4 1 FTDRISUXTPA99589 2010 Ford F-150 SC 4x4 1 FTEX1 EW 1 AFB91351 2001 GMC Sonoma 1GTDT19W518212322 2001 GMC Sonoma 1GTDT19W318214165 EXHIBIT B OPERATING PROCEDURES FOR VEHICLE MAINTENANCE SERVICES This section sets forth the operating poiicy and procedures for servicing City vehicles and equipment. It discusses maintenance scheduling procedures, loaner procedures and invoicing requirements. Contracted maintenance facilities are expected to provide prompt, courteous and �competent service to drivers. Gazage staff must be knowledgeabie about service procedures, and initiate the service transaction within 15 minutes of their arrival andlor service call is placed. It is important that the service desk is staffed adequately to provide efficient customer service in a timely manner. To assist the Contractor with the maintenance program, the City will provide: l. Listing of covered vehicles (Exhibit "A", Section G) by Vehicle number, updated as necessary. 2. Repair orders and billing invoices must refer to the vehicles by their Vehicle number. 3. City preventive maintenance schedule (Exhibit "B", Section E) 4. Designated staff contacts. A. Safetv Check T'he Contractor shall perform a safety check in conjunction with all maintenance requirements listed within this Request for Proposal. These safety checks shall be performed every time a vehicle is brought in for service: ■ Tires — Visually check condition. ■ Li ts — Check directional signaling devices and emergency light systems for proper operation. ■ Windshield Wipers and Washers — Check condition of wiper arms and blades. Check aim and flow of washer spray. Fill washer reservoir with washer solvent. ■ Fluid Levels — Check and replenish fluid levels in transmission, differential, steering sector or power steering pump, and master cylinder. Inspect all units for leakage and clogging. ■ Batterv — Check condition of heat-shield, hold-down clamps and cable ends, top off electrolyte level, and clean top and terminais as necessary. ■ Heater-Defroster-Air Conditioner Svstem and Wiper Controls — Check switches, valves, and ducting doors for proper operation. ■ Exhaust S s� — Visually inspect complete exhaust system including catalytic converter and heat-shielding. Check for broken, damaged, missing, or poorly positioned parts. Inspect for open seams, holes, or any condition which could allow exhaust fumes to enter the vehicle. ■ Steerin� and Suspension Components — Conduct a"look and "shake" inspection. ■ Frame/Sub-Frame and Cross Member — Visually check for "drive-over" and/or vehicular damage and fatiguing. ■ Drive Shaft U-Joints / CV Joints — Conduct a"look" and "shake" inspection for seal leakage and joint failure. ■ Critical Components - Check condition of all under-hood heat-shields, and the routing of all hoses and wiring to ensure maximum protection from radiated exhaust heat. Inspect all coolant hoses, fuel line hoses, power steering hoses, engine accessory drive belts, and other under-hood plastic or rubber components. Brakes — Inspect all brake line hoses and master cylinder for signs of leaks or damage. Inspect front brake pads, rear brake linings, wheels cylinders, and parking brake cables and linkage. R_pe ort estimate of remaining life of pads and shoes. Cooling Svstem — Visually inspect entire system for leaks, damage or others signs of needed repair. B. Schedulins of Maintenance and Service Procedures 1. City will designate a specific Service Representative (SR). Although the garage will have contact with other City operations staff, the SR is your primary conta.ct with the City. 2. The contracted garage shall identify a single individual by name to serve as the responsible contact for daily communication with the City regarding vehicle scheduling and vehicle status update(s). 3. The SR wiil contact the designated garage representative between 7:30 a.m. and 5:00 p.m., weekdays to determine the status of vehicles and/or equipment being serviced. The garage contact should provide accurate and rimely information to the SR on vehicle status including but not limited to: • What vehicle/equipriient is ready by vehicle nutnber. � What vehicle/equipment is being serviced/require repair. • Estimated completion of vehicles/equipment under repair. • Description of repairs and costs. 4. For other services, the vehicle driver will deliver the vehicle to your facility, and provide a description of problem of the vehicle. a. Contractor to shuttle driver back to work within 30 minutes. 5. After the service is completed: a Complete Vehicle Service Order ready for SR or designee to sign. b. Place service reminder label on the driver's side windshield stating the next maintenance Milea�e and Date for routine preventive maintenance. c. Contact SR to provide time that vehicle is ready for transporting back to the original location. If the SR is not available, leave a voicemail message. d. SR or designee will check work performed, sign off Service Order, and accept the keys from Contractor representative. 6. When repairs cannot be accomplished at your facility or a subcontractor facility identified in the proposal, you must contact the SR for instructions. No repairs shall be made by non-authorized facilities without notification of the SR. 7. The City asks that you report to the SR any vehicle brought in for service or specific concern with problems caused by driver misuse. 8. The Contractor will be responsible for loss and damage to all City vehicles under its custody and/or control. C. Preventive Maintenance The preventive maintenance services will be in accordance with the preventiv� maintenance schedule (Exhibit "B", Section E). Additionally: If projected brake pad/shoe life is less than 1500 miles, replace brake pads/shoes. 2. Tires are to be replaced when they reach tread depth of 4/32 of an inch within 1500 miles. 3. Turn-around time of 24 hours for routine preventive maintenance is expected when no appointment for service has been made. When a prior appointment has been made for routine maintenance, the turn-around time should be four (4) hours. D. Non-Preventive Maintenance Service and Emergencies 1. Non-routine maintenance, other than emergencies, will be handled by appointment through the SR or designee. If a driver stops at your facility Monday through Friday between 7:30 a.m. and 5:00 p.m. requesting service without prior notification to you from the City, call the SR/designee for instructions. 2. After Contractor hours, if a vehicle has a breakdown or is involved in an accident and must be towed, the driver has been instructed to have the vehicle towed to your faciiity. The operator will then provide their own transportation. You may, therefore, encounter a disabied vehicle that has been towed to your facility during non-working hours. In such a situation, notify the SR for instructions. 3. There may be times when the SR calls early in the day with a specific set of inshuctions, and later in the day changes them; or, another staff member will call to change them if the SR is not available. The last set of instructions will prevail. 4. Turn-around time of 24 hours for non-preventive maintenance service is expected unless otherwise approved by SR. E. Preventive Maintenance Schedule 1 Chan e En 'ne Oii * 2 Chan e En 'ne Oil Filter 3 Check Air Filter Condition 4 Check Belts and Belt Tensioner 5 Check Battery Electrolyte Level, Add Water As Needed; Clean And Tighten Terminals � 6 Check Brake Fluid Level 7 Check Drive Tran Fluid Levels Transmission, Transfer case, Differential) 8 Check En 'ne Com artment Fluid Levels, Add As Ne.eded 9 Check En 'ne Coolin S tem, Hoses And Clam s 10 Check Exhaust S tem 11 Check Front And Rear Shocks For Wear andlor L�aka e 12 Check Exterior & Interior Lights And Other Electrical Items For Correct ation 13 Check Power Steerin Fiuid Levei 14 Check Tire Pressure And Condition 15 Check Windshield Wiper operation, Blades condition, Washer Solvent level, Fill as needed. 16 Lubricate Chassis 17 Lubricate Steerin Linka e 1 g Check Front Brake Pads, Rotors, Calipers; Check Rear Brake Shoes, Drums, Wheel C linders and Brake Hoses. 19 Check Parkin Brake O eration 20 Lubricate Door Latches, Locks And Hin es 21 Fuel Filter — R lace 22 For Diesel en 'nes, check & drain fueUwater s arator 23 Check all Seat Belts * Price for the oil change should be based on 5 quarts. EXHIBIT C V[. COST AND CONDITIOIVS Pas�g� 4x4 Trucks Vehicles 4x4 Truck 4x4 Truck & Light �d Utiiity 6.0 Diesel 73 Diesel Trucks Vehicles Cost Cost Cost Cost $ 3y q $ �.t �.. $ t g " $ � ? Service A Vehicle Transport (pickup and deiivery) for $ � $ � $ � - $ � reventative and scheduled services Cost of Hourly I,abor Rate $ $ / �% $� J not include� in Service A) �� w� `� �A $ $ $ � s �j- Rotate Tire (4W$ Front to Rear) � � Re�placement Dealer Parts {not included in Service A) �" � Cost Plus �'� % � � % �"'� % � � % Replacement None Dealer Parts (not inctuded in Service A) Cost Plus � O % � � % � � % �D % Cost for shop supplies, and other disposal fee as a percentage of total service fee not included in Service A �/ % °�a � °�" � % Cost for tire installation and balance r tire .'$ � � $ / � $ 1 $ � � f � � City �f Fetierai Way September 6, 2012 2013 REP Fleet �taintenanee �" �e'� ��� � fi�',�'�L �1f � ��j/ti Addendum No. 1 � Conditions: I. Prices for the services listed above must inciude all labor and material needed to com}slete the services specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract (three Y�)- 3. All repair parts are to be OEM or equivatent. Exceptions witl be individualiy considered on a case- by-case basis. Price for each service shall include parts, labor and all necessary fluids and free fluid top off between service intervats. 4. Se�rvice reminder sticker is required with each service. 5. All labor hours shall be as listed on ALLDATA Service & Repair [nformation system. Contractor shall provide the city with an access pass word to their ALLDATA Service & Repair Information system. 6. Unless otherwise specified and/or agreed to, a standard 12 month or 12,000 mile warranty will be required on all labor and materials. 7. The City is required to pay Washington State Sales or Use Taaces for most goods and services. The City is exempt from Federai Excise and transportarion taxes. Taxes shall NOT be included in the bid prices. Applicable taxes will be actded as a separate item. VII. SIGNATURE SHEET Receipt of the foitowing Addendam is hereby acknowtedged by: Addendum #� � Dated: g -�1- /� COMPANY . � �jl L e �iCC �i ADDRESS / 5 ls� S: �`f `r� � ST CITY '`"/ ,� ��.�- �'� AUTHORIZED REPRESENTATNE ( Print ) �� � 1��r� s� � Acknowledged By: DELIVERY GUARAI�ITEED w��o l DAYS AFTER ORDER PROMPT PAYMBNT D[SCOUNT TERMS: ���� STATE ZIP CODE PHONE �i,�� �'�� � �Z�3� S3�' � 2, SIGNATU ,� ,���s TITLE _ G�'���''� /�/%/(d� r"! C'�/ Proposals sigaed by an agent are to be accompanied by evidence of their authority. Ciry of Federaf Way 2013 RFP Fleet Maintenance Augusc t, zto2 Page 20 Page 1 of 18 EXHIBIT D State of Washington Department of Labor & Industries Prevailing Wa�e Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washing#on State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On pubtic wo�ks projects, worker s wage and benefit rates must add to not less than this totat. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 11 /28/2012 'Count T�ade ; King Asbestos Abatement Worke !King 8oilermakers � King 8rick Mason King Brick Mason ; King 8rick Mason ; King Buildin$ Service Employees ?King Buitdin� Service Employees �King Buitdin� Service Employees ; King ? King IKing r— ' King ; King +King '; King ' King ' King ' King =King ;King King King King King T £t T Dred�e Workers In .lourney Level $40.83 � �D Journey Level $60.24 Brick And Block Finisher $42.21 Jou�ney Levei $49.07 Pointer-Cautker-Cteaner $49.07 Janitor $19.98 Traveting Waxer/shampooer $20.39 Window Cleaner (Scaffold) $24.52 Window Cleaner(non-scaffotd) $23.66 Journey Level $22.74 Acoustical Worker $49.57 Bridge, Dock And Wharf $49.57 Carpenter $49.57 Carpenters on Stationary Tools $49.70 Creosated Materiat $49.67 Floor Finisher $49.57 Floor Layer $49.57 Scaffold Erector $49.57 Journey Level $50.13 Diver $100.28 Diver On Standby $56.68 Diver Tender $52.23 Surface Rcv �t Rov Operator $52.23 Surface Rcv £t Rov Operator $48.67 Tender Assistant Engineer $49.57 Assistant Mate(deckhand) $49.06 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 5A 5A 5A �rtime Note 1H 1C 1M 1M 1M � � 5S 2F 55 2F 1 5D 1M 5D 1M � 5D 5D 5D 5D 1M 1M 1M 1M 1M 7A ' 1M 5D 1M '�D 1 M 5D 1M 5D 1M 5A 18 5D 1T 8L '= 5D 1T 8L . � = 11/28/2012 King Dredge Workers Engineer Welder $49.62 SD King Dred�e Workers Leverman, Hydraulic $51.19 SD King Dred�e Workers Maintenance $49.06 5D King Dred�e Workers Mates And Boatmen $49.57 5D King Dredge Workers Oiler $49.99 � King Drywall Appticator .fourney Levet $49.74 5D King Drywalt Tapers Journey Level $49.79 '�P - King Electrical Fixture Maintenance Journey Leve! $25.08 5L Workers King Electricians - Inside Cabte Spiicer $62.74 7C King Electricians - Inside Cable Splicer (tunnel) $67.45 7C King Etectricians - Inside Certified Welder $60.61 7C King Electricians - Inside Certified Wetder (tunnel) $65.10 7C King Electricians - Inside Construction Stock Person $33.69 7C King Electricians - Inside Journey Levet $58.47 7C : King Electricians - Inside Journey Level (tunnel) $62J4 7C 'King Electricians - Motor Shoo Craftsman $15.37 King Electricians - Motor Shop Journey Level $14.69 King Electricians - Powerline Cable Splicer $64.95 5A Construction King Etectricians - Powerline Certified �ine Welder $59.37 5A Construction King Electricians - Powerline Groundperson $42.16 5A Construction King Etectricians - Powertine Head Groundperson $44.50 5A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A Construction Operator King - Electricians - Powerline Jackhammer Operator $44.50 5A Construction King Electricians - Powerline Journey Level Lineperson $59.37 SA Construction King Electricians - Powerline Line Equipment Operato� $49.95 5A Construction King Electricians - Powertine Pole Sprayer $59.37 SA Construction King Etectricians - Powerline Powderperson $44.50 5A Construction King Electronic Technicians Journey Levet $31.00 King Elevator Constructors Mechanic $75.24 7D King Elevator Constructors Mechanic In Charge $82.00 7D King Fabricated Precast Concrete All Classifications - In-Factory $14.15 SB Products Work Only King Fence frectors Fence Erector $15.18 King Fta ers Journey Level $34.61 7A King Gtaziers . Journey Levei $52.76 7L King Heat �t Frost lnsuiators And Journeyman $56.93 5J Page 2 of 18 1T 1T 1T 1T 1H 1E 1E � 2W 2W 2W 2W 1 1 4A 4A 4A 4A 4A 4A 4A 4A 4A 4A 1 4A 4A 2K 1 2Y 1Y 1S 8L 8L ; $� � 8L i � i https://fortress.wa.gov/ini/wagelookup/prvWagelookup.aspx 11/28/2012 King Heatin� Equipment Mechanics Journey Levet King Hod Carriers £x Mason Tenders Journey Levet King Industrial EnQine And Machine Journey Level Mechanics King Industrial Power Vacuum Journey Level Cleaner King Intand Boatmen Boat Operator King Inland Boatmen Cook King inland Boatmen Deckhand King Inland Boatmen Deckhand Engineer King Inland Boatmen Launcit Operator King Intand Boatmen Mate King inspection/Cleanin�/SeaiinQ Of Cleaner Operator, Foamer S�wer �t Water Systems By Operator Remote Controt King Ins�ection/Cleaning/Sealin$ Of Grout Truck Operator Sewer 8 Water Svstems Bv $68.52 7F $42.11 7A $15.65 $9.24 S52.32 56� $48.89 5B $48.96 5B $49.95 �8 $51.16 56 551.16 5B $31.49 $11• 1 King inspection/Cleanin�/SealinQ Of Head Operator $24.91 1 Sewer £t Water Systems � Remote Controt = King Inspection/Cleanin$/Sealin� Of Technicia� $19.33 1 ;King inspection/Cleaning/Seatir Sewer £t Water Systems By Remote Control . ;King Insulation Appticators �King Ironworkers { King � Laborers King Laborers King Laborers �;Kin� Laborers ;King Laborers ' King Laborers ; King �aborers King Laborers King Laborers Kin� Laborers ' King Laborers � King Laborers ' King Laborers King Laborers King Laborers King Laborers Page 3 of 18 Tv Truck Operator $20.45 1 Journey Level $49.57 5D 1M Journeyman $59.02 7N 10 Air, Gas Or Electric Vib�ating $40.83 7A 2Y Screed Airtrac Drill Operator $42.11 7A 2Y Ballast Regular Machine $40.83 7A 2Y Batch Weighman $34.61 7A 2Y Brick Pavers $40.83 7A � Brush Cutter $40.83 7A 2Y 8rush Hog Feeder $40.83 7A � Burner $40.83 7A 2Y Caisson Worker $42.11 7A 2Y CarpenterTender $40.83 7A 2Y Cautker $40.83 7A 2Y Cement Dumper-paving $41.59 7A 2Y Cement Finisher Tender $40.83 7A 2Y Change House Or Dry Shack $40.83 7A 2Y Chipping Gun (under 30 Lbs. ) $40.83 7A 2Y Chipping Gun(30 Lbs. And $41.59 7A 2Y https://fortress.wa.gov/Ini/wagelookup/prvWageiookup.aspx t 11/28/2012 King King King King King King ' King King King King King King ' King King . King King ' King King King King King King King King Kin� King King King King King King Over) Laborers ChokerSetter $40.83 7A laborers Chuck Tender $40.83 7A Laborers Clary Power Spreader $41.59 7A Laborers Ctean-up Laborer $40.83 7A Laborers Concrete Dumper/chute $41.59 7A Operator Laborers Concrete Form Stripper $40.83 7A - borer . toncrete Placement Crew $41.59 7A Laborers Concrete Saw Operator/core $41.59 7A Driller Laborers CrusherFeeder $34.6i 7A Laborers Curing Laborer $40.83 7A Labo�ers Demolition: Wrecking £t Moving $40.83 7A (incl. Charred Material) Laborers Ditch Digger $40.83 7A Laborers Diver $42. i 1 7A Laborers DrillOperator $41.59 7A (hydrautic,diamond) Laborers Dry Stack Walls $40.83 7A Laborers Durr�p Person $40.83 7A Laborers Epoxy Technician $40.83 7A Laborers Erosion Control Worker $40.83 7A Laborers Faller &t Bucker Chain Saw $41.59 7A Laborers Fine Graders $40.83 7A Laborers Firewatch $34.61 7A Laborers Form Setter $40.83 7A Laborers Gabian Basket Builders $40.83 7A Laborers General Laborer $40.83 7A laborers Grade Checker 8 Transit $42.11 7A Person Laborers Grinders $40.83 7A Laborers Grout Machine Tender $40.83 7A Laborers Groutmen (pressure)including $41.59 7A Post Tension 8eams La orers Guardrail Erector $40.83 7A Laborers Hazardous Waste Worker (levet $42.11 7A A) Laborers Hazardous Waste Worker (levet $41.59 7A B) Laborers Hazardous Waste Worker (tevet $40.83 7A C) Laborers High Scaler $42.11 7A Laborers Jackhammer $41.59 7A Laborers Laserbeam Operator _ $41.59 7A Laborers Maintenance Person $40.83 7A Page 4 of 18 2Y 2Y 2Y 2Y 2Y 2Y 2Y � 2Y 2Y 2Y 2Y 2Y 2Y 2Y � 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/28/2012 ; King � King ' King � ; King King Laborers King borers King Laborers King a rers King Laborers King laborefs King Laborers King rer King Laborers King Laborers Ki�g King King King King Kin� - King King �: King ' King ' King King 'King �King `King ' King ' King ' King Laborers laborers Laborers Laborers Laborers Manhote Builder-mudman $41.59 7A Material Yard Person $40.83 7A Motorman-dinky Locomotive $41.59 7A Nozzleman {concrete Pump, $41.59 7A Green Cutter When Using iCombination Of High Pressure Air £t Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla Pavement B�eaker $41.59 7A Pilot Car $34.61 7A Pipe Layer Lead $42.11 7A Pipe Layer/tailor $41.59 7A Pipe Pot Tender $41.59 7A Pipe Reliner $41.59 7A Pipe Wrapper $41.59 7A Pot Tender $40.83 7A Powderman $42.11 7A Powderman's Helper $40.83 7A Power Jacks $41.59 7A Railroad Spike Putler - Power $41.59 7A Raker - Asphatt $42.11 7A Re-timberman $42.11 7A Remote Equipment Operator $41.59 7A Rigger/signal Person $41.59 7A Rip Rap Person $40.83 7A Rivet Buster $41.59 7A Rodder $41.59 7A Scaffold Erector $40.83 7A Scale Person $40.83 7A Stoper (over 20") $41.59 7A Stoper Sprayer $40.83 7A Spreader(concrete) $41.59 7A Stake Hopper $40.83 7A Stock Piler $40.83 7A Tamper �t Similar Electric, Air $41.59 7A £t Gas Operated Tools Tamper (muttiple 8 Self- $41.59 7A propetted) Timber Person - Sewer (lagger, $41.59 7A Shorer �t Cribber) Toolroom Pefson (at Jobsite) $40.83 7A Topper $40.83 7A Track Laborer $40.83 7A Track Liner (power) $41.59 7A Traffic Controi Laborer $37.01 7A https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Page 5 of 18 2Y 2Y 2Y 2Y 2Y 2Y 2Y � 2Y 2Y � � 2Y 2Y 2Y 2Y � � 2Y � 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 8R 11/28/2012 King King Kin� King . King King ' King ; King : King ' King King ' King King King King King King King Kin� • King King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers laborers Laborers Metat Fabrication (In Shop) Metat Fabrication (1n Shop� Metal Fabrication (In Shop) Metat Fabrication (In Shop� T�affic Control Supervisor Truck Spotter Tugger Operator Tunnet Work-Compressed Air Worker 0-30 psi Tunnel Work-Compressed Air Worker 30.01-44.00 psi Tunnel Work-Compressed Air Worker 44.01-54.00 psi Tunnel Work-Compressed Air Worker 54.01-60.00 psi Tunnel�IVo�k-Compressed Air Worker 60.Oi-64.00 psi Tunnel Work-Compressed Air Worker 64.01-68.00 psi Tunnel Work-Compressed Air Worker 68.01-70.00 psi Tunnel Work-Compressed Air Worker 70.01-72.00 psi Tunnel Work-Compressed Air Worker 72.01-74.00 psi Tun�el Work-Guage and Lock Tender Tunnet Work-Mine� Vibrator � Viny! Seamer Watchman Welder Well Point Laborer Window Washer/cteaner General Laborer �x Topman Pipe Layer Irrigation Or Lawn Sprinkler Installers Landscape Equipment Operators Or Truck Drivers Landscaping or Planting Laborers Journey Levet Journey Level fitter Laborer Machine Operator Painter Level $37.01 7A $40.83 7A $41.59 7A $55.89 7A $60.92 7A S64.60 7A - $70.30 7A $72.42 7A 577.52 7A 579.42 7A $81.42 7A $83.42 7A $42.21 �A $42.21 7A $41.59 7A $40.83 7A $31.46 7A $41.59 7A $41.59 7A $31.46 7A $40.83 7A $41.59 7A $13.56 $28.17 $17.87 $49.74 5D $49.07 5A $15.86 $9.78 $13.04 $11.10 $15.48 � $50.67 5D Page 6 of 18 ZY � s� 2Y 2Y 2Y �� �I �I �� �I �I �� 1 1 1 1 1 1M � � � � � � � � � � � https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28/2012 `King !' King King ; King ;King King :� King : Kin� � ; King � King i King � ; King ' King � King � King I King � King i Kin� ; King s King IKing , King King King ' King Modular Buitdinas Cabinet Assembly Modular Buildin�s Electrician Moduiar Buildines Equipment Maintenance Modutar Buitdin$s Ptumber Modular BuitdinQS Production Worker Modular Buildin$s Tool Maintenance Modular Buildin�s Utility Person Modular Buildin�s Welder Painters Journey Levet Pile Driver Journey Level Plasterers Journey Level Ptay�round £t Park Equipment Journey Level Installers $11.56 $11.56 $11.56 $11.56 S9.40 $11.56 $11.56 . $11.56 $37.51 /zZ $49.82 5D $48.23 7� $9•04 iPlumbers £t Pipefitters Journey Levet $70.84 6Z Power Equipment Operators Asphalt Plant Operators $51.89 7A 'Power Equipment Operators Assistant Engineer . $48.62 7A Power Equipment Operators Barrier Machine (zipper) $51.40 7A Power Equipment Ope�ators Batch Plant Operator, $51.40 7A Concrete Ppwer Equipment Operators Bobcat $48.62 � Power Equipment Operators Brokk - Remote Demolition $48.62 7A Equipment Power Equipment Operators Brooms $48.62 7A Power Equipment Operators Bump Cutter $51.40 7A Power Equipment Operators Cabteways $51.89 7A Power Equipment Operators Chipper $51.40 7A Power Equipment Operators Compressor $48.62 7A Power Equioment O�erators Concrete Pump: Truck Mount $51.89 7A With Boom Attachment Over 42 M Power Equipment Operators Concrete Finish Machine -taser $48.62 7A Screed Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A Trailer High Pressure Line Pump, Pump High Pressure. Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50. King Power Equipment Operators Cranes: 20 Tons Through 44 $51. Tons With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 $51. Tons With Attachments Overhead, Brid�e Type Crane: 20 Tons 7hrough 44 Tons :King Power Equipment Operators Cranes: 100 Tons Through 199 $52. Tons, Or 150' Of Soom (including Jib With https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Page 7 of 18 1 1 1 1 1 1 1 1 � 1M 1R 1 1G 3C 3C � 3C � 3C 3C � 3C � 3C 3C $P 8P � 8P $Q 8P 8P $P 8P 8P 8P 8P 3C 8P 3C 8P : � � � ?, 7A 3C 8P 7A 3C 8P � 7A 3C 8P � 11/28/2012 King King King King ' King 'King King King King King King King ��s - King King King Kin� King King King Kin� King Power E ui ment O erators Cranes: 100 Tons Through 199 $52.44 7A Tons, or 150' of boom {inciuding jib with attachments); Overhead, btidge type, 100 tons and over Tower crane up to 175' in height, base to boom. Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A Or 250' Of Boom (including Jib _ With Attachments) IPower Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A Tons, Under 150' Of Boom (including Jib With Attachments) Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A Under Powe� Equipment Operators Cranes: Friction 100 Tons $53.01 7A Through 199 Tons Power Equipment Ooerators Cranes: Friction Over 200 Tons $53.57 7A Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A Of Boom (including Jib With Attachments) Power Equioment Operators Cranes: Throt,�h 19 Tons With $50.98 7A Attathments A-frame Over 10 Tons Power Equipment Operators Crusher $51.40 7A Power Equipment Operators Deck Engineer/deck Winches $51.40 7A (Pawer') Power Equipment Operators Derricks, On Building Work $51.89 7A 'Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A " Over Power Equipment Operators Dozers D-9 &t Under $50.98 7A Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A Or Crane Mount Power Equipment Operators Drilling Machine $51.40 7A Power Equioment Operators Elevator And Man-lift: $48.62 7A Permanent And Shaft Type Power Equioment Onerators Finishing Machine, Bidwetl And $51.40 7A Gamaco �r Similar Equipment Power Equipment Operators Forklift: 3�0 Lbs And Over $50.98 7A With Attachments Power Equipment O�erators Forktifts: Under 3000 Lbs. With $48.62 7A Attachments Power Equipment Operators Grade Engineer: Using Blue $51.40 7A Prints, Cut Sheets, Etc Power Equipment Operators Gradechecker/stakeman $48.62 7A Power Eauipment Operators Guardrail Punch $51.40 7A Power Equipment Operators Guardrail Punch/Auger $51.40 7A Power Equipment Operators Hard Tail End Dump $51.89 7A Articulating Off- Road Page 8 of 18 3C � � 3C � 8P �4 � � � � � 3C 8P 8P 8P 8P � � � $Q 3C 8P 3C 3C 3C 3C 3C 3C � 3C 3C 3C 3C 3C 3C � � 8P 8P 8P $P 8P 8P 8P 8P 8P 8P https:J/fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28/2012 ; King Power Equipment Operators King Power Equipment Operators 'King � ; King King King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King King ; King � i King '� King 'King `King King King King 'King King King King King Power Equipment Operators Power Equipment Ooerators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Epuipment Operators Power Equipment Operators Power Equipment Oaerators Equipment 45 Yards. £t Over Hard Tail End Dump $51.40 Articulating Off-road Equipment Under 45 Yards Horizontal/directional Drill $50.98 Locator HorizontaUdirectionat Drili $51.40 Operator- iHydralifts/boom Trucks Over $50.98 I 10 Tons Hydratifts/boom Trucks, 10 $48.62 Tons And Under Loader; Overhead 8 Yards. 8 S52.44 Over Loader, Overhead, 6 Yards. Sut $51.89 Not Including 8 Yards Loaders, Overhead Under 6 $51.4Q Yards Loaders, Plant Feed $51.40 Loaders: Elevating Type Bett S50.98 Locomotives, All $Si.40 Ma�erial Transfer Device $51.40 Mechanics, All (leadmen - $52.44 $0.50 Per Hour Over Mechanic) Mixers: Asphalt Ptant $51.40 Motor Patrol Grader - Non- $50.98 finishing Motor Patrol G�aders, Finishing $51.89 Mucking Machine, Mote, Tunnel $51.89 Drill, Boring, Road Header And/or Shield Oil Distributors, Btower $48.62 Distribution £t Mulch Seeding Operator Outside Hoists (elevators And $5U.98 Mantifts), Air Tuggers,strato Overhead, Bridge Type Crane: $51.40 20 Tons Through 44 Tons Overhead, 8rid�e Type: 100 $52.44, Tons And Over Overhead, Bridge Type: 45 $51.89; Tons Through 99 Tons j Pavement Breaker $48.62i Pile Driver (other Than Crane $51.40 Mount) Plant Oiter - Asphalt, Crusher $50.98 Posthole Digger, Mechanical $48.62 Power Plant $48.62 Pumps - Water $48.62 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A Page 9 of 18 3C � 8P � � � � � � � � $P $Q � 8P .� � � � �C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 3C 3C 3C � 3C 3C 3C 3C 3C 8P 8P 8P 8P � 8P 8P 8P 8P ' 8P https://fortress.wa.gov/ini/wagelookup/prvWagelookup.aspx 11/28/2012 Kin� King King King '; King i King ; King ; King i King ' King King King King King King King King King King . King King King King King King + King Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 100 Feet In Height Based To Boom Power Equipment O erp ators Remote Control Operator On $51.89 7A Rubber Tired Earth Moving Equipment Power Equipment Operators Rigger And Bellman $48.62 7A , Power Equipment Operators Rolla�on $51.89 7A Power Equipment Operators Roller, Other Than Ptant Mix $48.62 7A Power Equipment Operators Rotler, Ptant Mix Or Mutti-lift S50.98 7A Materials Power Eauipment Operators Roto-mill, Roto-grinder $51.40 7A Power Equipment Operators Saws - Concrete $50.98 7A Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 45 Yards Power Equipment Operators Scrapers - Concrete & Carry All $50.98 7A Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A Yards And Over Power Equipment Operators Service Engineers - Equipment $50.98 7A Power Equi�ment Operators Shotcrete/gunite Equipment $48.62 7A Power Equinment Operators Sho°vel , Excavator, Backhoe, $50.98 7A Tractors Under 15 Metric Tons. Power EquiPment O,pe�ators Shovet, Excavator, Backhoe: $51.89 7� Over 30 Metric ?'ons To 50 Metric Tons Power Equipment Operators Shovet, Excavator, Backhoes, $51.40 7A Tractors: 15 To 30 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A Over 50 Metric Tons To 90 Metric Tons Power Equiament Operators Shovet, Excavator, Backhoes: $53.01 7A Over 90 Metric Tons Power Equipment Operators Stipform Pavers $51.89 7A Power Equipment Operators Spreader, Topsider £t $51.89 7A Sereedman Power Equipment Operators Subgrader Trimmer $51.40 7A Power Eguiament Operators Tower Bucket Elevators $50.98 7A Power Equipment Operators Tower Crane Over 175'in $53.01 7A Height, 8ase To Boom Power Equipment Operators Tower Crane Up To 175' !n $52.44 7A Height Base To Boom Power Equi�ment Operators Transporters, All Track Or $51.89 7A T�uck Type Power Equipment Operators Trenching Machines $50.98 7A Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A Tons And Over Power Equipment Operators T�uck Crane Oiter/driver Under $50.98 7A 100 Tons Page 10 of 18 3C 8P ' 3C 8P -' 3C 8P s � 3C 3C 3C 3C 3C 3C 3C 8P � � 8P 8P 8P 8P 8P 3C 8P � 8P 3C 8P 3C 8P 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P � 8P 8P 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28/2012 King Power Equipment Operators Truck Mount Portable Conveyor $59.40 King Power Equipment Ope�ators Wetder $5i.89 King Power Equipment Operators Wheel Tractors, Farmall Type $48.62 King Power Equipment Operators Yo Yo Pay Dozer $51.40 Ki�g Power Equipment Operators- Asphalt Plant Operators $51.89 Under�round Sewer �t Water King Power Equipment Operators- Assistant Engineer $48.62 Under$round Sewer &t Water King Power Eauiament Operators- Barrier Machine (zipper) $51.40 Under�round Sewer 8 Water King Power Eaui�ment Operators- Satch Plant Operator, $59.40 Under$round Sewer & Water Concrete King Power Equipment O�erators- Bobcat $48.62 Under$round Sewer £t Water King Power Equipment Operators- 8rokk - Remote Demolition $48.62 Under�round Sewer �t Water Equipment King Power Equipment Operators- Brooms $48.62 U�der�round Sewer tt Water King Power Equipment Or�erators- Bump Cutter $51.40 Under�round Sewer £t Water King Power Equinment O�erators- Cableways $51.89 lJnder�round Sewer �t Water King Power Equipment Operators- Chipper $51.40 lJnderground Sewer 8 Water King Power Equipment Operators- Compressor $48.62 Under�round Sewer £t Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 Under�round Sewer £t Water With Boom Attachment Over 42 M King Power Equipment �perators- Concrete Finish Machine -laser $48.62 . UnderQround Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $50.98 Under$round Sewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure. 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A Page 11 of 18 3C � 3C 3C 3C � � 3C 3C 3C 3C � 3C 3C 3C 7A �C 8P 7A 3C �P King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A UndergroundSewrer �t Watec With Boom Attachment Up To 42m : King Powe� Equir�ment Operators- Conveyors $50.98 ; King i ': King ;;King King Sewer Power Equipment Operators- Cranes: 20 Tons Through 44 $51.4C Under$round Sewer 8 Water Tons With Attachments Power Equipment Operators- Cranes: 20 Tons Through 44 $51.4C Under$round Sewer £� Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Power Equipment Operators- Cranes: 100 Tons Through 199 552.44 Under�round Sewer ft Water Tons, Or 150' Of Boom (including Jib With Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 Under�round Sewer �t Water Or 250' Of Boom (inctuding Jib https://fortress.wa.gov/ini/wagelookup/prvWagelookup.aspx 7A 7A 7A 7A 7A 3C � � 3C 8P $P 8P 8P 3C 8P ° .3C 8P ' 11/28/2012 With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 Under�round Sewer &t Water Tons, Under 150' Of Boom (induding Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 Underground Sewer 8 Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 Underground Sewer 8 Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 Underground Sewer Ft Water ' King Power Equipment Operators- Cranes: Over 300 Tons Or 300' j53.57 Underground Sewer 8 Water Of Boom (induding Jib With Attachments) ' King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 Underqround Sewer 8 Water Attachments A-frame Over 10 Tons ' King Power Equipment Operators- Crusher $51.40 Underground Sewer &t Water King Power Equipment Operato�s- Deck Engineer/deck Winches $51.40 Underground Sewer ft Water (power) King Power Equipment Operators- Demcks, On Building Work $51.89 Underground Sewer £t Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 Under�round Sewer �t Water Over Ki�g Power Equipment Operators- Dozers 0-9 &t Under $50.98 Under$round Sewer �t Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 Under�round Sewer £c Water Or Crane Mount King Power Equiament Operators- Drilling Machine $51.40 Under$round Sewer 8 Water King � Power Equiement Operators- Etevator And Man-lift: $48.62 Under�round Sewer £� Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwetl And 551.40 Under�round Sewer �t Water Gamaco £t Similar Equipment King Power Equipment Operators- Forktift: 3000 Lbs And Over $50.98 Under�round Sewer ft Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 Under�round Sewer 5t Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.40 Underground Sewer &t Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.62 Under�round Sewec �t Water King Power Eq_uipment Operators- Guardrail Punch $51.40 Under�round Sewer �t Water King Power Equipment Operators- Guardrail Punch/Auger $51.40 UnderQround Sewer Et Water King Power Equipment Operators- Hard Tait End Dump $51.89 Underground Sewer �t Water Articulating Off- Road . Equipment 45 Yards. &t Over Page 12 of 18 i 7A 3C 8P i — — — _ 7A 3C 7A . 3C 7A 3C 7A 3C 7A � 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P , 8P '', 8P 8P 8P 8P 8P 8P 8P 8P ' 8P 8P 8P 8P 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28/2012 !:Kin� Power Equipment Operators- Hard Tait End Dump UnderQround Sewer F� Water Articulating Off-road ' Equipment Under 45 Yards �King Power Equipment Operators- HorizontaVdirectional Drill � Underground Sewer 8 Water Locator ;King Powe� Equipment Ot�erators- HorizontaUdirectional Drilt Underground Sewer �t Water Operator �King Power Equipment Operators- Hydralifts/boom Trucks Over �lnderqround Sewer �t V+/ater 10 Tons �King Power Equipment Operators- Hydralifts/boom Trucks, 10 ; Under�round Sewer £t Water Tons And Unde� ; King Power Equipment Operators- Loader, Overhead 8 Yards. £t Underground Sewer £t Water Over - $51 S50.98 551.40 $50.98 $48.62 King Power Equipment Operators- Loade�, Ovefiead, 6 Yards. But $51.89 ' Underqround Sewer �t Water Not including 8 Yards :King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 Underground Sewer �t Water Yards ,'King Power Equipment Operators- Loaders, Plant Feed $51.40 Under�round Sewer £x Water ;King Power Equipment Operators- Loaders: Etevating Type Belt S50.98 Underground Sewer ft Water 'King Power Equipment Operators- Locomotives, Alt $51.40 Under�round Sewer £t Water , ' King Power Eauipment Operators- Material Transfer Device $51.40 Under$round Sewer 8 Water King Power Equi�ment Operators- Mechanics, All (leadmen - $52.44 Under�round Sewer £t Water $0.50 Per Hour Over Mechanic) King Power £qui�ment Operators- Mixers: Asphatt Ptant $51.40 Under$round Sewer f� Water King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 Under$round Sewer & Water finishing Kin� Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 Under�round Sewer £t Water ,King Power Equipment Operators- Mucking Machine, Mole, Tunnet $51.89 UnderQround Sewer Et Water Dritl, Boring, Road Header And/or Shield �Kin� Power Equipment Operators- Oil Distributors, Biower $48.62 Underground Sewer & Water Distribution £t Mulch Seedin� : Operator ''' King Power Equipment Operators- Outside Hoists (elevators And 550.98 Under�round Sewer �t Water Manlifts), Air Tuggers,strato King Power Equioment Ooerators- Overhead, Bridge Type Crane: $51.40 Under�round Sewer �t Water 20 Tons Through 44 Tons ' King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44' Under�round Sewer 8 Water Tons And Over , King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 Under�round Sewer �t Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 Underground Sewer Et Water I . King Power Equipment Operators- Pile Driver (other Than Crane $51.40�', 7A 7A 7A 7A� 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A Page 13 of 18 3C � 8P 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C � � � � 3C � 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P � y 8� s 8P ; ; 8P ; 8P ' — � i 8P ; 8P 8P 8P � 8P 8P 8P 8P 8P 8P 8P https://fortress.wa.govJtni/wagelookup/prvWagelookup.aspx 11/28/2012 King Mount) Plant Oiler - Asphalt, Crusher King Power Equipment Operators- Posthole Digger, Mechanical Underground Sewer tt Water King Power Equipment Operators- Power Piant UnderQround Sewer £� Water King Power Equipment Operators- Pumps - Water Underground Sewer 8 Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over Underground Sewer 8 Water King Power Equipment Operators- Quick Tower - No Cab, Under Underground Sewer £t Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Controi Operator On Under$round Sewer 8 Water Rubber Tired Earth Movi�g King King King King King King King King King King King King King King King King $50.98 $48.62 $48.62 $48•62 559.89 $48.62 $51.89 t�ower Equ�pment Operators- Rigger And Bettman $48.62 Underground Sewer £� Water Power Equipment Operators- Rollagon $51.89 Under$�ound Sewer ft Water Power Equipment Operators- Roller, Other Than Ptant Mix $48.62 Under�round Sewer £t Water ' Power Equipment Operators- Rolter, Ptant Mix Or Mutti-tift $50.98 UnderQround Sewer tt Water Materials Power Equipment O�erators- Roto-miit, Roto-grinder $51.40 Under�round Sewer £t Water Power Equipment Operators- Saws - Concrete $50.98 Under�round Sewer 8 Water Power Equipment Operators- Scraper, Self Propelled Under $51.40' UnderQround Sewer 8 Water 45 Yards Power Equinment Operators- Scrapers - Concrete F� Carry Alt $50.98 UnderQround Sewer 8 Water Power Equioment Operators- Scrapers, Self-propelled: 45 $51.89 Under�round Sewer �t Water Yards And Over Power Equipment Operators- Service Engineers - Equipment $50.98 Under�round Sewer & Water Power Equipment Operators- Shotcrete/gunite Equipment $48.62 iUnde��round Sewer 8 Water Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 Under�round Sewer �t Water Tractors Under 15 Metric Tons. Power Equi�ment Operators- Shovel, Excavator, Backhoe: $51.89 Under$round Sewer 6� Water Over 30 Metric Tons To 50 Metric Tons Power Equi�ment Operators- Shovel, Excavator, Backhoes, $51.40 Under�round Sewer ft Water Tractors: 15 To 30 Metric Tons Power Equipment O�erators- Shovel, Excavator, Backhoes: $52.44 Under�round Sewer &t Water Over 50 Metric Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 7A 7A 7A 7A " 7A 7A � 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A Page 14 of 18 3C 3C 3C 3C 3C 3C � 3C 3C 3C � � 3C � � �4 3C 3C 3C � 8P 8P 8P 8P 8P $P $P 8P 8P ' 8P � � : .� 8P ' 8P ': � $P 8P : 8P � 3C 8P '! 3C 8P , 3C 8P ' 11/28/2012 � ; Underground Sewer �t Water Over 90 Metric Tons iKing Power Equipment Operators- Slipform Pavers $51.89 7A � Underground Sewer 8 Water King Power Equipment Operators- Spreader, Topsider tt $51.89 7A Underground Sewer &t Water Screedman %Kin� Power Equipment Operators- Sub�rader Trimmer $51.40 7A Underground Sewer £t Water 'King Power fquipment Operators- Tower Bucket Elevators S50.98 7A° ' Underground Sewer Fr Water +King Power Equipment Operators- Tower Crane Over 175'in $53.01 7A � Underground Sewer £t Water Height, Base To Boom 1King Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A Underground Sewer £t Water HeightBase To Boom �King Power Equipment Operators- Transporters, Atl Track Or $51.89 7A i Underground Sewer Ft Water Truck Type iKing Power Equipment Operators- Trenching Machines $50.98 7A � lJnderground Sewer £t Water {King Power Equipment Operators- Truck Crane Oiter/driver - 100 $51.40 7A i Underground Sewer &� Water Tons And Over ;King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A i Underground Sewer £t Water 100 ions '.King Power Equipment Operators- Truck Mount Portabte Conveyor $51.40 7A UnderQround Sewer £t Water ` jKing Power Eaui�ment Operators- Wetder $51.89 7A ' UnderQround Sewer £t Water � King Power Equipment Operators- Wheel Tractors, Farmatl Type $48.62 7A ° Under$round Sewer £t Water ?King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A Under$round Sewer 8 Water 'King Power Line Clearance Tree Journey Level In Charge $42.91 5A ; Trimmers i King Power Line Ctearance Tree Spray Person $40.73 � � Trimmers ! King Power Line Ctearance Tree Tree Equipment Operator $41.29 SA Trimmers . King Power Line Clearance Tree Tree Trimmer $38.38 5A Trimmers 'King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 � Trimmers ',King Refrigeration &t Air Journey Level $69.96 ¢Z Conditionin� Mechanics ! King Residentiat Brick Mason Journey Level $49.07 5A King Residential Carpenters Journey Level $28.20 King Residential Cement Masons Journey Level $22.64 : King Reside�tiat Drywall Applicators Journey Level $38.08 5D ' Kin� Residential Drywall Tapers Journey Levet $49.79 5P ': King Residential Electricians JOURNEY LEVEL $30.44 King Residentiat Gtaziers Journey Level $34.60 7L 'King Residentiai lnsulation Journey Levet $26.28 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Page 15 of 18 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C � � � � 4A 4A 4A 4A 4A 1G 1M 1 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P � $? � 8P 1M 1E 1 1H 1 11/28/2012 King King King King King King King King King King King ' King King King Kin$ King King King King • King King King King King King King King King King King Residential Laborers Journey Level $23.03 Residential Marble Setters Journey Level $24.09 Residential Painters Journey Level $24.46 Residential Plumbers 8 Journey Level $34.69 Pipefitters Residential Refrigeration £� Air Journey Level $69.96 �, �onditioninQ Mechanics Residentiat Sheet Metal Journey Level (Field or Shop) $41.30 7F Workers Residentiat Soft Floor Layers Journey Level $41.78 5A Residentiat Sprinkler Fitters Journeq Level $41.39 5C (Fire Protection► Residentiat Stone Masons Journey level $49.07 SA Residential Terrauo Workers Journey Levet $45.43 5A Residentiat Terraao/Tile Journey Level $21.46 Finishers Residential Tile Setters Journey Level $25.17 Roofe�s Joumey Level $43.90 �A Roofers Using Irritabte Bituminous $46.90 5A Materials Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F ShipbuitdinQ �S Ship Repair Boilermaker $35.83 7M Shipbuitding 8 Ship Repair Carpenter $38.24 � Shipbuildin� £t Ship Repair Etectrician $37.85 70 Shipbuilding 8 Ship Repair Heat Ft Frost Insulator $56.93 5J ShipbuildinQ £t Ship Repair Laborer $36.81 70 Shipbuilding ft Ship Repair Machinist $37.81 � Shipbuildi�� £t Ship Repair Operator $40.20 70 Shipbuildin� 8 Ship Repair Painter $37.81 70 Shipbuildin� £� Ship Repair Pipefitter $37.79 70 Shipbuildin� &t Ship Repair Rigger $37.78 7Q Shipbuildin� &� Ship Repair Sandblaster $36.81 70 Shipbuildin� £r Ship Repair Sheet Metal $37.77 70 Shipbuildin$ 5t Ship Repair Shipfitter $37.78 70 Shipbuildin� & Ship Repair Trucker $37.63 70 ShipbuitdinQ �t Ship Repair Warehouse $37.68 70 Shipbuitding &t Ship Repair Welder/Burner $37.78 70 Si�n Makers £r InstaUers Sign Installer $22.92 (Electrical) Sign Makers 8 Installers Sign Maker $21.36 tElectricat) Sign Makers £t Instalters (Non- Sign Installer $27,28 Etectrical Sign Makers �t Installers Lon- Sign Maker $33.25 Etectricall Page 16 of 18 1 1 1 � 1R 3D 2R 1M 1M 1 1 1R 1R � 1H � 38 15 3B � 36 � 3B 3B � � 1 1 1 1 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28/2012 King Soft Fioor Layers Journey Level $41 J8 iKing Solar Controls For Windows Journey Leve{ $12.44 �'King Sprinkler Fitters (Fire Journey Levet $69.44 ` Protection) King StaQe Rigging Mechanics Mon Journey Level $13.23 ; Structural) `King Stone Masons Journey Levet $49.07 ; King St�eet And ParkinQ Lot Journey Levet $19.09 Sweer�er Workers 'King Surveyors Assistant Construction Site S50.98 Surveyor ' King Surveyors Chainman $50.46 ; King urve ors Construction Site Surveyor 551.89 ;: King Tetecommunication Journey Level S22.76 Technicians !King Telephone Line Construction - Cable Spticer $35.09 ; Outside �King Telephone Line Construction - Hote Digger/Ground Person $19.22 � Outside ;King Telephone Line Construction - Instatter (Repairerj $33.63 Outside � King Tetephone Line Construction - Special Aparatus Installer 1 $35.09 Outside ' King i'etephone Line Construction - Special Apparatus Installer li $34.37 Outside �King Telephone Line Construction - Telephone Equipment Operator $35.09 Outside (Heavy) King Teleohone Line Construction - Telephone Equipment Operator $32.62 Outside (Light) King Telephone Line Construction - Telephone Lineperson $32.62 - Outside sKing Telephone Line Construction - Television Groundperson $18.65 Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 Outside � King Tetephone Line Construction - Television System Technician $29.42 � Outside King Telephone Line Construction - Tetevision Technician $26.43 Outside King Tetephone Line Construction - Tree Trimmer $32.95 .,..�..:.,.. King 'King King 'King Tile, Marbte &t Terrazzo Finishers Traffic Control Strioers Journey Levei $45.43 Journey Level $21.65 Finisher $37.76 Journey Level $41.27 Asphalt Mix Over 16 Yards (W. $47.91 WA-Joint Councit 28) Asphalt Mix To 16 Yards (W. $47.07 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx � � � 7A 7A 7A 5A 5A 5A 7A 5D 5D Page 17 of 18 3D 1 1X 1 1M 1 3C � 1 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 1M 1 16 1K � 3A 8P 8P 8L � 11/28/2012 WA-Joint Council 28) King Truck Drivers Dump Truck 8 Trailer King Truck Drivers Dump Tnack (W. WA-Joint Council 28) King Truck Drivers Other Trucks (W. WA-Joint Council 28) King Truck Drivers Transit Mixer King Well Dritlers £t Irri�ation Pump Irrigation Pump Installer King Instalters Q � � Well Driller � $47.91 5D $47.07 5D $47.91 5D $23.45 517.71 $9 2.97 $18.OQ Page 18 of 18 3A 3A 1 1 1 1 8L 8L 8L https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/28J2012 Benefit Code Key - Efiective 08-31-2012 thru 03-02-2013 **s*s*****s***�s****�***s**ss*�*�**************.**********ss*******s**�***ss******s*******s**s*s�:�«s*****::* Overtime Codes Overtime calculations are based on tt�e hourly rate actually paid to the worker. On pubtic works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of tringe benefits actua(ly provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES Tf� HOURLY itATE OF WAGE. - B. AIl hours worked on Saturdays shall be paid at one and one-hatf times the hourly rate of wage. All hours worked on Sundays and holidays shali be paid at double the hourly rate of wage. C. The first two {2) hours after eight (8) regalar hours Monday through Friday and the first ten (10) hours on Sawrday shall be paid at one and one-half times the hourly rate of wage. AIl other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the first eight (8) hours worked the next day after either workw�k shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and ali worked on Sundays and holidays shall be paid at doubte the hourly rate of wage. E. 'Ihe first two (2) hours after eight (8) regulaz hours Monday through Friday and the fitst eight (8) hours on Saturday shalt be paid at one and one-half times the hourly tate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of te.n (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shali be paid at double the hourly rate of wage. �-I. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shail be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the houriy rate of wage. A(i hours worked on Sundays and holidays shatl also be paid at double the hourty rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shali be paid at one and one-half times the hourty rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. A(1 hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hour(y rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the houriy rate of wage. Ali hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, hotidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 08-31-2012 thru 03-03-2013 P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shati be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. 'Fhe first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in erccess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shalt be paid at two and one-half times the hourly rate of wage. R A(t hours worked on Sundays and holidays shali be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and ail other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. T. Work pecformed in excess of eight (8) hours of straight time pe,r day, or tert (10) hours of siraight time per day whe.n four t� (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the norm�l shift, and all work on Saturdays shall be paid at time and one-half the straight rime rate. Hours worked over twelve hours (12) in a single shi$ and ali work petformed after 6:00 pm Saturday to 6:00 am Monday and holidays shatl be paid at double the straight ti�►e rate of pay. The emp(oyer shall fiave the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the empioyee has had a break of eight (8) hours or more. U. Ai( hours worked on Saturdays sha(1 lie paid at one and one-half times the houriy rate of wage. Ali hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. A(i hours worked on Labor Day shail be paid at three rimes the hourly rate of wage. V. Ail hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shalt be paid at one and one-haif times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. , W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the houriy rate of wage. Al( hours worked over twelve (12) hours Monday through Satwday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-haif times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday thtough Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. Alt hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES TE� HOURLY RATE OF WAGE. B. All hours worked on holidays shalt be paid at one and one-half times the hourly rate of wage. �2� Benefit Code Key - Et%cdve 08-31-2012 thru 03-03-2013 . 2. C. All hours worked on Sundays shall be paid at one and one-half rimes the hourly rate of wage. Ali hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shail be paid at the sVaight hourty rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid ai doubte the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shali be paid at two and one-hatf times the hourly rate of wage including holiday pay. H. AIl hours work� on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. Ali hours worked on holidays shail be paid at two times the hourly rate of wage in addition to the hoiiday pay. O. Ail houts worked on Sundays and holidays shali be paid at one and one-half times the hourly rate of wage. R All hours worked on Sundays and hotidays and a1l hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. Al! hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at doubte the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-hatf times the hourly rate of wage. Alt other hours worked Monday through Saturday, and ail hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of v�ge. The first eight (8) hours worked on the fifth day shall be paid at one and ono-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shail be paid at double the hourly rate of wage. Y. All hours worked on Saturdays (except for make-up days) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES 'TI� HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and alt work on Saturdays shatl be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The empioyer shail have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. B. .The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. Alt work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shatl be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, ati additionat hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. �3� Benefit Code Key — Effective 0&31-2012 thru 03-03-2013 3. D. All hours worked between 6:00 pm Monday through 6:00 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. A!1 hours worked Sundays and holidays shall be paid at double the hourty rate of wage. Each weeic, once 40 hours of straight time work is achieved, then any hours worked over t0 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAm AT ONE AND ONE-HALF TII�fES 'THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (S) hours per day or forty (40) hours per week shail be paid at doub(e the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All haurs worked on Saturdays (except makeup days if work is lost due to inciemerit weather conditions) shall be paid at one and on�half times the hourty rate of wage. All hours worked Monday through Saturday over twelve (12) hours and ail hours worked on Sundays and hotidays shall be paid at double the hourly rate of wage. Hotidav Codes A. Holidays: New Year's Day, Memoriai Day, Independ�►ce Day, i,abor Day, Thanlcsgiving Day, Friday after Thanksgiving Day, and Chrisfmas Da}� �7). B. Hotidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memoriat Day, Independence Day, Labor Day, 'Ilianksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Tndependence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Hotidays: New Year's Day, Memoriat Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day; Christmas Eve Day, And Christmas Day (7). K. Hotidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Indepettdence Day, I.abor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanicsgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falts On Sunday, The Following Monday Shalt Be Considered As A Holiday. R. Paid Hoiidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). �q.� Benefit Code Key — Effective 0&31-2012 thru 03-03-2013 S. Paid Holidays: New Year's Day, Presidents' Day, Memoriat Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Halidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Ve.terans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day {8). ° Holidav Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memoriai Day, Independ�►ce Day, Labor Day, Thanksgiving Day, 'Ihe Friday After Thanksgiving Day, And �hristmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After 'New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christrnas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, independence Day, Labor Day, V�erans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Chrishnas Day, And Christmas Eve Day ( I 1). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Chrishnas Day, The Day After Christmas, And A Fioating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, The Day After Thanksgiving Day And Christmas Day (8). Unpaid Holiday_ Presidents' Day. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day; Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The I,ast Working Day Before Chrismtas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shail be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the hotiday. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On 'The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Uay, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shail be observed as a holiday on the follawing Monday. Any holiday which falls on a Saturday shatl be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any hotiday which falls on a Sunday shall be observed as a holiday on the foliowing Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. �S� Ben�t Code Key — Effective 08-31-2012 thru 03-03-2013 D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a . Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any hotiday which falls on a Saturday shall be obs�ved as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any hotiday which falls on a Sunday shall be observed as a hotiday on the fo(lowing Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falis on a Sunday shall be observed as a holiday on the fol(owing Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the L.ast Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shali be observed as a holiday on the following Monday. Any holiday which fails on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Spnday sha(1 be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the precedin�Friday. J. Holidays: New Yeaz's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any hoiiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saiurday after Tttanksgiving Day, And Christmas Day (8). Any holiday which falts on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a hotiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the foilowing Monday. Any holiday which falts on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Hoiidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day atter or before Christmas Day. 10). Any holiday which falis on a Sunday shall be observed as a holiday on the foltowing Monday. Any holiday which falts on a Saturday shail be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day {7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shail be observed as a holiday. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And Ti►e Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Frirlay. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the foliowing Monday. �6� Benefit Code Key — Effective 08-31-2012 thru 03-03-2013 Q. Holidays: New Year's Day, Memoriat Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which fatls on a Sunday shatl be observed as a holiday on the fotlowing Monday. If any of the listed hotidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memoriai Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 'Ihanksgiving Day, Christmas. Day, and the day after or before Christmas Day (i0). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falis on a Sunday, the day obseived by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. A. In addition to the hourly wage and &inge benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over I50' To 220' -$4.00 per Foot for Each Foot Over 150 Fcet Over 220' -$5.00 per Foot for Each Foot Over 220 Feex C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Ov� 50' To 100' -$1.00 per Fooi for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 peF Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on haztnat projects receive additional hourly premiums as foilows - Level• A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as fol{ows: Levels A& B: $1.00, L.evels C& D: $0.50. �I. Workers on hazmat projects receive addirional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25 P. Workers on hazmat projects receive additionat hourly premiums as fotlows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated rime of more than fifteen (15j �ninutes during the shift shal( be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control (abor is being utilized. A Traffic Control Laborer performs the setup, mainter►ance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Tra�c Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or ldaho. These ctassifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other trafftc control labor is being utilized. Fiaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. Ail flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or ldaho. This classification is only effective on or after August 31, 2012. �7� Benefit Code Key — Effective 08-31-2012 thru 03-03-2013 8. T. Effective August 31, 2012 - A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during consttuction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Ptans or where directed by the Engineer. Ail flaggers and spotters shail possess a current flagging card issued by the State of Washington, Oregon, Montana, or ldaho. This classification is only effective on or after August 31, 2012. � .., g .., EXHIBIT E -''".'1 a►T� prrroor►rrr► ��,�°'� CERTIFICATE OF LIABIL.ITY NNSURANCE 12l18/2Q12 7NIS CBiCTIFICA7E IS 138UED IAS A MA'!"fFJi OF INFORMATION ON�Y AND CONF�HS NO RtGM7S UPON TKE CERTIFICATE HOLDER. THIS CERTIFlCATE DOES NOT AFFlRMATIVELY OR NEGATIVELY AMEND, EXTEND OR AL7ER T1iE CdVERAG� qFFOpp�D 81f iHE POLIClES BELOW. TNIS CERTtFlCATE OF INSURANCE DOES NOT GqNSTI'1'UT� A GpMTRACT gE7W�N THE 13SUINQ 1NSURER(S), AUTHORIZED REPRESENiAi1V� OR PRaDUC� AND 1'FI� CERnCA'cE r10LPER. MIAPORYANT: If the CertlflCete 1ldder Is 8n ADDPRONAf. INSURED, the pailcy(!ea) must be e1ldOreed. li SUBROGATION 15 WNVED, subJsct to Ihs bern�9 end Conditions of the polky, oerlain pollclea may requlro sn endansement. A e�aie�s�K an this oertlAcate does r# confar ripl� ro the oelZitE�te t►Wdet in lieu oi wch s. �ROauC�R cwarwcr Arrowheatl Automotive Af6srmarkat ServiCe Centei' YouZoom insuranca ServiCes InC- �` 7045 College Blvd., 4th floor a c No, exr : ��z� Nc Ne : 8n'�'"�� Uverland Park, KS 66221 � A1YIServiceCentar�art�owheadg►p.com Fax:877-835-1833; PH: 888-240-8803, ppiion 1 AD°R��' �nsue� s nF�aNO COVEIi t�E NAIC # �nsur� 010379900 o�su� �: Universal Ur�derwriters Irfsurance Com n 41181 KUROSKY Tlq�, INC. DBA ��+su+�e a: Unlversaf Undeiwrit�rs of 7exss Ins. Cv. 40843 EAGLE TIRE & At1TOMOTIVE n+euw�a c: 1515 SOUTH 3447H STREET INSUNER D: FEDERAL WAY, WA 980U9 p�JSURER fe: COVERAGES C�liTIFlCATE NUMB�Fi: R�VI$ION NU�116ER: TH13 18 TO CHRTIFY THAT THE PO�ICIES OR INSURANCE LI5TED BELOW HAVE BEEN 193UED O THE �1SURE0 NAMBD ABbVE FOR THE POLlCY !0 INbICATED. NOTWITWSTANDINO ANY REQUIREMENT, TERM OR CONQITtON O� ANY CONTRACT OR OTHER DOCUMEN9' WITH AESPLC'I' 70 WHICH THI& CERTIFICAT� MAY 8E 13SUED OR MAY PERTAIN, THE 1MSURANCE AFFORUEO BY THE ppLlCl@S (?�SCRI�ED WEREIN tS SUBJECT TO ALL TH� T�RM3, EXCLUSIONS AND CONDITIONS OF 3UCH POLICIEB. LIryEIT3 SNOWN MRY HAVE B�EN REDUCED BY PAID CLAIM3. � TYPE OF INStIRANCE POLICY NUM9Efi LICY � �.S lTR A fl�dERN. LIA8ILITY �❑ EACFF OCCURENCE s3flQ QQQ � COMMEHICAL dENERAL LMBlLITY DAMAI3E TO RENTED � !oR MIS ooa+nenaa �� CW A� MAOE � OCCUR MED E%P (A�y pne peraon) � C] � 320094A �l-Ol^2012 01-01�'�i� PEqSONA� & AGV INJUIiY � �•.•.•.• Q�NERAI AC3tiREC;ATE s OEN'L AOQFEOA'i� WMI7 APPLIES PER: rnooucTS - cotiw�oa noc $ ❑ Pol.►CY Q PRWECT � I.00 AUTONOB�.E U1181U1'1f O COAABINEb $INCiLE LiMIT M (E9 ACCI09ffU :r3W,Q00 A ❑ aniv auro ❑ ALL OWNED AUTOS 90DILY INJ�IRY (Par person) s � scH�ou�oauros 32U094A 01-01�2o1z o'I�Ot-2ots �or�qrra��wc� �n a �NIRED AUTOS �' � � NON-0WMEDAUI'O$ � A UMBF�LLA UA6 � OCCUR j—j a EACH bCCURRENCE s$�QQQ�QQO excsss u�s [� cuws�w►� .�..� 320094A nooRECaare s ❑ DEDUCTiBIE 01-01-2012 01-01•2013 PROIDtJC'I'8 - COMP/Oi+AGG 8.000 000 RETENTI4N S S WOfoc�ABCOM+EE/6AAT10NMW � WCBTATU- f"'I OTFI• E/i�W�RY' I.IA9ILITV TORY 6qrRTS Ir-1 ER ANY PROPFUETONPMTNER/EJfECUTIVE r! N O:FlGENMffMeEVt E�I,WE04 � N/ A E,L EACFI ACCIDENT ��� h � � E,L OISEASE -EA EMPLOY&i �f yea, deecxRDe untler OF ATICiNS bebw ff�L DI3EASE - POLiCY LIMR A QARAQE LIA6ILITY �� 32OO�A �i-O'I�O12 O'��0��' O�$ �H ACTFFN� AUTOONLY S.�OO�OOO p+ w�u:ru� �, P�NS10N a1.M+ � � S 10,000 umit GE9CR�'iION OF OPERA710lIS / LpCA� ( VENICLE$l�tta�h ACORD 101, AAAItlOnal Wrnqrks �ol»duk, N tno�e epaos ts roqulnitl) peason for Certificate: General Liability� 30 day nodce of cancellation applies, except for cancellation due to non-paymeM of premium. See A�Itional Remarks Schedule Attached CER"f11�tCpTE HOtDER CANCELLATION ClTV OF F�D�RAL waY 33325 9TH AVE SOU1'H sHOUi.o Awr oF tr� �ov� t�scaiseo ro�.roi�s sE c.�c��.�ED s�� TfiE EXMRATION DATE TMEREOF, NQTtC� WILL 66 DE�IVERHD MI ACCORDANCE WI'FH 7HE f�LICY PROVISIONS. FEDEflAL WAY, WA 98043-6325 A�{1'1: AU'�MOFMZED I�Pfl�9ENiAT1VE ..��; YouZoom Insurance Services lnc. � f��2010 AGORD CORPORATION, AH �ights rsaervad ACORD 25 (201p/05} The ACORD name and IOgo are reglstsr�d msrks a! ACORD IMPORTANT If ihe certificate holder is an ADpITIpNAI. INSUREI3, the policy(ies) must be endorsed. A statame�t on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If $UBROGATION IS WAIVED, subject to the terms and conditions of tha policy, certain policies may require an endorsemen#. A statemerit on this certificate does npt Confer rights to the certificate holder in lieu of such endorsemeM(s). DISCLAIMER 'I'he Ce�tfficate of Insurance on ti�e reverse side ot this form does not consdtute a cornract between ths issuing insurer(s), authorized representaeve or producer, and the csrtificate hold�r, nor does it affirmatively or negatively amend, extend ar alter the Coverage a�forded by �h@ pO11Ci�S IiStBd thgre0�. � 1988-�201d ACORD CORPORATION, All Hghts reservad ACOFtD 29 (2Q10/0D} The ACQ#in n�n1e a�tl fogo a� regfstared m�rk8 pf ACORD µ ��"', A+COR�" �� AG�NCY CUSTOMER ID: ¢10�7� LOC #- ADDITiONA� RENlARKS SCHEDULE Ap�y NAMEO NBURED YouZoom Insurance 5ervices tnc. KUROSKY TIRE, INC. DBA POLICY NUMBER EAGLE TIRE 8� AUT�IIOTIVE ��p 1515 SOUTH 344TH STREET CARMER NAIC OpD� FEDERAL WAY, WA 98003 Universal Und�rvvriters Insurance Company 41181 lFFECTIYE DATE: O�A'I�ZIIiY Page 3_of 3_ ACORD i01 (20d8/01) � 2008 ACORD CORRORATION, A!) rlyhis re9erved. Th� ACpRD npine and logo are registered marks ot ACORD EXHIBIT F PROPOSAL FORMS [. MANAGEMENT INFORMATI4N Proposers aud their subcontractors must have prior saccessfu! experience performing maintenance and repair services on automobiles, mast be liceesed to coQduct business in t6e St�te of Washington, and must possess all permits, licenses, certifications, approvals, equipment, materiats, and staff necessary to perform and/or carry out the requirements of t6e contrac� 1. SHOP PROFILE RESPONSIBILtTY SHOP NAME: G � % ,�'c NAME OF SHOP OWNER(S) � ON �{ �a N �v I�v .� � S� y SHOP ADDRESS: ��.� s, 3y�/ � Sj .�����,� y�� 3 , PHONE NUMBER� Z53� g 3�- Z�#z�' FAX NUMBER: Z �3 � � 3� ' �P � � � NUMBER OF YEARS IN BUSIIVESS: Z�S' NUMBER OF YEARS IN BUSINESS AT THIS LOCATION: � � 2. PROXIMTi'Y TO CITY EiALL � MiLES. 3. NAME OF SHOP MANAGER(S):�� aS �`1� - d�'�%��� d���'4 ���' State the duties and quaiifications of shop manager(s) � ;� ��C�7 � �C� Y�'GC � .c/�.!-�� �' 2 � � � "t' �!c�^��C' ��/�Q�C.�.. :St�.'V' ! �CI��� ��c.i� - ��=�'iGc`- �.��- y�=� - �3r ��„�/Cvs o��=�- 4. ASSIGNED CONTACT/SERVICE REPRESENTATIVE: 5�`!c Name: 5�l��a L� !-� j�G`� ��4'��C- y icf �:��?S� T'tEle/DtitieS: �c'�'1/rGt ����7t1�1 LfC'� / ���A/�i'�i �/'C- Qualifications: �� � C � M/-�_��%A�t�,,.� ti1c-:�v7' �`�,��' ���i�` '���4 Years with Contractor. � �� �_ Work Phone: �� ��j �' z� z-`� Pager: �j �r� Cell Phone: t � Sr � ) ���/ ' � � � �i Other: /�� � 5. Emergency Contact (365 days/year; 24 hours): z�� '�'�� "�� �� 6. Operating Hours – The Contractor shaii be currently operating out of a commercial facility, which is open and accessibie to Cifiy personnel, without prior notice during normat business hours. Facilities shall be available for vehicie service between the hours of 8:OOam and S:OOpm, Monday through Friday {excluding holidays). Please state hours that your facility is open for maintenance service. Monday Tuesday Wednesday Thursday Friday Saturday Sunday . oG tv� 0 ;� �� A a.m. a.m_ a.m. a.m. am. a,m. am_ r to 5 ' � p.m. to � 3� p.m. to S ` 3� P-m. to �: �� P•m- to — 5 3C= p.m. to ' �.3' p.m. to �f� P.m. 7. Piease provide an experiencelqualification profile for each member of your tec6uicnl staff to inciude the following information. Attach addidonal sheets if ne�eded. Years with Job-Related Training/ ..�.u., ...,.. _----- - -- - --�� �-----/��_,� - - /SSio__ r -�"z����`� � �C'- •--_��' G� _; y �� _ __. _ _f-�_. _ . _ __ --- _ �_ —�— � � u �.- _ � -� ._ -- _ --- . 1�c� r�-�'�Q�h4i,U _ _ � --. — - S�' � - _ •/� � -- -- _ _ -- - - - . _ -- --- ___ -------- ��VI S�Ir��_----- � � -�.�- -- ;__ �- �-- --- _,qs�;,v �'�,�----- �c%� _. _ _ L - _._ _ _ . - - - -- __ ._ _ ._. ��y��_ 1�1�7��5 _ __�c %�.- - - - -.. _ _�` . _ _ ._ _____- - -- --------------------- 8. Given the size and composition of your current staffing, will it be necessary for you to increase staffing to meet the requirements of this contract? (Expiain) /t%l.i �.-��, f r � %�tf� ��`�� � 5T /� /� � i %��/� L�'� ��� /J �'�u- < ' 9. Please describe your hiring and continued �ucation/training requirements for mechanics? , 10. The City requires bonding for individuals who will perform services on City vehicles at no additionat� the City. Please certify the personnel assigned will be bondable by initialing here � l _� ;,�Cft�c �.S .� , G ,�-jij��= ,�'�yl /�c�I itJ�'�4 �n! � � ��-r� � � ��,4 � �,�` ,�f'/°,��tv %�s �i�° ,�Gj,�/-�-/(,�,f • ��t/�' .f-'f`� y,'��' �i.�GjC� ��N� � ��. /..1../�4'r /t% � �i�/''��.. �� �'�i f� ,� G�'P 7��� l t�-�✓��-Y" =�S J 1 �y����J� ��� � � . II. REFERENCES 1_ Describe your shop's experience providing vehicle maintenance services including the number of years in business, and type of services provided. Use additional sheets if necessary. 2. Please provide 3 commercial client references, their size of Eleet by vehicie type, years of contract reiation, type and frequency of the service provided. Ptease identify the contact person and phone number for each. Use addirional sheets if necessary. Company Name �iy p�?� � t.�.i 3/oN Company Address 3 ylc z-7 t!� ��-vE �, . ��at� ��1i}'�'I %' Company Phone C Z�3 )$ 3'�+ ��-1�`i' 3 3 Contact Person ` ��t C Fleet SizeJType ',�.5 L� �'r' 7,� � c��-S Years of Contract '�c� C�,r.�...� Ti�c�t" Frequency of Service ''f ^�� c.E � �i� Company Name �� TL( C� r }-�c� ��-�'�- L���t' Company Address _ Company Phone Contact Person � Fleet Size/Type _ Years of Contract _ Frequency of Service Company Name Company Address Company Phone Contact Person Fleet Size/Type Years of Contract Frequency of Servi �S"3 . �' 3. Approximateiy what percent of your shop work is currently derived from �leet business? - �� % 4. Has your shop ever been a subject of Better Business Bureau action? Yes ( J No �(J [f yes, piease describe: 5. Please describe the 5 most recent customer complaints and how you resolved them. Use additional sheets if necessary. p�� ��� ���nGI�CG� 5�1cr� 6. Are you cu�rently or have you ever previously contracterl with a municipality to provide vehicle maintenance service? Yes �( J No [] If yes, please describe: G! � 6 r `C �'� Cr�..�G L�.�' 1 7. Are you currently or have you ever previously provided repair services to other government entities? Yes � No [ ] If yes, please list e entity names, contract person and phone number: C/.j / �' ' /LS ���� /,� f/f Sy%//�/�j, Tc��d �.� T.yf-T� %�,Q -?�i�G L` _. �r � 8. Briefly describe your interest in servicing the City's fleet and what factors make you the best c,�ndidate in your opi�o�. {inclucie hese any informatian or materials that you want the City to take into consideration while evaluating your ability to pertorm this contract.) ��`�{SL 5,�t' �' i"'����!`� ��� 9_ Can you su ply the City with tires using pricing based on Washington State Contracts? Yes � No j ) i 0.1'he City reserves the right to perform unannouriced site visits, interview staffand management, and test repairs prior to selection to determine, among other things: ' the customer service responsiveness • the shop organization and operacion efficiency ' the response time � [II. SUPPLE1VtENTAL QUESTIONNAIRE City drivers are usually in a huiry and need to return to work. Their expectation is to be acknowtedged and served prompt(y, courteously and competently. How wiil you do this? !-✓'� �/� �� 5��rc.� � 7" G c`A_s T %✓o ��iv��A- L /c'c�=%7'�' � 4 G�t� ��i9'-�` 2- What procedures are foiiowed to ensure successfut comp(etion of secvice work prior to the vehicle being released to the customer? /�� j �,�'j �� � � �2�' i�.'f� ,�i� �� `� -�C%e� / � C��ai°�,�-�-�"a� . - 3. City requires the Contractor to designate one person from the shop to woric with the City representatives and communicate vehicle repair status and scheduling on a routine basis. Ptease identify this position and the qualifications you will establish for this position. ��'QG� � � /3 `�C/�'� f�'�'G't�.:,� � � �<',� v i �'.E �i�ic./� � G�� 4• The City expects 24 hours turn around time for preventive and for routine repair services. Can you meet this standazd and provide quality repair work? Yes�] No [] 5. Piease specify whether OEM or after-market parts will i�e used for repairs? [f after-market parts wili be used, please explain under what circums#ance{s). Please be aware the City requires use o, fOEMparts for all services unless specifying herein or otherwise approved by SR prior to repair for all services. �/ �� �_G Gt.�tl�''.L/� �'G 1`����/�-i�'Q/�- /� b. List days and hours of shop operations and after-hour e�mergency services avaiiability. �- S' �� �-/��- %``�t-'�;� �n��,� `�' � �C �'� y� .��� y 7. Describe the availability of secured parking for vehicles in for repairs. �'%E ^� -�'��' � � S /� ',�5 c� i � �'`�� IV. V. FACILITY DESCRIPTION l. How many bays are available for vehicies? /� 2. Describe what provisions and procedures you have in place to di � � f h�� substances, oils, coolants, etc. �� D,-�� C L,� �. Q/G �� � c � �' arj-Gf�-�'T 3 • ��."°r—�-�.,� - 3. Do you have a certified emissions specialist on staff? Yes ' No 4. Do you have an electrical systems specialist on staff? �..� No 5. Describe any experience that you have in servicingJmaintaining lift-equipped vehicles. r ,�'�N� Q 7. The City requires the Contractor�o coordinate warranty worlc. Piease describe how you would perform that and which deatership/service departments you will use for Chevrolet, Ford, GMC, and Dodge. Please provide name of deaiership, shop locatian and phone number. ��i C�✓l'oLc T �7� ��S % —rTv.S Gl.�. ��... ��-!� y �M M ��,"� ,4a a y c `�'-S"� � ��_��' Can you perform emergency roadside service as required? Y� No SUBCONTRACTOR LIST indicate what work is proposed to be performed by subcontractor(s). [ndicate on the fotlowing list the name and location of all subcontractor(s). Sezvice ��,�P�.�� /J. / , �� t��. i � <(;;: n� , �%�i� Sub-contractor (Name/Location) y�;�L'/� +�. �v�fv�►fyit �.a.s � Primarv Contact ti� tir' 1.-/ G-i Phone 3�- `� 33 /-�3 E��le Tire & Autom�ti��e — RFP far Ficet �tilai►�tcnance Ex6ibit C f Section I/ Question 7(Additional Technicians) Travis Glasco — Generai Service — 2 years — Tires / Brakes Tony Rodriguez — General Service — 6 months — Tires / Brakes _ Note: We have ongoing training through Goodyear, Carquest, and other vendors. Ex6ibit C/ Section II 1 QuesNon 5(Recent Customer Complaiats) When there has been a problem it is usually a breakdown in communication and that is what we strive to improve on. We cunently have an A+ rating with the Better Business Bureau and have had zero complaints within the last three years. 1. Customer brought a vehicle in which had an intermittent problem. We were unable to duplicate that problem while the vehicle was here. The customer was unhappy about needing to make retum trips to our shop. He took our technician for an extended test drive and the problem occuned. Once it was duplicated, the needed repairs were done. 2. Customer complained of hearing a noise in front end. Upon inspection, we replaced defective parts, but noise was still present. We explained to the customer that these parts needed to be replaced and that we would continue to check the vehicle and make any necessary repairs at a reduced cost. 3. Gustomer stated that vehicle had a vibration that only occurred at high speeds (75 mph). Since we could not duplicate this speed, we inspected the vehicle for worn out parts and then balanced the tires to see if there is any improvement. 4. Customer complained of price being higher than quoted. Found billing error and then adjusted bill to correct amount. 5. Customer brought vehicle in for overheating problem (engine overheat, but no heat inside). We replaced teaking radiator hose, but did not find defecrive thermosta.t. T'he customer was given a refund for the diagnosis. Exhibit C/ Section II / Question 8(Servicing the City's Fleet) We take pride in the services that we provide to the City of Federal Way. We have always had a"drive up service" policy for any of the city vehicles. In the past, this has included everything from checking lights, noises, fluid levels to repairing/replacing tires and changing oil. We have a lazge inventory of tires on site. Additionally, we try to keep in stock the filters, fluids and other various parts needed to service the city vehicles in a timely manner. We are open Monday through Saturday and have ample technicians to serve your needs. _ � I VI. COST AND CONDITIONS Passenger 4x4 Trucks Vehicles 4x4 Truck 4x4 Truck and Utility 6_0 Diesei 7_3 Diesel & Light Vehicles Trucks Cost Cost Cost Co� � $ 3yq $ �t� $ !g $ ► Service A $ $ - � � Vehicle Transport (pickuP and delivery) for $ q {,� C� reventative and scheduled services ! � $ $ (O � � �F � $ � �O Cost of Hourly Labor Rate �� (not inciuded in SeNice A) $ � /�„ Rotate 1'ire (4-Wa Front to Rear) $ � $ �- .0" Replacement Dealer Parts �-� (not included in Service A) '��,�j� o�o Z'� o�a �-.� o�o Z' % Cost Pius Replacement None Dealer Parts (not included in Service A) �j Q o�o '�j � oJo � Cii o�0 3� o�a Cost Plus Cost for shop supplies, and other disposal � fee as a percentage of total service fee f�� ,� o�o � o�o % not included in Service A ` % � $ / � $ /� $ ` g � $ �� Cost for tire installation and balance r tire Crown Dodge �v" r""' Victoria's Charger's T�� interceptor's Cost Cost Cost Cost r ice A $ '�t'�r�,.� � 3� � $ ?J. t,.��� � 3���- Serv $ $ Vehicle Transpoct (piekup and detivery) for $ � $ ,� �i -' �` reventative and scheduled services $ � � � Cost of Hourly Labor Rate $ f _ � � � $ � � noE ir�clu�d in Service A) t� � �- $ f,,�r $ ..�" � �,-� ; Rotate Tire {4-Wa Fmnt to Rear ) Replacement Deater Parts (not included in Service A) ��' o�0 2� o�o �� o�o Z� o�o Cost Plus ____ Repiacement None Dealer Parts (not included in Service A) �� a�o � a�o -� o�o � o�o Cost Pius Cost for stiop supplies, and other disposal �� fee as a percentage of total service fee o�o � o�o o�o not inciuded in Service A) � % � � ( � ,.� $ ��' ! � � �_ � $ l `�-- $ Cost for tire installation and ba4ance r tire ,�-, � ���' N�-�" ���"���� �'����,:iv�� Conditions: 1. Prices for the senrices listed above must include all labor and materiai needed to complete the services specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract (three Y�)- 3. All repair parts are to be OEM or equivalent. Exceptions will be individually considered on a case- by-case basis_ Price for each service shall include parts, iabor ar�d all necessary fluids and free fluid top off between service intervals. 4. Service reminder sticker is required with each service. 5. All labor hours shall be as listed on ALLDATA Service & Repair In%cmation system. Contractor shall provide the city with an access pass word to their ALLDATA Service & Repair Information system. 6. Unless otherwise specified and/or agreed to, a standard 12 month or 12,000 mile warranty will be required on all labor and materials. 7. The City is r�uired to pay Washington State Sales or Use Taxes for most goods and services. The City is exempt �rom Federal Excise and transportation taxes. Taxes shall NOT be inciuded in the bid prices. Appiicable taxes will be added as a separate itecn. VII. SIGNATURE SHEET Receipt of the following Addendum is hereby acknowiedged by: Addendum #� ' Dated: g -Lf - /� COMPANY . / �¢l L c ��� �� ADDRESS � 51s� s: �'�y � ST- crrY f/ ��� �� AUTHORIZED REPRESENTATIVE ( Print ) �� 1� �v��-� S � % Acknowledged By: DELIVERY GUARANTEED i o� v/�e o J. UAYS AFTER ORDER PROMPT PAYMENT DISCOUNT TERMS: �l� STATE ZIP CODE PHONE �;�� � ��0 3 ('��3� 83$-Z�: SIG1�iATU�E.. .�' , G :✓ � TtTLE � � / �/2cS /�`�i�9�i.'g G/ C`�J Proposais signed by an agent are to be accompanied by evidence of their suthority. `` ,�. � ♦ TIRE & AUTOMOTIVF At�FID.AVIT OF CURP()RA��E_ AUT��ORI`I�Y .As hc�ard mLmherlsl-`cit�ticer(sf e�f Kurusk� ! irc (nc. c1/b%a E:agle I'irc 8c Automot�ve. a corpe�ration. I'���� hrrcb}� authc�rite(s) til� tullowin� people to repre�ent the corporatioi� ir� a!! �natter� penainit�� tcs th� smati claim szction of District Court # i. Pierce C:ount�. Washingtoti. includic�g_ but nut limited tc� the tilin�. mediation hearin�, tnal an�1 collection of said small claim acti�n,_ John M. Kurosky Ronald 1. huroskv i)A�('E:D this I G", da}� o'f June. ?OU4. �,-- i' "� / -_=t __ . .*_� � � _ . �t�tiFit t - / : . �� � �� � ' � . . � fj,�, f (�,;f �'�` y� �f'ri�ii �c,c�-*car�c /�� s�_�2; � [ iil� tn ���i•���r��ti.�ti '� I�.�"i�f�. t)I= ��1'.�Si litit� i�()ti t'ount� ��t �. i�_�j ) : s� ;2 �uhuritx�d and ,ti+•orn t� b� t<�re tne this _,��i? 15 f> South 344th Sveet Eederal Way, WA 980U3 (2S3)A3A-2424 � �� � , , �� � si� f `. _!s. !�1c ° _ -- �1�Ilc'1IUTC ,--� j ! � G ,�v �' L�Ct �. �. .� f'rintc:d !vam� _� �' ��« �-����;, � 7 it1� in c:�rpc�ratic�n da� of� _ _ � %�---' �� � _ : L_._ ���... : ; ;, ! . / ��— _ ' c�SF. L. . ,�; - r,P�,r�,;=':�r' ~ �,�, ;� �� • --. _... . .:`� : a_•..�� �i��'1�=:_ _ /�1G - : : �, ` �� ` � . '," � � j `�'y ^ �' ��� �' Pt_ BI_IC �n and r the State of Washington. _ -� : : � :; =. .�: „ = ° � ';, t- :-�:sidin� ar. /_!.�=��1`c=- _ ��;��`c_ L'I_ - - •t � =�' � o - ��: : .,, .. - . �', , lC''M� (�uii�n�i�ion F:xpirc;s: � / ., �.�. - y - �%�___. _ _ �1��,,:...•�-. . . _... - - � --- � 14U9 Paciiic H�ghway South Des Motnes, W.A yR 19R (?O6)878-9634 Service �th a *Per.sonal * Tvuch 2i22 P�.c�fic A•,er.�e Tacoma, WA 98402 (253! fi27-778R Corporations: Registration Detail Page 1 of 2 _ _ .____. Contact Us � Connect: ����,� � �� SEARCH Corporations and Charities Division i Corporations Home '� Nonprofit Home i Charities Home Awards • Public Notices i Contact Info ; Corporation Detail Neither the State of Washington nor any agency, officer, or employee of the State of Washington warrants the accuracy, reliability, or rimeliness of any information in the Public Access System and shall not be liable for any losses caused by such reliance on the accuracy, reliability, or timeliness of such information. While every effort is made to ensure the accuracy of this information, portions may be incorrect or not current. Any person or entity who relies on information obtained from the System does so at his or her own risk. All documents filed with the Corporations Division are considered public record. KUROSKY TIRE, INC. UBI Number Category Profit/Nonprofit Active/Inactive State Of Incorporation WA Ftling Date Expiration Date Inactive Date Duration Registered Agent InfoTmation Agent Name Address CiTy State ZIP Special Address Information Address City _ State Zip Governing Persons Title President 6oio44624 REG Profit Active WA 09/09/1987 09/3o/2oi3 Perpetual JOHN MARTIN KUROSKY 1515 S 344TH ST FEDERAL WAY WA 98003 Name KUROSKY,RONALD Vice KUROSKY, JOHN President,Secretary,Treasurer,Chairman Purchase Documents for this Corporation � n Return to Search List Address 36i5 4aND AVE N E TACOMA , WA 98422 3315 DEER ISLAND DR E LAKE TAPPS , WA 9839i http://www.sos.wa.gov/corps/search_detail.aspx?ubi=601044624 11/28/2012 Corporations: Registration Detail Phone Numbers � Privacy Policy � Accessibility � Mobile Washington Secretary of State • Corporations Division 8oi Capitol Way South PO Box 4oa34, Olympia WA 985o4-O234 (360) 725-o3T7 Page 2 of 2 Translate our site into: ! Select Language � Powered by Goa�le Translete http://www.sos.wa.gov/corps/search_detail.aspx?ubi=601044624 11%28/2012 `,,1� ,`,� TIRE & AUTOMOTTVE AFFIDAVIT OF CORPORATE ALTTHQRITY As board member(s)lofficer(s) of K�oskv T#re Inc. cUb/a Eagte Tire & Rutomotive, a' corparation, Iiwe hereby authorize(s? the tollowing peop�e to repr�sertt the carporatian in all matters pertaining to the small claim section of D�strict Couct #1, Pieree County, Washington. including, but nat limited to the filing. �nediation hearing, trial and eollection of said small claim actions, John M. Kurosky Ronaid J. Kurosky DATED this:l6�' day of June. 2004. < �� � <<� �nat e Signature, � �� ��� �� v 5 rint e Printed Name -. ,� "7 /'`�.s �`�-'�/, U�� ,,%G��c-��i 1'itle in eorporatiol� Title in carparation STATE UF� WASHINGT4N } : ss Couiity of � y J t � ` Subscribed and sworn to before me this � day of � , 20 0�. �,.......z>,., _. ..' ��a:� �.. . .. �,,.�' �' : �PQ;����t�r,� j�a��. �� `� .... .. : � -�-. �• � � - ;�C� t.it���, . ' ^ • ' .: � ::zi., `'�' � Y PUBLI n and r the State uf Washington. . � �,���� t�;- ' '�,; °,%� , �; � ; � sicling at: /`"/���-C� �� lt �1 i �1 -u ''+'�j ,� ry���.}..t��,�`� C � , �% �� �,, � ►aa�+..��� Jvt ommision Ex ires: / — � — 1515 South 344th Street Fed;ecai Way, WA 98003 (253) 838-2424 21409 Pacific Highway Sovth Des Moines, �A 98198 (246}878-9634 Service �''rtk a *Persnnal * Touch � 2522 Pacific Avenue Tacoma, WA 98402 (253)627-7788 e UNIVERSAL UNDERWRITERS INSURANCE COMPANY 7045 COLLE(iE BOUlEV11Rp' OVERLAND PARK, KANSAS H6211 ( ASTOd( INSURANCE COMP/W�/) ITEM 3 COVER.AGES, PROPERTY INSURED, AND SPECIAL PROVISIONS APPLICABLE TO EACH COVEi2AGE PART : CRIME (PART 380? EMPLOYEE DISHONESTY DEDUCTI$LE 1,000 LOSS FROM WITHIN A BUILDING SAFE CLASS B LOSS FROM WITHIN A BUILDING SAFE CLASS B LOSS FROM WITHIN A BUILDING SAFE CLASS B LOSS OUTSIDE THE BUILDING MONEY ORDERS ,AND COUNTERFEIT PAPER CURRENCy 320094 VI (2-2010) INSUREDS LOCA- PERILS TIONS INSURED Ol ALL CRIME 01 O1 CRIME O1 02 CRIME O1 O1 O1 03 CRIME ALL CRIME ALL CRIML 0103799 00 OUR LIMITS 10,000 2,000 2, 000 2,000 2,000 5, 000 PAGE 1-G