Loading...
AG 18-001RETURN TO: PW ADMIN EXT: 2700 ID #:32,2-2.� CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Ftge-J 2. ORIGINATING STAFF PERSON: M a t vvo` 94(11,e -urn EXT: Z� 10 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) o ORDINANCE q 0 RESOLUTION '(CONTRACT AMENDMENT (AG#): 1 U VDI 0 INTERLOCAL ❑ OTHER 4. PROJECT NAME: 70 19 I /Ce , MMt rtiOAO T 114 ON -1 o1 E ) 5. NAME OF CONTRACTOR: . YO 5 ,rr ADDRESS: L 5 34451 E-MAIL: -P, Q .41.4 ,wA g8073 SIGNATURE NAME: Vii 4u►04-1.1 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES�❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 7000 04z BL, EXP. 12/31/ii UB1 # 6101 044 (.Z- , EXP. 1 / /3,/(13 TELEPHONE:253-g3$.2424 FAX: 7443 U32. Viol TITLE: ?r .Ci4l.� l' 7. TERM: COMMENCEMENT DATE: Sea. COMPLETION DATE: J41/2....02.0 8. TOTAL COMPENSATION: $- i r edblk, 61104,V., ..CT 1 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT / CONTRACT REVIEW o .rte... R DEPUTY DIRECTOR �([ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 02/4/ s*-- 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNC IL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING 1 �� l S SENT TO VENDOR/CONTRACTOR DATE SENT: Il ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) DATE REC'D:(I l 1p1 ` O n-FiiJ NCP DEPARTMENT ALAW DEPT SIGNATOR (MAYOR 12 -DIRECTOR) CITY CLERK ASSIGNED AG # SIGNED COPY KIZETURN ONE ORIGINAL COMMENTS: INITIAL / D TE SIGNED AG# DATE SENT: 03 02 ie -9f- EXECUTE RIGINAIS \N e e vto •c Q In/x 6L,6. /- +M ! o v‘.n p e K -1-Le or 1- • wa t- kite -d JO ¶O. Ca 1 4/2017 Federal Way CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www.atyoffederalway.com AMENDMENT NO. 1 TO PUBLIC WORKS MAINTENANCE AGREEMENT FOR 2018 FLEET MAINTENANCE (NON -POLICE) 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 2018 Fleet Maintenance (Non -Police) ("Agreement") dated effective December 22, 2017 as follows: 1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 and Exhibit C of the Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or method of payment, as delineated in Exhibit C-1, attached hereto and incorporated by this reference. 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 14 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 03/2017 Federal Way CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederalway com IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY By: DATE: 2 //' KUROSKY TIRE, INC. DBA EAGLE TIRE & AUTOMOTIVE: By: -,!/y Ron Kurosky, President DATE: 2-1= /P ATTEST: k, Stephanie Cou , CMC APPROVED AS TO FORM: J. Ryan Call, City Attorney STATE OF WASHINGTON ) ) ss. COUNTY OF i- c ) On this day personally appeared before me Ron Kurosky, to me known to be the 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 /U117 day of PPbYUa+r y , 20gL. ( ✓ Notary's signature � Not. 's printed name �a WiIL1 1 I, U r CLAUDIA WILBUR NOTARY PUBLIC STATE OF WASHINGTON COMMISSION EXPIRES APRIL 19, 2021 AMENDMENT Notary Public in and for the State of Washington. My commission expires (' / 19, AR' 2 - 03/2017 4CITY OF ., Federal Way EXHIBIT C-1 COST AND CONDITIONS CITY HALL 33325 8th Avenue South Federal Way. WA 98003-6325 (253) 835-7000 www dtyoffederalway com CITY VEHICLE (non -Police) Services/Costs Passenger Vehicles & Light Trucks 4x2 Trucks and Utility Vehicles 4x4 Truck 6.0 Diesel 4x4 Truck 6.7 Diesel Cost Cost Cost Cost Service A $34.95 $34.95 $193.00 $109.00 Vehicle Transport (pickup and delivery) for preventative and scheduled services $9.00 $9.00 $9.00 $9.00 Cost of Hourly Labor Rate (not included in Service A) $66.00 $66.00 $66.00 $66.00 Rotate Tire (4 -Way Front to Rear) $0.00 $0.00 $0.00 0$ Replacement Dealer Parts (not included in Service A) Cost Plus 25% 25% 25% 25% Replacement Non -Dealer Parts (not included in Service A) Cost Plus 30% 30% 30% 30% Cost for shop supplies, and other disposal fee as a percentage of total service fee (not included in Service A) 0% 0% 0% 0% Cost for tire installation and balance per tire $15.00 $15.00 $18.00 $18.00 Conditions: 1. Prices for the services listed above must include all labor and material needed to complete the services specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract (three years). 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, labor, 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 Information system. Contractor shall provide the City with an access password 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 taxes for most goods and services. The City is exempt from Federal excise and transportation taxes. Taxes shall NOT be included in the bid prices. Applicable taxes will be added as a separate item. AMENDMENT - 3 - 03/2017 RETURN TO: PW ADMIN EXT: 2700 ID#: `70 `7 l • CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS�l�yl���-e-Q/� 2. ORIGINATING STAFF PERSON:V-0 n A 1 u/+ EXT: 63+ 3. DATE REQ.BY: (1 5(1 3. TYPE OF DOCUMENT(CHECK ONE): CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,R PF RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ,MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER /� /� y� 4. PROJECT NAME: OC D I ? F�k j,�1 1 ,� l�pr.-126F c.? 5. NAME OF CONTRACTOR:Ktk U I,4 .1 11 C l ie• dba. llL i i(f?gAistu '1,o�ive, ADDRESS: �51� S. Tt'1'S - ed 1z ,u k 9t OC TELEPHONE:2. 3 •�$2 E-MAIL: r bite e gle-�r�.CAIYI FAX:22?j•83$•LAO 1 SIGNATURE NAME: V-p(l 1/...1AripSK. TITLE: r ►dell} 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#437-0000441-p . BL,EXP.12/31/ -7 UBI#(QDI (Y-41# W2 ,,EXP.93/ 7. TERM: COMMENCEMENT DATE: I{L I i S COMPLETION DATE: I Z/311202-0 8. TOTAL COMPENSATION:$ LL AC4ij4 . GC41eu Uix, (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: c,.,�1■r� p��' 9. DOCUMENT/CONTRACT REVIEW I■_ • /DATE REV I WED INITIAL/DAT 'ROVED PROJECT MANAGER .� � Tai J X,DEPUTY DIRECTOR - «ir ¢r/.j•� I I 1 1�.DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT WV/7 9 C, nor 10. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: t([h117 COUNCIL APPROVAL DATE: 17-16111 11. CONTRACT SIGNATURE ROUTING I . I j-i ENT TO VENDOR/CONTRACTOR DATE SENT: ` DATE REC'D: ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ F ANCE DEPARTMENT ZtIN UATGNATORY(MAYOR OR DIRECTOR) �v�(r�'/r' CITY CLERK ASSIGNED AG# A(# C 2 `■ ❑ SIGNED COPY RETURNED E SENT: EMU! RETURN ONE�OR IIG INAL COMMENT�EXECUTE" ORIGINALS curl-era �1 v ► i S' v . R $ ' a,,h +-" 7W N T(A 44e 1.5 A V cl(✓e 6Q+ P g U P f t l0✓ lo p, "tT 4117 AM.6-t-clindj 4/2017 ORIGINAL CONTRACT#1 of 3 CITY OF CITY CLERK Federal Way� 1 1 RFP AND CONTRACT DOCUMENTS FOR 1 ' 2018 FLEET MAINTENANCE (NON-POLICE) 1 RFP dated October 27, 2017 ' City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, WA 98003 Mailing Address: City of Federal Way ' Public Works Department Attn: Fleet Maintenance Coordinator Federal Way, WA 98003-6325 I Ilt‘EAGLE t§t‘ TIRE & AUTOMOTIVE • AFFIDAVIT OF CORPORATE AUTHORITY IAs board members/officers of Kurosky Tire, Inc. d/b/a Eagle Tire & Automotive, a corporation, I/we hereby authorize(s)the following people to legally bind the Company and to execute Idocuments on behalf of the Company. John M. Kurosky IRonald J. Kurosky DATED this 8th day of December, 2017 I Cr v i 1 Signature \I gna 1116/ I 1 ar✓ i7rdf/ /i/V /// / /( ;f7A)A1/ Printed Name Printed Name I ITitle in corporation Title in corporation I STATE OF WASHINGTON ) I : ss County of Ki PG, ) ISubscribed and sworn to before me this a day of D .c ✓ , 2017-- . •..8316*N0�, • �SStO,Y .0 . : NOTARY PUBLIC in an or the State of Washington. I : .0 $OTA ;o. :i "� �i; Residing at: / be,,"in 14//)- I • ���o.per�.� �� My Commission expires: 01 /0?- /a Oa 0 1 1515 South 344th Street 5500 Olympic Drive NW 102 Puyallup Ave. Federal Way,WA 98003 Gig Harbor,WA 98335 Tacoma,WA 98421 I (253) 838-2424 (253) 857-5558 (253) 627-7788 Service With a "Personal" Touch 1,/ ' �'�] _ , Ww e 5 1' r K ,U?f T v C O v •« • ■ a E: O F A M E S t-A ) o t.u r S T #O N c 1 N ,' ,I r,N I. - V31 Executed In Duplicate b 1 �� x , v c S 1 a Western Surety Company 3 4 DISHONESTY BOND a I (FOR ANY TYPE OF BUSINESS) Bond No. 63453527 • In consideration of the agreed premium, Western Surety Company, a South Dakota corporation (the "Surety"), hereby I II agrees to indemnify Eagle Tire & Automotive 1515 S 344th St, Federal Way, WA 98003 a (the "Insured"), against any loss of money or other property which the Insured shall sustain or for which the Insured 9 shall incur liability to any Customer or Subscriber of the Insured through any fraudulent or dishonest act or acts , I • committed by any Employee or Employees of the Insured acting alone or in Collusion with others, the amount of indemnity on each of such Employees being Ten Thousand and 00/100 DOLLARS($10,000.00 ). I s THE FOREGOING AGREEMENT IS SUBJECT TO THE FOLLOWING CONDITIONS AND LIMITATIONS: TERM OF BOND: E SECTION 1. The term of this bond begins with the 13th day of December 2017 r standard time, at the address of the Insured above given, and ends at 12:00 o'clock night, standard time, on the effective < • date of the cancellation of this bond in its entirety. N EXCLUSION: SECTION 2. This bond does not apply to loss,or to that part of any loss,as the case may be,the proof of which,either as • to its factual existence or as to its amount,is dependent upon an inventory computation or a profit and loss computation. ,, • In addition,the policy does not apply to the defense of any legal proceedings brought against the Insured,or to fees, costs r or expenses incurred or paid by the Insured in prosecuting or defending any legal proceedings whether or not such proceedings results or would result in a loss to the Insured covered by this policy. In addition, the Company shall not be I • liable for any costs, fees and other expenses incurred by the Insured in establishing the existence or the amount of loss K covered under this policy. DISCOVERY PERIOD: 5 SECTION 3. Loss is covered under this bond only(a)if sustained through any act or acts committed by any Employee of IInsured while this bond is in force as to such Employee,and(b)if discovered prior to the expiration or sooner cancellation a of this bond in its entirety as provided in Section 10, or from its cancellation or termination in its entirety in any other manner,whichever shall first happen. DEFINITION OF EMPLOYEE: r • SECTION 4. The word Employee or Employees, as used in this bond,shall be deemed to mean,respectively, one or more of the natural persons (except directors or trustees of the Insured, if a corporation, who are not also officers or employees • thereof in some other capacity)while in the regular service of the Insured in the ordinary course of the Insured's business ' • during the term of this bond, and whom the Insured compensates by salary or wages and has the right to govern and direct , • in the performance of such service, and who are engaged in such service within any of the States of the United States of America, or within the District of Columbia, Puerto Rico, the Virgin Islands, or elsewhere for a limited period, but not to " mean brokers, factors, commission merchants, consignees, contractors, or other agents or representatives of the same s general character. I FRAUDULENT OR DISHONEST ACT: SECTION 5. A FRAUDULENT OR DISHONEST ACT OF AN EMPLOYEE OF THE INSURED SHALL MEAN AN ACT I. WHICH IS PUNISHABLE UNDER THE CRIMINAL CODE IN THE JURISDICTION WITHIN WHICH ACT n ' OCCURRED, FOR WHICH SAID EMPLOYEE IS TRIED AND CONVICTED BY A COURT OF PROPER JURISDICTION. . • MERGER OR CONSOLIDATION: A SECTION 6. If any natural persons shall be taken into the regular service of the Insured through merger or consolidation f, I & with some other concern,the Insured shall give the Surety written notice thereof and shall pay an additional premium on any increase in the number of Employees covered under this bond as a result of such merger or consolidation computed " i pro rata from the date of such merger or consolidation to the end of the current premium period. p e I NON-ACCUMULATION OF LIABILITY: h SECTION 7. Regardless of the number of years this bond shall continue in force and the number of premiums which shall • be payable or paid,the liability of the Surety under this bond shall not be cumulative in amounts from year to year or from period to period. I . ✓ Form 1432-7-2016 a 03000000,000X00000000 wt.,Y£ft N y t j N Y T Y C O M➢A N Y • O N E O f A M E N 1 S A S O.t•F S T S O N O I N S C O M P A N I E S CADOOCCIOCX7,00000CIOCW I i . 1 Executed In Duplicate LIMIT OF LIABILITY UNDER THIS BOND AND PRIOR INSURANCE: I SECTION 8. With respect to loss or losses caused by an Employee or which are chargeable to such Employee as provided in Section 5 and which occur partly under this bond and partly under other bonds or policies issued by the Surety to the Insured or to any predecessor in interest of the Insured and terminated or cancelled or allowed to expire and in which the period for discovery has not expired at the time any such loss or losses thereunder are discovered, the total liability of the 1 I Surety under this bond and under such other bonds or policies shall not exceed, in the aggregate, the amount carried under this bond on such loss or losses or the amount available to the Insured under such other bonds or policies, as limited by the terms and conditions thereof,for any such loss or losses,if the latter amount be the larger. I SALVAGE: SECTION 9. If the Insured shall sustain any loss or losses covered by this bond which exceed the amount of coverage provided by this bond, the Insured shall be entitled to all recoveries, except from suretyship, insurance, reinsurance, security or indemnity taken by or for the benefit of the Surety, by whomsoever made, on account of such loss or losses I under this bond until fully reimbursed, less the actual cost of effecting the same; and less the amount of the deductible carried on the Employee causing such loss or losses; and any remainder shall be applied to the reimbursement of the Surety. CANCELLATION AS TO ANY EMPLOYEE: ' SECTION 10. This bond shall be deemed cancelled as to any Employee: (a)immediately upon discovery by the Insured,or by any partner or officer thereof not in collusion with such Employee, of any fraudulent or dishonest act on the part of such Employee; or (b) at 12:00 o'clock night, standard time, upon the effective date specified in a written notice served upon the Insured or sent by mail. Such date,if the notice be served,shall be not less than ten days after such service,or,if I sent by mail, not less than fifteen days after the date of mailing. The mailing by Surety of notice, as aforesaid, to the Insured at its principal office shall be sufficient proof of notice. CANCELLATION AS TO BOND IN ITS ENTIRETY: SECTION 11. This bond shall be deemed cancelled in its entirety at 12:00 o'clock night,standard time,upon the effective I date specified in a written notice served by the Insured upon the Surety or by the Surety upon the Insured,or sent by mail. Such date, if served by the Surety, shall be not less than ten days after such service, or if sent by the Surety by mail, not less than fifteen days after the date of mailing. The mailing by the Surety of notice, as aforesaid, to the Insured at its I principal office shall be sufficient proof of notice. The Surety shall refund to the Insured the unearned premium computed pro rata if this bond be cancelled at the instance of the Surety,or at short rates if cancelled or reduced at the instance of the Insured. PRIOR FRAUD,DISHONESTY OR CANCELLATION: I SECTION 12. No Employee, to the best of the knowledge of the Insured, or of any partner or officer thereof not in collusion with such Employee,has committed any fraudulent or dishonest act in the service of the Insured or otherwise. If prior to the issuance of this bond, any fidelity insurance in favor of the Insured or any predecessor in interest of the Insured and covering one or more of the Insured's Employees shall have been cancelled as to any of such Employees by I reason of(a) the discovery of any fraudulent or dishonest act on the part of such Employees, or (b) the giving of written notice of cancellation by the insurer issuing said fidelity insurance,whether the Surety or not, and if such Employees shall not have been reinstated under the coverage of said fidelity insurance or superseding fidelity insurance, the Surety shall not be liable under this bond on account of such Employees unless the Surety shall agree in writing to include such I Employees within the coverage of this bond. LOSS—NOTICE—PROOF—LEGAL PROCEEDINGS: SECTION 13. At the earliest practical moment, and at all events not later than fifteen days after discovery of any fraudulent or dishonest act on the part of any Employee by the Insured, or by any partner or officer thereof not in I collusion with such Employee,the Insured shall give the Surety written notice thereof and within four months after such discovery shall file with the Surety affirmative proof of loss, itemized and duly sworn to, and shall upon request of the Surety render every assistance,not pecuniary, to facilitate the investigation and adjustment of any loss. No suit to recover on account of loss under this bond shall be brought before the expiration of two months from the filing of proof as I aforesaid on account of such loss, nor after the expiration of fifteen months from the discovery as aforesaid of the fraudulent or dishonest act causing such loss. If any limitation in this bond for giving notice,filing claim or bringing suit is prohibited or made void by any law controlling the construction of this bond, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. I PART-TIME OR TEMPORARY EMPLOYEES: SECTION 14. The named Insured shall not at any time while this bond is in force direct any temporary or part-time Employee(s) to any subscriber's premises unless such Employee(s) is accompanied by a foreman who is in the regular I employ of the Insured. SIGNED,SEALED AND DATED December 13th 2017 , IWESTER ' ? URETY COMPANY By PAUL T.BRUFLAT,VIC RESIDENT ' 1 I CITY OF CITY HALL 33325 8th Avenue South ,.,, ,w,, Federal Way Federal Way.WA 98003-6325 (253) 835-7000 I www cityoffederalway corn MAINTENANCE AGREEMENT FOR 2018 FLEET MAINTENANCE (NON-POLICE) IThis Maintenance Agreement("Agreement") 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") are located and do business at the below addresses ▪ which shall be valid for any notice required under this Agreement: IKUROSKY TIRE, INC. CITY OF FEDERAL WAY: DBA EAGLE TIRE & AUTOMOTIVE: IRon Kurosky, President Fleet Maintenance Coordinator 1515 S 344th Street 33325 8th Ave. S. Federal Way, WA 98003 Federal Way, WA 98003-6325 I (253) 838-2424 (telephone) (253) 835-2534 (telephone) (253) 838-6907 (facsimile) (253) 835-2709 (facsimile) Ron @EagleTire.com Rodney.Toot @cityoffederalway.com IThe Parties agree as follows: 1. TERM.The term of this Agreement shall commence upon the effective date of this Agreement,which shall be the date of mutual execution, and shall continue until the completion of the Work,but in any event no later than December 31,2020 ("Term").This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and 1 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 Ito the City's satisfaction,within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2.2 Warranties.The Contractor warrants that it has the requisite training,skill,and experience necessary to provide the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities,including but not limited to obtaining a City of Federal Way business registration.The Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar services within the Puget Sound region in effect at the time those services Iare 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 Idiscovered 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 Iwarranty for that portion of the work shall extend for one(1)year from the date such correction is completed and accepted by the City.The Contractor shall begin to correct any defects within seven(7)calendar days of its receipt of notice from the City of the defect.If the Contractor does not accomplish the corrections within a reasonable time as determined by the City,the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. I MAINTENANCE AGREEMENT - 1 - 3/2017 1 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way,WA 98003-6325 I (253) 835-7000 www cityoffederalway corm 2.3 Time,Documentation,and Inspection.Work shall begin immediately upon the effective date of this Agreement. Work shall be subject,at all times,to observation and inspection by and with approval of the City,but the making(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Work in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. I2.4 Clean Up.At any time ordered by the City and immediately after completion of the Work,the Contractor shall, at its own expense,clean up and remove all refuse and unused materials of any kind resulting from the Work.In the event the IContractor fails to perform the necessary clean up,the City may,but in no event is it obligated to,perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. I3. 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 IAgreement immediately if the Contractor fails to maintain required insurance policies,breaches confidentiality,or materially violates Section 12 and may result in ineligibility for further City agreements. I4. COMPENSATION. 4.1 Amount.In return for the Work,the City shall pay the Contractor an amount not to exceed a maximum amount and according to a rate or method as delineated in Exhibit "C," attached hereto and incorporated by this reference. The IContractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s)for the Term. I 4.2 Method of Payment.On a monthly basis,the Contractor shall submit a voucher or invoice in the form specified by the City,including a description of what Work have been performed,the name of the personnel performing such Work,and any hourly labor charge rate for such personnel. The Contractor shall also submit a final bill upon completion of all Work. IPayment shall be made on a monthly basis by the City only after the Work has been performed and within thirty(30)days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Work does not meet the requirements of this Agreement,the Contractor will correct or modify the work to comply with the Agreement.The City may withhold payment for such work until the work meets the requirements of the Agreement. I 4.3 Defective or Unauthorized Work.If any goods,materials,or services provided under this Agreement are either Idefective,unauthorized,or otherwise do not meet the requirements of this Agreement,the Contractor will correct or modify the work to comply with the Agreement and the City reserves the right to withhold payment from the Contractor until the goods, materials,or services are acceptable to the City.If Contractor is unable,for any reason,to complete any part of this Agreement, Ithe City may obtain the goods, materials or services from other sources, and Contractor shall be liable to the City for any additional costs incurred by the City."Additional costs"shall mean all reasonable costs,including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above.The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the ' Contractor. 4.4 Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this IAgreement for any future fiscal period,the City will not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period,and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated.No penalty or expense shall accrue to the City in the event this provision applies. I4.5 Final Payment:Waiver of Claims.Contractor's acceptance of final payment shall constitute a waiver of any and all claims, except those previously and properly made and identified by Contractor as unsettled at the time request for final payment is made. MAINTENANCE AGREEMENT - 2 - 3/2017 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way,WA 98003-6325 (253) 835-7000 www c#yoffederalway corn 5. INDEMNIFICATION. I5.1 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, 1 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 1 entities,including, without limitation,their respective agents,licensees,or representatives,arising from,resulting from,or in connection with this Agreement or the performance of this Agreement,exc e t for that portion of the claims caused by the City's's Isole 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 IContractor's negligence. Contractor shall ensure that each sub-contractor shall agree to defend and indemnify the City, its elected officials,officers,employees,agents,representatives,insurers,attorneys,and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph.The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any Iimmunity 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. I 5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers, Idirectors, shareholders,partners, employees, agents, representatives, and sub- contractors harmless from any and all claims, demands,actions,suits,causes of action,arbitrations,mediations,proceedings,judgments,awards,injuries,damages,liabilities, losses,fines,fees,penalties expenses,attorney's fees,costs,and/or litigation expenses to or by any and all persons or entities, including without limitation,their respective agents,licensees,or representatives,arising from,resulting from or connected with this Agreement to the extent solely caused by the negligent acts, errors, or omissions of the City. 5.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with respect to any event occurring prior to such expiration or termination. 6. INSURANCE.The Contractor agrees to carry insurance for liability which may arise from or in connection with the Iperformance of the services or work by the Contractor, their agents, representatives, employees or subcontractors for the duration of the Agreement and thereafter with respect to any event occurring prior to such expiration or termination as follows: 6.1. Minimum Limits. The Contractor agrees to carry as a minimum,the following insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises,operations,independent 1 contractors,products-completed operations,stop gap liability,personal injury,bodily injury,death,property damage,products liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each occurrence and$2,000,000 general aggregate. b. Workers'compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; c. Automobile liability insurance covering all owned, non-owned, hired and leased vehicles with a minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily I injury,including personal injury or death,and property damage. d. Garage Liability insurance with combined single limits of liability not less than$3,000,000 for bodily injury, including personal injury or death, and property damage. Ie. Garage Keepers Legal Liability insurance of$20,000 times maximum vehicle capacity. IMAINTENANCE AGREEMENT - 3 - 3/2017 I CITY OF CITY HALL 33325 8th Avenue South '■._. Federal Way Federal Way,WA 98003-6325 I (253) 835-7000 www atyoffederahvay com 6.2. No Limit of Liability. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's Irecourse 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. I6.3. Additional Insured, Verification. The City shall be named as additional insured on all commercial general liability insurance policies.Concurrent with the execution of this Agreement,Contractor shall provide certificates of insurance Ifor 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 Iacceptance by the City. 6.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement. II7. 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 Iimmediate 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 l Dollars and NO/100($10,000.00)to insure any theft/misappropriation of money or property during the Term. I9. 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 maybe produced or modified by Contractor while performing the Work shall belong to the City upon delivery.The Contractor shall delivery all needed or contracted for work project upon demand. All records submitted by the City to the Contractor will be safeguarded by the Contractor. Contractor shall make such data, documents, and files available to the City upon the City's request. At the expiration or termination of this Agreement,all originals and copies of any such work product remaining in the possession of Contractor shall be delivered to the City. I10. 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 Iand practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject,at all reasonable times,to inspection,review or audit by the City,its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Agreement. I11. INDEPENDENT CONTRACTOR/EMPLOYEE CONDITIONS. 1.1 Independence.The Parties intend that the Contractor shall be an independent contractor and that the Contractor Ii 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 Ibenefit of employment, nor to pay any social security, income, or other tax which may arise as an incident of employment, except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,shall not be deemed to convert this Agreement to an employment contract.If the Contractor is a sole proprietorship or if this Agreement is with an individual,the Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington I retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. ' 11.2 Safety.Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents,and subcontractors at the work site and in the performance of the contract work and shall utilize all protection necessary for that purpose.Contractor shall comply with all applicable provisions of federal, state and municipal safety and health laws IMAINTENANCE AGREEMENT - 4 - 3/2017 ' CITY OF CITY HALL 33325 8th Avenue South Ahho.f Federal Way Federal Way.WA 98003-6325 1 (253) 835-7000 www crtyofederalway corn 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 IStandards(Chapter 296-62 WAC).Contractor shall erect and properly maintain,at all times,all necessary guards,barricades, signals and other safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe passageways at all road crossings,crosswalks,street intersections,post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind.Contractor shall protect from damage all water,sewer, gas, steam or other pipes or conduits,and all hydrants and all other property that is likely to become displaced or damaged by the performance of the Work.The Contractor shall,at its own expense,secure and maintain a safe storage place for its materials Iand equipment and is solely 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 Iloss 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 Iindependent 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 I11.4 Prevailing Wages. 11.4.1 Wages of Employees.This Agreement is subject to the minimum wage requirements of Chapter 39.12 I of the Revised Code of Washington,as now existing or hereafter amended or supplemented.In the payment of hourly wages and fringe benefits to be paid to any of Contractor's laborers,workers and/or mechanics,Contractor shall not pay less than the"prevailing rate of wage"for an hour's work in the same trade or occupation in the locality within the State of Washington where such labor is performed,as determined by the Industrial Statistician of the Department of Labor and Industries of the State of Washington,which current"prevailing rates of wage"are attached hereto as Exhibit"D" and incorporated herein by this reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates that are in effect on the date when the bids,proposals,or quotes were required to be submitted to the City. 11.4.2 Agreements Exceeding One Year.Pursuant to WAC 296-127-023,or hereafter amended,the City agrees to pay any increase in the current prevailing wages if and when this Contract is extended provided that the term of the I 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. I11.4.3 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 Icorporation. 11.4.4 Reporting Requirements.Contractor shall comply with all reporting requirements of the Department of I Labor and Industries of the State of Washington.Upon the execution of this Agreement,Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of Labor and Industries.Upon completion of the Work,Contractor shall complete and file an Affidavit of Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages IPaid, 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 I 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. I12. CONFLICT OF INTEREST.It is recognized that Contractor may or will be performing professional services during the Term for other parties; however, such performance of other services shall not conflict with or interfere with Contractor's IMAINTENANCE AGREEMENT - 5 - 3/2017 I CITY OF CITY HALL 33325 8th Avenue South , Fe d e ra I Way Federal Way,WA 98003-6325 I (253) 835-7000 www cityoffederalway coin ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Contractor Iconfirms 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. EQUAL OPPORTUNITY EMPLOYER.In all services,programs,activities,hiring,and employment made possible by or resulting from this Agreement or any subcontract,there shall be no discrimination by Contractor or its subcontractors of any level,or any of those entities'employees,agents,subcontractors,or representatives against any person because of sex,age I (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, Iadvertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW,Title VI of the Civil Rights Act of 1964,the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973,49 CFR Part 21,21.5 and 26, or any other applicable federal, state,or local law or regulation regarding non-discrimination. 14. GENERAL PROVISIONS. 14.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or Iagreements,whether oral or written,shall be effective for any purpose.Should any language in any Exhibits to this Agreement conflict with any language in this Agreement,the terms of this Agreement shall prevail.The respective captions of the Sections of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement.Any provision of this Agreement that is declared invalid,inoperative,null and void,or illegal Ishall in no way affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect. Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement and compliant with the terms of the Agreement,is hereby ratified as having been performed under the Agreement.No provision Iof 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 Assignment and Beneficiaries.Neither the Contractor nor the City shall have the right to transfer or assign,in whole or in part,any or all of its obligations and rights hereunder without the prior written consent of the other Party.If the non- assigning party gives its consent to any assignment,the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent.Subject to the foregoing,the rights and obligations of the Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into for the sole protection and benefit of the Parties hereto.No other person or entity shall have Iany 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 Iapplicable 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. I14.4 Enforcement.Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor.Adherence to completion dates set forth in the description of the Services is essential to the Contractor's performance Iof 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 Ireceived three(3)days after the date of mailing.Any remedies provided for under the terms of this Agreement are not intended to be exclusive,but shall be cumulative with all other remedies available to the City at law,in equity or by statute.The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement,or to exercise any IMAINTENANCE AGREEMENT - 6 - 3/2017 1 CITY OF CITY HALL 41k, 33325 8th Avenue South .r~,,,,,,,,. Federal Nay Federal Way.WA 98003-6325 I (253) 835.7000 www.ciryoffederaiway can option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive such breach or default.Failure of the City to declare I 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 Isuch a suit, then suit may be filed in any other appropriate court in King County, Washington. Each party consents to the personal jurisdiction of the state and federal courts in King County,Washington and waives any objection that such courts are an inconvenient forum.If either Party brings any claim or lawsuit arising from this Agreement,each Party shall pay all its legal 111 I 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 individual is duly authorized to execute and deliver this Agreement.This Agreement may be executed in any number of counterparts,each of which shall be deemed an original and with the same effect as if all Parties hereto had signed the same document.All such counterparts shall be construed together and shall constitute one instrument,but in making proof hereof it shall only be necessary' to produce one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled together to form a single instrument com p rised of all pages of this Agreement and a complete set Iof 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] I 1 I I I I I MAINTENANCE AGREEMENT - 7 - 3/2017 I CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 1 (253) 835-7000 www atyoffederatway corn IN WITNESS, the Parties execute this Agreement below, effective the last date written below. ICITY OF FEDERAL WAY: ATTEST: 111 By:Ji , ayor Ste oh. f ie i ourtney, CMC, City Clerk 1 DATE: ( ig-a--/:/,/7 APPROVED AS TO FORM: // 6. Ryan Call, City Attorney I KUROSKY TIRE, INC. DBA EAGLE TIRE &AUTOMOTIVE: 1 By: i F •- �_s V IRon Kurosky, President 1 DATE: /2" --/7 ISTATE OF WASHINGTON ) ) ss. COUNTY OF KING ) On this day personally appeared before me Ron Kurosky,to me known to be the President of Kurosky Tire,Inc.dba IEagle 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 Icorporation. GIVEN my hand and official seal this 8L, day of AL c,Qv„�.e✓ , 2011. Is Notary's signature ��s•P,N40 ONI ,; Notary's printed name _ Oft./4- . t' I • •••- tr .• Notary Public in and for the State of Washington. 5' ooTARy :• My commission expires 01/0?-/a oa 6 •>. .►•.n• m: - :2 PUMA y - ••�trj,•• p'Zz of sN %• I 0, • wn MAINTENANCE AGREEMENT - 8 - 3/2017 I CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 ....„4■, ..-_, I (253) 835-7000 www cityoffederalway corn EXHIBIT A ISCOPE OF SERVICE IGENERAL PROVISIONS The Contractor will provide required preventative maintenance and repair service listed in Section E(below)for the Ifleet listed on Section G. Any exception including subcontracting must be noted in the response. A. Preventative Maintenance The City's vehicles are routinely driven in short distance; frequent start/stop;and long idle periods. The Preventative Maintenance Schedule(Exhibit B, Section E) outlines preventative maintenance requirements due to the use conditions. The average annual usage is normally around 10,000 miles for general purposes vehicles. I B. Repairs and Maintenance Provide service/repairs to all common mechanical and electrical systems as needed. IC. Transport of Vehicles for Service • Contractor will transport (pickup and delivery) of non-police vehicles for all preventative and scheduled services from the following two (2) locations: I > City Hall—33325 8th Ave South ➢ Steel Lake Maintenance Shop—31130 28th Ave South I • For non-scheduled emergency service, courtesy transportation for customer to and from City facilities and other locations within City limits. I • For vehicles not drivable, additional towing charge may be billed upon approval of authorized City staff. ID. Conditions on Required Services • 24-hour turn-around on common repairs(including brakes,etc.)and routine maintenance without I prior scheduling. When a prior appointment has been made for routine maintenance, the turn- around time should be four(4)hours. I • Provide adequate inventory on special parts to ensure minimum turn-around on non-common repairs. E. Repair Order Content and Procedure The Contractor shall provide repair orders for all services provided containing the following information: I • Repair estimates with anticipated work to be performed,estimated completion time,and estimate cost signed by the City staff upon pick-up/drop-off. A confirming copy with final cost shall be I mailed to City upon completion, and a billing copy shall be sent to the City with the monthly statement. 1 MAINTENANCE AGREEMENT - 9 - 3/2017 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 ' (253) 835-7000 www cityoffederalway com • Actual work/cost above written estimate requires City approval prior to work start. I • Authorization of work by designated City Fleet Coordinator or designee is required for all repair orders. • Individual vehicle 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 and engine hours 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 shall 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 1 amount of the subcontractor's invoice for services performed,or the contract price,whichever is less. ' F. Hours of Operation Monday 8:00 a.m. to 5:30 p.m. Tuesday 8:00 a.m. to 5:30 p.m. Wednesday 8:00 a.m. to 5:30 p.m. Thursday 8:00 a.m. to 5:30 p.m. ' Friday 8:00 a.m. to 5:30 p.m. Saturday 8:00 a.m. to 4:30 p.m. ' Sunday Closed t 1 MAINTENANCE AGREEMENT - 10 - 3/2017 ICITY OF CITY HALL liiihi 33325 8th Avenue South . ''.... Federal Way Federal Way.WA 98003-6325 (253) 835-7000 Iwww crtyoffederalway corn G. List of City Inon-policel Vehicles (as of October 2017) I1996 Ford Ranger 4x4 2011 Ford F-450 4x2 Crew Cab 1997 Chev C2500 4x4 �' 2011 Ford F450 Extended Cab 1998 Ford Ranger 2011 Ford F-450 4x4 Super Cab I 1999 Chevy Utility Truck 2012 Ford Escape FWD HEV 2000 Ford F550 2012 Ford F250 4x4 pick up 2000 Ford F550 2012 Dodge 1/2 Ton 4x4 Quad Cab I 2001 GMC Sonoma 2012 Dodge Quad Cab 1500 4x4 2002 Chev 510 Blazer 2WD 2013 Ford E450 16 passenger bus 2002 Ford F250 PU 4X4 2013 Ford F450 4x4 I 2002 Chevy G3500 van 2014 Ford E-350/Allstar 2003 Ford E250 Van 2014 Ford F-150 SC 4x4 2003 Ford E250 Van 2014 Ford Escape FWD I 2004 Ford Clubwagon 2014 Ford Escape FWD 2004 Ford 4x2 XL Heritage 2015 Ford F-150 4x4 Supercab 2004 , Ford 4x2 XL Heritage 2015 Ford Explorer 4WD 2004 Ford 4x2 XL Heritage 2015 Ford F-250 SC 4WD I2004 Ford 4x2 XL Heritage 2015 Ford F-150 SC 4WD 2004 Ford F150 4x4 XL Heritage 2015 Ford Focus 2004 Ford F250 Supercab 4x4 2015 Ford Focus I 2005 Ford F450 Truck/Utility Boom 2016 Ford F 550 2006 Ford F250 2016 Ford F-550 2007 Ford F250 2016 Ford Explorer 4WD I 2007 Chevy 15 Passenger 2017 Ford 2017 Ford Explorer 2007 Ford F150 F250 PU 4X4 2008 Ford Ranger 2017 Ford F-150 P/U I 2008 Ford Ranger 2017 Ford F-150 P/U 2008 Ford F450 2017 Ford Explorer 2008 Ford F450 2017 Ford Explorer 2008 Ford E150 2017 Toyota RAV 4 Hybrid I2009 Ford Escape FWD HEV 2017 Ford Explorer 2009 Ford Escape FWD HEV 2017 Ford Explorer 2010 Ford F-150 SC 4x4 2017 Ford Explorer I I I I I MAINTENANCE AGREEMENT - 11 - 3/2017 ICITY OF CITY HALL 4.11004%.„,.....v. 33325 8th Avenue South Federal Way Federal Way. WA 98003-6325 (253) 835-7000 I www cltyoffederalway com EXHIBIT B IOPERATING PROCEDURES FOR VEHICLE MAINTENANCE SERVICES This section sets forth the operating policy and procedures for servicing City vehicles and equipment. It discusses I maintenance scheduling procedures, loaner procedures, and invoicing requirements. IContracted maintenance facilities will provide prompt, courteous and competent service to drivers. Garage staff must be knowledgeable about service procedures, and initiate the service transaction within 15 minutes of their arrival and/or service call is placed. It is important that the service desk is staffed adequately to provide efficient 1 customer service in a timely manner. To assist the Contractor with the maintenance program, the City will provide: I 1. Listing of covered vehicles (Exhibit A, Section G) by vehicle number, updated periodically as necessary. 2. Repair orders and billing invoices must refer to the vehicles by their vehicle number. 3. City preventative maintenance schedule (Exhibit B, Section E). 4. Designated staff contacts. IA. Safety Check I The Contractor shall perform a safety check in conjunction with all maintenance requirements listed within this Agreement. These safety checks shall be performed every time a vehicle is brought in for service: • Tires—Visually check condition. • Lights—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. I • 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. I • Battery—Check condition of heat-shield,hold-down clamps and cable ends,top off electrolyte level, and clean top and terminals as necessary. I • Heater-Defroster-Air Conditioner System and Wiper Controls—Check switches,valves,and ducting doors for proper operation. • Exhaust System—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 that could allow exhaust fumes to enter the vehicle. I • • Steering 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. I • Drive Shaft U-Joints / CV Joints—Conduct a"look" and "shake" inspection for seal leakage and joint failure. I • 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 IMAINTENANCE AGREEMENT - 12 - 3/2017 ' 41/44 CITY OF CITY HALL 33325 8th Avenue South ,�..., Federal Way Federal Way.WA 98003-6325 I (253) 835-7000 www cityoffederalway corn components. I • 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. Report estimate of remaining life of pads and shoes. I • Cooling System—Visually inspect entire system for leaks,damage or others signs of needed repair. I B. Scheduling of Maintenance and Service Procedures 1. City will designate a specific Service Representative("SR"). Although the garage will have contact Iwith other City operations staff, the SR is your primary contact with the City. 2. The contracted garage shall identify a single individual by name to serve as the responsible contact Ifor daily communication with the City regarding vehicle scheduling and vehicle status update(s). 3. The SR will contact the designated garage representative between 8:00 a.m. and 5:30 p.m. on I weekdays, and between 8:00 a.m. and 4:30 p.m. on Saturdays, to determine the status of vehicles and/or equipment being serviced. The garage contact will provide accurate and timely information to the SR on vehicle status including, but not limited to: 1 • What vehicles/equipment are ready by vehicle number. • What vehicles/equipment are being serviced/require repair. • Estimated completion of vehicles/equipment under repair. • Description of repairs and costs. I 4. For other services, the vehicle driver will deliver the vehicle to your facility, and provide a description of problem of the vehicle. Ia. Contractor to shuttle driver back to work within 30 minutes. After the service is completed: IS. a. Complete Vehicle Service Order ready for SR or designee to sign. I b. Place service reminder label on the driver's side windshield stating the next maintenance Mileage, Date and Engine Hours for routine preventative maintenance. Ic. 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. Id. SR or designee will check work performed,sign off Service Order,and accept the keys from Contractor representative. I6. When repairs cannot be accomplished at your facility or a subcontractor facility identified in the proposal, the Contractor will contact the SR for instructions. No repairs shall be made by non- Iauthorized facilities without approval of the SR. 7. The Contractor will report to the SR any vehicle brought in for service or specific concern with IMAINTENANCE AGREEMENT - 13 - 3/2017 CITY OF CITY HALL 33325 8th Avenue South 41111110%. Federal Federal Way Federal Way. WA 98003-6325 I (253) 835-7000 www citvoffederalway corn problems caused by driver misuse. I8. The Contractor is responsible for loss and damage to all City vehicles under its custody and/or control. IC. Preventive Maintenance I The preventative maintenance services will be in accordance with the preventative maintenance schedule (Exhibit B, Section E). Additionally: I1. If projected brake pad/shoe life is less than 1,500 miles,replace brake pads/shoes. 2. Tires are to be replaced when they reach tread depth of 4/32 of an inch within 1,500 miles. I3. 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 Iturn-around time should be four(4)hours. D. Non-Preventative Maintenance Service and Emergencies I 1. Non-routine maintenance,other than emergencies,will be handled by appointment through the SR or I designee. If a driver stops at your facility Monday through Friday between 8:00 a.m. and 5:30 p.m., or Saturday between 8:00 a.m. and 4:30 p.m. requesting service without prior notification to you from the City, call the SR/designee for instructions. I2. After Contractor hours, if a vehicle has a breakdown or is involved in an accident and must be towed, the driver will instructed to have the vehicle towed to your facility. The operator will then I provide their own transportation. You may, therefore, encounter a disabled vehicle that has been towed to your facility during non-working hours. In such a situation,notify the SR for instructions. I 3. There may be times when the SR calls early in the day with a specific set of instructions,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. I4. Turn-around time of 24 hours for non-preventative maintenance service is expected unless otherwise approved on a case by case basis by SR. I I 1 IMAINTENANCE AGREEMENT - 14 - 3/2017 ' CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 (253) 835-7000 ' www cityoffederalway corn E. Preventative Maintenance Schedule d` ' 1 Change Engine Oil* 2 Change Engine Oil Filter ' 3 Reset Intelligent Oil Life Monitor System(if equipped) 4 Rotate Tires(4 Way—Front To Rear) 5 Check Tire Wear,Tread Depth and Proper Pressure 6 Check Accessory Drive Belts and Tensioner 7 Check Half-Shaft Dust Boots Drive Axle Fluid Level(if equipped) 8 Check Battery Performance and Corrosion Free Connections.Add water as needed ' 9 Check Horn Operation 10 Check Engine and Cabin Air Filters 11 Check Suspension and Shock Components for Wear,Leaks or Damage Check and Lubricate Chassis,Steering Linkage,Ball Joints,Suspension,Tie-Rod Ends,Driveshaft and U-Joints. 12 Inspect Undercarriage for Damage. Check Engine Component Fluid Levels including Brake, Coolant Recovery Reservoir,Manual and Automatic 13 Transmission with an Under Hood Dipstick,Power Steering and Window Washer.Fill as needed 14 Check Windshield for Cracks,Chips or Pits 15 Check Washer Spray,Wiper Operation,and Condition of Wiper Blades 16 Inspect Brake Pads,Shoes,Rotors,Drums,Calipers,Brake Linings,Hoses,Wheel Cylinders,and Parking Brake 17 Inspect Wheel and Related Components for Abnormal Noise,Wear,Looseness,or Drag 18 Inspect Engine Cooling System,Heater and A/C Strength,and Hoses 19 Inspect Exhaust System and Heat Shields ' 20 Inspect Front&Rear Axles and U-Joints;Lubricate if Equipped with Grease Fittings(AWD Vehicles) Inspect Exterior and Interior Lights and Other Electrical Items for Correct Operation including Hazard Warning 21 System Operation(if equipped) ' 22 Lubricate Door Latches,Locks and Hinges 23 Check all Seat Belts 24 Fuel Filter—Replace(Diesel Engine Only) 25 Check&Drain Fuel/Water Separator(Diesel Engine Only) *Price for the oil change should be based on 5 quarts. MAINTENANCE AGREEMENT - 15 - 3/2017 I CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 I (253) 835-7000 www otyoffederatway com EXHIBIT C ICOST AND CONDITIONS ar ,4 4 l, ft a;X {bra"" � v i %:.'b'Y�kn:"'i . �: 4 Passenger 4x4 Trucks and 4x4 Truck 4x4 Truck 7.3 s 3 } �` � � � � � Vehicles ��)�booip►tc } Utility Vehicles 6.0 Diesel Diesel , r - 1 q &Light Trucks t:, � �s eeslcostiv ,, F ' /x ,v y ro Cost Cost Cost Cost Service A $34.95 $34.95 $193.00 $174.00 Vehicle Transport (pickup and delivery) for preventative and scheduled services $9.00 $9.00 $9.00 $9.00 Cost of Hourly Labor Rate (not included in Service A) $66.00 $66.00 $66.00 $66.00 I Rotate Tire(4-Way Front to Rear) $0.00 $0.00 $0.00 0$ Replacement Dealer Parts (not included in Service A) Cost Plus 25% 25% 25% _ 25% Replacement Non-Dealer Parts (not included in Service A) Cost Plus 30% 30% 30% 30% Cost for shop supplies, and other disposal fee as a percentage of total service fee (not included in Service A) 0% 0% 0% 0% Cost for tire installation and balance per tire $15.00 $15.00 $18.00 $18.00 Conditions: 1 1. Prices for the services listed above must include all labor and material needed to complete the services specified. I2. Prices proposed in this section are firm fixed prices for the initial period of the contract(three years). I 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, labor, all necessary fluids, and free fluid top off between service intervals. I4. Service reminder sticker is required with each service. 5. All labor hours shall be as listed on ALLDATA Service &Repair Information system. Contractor Ishall provide the City with an access password to their ALLDATA Service&Repair Information system. I 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 taxes for most goods and services. The City is exempt from Federal excise and transportation taxes. Taxes shall NOT be included in the bid prices. Applicable taxes will be added as a separate item. MAINTENANCE AGREEMENT - 16 - 3/2017 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 ' (253) 835-7000 www crtyoffederalway com EXHIBIT D ' PREVAILING RATE OF WAGE (SEE ATTACHED) 1 1 i 1 1 1 1 1 1 1 1 1 MAINTENANCE AGREEMENT - 17 - 3/2017 -*12/5/2017 about:blank I State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 1 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage IThe PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this I total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. IJourney Level Prevailing Wage Rates for the Effective Date: 12/5/2017 y - .�.:..... ICounty Trade Job Classification Wage HolidayrOvertime Note r King Asbestos Abatement Workers Journey Level $46.57 5D 1 H !King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M 1 King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M ;King 'Building Service Employees Janitor $23.73 55 2F King Building Service Employees Traveling Waxer/Shampooer $24.18, 5S 2F IKing Building Service Employees Window Cleaner (Non-Scaffold) $27.23 55 2F King Building Service Employees Window Cleaner (Scaffold) $28.13 55 2F , • King Cabinet Makers (In Shop) Journey Level $22.74 1 € King Carpenters :Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C i Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C I `King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer I I Kin er $57.18 5D 4C y i King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M 1King Divers Et Tenders Bell/Vehicle or Submersible $110.54 5D 4C 0 I ( Operator (Not Under Pressure) 110King Divers Et Tenders ;Dive Supervisor/Master $72.97 5D 4C I King Divers Et Tenders Diver $110.54 5D 4C 8V ' King Divers a Tenders Diver On Standby $67.97 5D 4C ; (King Divers Et Tenders Diver Tender $61.65 5D 4C King Divers Et Tenders Manifold Operator $61.65 5D 4C y IKing Divers Et Tenders Manifold Operator Mixed Gas $66.65: 5D 4C !King Divers Et Tenders Remote Operated Vehicle $61.65 5D 4C I Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $57.43 5A 4C `King Dredge Workers Assistant Engineer $56.44, 5D 3F r King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F r g bout:blank 1/16 i 12/5/2017 about:blank 1111 r King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D 111 King Drywall Tapers Journey Level $57.43 5P 1 E I 1 King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers I King Electricians - Inside Cable Splicer $73.20 7C 4E 1 . King ,Electricians Inside Cable Splicer (tunnel) $78 59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E IKing Electricians Inside Certified Welder (tunnel) $75.89 7C 4E !King Electricians Inside Construction Stock Person $38.69 7C 4E `King Electricians - Inside Journey Level $68.30 7C 4E IKing Electncians Inside Journey Level (tunnel) $73.20 7C 4E I King !Electricians - Motor Shop Craftsman . $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction ! King ;Electricians - Powerline Certified Line Welder $67.60 5A 4D 1 Construction King `Electricians - Powerline Groundperson $45.49 5A 4D Construction I King Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction 1 IKing Electricians Powerline Journey Level Lineperson $67.60 5A 4D 1 Construction ` King Electricians - Powerline Line Equipment Operator $57.02 5A 4D IConstruction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction I King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic yechnicians Journey Level $31.00 1 I King Elevator Constructors Mechanic $90.39 7D 4A i !King Elevator Constructors Mechanic In Charge $100 22 7D 4A I IKing Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1R 1 I Products Work Only 1King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $39.48 7A 31 King ,Glaziers Journey Level $60.563 7L 1Y !King Heat Et Frost Insulators And Journeyman $67.93; 5J 4H I I 1 Asbestos Workers 1 /King ,Heating Equipment Mechanics Journey Level ' $78.17 7F 1E J 1 King Hod Carriers a Mason Tenders Journey Level i $48.02, 7A 31 I 'King Industrial Power Vacuum Cleaner Journey Level $11.00: 1 [King Inland Boatmen Boat Operator $59.86 5B 1K 1 IIIKing Inland Boatmen Cook $56.18 5B 1K W bout:blank 2/16 12/5/2017 about:blank ' t King Inland Boatmen Deckhand $56.18 5B 1K King Inland Boatmen Deckhand Engineer $57.26 5B 1K IKing Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 I :Sewer Et Water Systems By Operator Remote Control King 'Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 , Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 II Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer a Water Systems By li s Remote Control (King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45! 1 f' Sewer E. Water Systems By Remote Control !King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $66.68 7N 10 `King :Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 I Screed King Laborers Airtrac Drill Operator $48.02 7A 31 I. I King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39 48 7A - I King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 I King .._ Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 I King Laborers Caisson Worker $48.02 7A 31 l King Laborers Carpenter Tender $46.57 7A 31 'King Laborers Caulker $46.57 7A 31 t I King Laborers Cement Dumper paving $47.44 7A 31 I King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 IE King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 1 King Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 31 King Laborers Choker Setter $46.57 7A 31 King Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 IKing_..._ Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute Operator $47.44' 7A 31 King Laborers Concrete Form Stripper $46.57 7A 31 I King Laborers Concrete Placement Crew $47.44 7A 1 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 1 Driller (King Laborers Crusher Feeder $39.48: 7A 31 King Laborers Curing Laborer $46.57, 7A 31 i 1 bout:blank 3/16 12/5/2017 about:blank I King Laborers Demolition: Wrecking a Moving $46.57 7A 31 (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) _p King Laborers Dry Stack Walls $46.57 7A 31 r King Laborers Dump Person $46.57 7A 31 King 'Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57! 7A 31 IKing Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57, 7A 31 King Laborers Firewatch $39.48 7A 31 Ii King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 mi King Laborers General Laborer $46.57 7A 31 1 IKing Laborers Grade Checker a Transit Person $48.02 7A 31 King Laborers Grinders $46.57 7A 31 IKing Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker (level A) $48.02 7A 31 I £King Laborers Hazardous Waste Worker (level B) $47.44 7A 31 4 King Laborers .Hazardous Waste Worker (level C) $46.57 7A 31 !King Laborers High Scaler $48.02! 7A 31 Ir King Laborers Jackhammer $47.44 7A 31 1 King ;Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 1 King Laborers Manhole Builder mudman $47 44 7A 31 King Laborers 'Material Yard Person $46.57 7A 31 I I ; King Laborers Motorman dinky Locomotive $4744 7A 31 f 1 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 E Green Cutter When Using Combination Of High Pressure Air 1 I f Et Water On Concrete a Rock, r Sandblast, Gunite, Shotcrete, 1 Water Bla King Laborers Pavement Breaker $47.44; 7A 31 r King Laborers Pilot Car $39.48 7A 31 II [King Laborers Pipe Layer Lead $48 02 7A 31 King Laborers Pipe Layer/tailor $47 44 7A 31 King Laborers Pipe Pot Tender ° $47 44 7A 31 IKing `Laborers Pipe Reliner $47.44 7A 31 (King Laborers Pipe Wrapper $47.44! 7A 31 ) I King Laborers Pot Tender $46.57 7A 31 • !King Laborers ,Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 bout:blank 4/16 12/5/2017 about:blank '' King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 IKing Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 I King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers Sloper (over 20") $47.44 7A 31 King Laborers Sloper Sprayer $46.57 7A 31 ` King Laborers Spreader (concrete) $47.44 7A 31 s King Laborers Stake Hopper $46.57 7A 31 !King Laborers I Stock Piler $46.57 7A 31 s King Laborers Tamper Et Similar Electric, Air Et $47.44, 7A 31 Gas Operated Tools 'King Laborers Tamper (multiple Et Self- $47.44 7A 31 { I propelled) 1 King Laborers Timber Person - Sewer (lagger, ' $47.44 7A 31 Shorer Et Cribber) `King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 y King Laborers Topper $46.57 7A 31 IKing Laborers Track Laborer $46.57 7A 31 1.---King Laborers Track Liner (power) $47.44 7A 31 1 II King Laborers Traffic Control Laborer $42.22 7A 31 8R 'King Laborers Traffic Control Supervisor $42.22 7A 31 8R s i King Laborers Truck Spotter $46.57 7A 31 f S King Laborers Tugger Operator $47.44 7A 31 t EKing Laborers Tunnel Work-Compressed Air $92.60 7A 31 ffl._ _..f Worker 0-30 psi I King Laborers Tunnel Work-Compressed Air $97.63 7A 31 8 . 1 Worker 30.01-44.00 psi I King Laborers Tunnel Work-Compressed Air $101.31 ; 7A 31 84 Worker 44.01-54.00 psi I King Laborers Tunnel Work-Compressed Air $107.01 7A 31 88( Worker 54 01 60.00 psi I EKing Laborers Tunnel Work-Compressed Air $109.13 7A 31 ffl, Worker 60.01-64.00 psi gKing Laborers Tunnel Work-Compressed Air $114.23 7A 31 gQ 1 1 Worker 64.01-68.00 psi t 1King =Laborers Tunnel Work-Compressed Air $116.13 7A 31 a Worker 68.01-70.00 psi i I FKing Laborers ;Tunnel Work-Compressed Air $118.13 7A 31 M Worker 70.01-72.00 psi IKing Laborers Tunnel Work-Compressed Air $120.13 7A 31 8g f IWorker 72.01-74.00 psi 1 King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 Q. E ITender bout:blank 5/16 I 12/5/2017 about:blank King Laborers Tunnel Work-Miner $48.12 7A 31 8D King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman , $35.88 7A 31 IKing Laborers Welder $47.44 7A King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 fKing Laborers - Underground Sewer Et General Laborer >:t Topman $46.57• 7A 31 Water King Laborers - Underground Sewer Et Pipe Layer $47.44 7A 31 I Water I King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers I {King Landscape Construction , Landscape Equipment Operators $28.17 1 4 Or Truck Drivers IKing .Landscape Construction 'Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $56.78 5D 1H =King Marble Setters Journey Level $55.82 5A 1M IKing Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00. 1 f King Metal Fabrication (In Shop) Machine Operator $13.04' 1 _. _ ._ g King Metal Fabrication (In Shop) Painter $11.10 1 fKing Metal Fabrication (In Shop) Welder $15.48: 1 I 'King Millwright Journey Level $58.68 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King [Modular Buildings Electrician $11.56 1 I IKing Modular Buildings Equipment Maintenance $11.56 1 I 'King Modular Buildings Plumber $11.56 1 I King ;Modular Buildings Production Worker $11.00, 1 King Modular Buildings Tool Maintenance $11.56 1 ` fKing Modular Buildings Utility Person $11.56 1 f IKing Modular Buildings Welder $11.56 1 King Painters �._. �__ Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C II King Pile Driver Hyperbaric Worker- Compressed $71.35 5D 4C Air Worker 0-30.00 PSI I I 'King Pile Driver Hyperbaric Worker - Compressed $76.35, 5D 1 4C I Air Worker 30.01 - 44.00 PSI i I King Pile Driver Hyperbaric Worker - Compressed $80.35 5D 4C I ;Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed $85.35 i 5D 4C I I ,Air Worker 54.01 - 60.00 PSI II King Pile Driver Hyperbaric Worker - Compressed $87.85 5D 4C I Air Worker 60.01 - 64.00 PSI I ». Via King Pile Driver :Hyperbaric Worker - Compressed $92.85 5D 4C Air Worker 64.01 - 68.00 PSI III I King Pile Driver Hyperbaric Worker - Compressed $94.85 5D 4C Air Worker 68.01 - 70.00 PSI � King Pile Driver Hyperbaric Worker - Compressed $96.85 5D 4C bout:blank 6/16 I 12/5/2017 about blank Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed $98.85 5D 4C IAir Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7_Q, 1R King Playground $ Park Equipment Journey Level $11.00 1 Installers King .Plumbers a Pipefitters Journey Level $79.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P IKing Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P I `King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Equipment Operators Brooms $56.90 7A 3C 8P IKing Power Equipment Operators Bump Cutter $59.96 7A 3C 8P `King Power Equipment Operators Cableways $60.49 7A 3C 8P II King Power Equipment Operators Chipper $59.96 7A 3C 8P II King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P Is With Boom Attachment Over 42 M `King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P I Screed s King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, I Pump High Pressure. I King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To E 42m IKing Power Equipment Operators Conveyors $59.49 7A 3C 8P 'King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A _._3c__. . . $P over 'King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P I With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including 1 Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with 111 I attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $62.33 7A 3C 8P i of boom including jib with P attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P Under 150' Of Boom (including Jib .......___. _. With Attachments) 1 King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under ........ ___ r King Power Equipment Operators Cranes: Friction cranes through $61.72 7A 3C 8P " 199 tons bout:blank 7/16 12/5/2017 about:blank I King Power Equipment Operators Cranes: Through 19 Tons With $59.49! 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P I King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Crane Mount King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man lift: Permanent $56.90 7A 3C 8P And Shaft Type I i King Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco 8 Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49, 7A 3C 8P Attachments IKing Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments I "King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P ll King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating $60.49; 7A 3C 8P Off- Road Equipment 45 Yards. Et Over li �..._.___...... .__ King Power Equipment Operators Hard Tail End Dump Articulating $59.96 7A 3C 8P Off-road Equipment Under 45 I Yards King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator IKing Power Equipment Operators Horizontal/directional Drill $59.96 7A Operator King Power Equipment Operators Hydra lifts/boom Trucks Over 10 $59.49 7A 3C 8P Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P i ' And Under IKing Power Equipment Operators Loader, Overhead 8 Yards. Et $61.10' 7A 3C 8P i Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators ;Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $59.96:, 7A 3C 8P IiKing Power Equipment Operators Loaders Elevating Type Belt $59.49 7A 3C 8P iKing Power Equipment Operators Locomotives, All $59.96; 7A 3C 8P IE King Power Equipment Operators Material Transfer Device $59.96: 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P aPer Hour Over Mechanic) I !King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P IKing Power Equipment Operators Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P It Drill, Boring, Road Header And/or Shield .__ .._. _.__....._ 4_. bout:blank 8/16 12/5/2017 about:blank King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution 8 Mulch Seeding Operator IKing Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato I King Power Equipment Operators Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P IAnd Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) IKing Power Equipment Operators Plant Oiler Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps Water $56.90 7A 3C 8P 3 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving 1 Equipment 0 King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P I ,King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) f King Power Equipment Operators .Rollagon $60.49 7A 3C 8P y King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P I King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials If King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P I1 King Power Equipment Operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P o Yards King Power Equipment Operators Scrapers Concrete $ Carry All $59.49 7A 3C 8P I King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P And Over y King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P I 'King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P i Tractors Under 15 Metric Tons. IKing Power Equipment Operators Shovel, Excavator, Backhoe: Over` $60.49 7A 3C 8P 30 Metric Tons To 50 Metric Tons IKing ;Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P 1 0, Tractors: 15 To 30 Metric Tons 1 King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P I i Over 50 Metric Tons To 90 Metric { . ._._...._..._ Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons bout:blank 9/16 12/5/2017 about:blank King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P ' King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height $61.10 7A 3C 8P 1 Base To Boom • King Power Equipment Operators Tower Crane: over 175' through $61.72 7A 3C 8P 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $62.33 7A 3C 8P from base to boom King Power Equipment Operators Transporters, All Track Or Truck $60.49 7A 3C 8P .. Type ..._..__. King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P I King Power Equipment Operators Truck Crane Oiler/driver 100 $59.96 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $59.49 7A 3C 8P I100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P `King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Ix Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P s Underground Sewer & Water IKing Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water IKing Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Bobcat $56.90 7A 3C 8P IUnderground Sewer Et Water f King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $56.90 7A 3C 8P 0 Underground Sewer Et Water i King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P ' I Underground Sewer Et Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P 0 Underground Sewer Et Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer Et Water (King Power Equipment Operators- Compressor $56.90 7A 3C 8P I1 Underground Sewer Et Water _. King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M II King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer Et Water Screed ;King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P o Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. I King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Ic Underground Sewer Et Water With Boom Attachment Up To 0 bout:blank 10/16 12/5/2017 about:blank 42m King Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer a Water =King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer a Water over I i King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer a Water With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P I Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' ` $62.33 7A 3C 8P Underground Sewer a Water of boom including jib with attachments `King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P r Underground Sewer a Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction cranes through $61.72 7A 3C 8P Underground Sewer a Water 199 tons I King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P 'Underground Sewer a Water Attachments A-frame Over 10 Tons I 'King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P I Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water I King Power Equipment Operators- Dozers D-9 a Under $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $59.49; 7A 3C 8P IUnderground Sewer a Water Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man lift: Permanent $56.90 7A 3C 8P IUnderground Sewer a Water And Shaft Type /King Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer a Water Gamaco &t Similar Equipment 'King :Power Equipment Operators- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P _..._____.._______=Underground SewerMa Water.......__. Attachments I King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Underground Sewer a Water 'Attachments I King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P I Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer a Water I King Power Equipment Operators- Hard Tail End Dump Articulating $60.49 7A 3C 8P I I bout:blank 11/16 12/5/2017 about:blank 'I Underground Sewer a Water Off- Road Equipment 45 Yards. £t Over I King Power Equipment Operators- Hard Tail End Dump Articulating $59.96 7A 3C 8P r Underground Sewer & Water Off-road Equipment Under 45 Yards I King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer a Water Locator King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P IUnderground Sewer a Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Underground Sewer a Water Tons King Power Equipment Operators- Underground Trucks, 10 Tons $56.90 7A 3C 8P Underground Sewer a Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $61.10 7A 3C 8P IUnderground Sewer a Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards IKing Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P r Underground Sewer & Water King Power Equipment Operators- Loaders, Plant Feed � $59.96 7A 3C 8P ` Underground Sewer & Water 0 King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P € Underground Sewer a Water King .Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P 5 Underground Sewer a Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P I , Underground Sewer a Water {King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P Underground Sewer a Water Per Hour Over Mechanic) 1111 King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P i Underground Sewer a Water I King Power Equipment Operators- Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P I Underground Sewer a Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P 1 Underground Sewer a Water Manlifts), Air Tuggers,strato I King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Underground Sewer & Water Tons Through 44 Tons II King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P 1 Underground Sewer a Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P I1 Underground Sewer a Water Through 99 Tons I King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P ¢ Underground Sewer a Water IKing Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P f Underground Sewer a Water Mount) I King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer a Water I bout:blank ���� 12/16 12/5/2017 about:blank .' King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps Water $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P IUnderground Sewer &t Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Underground Sewer Et Water Feet In Height Based To Boom I King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment I King Power Equipment Operators- Rigger And Bellman $56.90 7A i g gg $56. 0 — 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer Et Water (Certified) I King Power Equipment Operators- Rollagon $60.49! 7A 3C 8P f Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P I1 Underground Sewer Et Water Materials EKing Power Equipment Operators- ,Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer Et Water I King ,Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P , a_ I Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete a Carry All $59.49 7A 3C 8P Underground Sewer a Water ' I King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P i Underground Sewer Et Water And Over ;King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer a Water f ,King ,Power Equipment Operators- Shotcrete/gunite Equipment ; $56.90 7A 3C 8P I I Underground Sewer Et Water I !King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49, 7A 3C 8P I I Underground Sewer Et Water Tractors Under 15 Metric Tons. 0 'King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $60.49 7A 3C 8P f I ( Underground Sewer ft Water 30 Metric Tons To 50 Metric Tons !King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P I Underground Sewer Et Water Tractors: 15 To 30 Metric Tons (King Power Equipment Operators- ,Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric I Tons IKing Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P I - I Underground Sewer &t Water Over 90 Metric Tons I [King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P- I 1 Underground Sewer &t Water _I King Power Equipment Operators- Spreader, Topsider a Screedman $60.49 7A 3C 8P f _ Underground Sewer Et Water 4 King Power Equipment Operators- Subgrader Trimmer $59.961 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P - I about:blank 13/16 12/5/2017 about:blank Underground Sewer & Water King Power Equipment Operators- Tower Crane Up To 175' In Height ! $61.10 7A 3C 8P Underground Sewer & Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $61.72 7A 3C 8P Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $62.33 7A 3C 8P Underground Sewer Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer & Water Type King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water I King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $59.49 7A 3C 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer a Water G King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P 1 Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers s King Power Line Clearance Tree Spray Person $46.03 5A 4A , i Trimmers !King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A I Trimmers Iy King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers iKing Refrigeration & Air Conditioning Journey Level $75.36 6Z 1G g Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $42.86 5D 4C King Residential Drywall Tapers Journey Level $57 43 5P 1 E 1King Residential Electricians Journey Level $30.44 1 I 1 King Residential Glaziers Journey Level $40.25 7L 111 IKing Residential Insulation Applicators Journey Level $26.28 1 !King Residential Laborers Journey Level $23.03 1 f King Residential Marble Setters Journey Level $24.09 1 , I1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Pipefitters'Journey Level $34.69 1 , I King Residential Refrigeration & Air Journey Level $75.36 6Z 1G o I Conditioning Mechanics I King Residential Sheet Metal Workers Journey Level (Field or Shop) $44.56 7F 1R I IKing Residential Soft Floor Layers `Journey Level $47.61 5A 3D bout:blank 14/16 12/5/2017 about:blank rKing Residential Sprinkler Fitters (Fire Journey Level $44.98 5C 2R Protection) IKing Residential Stone Masons Journey Level $55.82 5A 1M ,King Residential Terrazzo Workers Journey Level $51.36 5A 1M rKing Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $49.27 5A 3H King Roofers Using Irritable Bituminous $52.27 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1 E King Shipbuilding Ship Repair Boilermaker $43.31 7M 1H King Shipbuilding a Ship Repair Carpenter $41.06 7T 2B IKing Shipbuilding & Ship Repair Electrician $42.07 7T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator $67.93 5J 4H ;King Shipbuilding & Ship Repair Laborer $41.99 7T 4B King Shipbuilding a Ship Repair Machinist $42.00` 7T 4B I King ;Shipbuilding & Ship Repair Operator $41.95, 7T 4B I !King Shipbuilding Et Ship Repair Painter $42.00; 7T 4B King Shipbuilding a Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding Et Ship Repair Rigger $42.05' 7T 4B `King Shipbuilding Et Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding Et Ship Repair Shipfitter $42.05 7T 4B IKing Shipbuilding &t Ship Repair Trucker $41.91 7T 4B ;King Shipbuilding & Ship Repair `Warehouse $41.94 7T 4B 'King Shipbuilding & Ship Repair 'Welder/Burner $42.05 7T 4B t I1King ;Sign Makers a Installers Sign Installer ' $22.92, 1 ( (Electrical) I King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) f 1King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Installers (Non- Sign Maker $33.25 1 I ,Electrical) King Soft Floor Lavers Journey Level $47.61 5A 3D I King :Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) ;Journey Level $74 49 5C 1X g IKing Stage Rigging Mechanics (Non Journey Level $13.23 1 l Structural) i `King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09` 1 Workers l €King Surveyors Assistant Construction Site $59.49, 7A 3C 8P l Surveyor l I [ oKing ;Surveyors Chainman $58.93; 7A 3C 8P 'King ;Surveyors 'Construction Site Surveyor $60.49 7A 3C 8P Telecommunication Technicians iJourney Level $22.76 1 1King Telephone Line Construction - Cable Splicer $38.84 5A 2B I Il Outside g bout:blank 15/16 12/5/2017 about:blank ' I King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside 2 i King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside I King Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B IOutside King .Telephone Line Construction - Special Apparatus Installer II $38.03 Outside I 1King Telephone Line Construction - Telephone Equipment Operator $38.84 5A ' 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $36.09 5A 2B 5 i ;t I Outside (Light) Telephone Line Construction - :King Telephone Lineperson , - $36.09, f — — ,Outside I "King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside 1King Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B IOutside I 'i King :Telephone Line Construction - Television System Technician $32.55 5A 2B Outside , f--- I King 1 ng Telephone Line Construction - Television Technician $29.18 5A 2B g I Outside 1King Telephone Line Construction - Tree Trimmer $36.09 5A 2B I 1 1-- Outside , 1King Terrazzo Workers Journey Level $51.36; 5A 1M !King ;Tile Setters Journey Level $51.36 5A 1M , . "King Tile, Marble a Terrazzo Finishers Finisher $42.19: 5A 1B 1King ;Traffic Control Stripers Journey Level $44.93' , 1K 7A 2 I King Truck Drivers 111 1 , , 'Asphalt Mix Over 16 Yards (W. 'WA-Joint Council 28) $52.70 5D 3A 8L r , !King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $51.86 5D , 3A 8L g 1 'Joint t Council 28) I r , King Truck Drivers Dump Truck a Trailer $52.70 5D : 3A 8L [King Truck Drivers Dump Truck (W. WA-Joint Council $51.86 5D 1 1.- 28) King Truck Drivers Other Trucks (W. WA-Joint ' $52.70 1 Council 28) If ' I King Truck Drivers Transit Mixer ' $43.23 1.- , 1 -- - , King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 _ 1 'Installers 11 'King'- -Well Drillers Et Irrigation Pump Oiler ----- $12.97 1' Installers ;.• - , I King Well Drillers a Irrigation Puma Well Driller $18.00, 1 Installers 1 I Ibout:blank 16/16 1 IBenefit Code Key—Effective 8/31/2017 thru 3/2/2018 ************************************************************************************************************ Overtime Codes IOvertime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for Ithe worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IB. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. IC. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ID. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly I rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday I shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double Ithe hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through I Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. II. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through ISaturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly y rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 I I Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 IOvertime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(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 shall be paid at two and one-half times the hourly rate of wage. ' R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime 1 hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ' V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. 1 W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or ' 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All ' hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 1 1 2 I IBenefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued I 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 THE HOURLY RATE OF WAGE. IB. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. IF. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. I G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. I H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. IR. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. I U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. I W. The first two(2)hours after eight(8)regular hours Monday through.Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall I be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. I3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours I worked over twelve hours (12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given I 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. I 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. I All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 1 3 I Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15%over the hourly rate of wage.All other hours worked after 6:00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. I F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.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. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be ' paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at 1 one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. I 1 4 I Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations,generating plants, industrial plants,associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(11/2)times the regular shift rate for the first eight(8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium 1 rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays 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. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). t 5 r .i IBenefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and y P Y g Saturday after Thanksgiving Day,And Christmas Day(8). IH. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). II. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). I J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). I K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). 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, Independence Day, Labor Day, Veterans' Day, IThanksgiving Day,The Friday After Thanksgiving 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 Falls On Sunday, The IFollowing Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas I b Day ). R. Da Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). IS. Paid Holidays:New Year's Day,Presidents'Day,Memorial 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. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the I Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Ithe Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, I Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, I Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). 1 6 I .1 IBenefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 1 6. H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). I Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. I7. 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 I As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and I Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday I 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 I Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1 G. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. I H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1 7 1 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 7. 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 Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays:New Year's Day,Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding I Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the Ipreceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and the day I after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. • 1 1 8 I HI I Benefit Code —Effective 1 17 thru 3/2/2018 ode Key ffective 8/3 /20 Holiday Codes Continued IT. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation 1 shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. IL. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A &B: $1.00, Levels C &D: I $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B: $0.75,Level $0.50,And Level D:$0.25. IC: P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit:$1.50, Class C Suit: $1.00,And Class D Suit$0.50. 1 Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. 1 R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian 1 traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the I State of Washington,Oregon,Montana,or Idaho.These classifications 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 g or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31, 2012. 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 construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. 1 1 1 11 1 1 1 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Note Codes Continued IS. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit:$1.00.Workers performing underground work receive an additional'$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for I underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. I V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. IThe premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 I101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels)where there is no vertical ascent I and is measured by the distance travelled from the entrance.25'to 300' -$1.00 per foot from entrance.300'to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. 1 1 1 I I 1 1 I 10 I . • I CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 (253) 835-7000 www cityoffederalway corn EXHIBIT E CERTIFICATE OF INSURANCE (SEE ATTACHED) 1 1 1 1 i I MAINTENANCE AGREEMENT - 18 - 3/2017 l ® DATE(MM/DDIYYYY) I4WRo CERTIFICATE OF LIABILITY INSURANCE 12/21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). RODUCER CONTACT YouZoom Insurance Services, Inc PHONE FAX 900 College Blvd (ac.NoExt): 888-240-8803 (NC,No):877-835-1833 to 1000 ADDRESS: AMServiceCenter©arrowheadgrp.com verland Park KS 66211 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:American Guarantee and Liability Insurance 26247 SURED KUROTIR-01 INSURER B:Great American Alliance Insurance Company 26832 urosky Tire Inc BA Eagle Tire&Automotive INSURER C: 1515 S 344th St INSURER D: ederal Way WA 98003-6805 INSURER E: INSURER F: OVERAGES CERTIFICATE NUMBER:22432521 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W LIMITS LTR INSD VD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYYI X COMMERCIAL GENERAL LIABILITY EPK0388569-01 1/1/2018 1/1/2019 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $1,000,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 _ OTHER: $ • AUTOMOBILE LIABILITY Y EAP0388093-01 1/1/2018 1/1/2019 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 ANY AUTO BODILY INJURY(Per person) $ X OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ B X UMBRELLA LIAB X OCCUR UME186480-00 1/1/2018 1/1/2019 EACH OCCURRENCE $3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $3,000,000 DED X RETENTION$0 Prod/Comp Op A g $3,000,000 WORKERS COMPENSATION PER H AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Garage Keepers EAP0388093-01 1/1/2018 1/1/2019 Limit see desc of ops •ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Garage Keepers includes On-Hook coverage. overed Locations and Garage Keepers.Limits at each Policy Location: OC 01 -1515 S 344TH ST FEDERAL WAY WA 98003-6805/Limit$300,000 OC 02-5500 OLYMPIC DR STE 1101 GIG HARBOR WA 98335-1491/Limit$120,000 OC 03-102 PUYALLUP AVE TACOMA WA 98421-1107/Limit$120,000 Certificate Holder is named as an Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF FEDERAL WAY 33325 8TH AVE SOUTH FEDERAL WAY WA 98003-6325 AUTHORIZED REPRESENTATIVE YOUZOCinti IrtUrtferMitoCiel Services..., I rw ©1988-2015 ACORD CORPORATION. All rights reserved. CORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: EAPO388093-01 COMMERCIAL AUTO CA20481013 ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE I This endorsement modifies insurance provided under the following: IAUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM IMOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified ' by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in ' the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. INamed Insured: KUROSKY TIRE, INC. (SEE NAMED INSURED ENDT) Endorsement Effective Date: 01/01/2018 SCHEDULE 1 Name of Person(s) or Organization(s): CITY OF FEDERAL WAY I IInformation required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies Ias an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. I 1 ICA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 ' (253) 835-7000 www cityoffederalway.corn EXHIBIT F PROPOSAL FORMS (SEE ATTACHED) i 1 i 1 1 1 MAINTENANCE AGREEMENT - 19 - 3/2017 w V • CITif OF 11111”.1.40morof 1 Federal Way REQUEST FOR PROPOSAL DOCUMENTS FOR 1 ' CITY OF FEDERAL WAY 201.8 FLEET MAINTENANCE 1 i City of Federal Way Public Works Department • 33325 Eighth Avenue South Federal Way, WA 98003 Mailing Address: City of Federal Way ' Public Works Department RFP for 2018 Fleet Maintenance • 33325 Eighth Avenue South Federal Way, WA 98003-6325 1 • 1 1 CITY OF FEDERAL WAY 1 REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST. ' The City of Federal Way ("City") is requesting proposals for the purp ose of selecting eclang a primary contractor for furnishing maintenance and repair services, including all labor,parts and materials necessary for the various classifications,types,and makes/models of vehicles. Please note that this would not be an exclusive maintenance contract. A list of existing city and police vehicles is attached herein as examples only. The number,make/model and composition may change without ' prior notice. Contractors located within the City of Federal Way limits are preferred. The selection will be based on overall price, services,performance, and reliability of the proposers. The City's needs are outlined in the following Request for Proposal("RFP"). II, TIME SCHEDULE. ' The City will follow the following timetable, which should result in a selection of a firm by January 2,2018: ' Issue RFP. October 27, 2017 Pre Proposal Conference at 10:00 a.m.at City Hall November 1,2017 Any questions/clarifications submitted in writing to the City November 7,2017 111 Deadline for Submittal of Proposals at 5:00 p.m. November 13,2017 Preliminary Selection of Firm December 11,2017 Notify Firm Chosen January 2,2018 III. INSTRUCTIONS TO PROPOSERS. RS. A.All proposals should be sent to: Rodney Toot,Fleet Maintenance Coordinator City of Federal Way Public Works Department 33325 8t Ave S Federal Way, WA 98003-6325 (253)835-2527 B. All proposals must be in a sealed envelope and clearly marked in the lower left-hand corner: "RFP 2018 FLEET MAINTENANCE." tC. All proposals must be received by 5:00 p.m.on Monday,November 13,2017,at which time they will be opened. Three (3) copies of the proposal must be presented. No faxed, emailed, or Itelephone proposals will be accepted. D. Proposals should be prepared simply and economically, providing a straight forward, concise description of provider capabilities to satisfy the requirements of the request. Special bindings, colored displays, promotional materials, etc. are not desired. Emphasis should be on completeness and clarity of content. Use of recycled paper for requests and any printed or Iphotocopied material created pursuant to a contract with the City is desirable whenever City of Federal Way 2018 RFP Fleet Maintenance -2- 3/2017 If practicable.Use of both sides of paper sheets for any submittals to the City is desirable whenever practicable. IE. The Fleet Maintenance Coordinator or representative will notify the firm selected by January 2,2018. IF. All proposals must include the following information: • The names of individuals from those firms who will be working on the project and their areas of responsibility. • Specific experience of individuals relative to the proposed project. i • A proposed outline of tasks, products and project schedule, including the number of Ihours required to complete each task or product. . A proposed budget based on the above outline of tasks,products and schedules. ' • copy of Exhibit C.Completed c y P • References. IIV. SELECTION CRITERIA. Factor Weight Given 1 1. Responsiveness of the written proposal to the purpose and scope of service, completeness and clarity of all required information,and any supplemental information provided by Proposer that • will demonstrate the quality of services. 40% 2. Price. 50% 3. Ability and history of successfully completing contracts of this type, meeting projected deadlines, and experience in similar work. 10% ITotal Criteria Weight 100% Each proposal will be independently evaluated on factors one through three. 1 ICi ty of Federal Way 2018 RFP Fleet Maintenance -3- 3/2017 1 V. TERMS AND CONDITIONS. ' A. The City reserves the right to reject any and all proposals, and to waive minor irregularities in any proposal. 1 B. The City reserves the right to request clarification of information submitted, and to request additional information from any proposer. C. The City reserves the right to award any contract to the next most qualified contractor, if the successful contractor does not execute a contract within thirty(30)days alter the award of the ' proposal. D. Any proposal may be withdrawn up until the date and time set above for opening of the proposals. Any proposal not so timely withdrawn shall constitute an irrevocable offer, for a period of ninety(90)days to sell to the City,the services described in the attached specifications, or until one or more of the proposals have been approved by the City administration,whichever ' occur s first. E. The contract resulting from acceptance of a proposal by the City shall be in a form supplied or ' approved by the City,and shall reflect the specifications in this RFP.A.copy of the contract is available for review and shall include requirements to comply with ADA,Civil Rights Act,and EEO requirements.The City reserves the right to reject any proposed agreement or contract that does not conform to the specifications contained in this RFP,and which is not moved by the City Attorney's office. ' F. The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrniination in Federally- Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be ' afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,national origin,or sex in consideration for an award. G. The City shall not be responsible for any costs incurred rty p y by the firm in preparing,submitting or presenting its response to the RFP. H. This proposal shall be for a period of three(3)years. L The City reserves the right to award any contract to more than one qualified proposer. ' 3. Prior to contract award,the City will meet with the Proposer to review procedures for invoicing, payment,reporting, if any,and monitoring contract performance. K. The Proposer shall use ALLDATA Service & Repair Information for all service repair hour estimation. 1 City of Federal Way 2018 RFP Fleet Maintenance -4- 3/2017 • VI. SCOPE OF SERVICES. I The scope of service,operating procedures,and vehicles to be covered are attached herein as Exhibit A,B,and D respectively. VII. COMPENSATION. A. Please present detailed information on the firm's proposed fee schedule for the specifications I proposed and for any variation for non-routine services,inclusive of Washington state sales tax and any other applicable governmental charges. Please provide specifics as to definitions of routine versus non-routines tasks, what is fixed as opposed to variable, and how costs are Iadjusted according to that classification. B. Payment by the City for the services will only be made after the services have been performed,an Iitemized billing statement is submitted in the form specified by the City and approved by the appropriate City representative, which shall specifically set forth the services performed, the name of the person performing such services,and the hourly labor charge rate for such person. IPayment shall be made on a monthly basis,thirty(30)days after receipt of such billing statement. VIII.. PUBLICATION. , I 1 Name of Publication: Dates: IFederal Way Mirror October 27,2017 IFederal Way Mirror November 3,2017 IX. RFP CONTENTS AND ATTACHMENTS This RFP 1-5 IA. B. Exhibit A—Scope of Service 6-7 C. Schedule A—Preventive Maintenance Schedule 8 D. Exhibit B—Operating Procedures 9-11 ' E. Exhibit C—Proposal Forms,consisting of i. Management Information 12-13 I ii. References 14-15 iii. Supplemental Questionnaire 16 iv_ Facility Description .... 17 I v. Subcontractor List 17 vi. Cost and Conditions 18-19 vii. Signature Sheet 19 F. Exhibit D—Vehicle List 20-21 I 1 G. Exhibit E—Sample of Maintenance Contract Agreement 22-31 I I 1 City of Federal Way ' 2018 RFP Fleet Maintenance -5- 3/2017 1 EXHIBIT A tSCOPE OF SERVICE GENERAL PROVISIONS The successful Contractor(s)must be able to perform general and preventative maintenance and common repair services on vehicles and equipment that include, but are not limited to,brakes, suspension, heat/air conditioning systems,electrical systems,engine,etc. The City's preference is to have a primary Contractor that has the ability to perform all required services if possible;however,work may be subs-contacted or the City may select more than one Icontractor. When sub-contractors are used,the Contractor is primarily responsible for performance,including,but not limited to, billing,reporting,scheduling, delivery,work quality,and warranty. 1 The Contractor may submit a proposal for either: a. City Vehicles;or b. Police Vehicles; or ' c. City Vehicles and Police Vehicles. This Request for Proposal is divided into service items and sub-items to allow the award of more than one contract, if it is deemed to be in the City's best interest. The City of Federal Way reserves the right to award all items and sub-items to one or more vendors,multiple items with sub-items to one vendor or in any manner deemed to be most advantageous to the City. I The Contractor must have the ability to provide required preventative maintenance and repair service listed in tY Fr' tl � Section E(below)for the fleet listed on Exhibit D. Any exception including subcontracting must be noted in the response. A. Preventative Maintenance ' The City's vehicles are routinely driven in short distance;frequent start/stop;and long idle periods. The attached Schedule A outlines preventative maintenance requirements due to the,use conditions. The average annual usage is normally around 10,000 miles for general purposes vehicles and 20,000 ' miles for Police vehicles. R. Repairs and Maintenance Provide service/repairs to all common mechanical and electrical systems as needed. C. Tra nsport of Vehicles for Service • Contractor is responsible for transport (pickup and delivery) of non-police vehicles for all preventative and scheduled services from the following two(2)locations: City Hall—33325 8th Ave South Steel Lake Maintenance Shop—31130 28th Ave South • Contractor may be responsible for transport(pickup and delivery) of some police vehicles for preventative and scheduled services from the following location: ' City Hall—33325 8th 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. City of Federal Way 2018 RFP Fleet Maintenance -6- 3/2017 rD. 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 turn-around on non-common repairs. E. Repair Order Content and Procedure The Contractor shall provide repair orders for all services provided containing the following information: • Repair estimates with anticipated work to be performed,estimated completion time,and estimate cost signed by the City staff upon pick-up/drop-off.A confirming copy with final cost shall be mailed to City upon completion, and a billing copy shall 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. 1 • Individual vehicle charges shall be submitted on separate repair orders for each service visit. The repair order must include: A Date work performed r > Vehicle and/or license#,make/model > Vehicle mileage and engine hours 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 shall be attached to contractor repair order > Copies of all invoices related to the repair t • 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 fora 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 Operation 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. City of Federal Way 2018 RFP Fleet Maintenance -7- 3/2017 1 I Schedule A: Preventive Maintenance Schedule a � tY b t� t}*..,.M, Y_. v:.•� A'.!..!}°'; .a�`. 1 k rpn + t� ° . ' 1 ,:, •°4. d� ., ,•P p �.-+"7' ''''':"•' c• u 1�d ,a i»a �. pPti..`_:.., p R � -r v ✓"r cam, ..'FY#.f._. . r _..}n-..f t, 5'r ? i4i• Y�' K dtn r-iS b. u' ..ate-.su_ti. �" �• 1 Change Engine Oil* X X 1 2 Change Engine Oil Filter X X 3 Reset Intelligent Oil Life Monitor System (if equipped) X X I4 Rotate Tires (4 Way—Front To Rear) X X I5 Check Tire Wear,Tread Depth and Proper Pressure X X 6 Check Accessory Drive Belts and Tensioner X X I 7 Check Half-Shaft Dust Boots Drive Axle Fluid Level (if equipped) X X Check Battery Performance and Corrosion Free Connections.Add water as 8 needed X X I9 Check Horn Operation X X 10 Check Engine and Cabin Air Filters X X 1 11 Check Suspension and Shock Components for Wear,Leaks or Damage X X Check and Lubricate Chassis, Steering Linkage, Ball Joints, Suspension,Tie-Rod I 12 Ends,Driveshaft and U-Joints. Inspect Undercarriage for Damage. X X Check Engine Component Fluid Levels including Brake, Coolant Recovery Reservoir,Manual and Automatic Transmission with an Under Hood Dipstick, 13 Power Steering and Window Washer. Fill as needed X X 14 Check Windshield for Cracks, Chips or Pits X X I15 Check Washer Spray, Wiper Operation, and Condition of Wiper Blades X X Inspect Brake Pads, Shoes, Rotors,Drums, Calipers,Brake Linings,Hoses, I 16 Wheel Cylinders, and Parking Brake X X Inspect Wheel and Related Components for Abnormal Noise, Wear,Looseness, 17 or Drag X X I18 Inspect Engine Cooling System, Heater and A/C Strength, and Hoses X X I 19 Inspect Exhaust System and Heat Shields X X Inspect Front&Rear Axles and U-Joints;Lubricate if Equipped with Grease 20 Fittings(AWD Vehicles) X X I Inspect Exterior and Interior Lights and Other Electrical Items for Correct 21 Operation including Hazard Warning System Operation (if equipped) X X • 22 Lubricate Door Latches, Locks and Hinges X X 23 I Check all Seat Belts X X 24 Fuel Filter—Replace(Diesel Engine Only) X I25 Check&Drain FueUWater Separator(Diesel Engine Only) X *Price for the oil change should be based on 5 quarts. I City of Federal Way 1 2018 RFP Fleet Maintenance - 3 - 3/2017 EXHIBIT B 1 OPERATING PROCEDURES FOR VEHICLE MAINTENANCE SERVICES 1 This section sets forth the operating policy and procedures for servicing City vehicles and equipment. It discusses maintenance scheduling procedures, loaner procedures,and invoicing requirements. 1 Contracted maintenance facilities are expected to provide prompt, courteous and competent service to drivers. Garage staff must be knowledgeable about service procedures,and initiate the service transaction within 15 minutes of their arrival and/or service call is placed. It is important that the service desk is staffed adequately to provide 1 efficient customer service in a timely manner. ITo assist the Contractor with the maintenance program,the City will provide: 1. Listing of covered vehicles(Exhibit D)by vehicle number,updated periodically as necessary. g � ) Y III2. Repair orders and billing invoices must refer to the vehicles by their vehicle number. I3. City preventative maintenance schedule(Schedule A). 4. Designated staff contacts. 1 A. Safety Check I The 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: I ■ Tires—Visually check condition. • Lights—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 1 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. • Battery—Check condition ofheat-shield,hold-down clamps and cable ends,top off electrolyte level, and clean top and terminals as necessary. • Heater-Defroster-Air Conditioner System and Wiper Controls—Check switches,valves,and ducting I doors for proper operation. • Exhaust System—Visually inspect complete exhaust system including catalytic converter and heat- shielding. Check for broken,damaged,missing,or poorly positioned parts. Inspect for open seams, I holes,or any condition that could allow exhaust fumes to enter the vehicle. • Steering 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 1 fati guing. • Drive Shaft U-Joints/CV Joints—Conduct a"look" and"shake" inspection for seal leakage and joint failure. 1 • 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 ICity of Federal Way 2018 RFP Fleet Maintenance -9- 3/2017 1 t 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. Report estimate of remaining life of pads and shoes. • Cooling System—Visually inspect entire system for leaks,damage or others signs of needed repair. B. Scheduling of Maintenance and Service Procedures 1. City will designate a specific Service Representative("SIB"). Although the garage will have contact with other City operations staff,the SR is your primary contact 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 will 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 timely information to the SR on vehicle status including, but not limited to • What vehicles/equipment are ready by vehicle number. • What vehicles/equipment are 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: 1 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 Mileage,Date and Engine Hours for routine preventative 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 voice'nail message. d. SR or designee will check work performed,sign off Service Order,and accept the keys from Contractor representative. 1 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 approval 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. City of Federal Way 2018 RFP Fleet Maintenance - 10- 3/2017 C. Preventive Maintenance ' The preventative maintenance services will be in accordance with the preventative maintenance schedule (Schedule A). Additionally: 1. 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. ID. Non-Preventative Maintenance Service and Emergencies I. 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. 1 2. After Contractor hours, if a vehicle has a breakdown or is involved in an accident and must be towed,the driver will instructed to have the vehicle towed to your facility. The operator will then 1 provide their own transportation. You may,therefore, encounter a disabled vehicle that has been towed to your facility during non-working hours. In such a situation,notify the SR for instructions. 1 3. There may be times when the SR calls early in the day with a specific set of instructions,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-preventative maintenance service is expected unless otherwise p A approved on a case by case basis by SR. I 1 City of Federal Way 2018 RFP Fleet Maintenance - 11 - 3/2017 1 1 EXHIBIT C PROPOSAL FORMS 1 I. MANAGEMENT INFORMATION ' Proposers and their subcontractors must have prior successful experience performing maintenance and repair services on automobiles,must be licensed to conduct business in the State of Washington, ' and must possess all permits, licenses, certifications, approvals, equipment, materials, and staff necessary to perform and/or carry out the requirements of the contract. I. SHOP PROFILE RESPONSIBILITY SHOP NAME: C�._ i e-- NAME OF SHOP OWNER(S): -r'-T'`�,"" 114<;:;-4". ,r,e! `,,,' SHOP ADDRESS: -7 5- S. 3 4c/ 5 . 1 PHONE NUMBER: - 7-9 FAX NUMBER: (2-5.- ) - (.63 7 INUMBER OF YEARS IN BUSINESS: 3 0 DEROF-YEARS IN BUSINESS-AT Tom"LOCATION:_._._- --- ' 2. PROXIMITY TO CITY HALL 2- MILES :44 r 3. NAME OF SHOP MANAGER(S): ' T e '7,./A4, ', 0 K-Lf' - '1"-,q e-7 I State the duties and qualifications of shop manager(s) cCe A/47-s- 6.7,42 7 c= G' Ac e.Iry- 1 4. ASSIGNED CONTACT/SERVICE REPRESENTATIVE: Name: �" . 7 Title/Duties: / ' -V G, G="S Qualifications: $ (t C t t I4-na r't :.F `4 £& ( & Years with Contractor: /67,1- Work Phone: zs 3 ) 17 - c-f2 -/ Pager: A///n r Cell Phone: a,`-3 ) / 57f -3-73C (,?e ` ) Other: /i/ 5. Emergency Contact(365 days/year;24 hours): (1-5-3 )6 3 7 3 I I City of Federal Way 2018 RFP Fleet Maintenance - 12- 3/2017 6. Operating Hours—The Contractor shall be currently operating out of a commercial facility,which is open and accessible to City personnel,without prior notice during normal business hours. Facilities shall I be available for vehicle service between the hours of 8:00= and 5.00pm, Monday through Friday (excluding holidays). IPlease state hours that your facility is open for maintenance service. Monday , 0 © a.m. to ' 3 O p.m. ITuesday S- , a 0 a.m. to 6 - 0 p.m. Wednesday C ' 00 a.m. to c . 3 o p.m. Thursday SL.' 00 a.m. to . : 30 p.m. 1 Friday X. ° C7� a.m. to � �. p.m. Saturday ? = 00 a.m. to 4 : .0 p.m. I Sunday s e i) a.m. to -M--- p.m. 7. Please provide an experience/qualification profile for each member of your technical staff to include Ithe following information. Attach additional sheets if needed. Years with Job-Related Training/ IName Job Title/Years in Job Contractor Certification/Date Cow'k Ri c,14 t. a:- ---1-Z---(:-/-/ i r 4.5c fi-f-r/o f, " Rj.l�L 1�,lG rrvf7'1' eL 7 /5.. e- /�,C.�c.ij/S.rie/tt.4: IS/�� �jast.- r;,�a T"" ,�/ -.J 6r/ 4 "-1/--Lc, 's✓.S If 1,0/44 s,, c// I r43 1 Y 2 1 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?(Explain) 9. Please describe your hiring and continued education/training requirements for mechanics? G✓.. ,.f 4// Ay" 7.---/--/.✓c-/ .//C C. --7-7r.-5,r,, y .mac s ./.. s:. --+- 74.-*r...v, , pp,-,, 4`. 7 "e(, �) !T �✓?e C.1 Ye //'i �S ,.G,/'.tv 1 �' j •DG"".6-I✓ J - 10.The City requires bonding for individuals who will perform services on City vehicles at no additional, Icost to the City. Please certify the personnel assigned will be bondable by initialing here _. I I I 1 City of Federal Way 2018 RFP Fleet Maintenance - 13 - 3/2017 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 fleet by vehicle type, years of contract relation, type and frequency of the service provided. Please identify the contact person and phone 1 number for each. Use additional sheets if necessary. Company Name �' c ( t.. -s, Company Address 3 }= A ' , -�1. r ` {`�ez Company Phone (.25 ) g X1-4 9`'a3 Contact Person "71.r.A/ ' Fleet Size/Type '-&/-‹ Years of Contract ,(h 771S-.=-7-- 111 Frequency of Service 3 411 Company Name O Company Address C o m p a n y P h o n e Z 3 2 j o Contact Person ' Fleet Size/Type "4/7-.,-----)4- Years of Contract Frequency of Service V 64,?s TA r • )4/leei< Company Name `.' Company Address,/c C/ S. 3 4/1/ �`" S�` ,/;--o %7 '.7 974w 3 Company Phone (z .3 ) S" toCA.3 Contact Person tZ F _ Fleet Size/Type C'4':e /" '` '� arcs ,r A./i s `3 % -0 Years of Contract Al, C...-r./4.4 = - Frequency of Service 3 t �=e' 3. Approximately what percent of your shop work is currently derived from fleet business? /0 % 4. Has your shop ever been a subject of Better Business Bureau action? Yes[ 1 No [VI If yes,please describe: 1 1 City of Federal Way 2018 RFP Fleet Maintenance - 14- 3/2017 5. Please describe the 5 most recent customer complaints and how you resolved them. Use additional sheets if necessary. Pk `t che4 evkki ' 1 6. Please describe your maintenance record system to ensure services provided are consistent with factory ' scheduled maintenance guidelines; 120illAr'OfeCal(' , ► 45YACL5 s OIrk t ietucte4 Cliffei--aker i ear irk-176(vats' ' 7. Are y ou currently or have you ever previously contracted with a municipality to provide vehicle maintenance service? Yes [ No { I If yes,please describe: tire/ 7-' ,/` -' , r Gr/'.. �.e)e--:`e4-c 8. Are you currently or have you ever previously provided repair services to other government entities? Yes [X] No [ I If yes,please list the entity names,contract person and^phone number: Z. i, J ,/r2%7-'' l,',' �9�7W- 7{l C7 red f<�f3 �- 9. Briefly describe your interest in servicing the City's fleet and what factors make you the best candidate in your opinion. (Include here any information or materials that you want the City to take into ' consideration while evaluating your ability to perform this contract.) 10.Can you supply the City with tires using pricing based on Washington State Contracts? Yes.(>4 No [ I 11.The City reserves the right to perform unannounced site visits,interview staff and management,and test repairs prior to selection to determine,among other things: ' • the customer service responsiveness • the shop organization and operation efficiency • the response time of Federal Way y 2018 RFP Fleet Maintenance - 15 - 3/2017 I ILL. SUPPLEMENTAL QUESTIONNAIRE 1. City drivers are typically under time constraints and need to return to work. The City's expectation is for them to be acknowledged and served promptly,courteously and competently. How will you do ' this? t °4.e' ,.4 T 1 2. What procedures are followed to ensur e successful completion of service work prior to the vehicle being released to the customer? —s: j f - t =r i�'`% 3. The Ci ty requires the Contractor to designate one person from the sho p to work with the City y representatives and communicate vehicle repair status and scheduling on a routine basis. Please ' identify this position and the qualifications you will establish for this position. ' fl/ 4. The City expects 24 hours turnaround time for preventive and for routine repair services.Can you meet this standard and provide quality repair work?Yes (]No [ ] after-market repairs? If after-market will 5. Please specify whether OEM or after market parts will be used for repel arket parts be used,please explain under what circurnstance(s). Please be aware the City requires use of OEM ' parts for all services urde *specifying herein or otherwise approved by SR prior to repair for all services. ,9 - ,4 /o l ;7 b o, 4 r� ' e), #f 5 c C ,4770 Ai-S: Pied Airi /47 /'4_45. L7 Tt"sv7✓,, /.7/,,q i /i;,-c c. , ` 6. List days and hours of shop operations and after-hour emergency services availability. ' 7. Describe the availability of secured parking for vehicles in for repairs. It'r i ��i' 'I'C: te..,. 1 A a_K- '� i 156. IS+i C.#.J%Ai C; I City of Federal Way 2018 RFP Fleet Maintenance - 16- 3/2017 • IV. FACILITY DESCRIPTION 1. How many bays are available for vehicles? /0 2. Describe what provisions and procedures you have in place to dispose of hazardous substances, oils, coolants,etc, � r-47-44-• .- c l 1 ? ' . I 3. Do you have a certified emissions specialist on staff? es No 4. Do you have an electrical systems specialist on staff? Yes No I 5. Describe any experience that you have in servicing/maintaining lift-equipped vehicles. i A/ coordinate o ,e warran t y work. Please describe how you would perform 6. The City requires the Contractor to oordanat warranty y p� that and which dealership/service departments you will use for Chevrolet, Ford; GMC, and Dodge. Please provide name of dealership, shop location,and phone number. &6V ( ) 3 - 1 } ' 7S" g' *-try ' . t /cif"Jo ry P ( ç7) - $7s—et't1 7. Can you perform emergency roadside service if required? Yes. No V. SUBCONTRACTOR LIST, IIndicate what work is proposed to be performed by subcontractor(s). Indicate on the following list the name and location of all subcontractor(s). IService Sub-contractor Primary Contact Phone (Name/Location) 1 a", ,07e Td- _r c• v'" ( 'i1Y ; 'K ) /4/4/4.4 } (/i.5-3)23i -4'4 31 1 City of Federal Way 2018 RFP Fleet Maintenance - 17- 3/2017 1 Laic Tire . :AutornotiN e— 1(F1' for Fleet Nlaintenancc 1 Exhibit C/Section II/Question 5 (Recent Customer Complaints) • When there has been a problem it is usually a breakdownin communication and that is what we strive to improve on. We currently have an A+rating with the Better Business Bureau and have had zero complaints within the last three years. I1. Customer was upset that he had to wait longer than he thought was necessary for the work performed. After an apology and explanation of why he had the extra wait time he understood. We presented him with a free lube-oil-filter change on his next visit. 2. Customer felt that we broke her cigarette lighter while working on the controls. We replaced at no charge. 3. Customer brought car in for new tires and an alignment.After installing the tires, our technician did a test drive before putting it on the alignment rack. He went 20 feet out of the parking lot and something broke inside the differential unit. It was still under warranty at the dealership,so we paid to have it towed there. We also paid for the dealer to align the vehicle while it was at their shop. Emit C/Section III Question 9{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 large inventory of tires on site. Additionally,we try to keep in stock the Ifilters,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. r • tVI. COST AND CONDITIONS zd 7.l, t .b Yz '';',.,,<-, �:,,,-1„„ '',x' '#(,+�Y '. f A,, Passenger Vehicles 4x4 Trucks and 4x4 Truck 4x4 Truck 7.3 Utility Vehicles 6.0 Diesel Diesel `4-.:Ys &Light Trucks P — Cost Cost Cost Cost ServiceA $ 3E4-95 $ 34 -95 $ 193 - $ ii Vehicle Transport (pickup and delivery) for $ $ 9 $ p $_ preventative and scheduled services Cost of Hourly Labor Rate $ _ $ _ $ $ r (not included in Service A) w Rotate Tire(4-Way Front to Rear) $ W/c.- $ ii.,)! e $ ij /L $ r`'/c, Replacement Dealer Parts (not included in Service A) Cost Plus �S % 73 % 2.G.% ZS Replacement Non-Dealer Parts (not included in Service A) 2 Cost Plus lU % 30% 3 0% 30 Cost for shop supplies,and other disposal fee as a percentage of total service fee 'to-.(not included in Service A) % % ° % 2(..-- ost for tire installation and balance per tire $ — $ $ I $ r , ., , t Ford Crown Dodge Chargers Utility Trucks Interceptor n , Victorian '::::-..-..d.,:-, r SUVs ,.,.. , Cost Cost Cost Cost ervice A $ -61 s $ 31-f-lc. $ 314-41C $ 36.1., ehicle delivery for preventative and scheduled $ ,431.--- $ - $ .J� $ 1:31' services ost of Hourly Labor Rate $ $ (0_ $ / /o $ I not included in Service A) �P t ‘so $ .0 $ �,,- $ jr)...... $ Rotate Tire(4-Way Front to Rear) eplacement Dealer Parts not included in Service A) G G / Cost Plus % 'J a/0 2' J% `7 %_ •eplacement Non-Dealer Parts not included in Service A) Cost Plus " 0!0 30 Q/0 3 % 3 0 % Cost for shop supplies, and other disposal fee ,s a percentage of total service fee not included in Service A) % % % % Cost for tire installation and balance ser tire $ 16 $ $ $ r City of Federal Way 2018 RFP Fleet Maintenance - 18 - 3/2017 1 Conditions: 1. Prices for the services listed above must include all labor and material needed to complete the • services specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract(three years). 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,labor,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 Information system.Contractor shall provide the City with an access password 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 taxes for most goods and services. The City is exempt from Federal excise and transportation taxes. Taxes shall NOT be included in the bid ' prices. Applicable taxes will be added as a separate item. VII. SIGNATURE SHEET Receipt of the following Addendum is hereby acknowledged by: Addendum# 1 Dated: //-2-/7 Acknowledged By: COMPANY DELIVERY DAYS AFTER GUARANTEED ORDER ADDRESS PROMPT PAYMENT DISCOUNT TERMS: /s 2s S. '3 /'1 Sr. NI /A STATE 7W CODE PHONE /mac>E=x):4 4.1,A \\/A 0— )73. 2-9 AUTHORIZED REPRESENTATIVE(Print) SIGNA TITLE Proposals signed by an agent are to be accompanied by evidence of their authority. r City of Federal Way 2018 RFP Fleet Maintenance - 19- 3121117 .1 EX11ii3BIT D IIUST OF CITY[NON-POLICE VEHICLES) as of October 2017 1996 'Ford Ranger 4x4 2011 Ford F-450 4x2 Crew Cab 1 1997 Chev C2500 4x4 2011 Ford F450 Extended Cab 1998 Ford Ranger 2011 Ford F-450 4x4 Super Cab 1999 Chevy Utility Truck 2012 Ford Escape FWD H I 2000 Ford F550 2012 Ford F250 4x4 pick up 2000 Ford F550 2012 Dodge 1/2 Ton 4x4 Quad Cab 2001 GMC Sonoma 2012 Dodge Quad Cab 1500 4x4 I 2002 Chev S10 Blazer 2WD 2013 Ford £45016 passenger bus 2002 Ford F250 PU 4X4 2013 Ford F450 4x4 2002 Chevy G3500 van 2014 Ford E-350/Mister I 2003 Ford. E250 Van 2014 Ford F-150 SC 4x4 2003 ford E250 Van 2014 Ford Escape FWD 2004 Ford Ctubwagon 2014 Ford Escape AND 2004 Ford .4x2 XL Heritage 2015 Ford F-150 4x4 Supercab I 2004 Ford 4x2 XL Heritage 2015 .Ford Explorer 4W!) 2004 Ford 4x2 XL Heritage 2015 Ford F-250 SC 4WD 2004 Ford 4x2 XL Heritage 2015 Ford F-150 SC 4WD ' 2004 Ford F1SO 4x4 XL Heritage 2015 Ford Focus 2004 Ford F250 Supercab 4x4 2015 Ford Focus . 2005 Ford F450 Truck/Utility Boom 2016 Ford F-550 2006 Ford F250 2016 Ford F-S50 2007 Ford 'F250 2016 Ford Explorer 4WD 2007 Chevy '15 Passenger 2017 Ford Explorer ' 2007 Ford F150 2017 Ford F250 PU 4314 2008 Ford Ranger 2017 Ford F-150 P/U 2008 .Ford Ranger 2017 Ford F-15 0:P/U I 2008 .Ford F450 2017 Ford Explorer 2008 Ford F450 2017 Ford Explorer 2008 Ford E150 2017 Toyota RAV4Hybrid I2009 Ford Escape FWD,REV 2017 Ford Explorer 2009 Ford Escape FWD HEV 2017 Ford Explorer 2010 Ford F-150 SC 4x4 2017 Ford Explorer I I I I I City of Federal Way ay I2018 RFP Fleet Maintenance -20- 3/2017 I . LIST OF POLICE VEHICLES(as of October 2017) I 2004 .Ford e350 SD Cargo EXT 2013 Ford SUV interceptor 2005 Chevy Tahoe 2013 Ford SUN Interceptor 2005 Ford Crown Vic 2013 Ford SUV interceptor I 2006 Dodge Spri rater V 2013 Ford SIN interceptor 2005 'Ford Crown Vic 2013 Ford Fusion Hybrid 20oq Ford Ford Interceptor Crown Vic 2013 ptor Sedan 'Ford Van E450 2013 Ford Interceptor Sedan I 200007 200007 Ford E450 Cutaway Van 2014 Ford SUV Interceptor Pri us 2024 Ford SUV Interceptor 2007 Toyota Pri us 2014 Jeep Grand Cherokee ' 200$ Chevy . Tahoe,_ 2015 Ford SUV interceptor 2009 Ford F650 2015 Ford SIN Interceptor 2010 Ford Crown Vic 2015 Ford SW Interceptor 2010 Ford Crown Vic 2015 Ford SUV interceptor I 2010 Gird Crown Vic 2015 Ford SUV interceptor 2010 Ford Crown Vic i 2015 Ford Interceptor 2010 For F-350 2015 Ford SUN Interceptor I 2010 ford Fusion 2015 Ford SW interceptor 2010 Ford Fusion 2015 Ford SUV Interceptor 2010 Toyota Caarnry 2015 Ford SIN Interceptor 20010 Toyota Camry 2015 Ford SUV Interceptor 1 2010 Toyota Pri us R 2035 Ford SW Interceptor 2010 Toyota Pri us f 2015 Ford SUV Interceptor 2011 :Chevy Tahoe 2015 Ford SW Interceptor I 2011 Chevy Tahoe 2015 Ford SUV interceptor-' 2011 Chevy Tahoe 2015 Ford SW Interceptor 2011 Ford `` Crown Vic 201,5 Ford SIN Interceptor 2011 Ford Crown Vic 2015 Ford SUV Interceptor, I 2011 Ford Crown Vic 2015 Ford SW Interceptor 2011 Ford" Crown Vic r 2015 Ford SUV Interceptor 2011_ ;Ford Crown.Vic 2015 Ford SUV interceptor I 2011 Ford Crown Vic 2015 Ford SUV Interceor 2011 ,Ford Crown Vic 2015 Ford SUV Interceptor 2011 Ferri `Crown Vic 2015 Jeep Grand Cherokee Crown Vic 2016 Chevy Tahoe I 2021 Ford Crown Vic 2016 Dodge Grand Caravan 2011 Ford ' F-250 2016 Ford Hybrid Fusion 2012 Dodge Charger 2016 Ford Hybrid Fusion I 2012 Dodge 2016 Ford Interceptor Sedan 2012 Dodge i Charger 2016 Ford SUV interceptor 2012 Dodge Charger 2016 Ford SUV interceptor 2012 Dodge Charger 2016 Ford Shy Interceptor I 2012 Dodge Charger 2016 Ford SUV Interceptor 2012 Ford Fusion Hybrid 2016 Ford SUV Interceptor 2012 Ford Fusion Hybrid 2016 Ford SIN Interceptor I2012 Ford Fusion Hybrid 2016 Ford SW Interceptor 2012 Ford Fusion Hybrid 2016 Ford SUV Interceptor 2012 Ford Fusion Hybrid 2016 Ford SUV interceptor 2012 Ford Fusion Hybrid 2016 Ford SUV interceptor I2013 Ford l Interceptor Sedan 2016 Ford SUV interceptor 2013 Ford Interceptor Sedan 2016 Ford SUV Interceptor 2013 Ford SUV Interceptor 2016 Ford SUW Interceptor I 2013 'Ford SUV Interceptor 2016 Ford SUV interceptor 2013 Ford SUV Interceptor 2016 Ford SUV Interceptor 2013 Ford SUV Interceptor 2017 Ford SUV Interceptor I 2013 Ford SUV Interceptor 2017 Ford SUV interceptor 2013 Ford SUV Interceptor City of Federal Way II2018 RFP Fleet Maintenance -21 - 3/2017 •111. EXHIBIT E , NTH I . k,.��� i I { �1`. C �� i r �ij t i 1 � `\ i`,' + ; . MAINTENANCE AGREEMENT FOR 2015 FLEET MAINTENANCE 1 This Maintenance Agreement("Agreement")is made between the City of Federal Way,a Washington municipal corporation("City"),and Insert Contractor's Co.Name,a Insert type of organization and State where organized,i.e. 1 "Washington corporation"or"a sole proprietor"("Contractor").The City and Contractor(together"parties")are located and do business at the below addresses which shall be valid for any notice required under this Agreement: INSERT CONTRACTOR'S CO.NAME: CITY OF FEDERAL WAY: Insert Contact Name Insert City Contract Administrator's Name IInsert Contractor's Address 33325 8t Ave.S. Address-Continued Federal Way, WA 98003-6325 Insert Telephone Number(telephone) (253)Insert Telephone Number(telephone) ▪ Insert Fax Number(facsimile) (253)Insert Fax Number(facsimile) • Insert email address Insert email address 1 The Parties agree as follows: 1. TERM.The term of this Agreement shall commence upon the effective date of this Agreement,which shall Ibe the date of mutual execution,and shall continue until the completion of the Work,but in any event no later than Insert specific date ("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and the Contractor. I2. WORK 2.1 Work. The Contractor shall provide goods,materials or services and otherwise perform the work more specifically described in Exhibit"A,"attached hereto and incorporated by this reference("Work"),performed to the City's satisfaction,within the time period prescribed by the City and pursuant to the direction ofthe Mayor or Ihis or her designees. 2.2 Warranties.The Contractor warrants that it has the requisite training,skill,and experience necessary Ito provide the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities,including but not limited to obtaining a City of Federal Way business registration.The Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar services within the Puget ISound 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 I 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 Iaccepted by the City.The Contractor shall begin to correct any defects within seven(7)calendar days of its receipt City of Federal Way 2018 RFP Fleet Maintenance -22- 3/2017 of notice from the City of the defect.If the Contractor does not accomplish the corrections within a reasonable time as determined by the City,the City may complete the corrections and the Contractor shall pay all costs incurred by ▪the City in order to accomplish the correction. 2.3 Time,Documentation,and Inspection.Work shall begin immediately upon the effective date of this ▪ Agreement.Work shall be subject,at all times,to observation and inspection by and with approval of the City,but the making(or failure or delay in making)such inspection or approval shall not relieve Contractor of responsibility IIfor performance of the Work in accordance with this Contract,notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. 2.4 Clean Up. At any time ordered by the City and immediately after completion of the Work, the Contractor shall,at its own expense,clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,the City may,but in no event is it Iobligated to,perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the.Contractor. 1 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 IIconfidentiality,or materially violates Section 12 and may result in ineligibility for further City agreements. 4. COMPENSATION. I4.1 Amount. In return for the Work, the City shall pay the Contractor an amount not to exceed a maximum amount and according to a rate or method as delineated in Exhibit`B,"attached hereto and incorporated Iby this reference.The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in Exhibit "B," the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of tthe performance and payment of this Agreement. 4.2 Method of Payment.On a monthly basis,the Contractor shall submit a voucher or invoice in the form Ispecified by the City, including a description of what Work have been performed, the name of the personnel performing such Work,and any hourly labor charge rate for such personnel.The Contractor shall also submit a final bill upon completion of all Work.Payment shall be made on a monthly basis by the City only.after the Work has • been performed and within thirty(30)days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Work does not meet the requirements of this Agreement,the Contractor will correct or • t.The City may withheld for such work until the work meets with .A Agreement.the work to comply the gree tl' y payment the requirements of the Agreement 4.3 Defective or Unauthorized Work.If any goods,materials,or services provided under this Agreement I are either defective,unauthorized,or otherwise do not meet the requirements ofthis Agreement,the Contractor will correct or modify the work to comply with the Agreement and the City reserves the right to withhold payment from ▪ the Contractor until the goods,materials, or services are acceptable to the City. If Contractor is unable, for any reason,to complete any part of this Agreement,the City may obtain the goods, materials or services from other sources,and Contractor shall be liable to the City for any additional costs incurred by the City."Additional costs" shall mean all reasonable costs,including legal costs and attorney fees,incurred by the City beyond the maximum • Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources,from any and all amounts due or to become due the Contractor. t City of Federal Way 2018 RFP Fleet Maintenance -23 - 3/2017 4.4 Non-Appropriation of Funds.If sufficient funds are not appropriated or allocated for payment under this.Agreement for any future fiscal period,the City will not be obligated to make payments for Work or amounts Iincurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated.No penalty or expense shall accrue to the City in the event this provision applies. 1 4.5 Final Payment:m Waiver of Claims.Contractor's acceptance of final payment shall constitute a waiver of any and all claims,except those previously and properly made and identified by Contractor as unsettled at the Itime request for final payment is made. ▪ 5. INDEMNIFICATION. " 5.1 Contractor Indemnification.The Contractor agrees to release indemnify, hold the City,its demnify,defend, I 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 Iexpenses to or by any and all persons or entities,including,without limitation,their respective agents,licensees,or representatives, arising from, resulting from, or in connection with this Agreement or the performance of this Agreement,except for that portion of the claims caused by the City's sole negligence.Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then,in the event of liability for damages arising ut of bodil y injury 3m Y to persons or damages to property y c au sed by or resulting from the concurrent negligence e 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 Iofficials, officers,employees, agents, representatives, insurers,attorneys,and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph.The City's inspection or acceptance of any ▪ of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. • 5.2 Industrial Insurance Act Waiver.It is specifically and expressly understood that the Contractor waives it 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 1 acts, disability benefit acts or any other benefits acts or programs..The Parties further acknowledge that they have mutually negotiated this waiver. 53 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its I officers,directors,shareholders,partners,employees,agents,representatives,and sub-contractors harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings,judgments, awards,injuries,damages,liabilities,losses,fines,fees,penalties expenses,attorney's fees,costs,and/or litigation • expenses to or by any and all persons or entities,including without limitation,their respective agents,licensees,or representatives, arising from,resulting from or connected with this Agreement to the extent solely caused by the negligent acts,errors,or omissions of the City. 5.4 Survival.The provisions of this Section shall survive the expiration or termination ofthis 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 Iwith 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 in expiration or termination as follows: City of Federal Way 2018 RFP Fleet Maintenance -24- 3/2017 r I6.1. Minimum Limits. The Contractor agrees to carry as a minimum,the following insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises,operations, Iindependent contractors, products-completed operations, stop gap liability,personal injury, bodily injury, death, property damage,products liability,advertising injury,and liability assumed under an insured contract with limits no less than$1,000,000 for each occurrence and$2,000,000 general aggregate. Ib. 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 lewd vehicles with Ia 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. I6.2. No Limit of Liability. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance,or otherwise limit the City's recourse to any remedy available at law or in equity,The Contractor's's insurance,coverage shall 1 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. I6:3. Additional Insured,Verification.The City shall be named as additional insured on all commercial general liability insurance policies.Concurrent with the execution of this Agreement,Contractor shall provide certificates of insurance for all commercial general liability policies att2chedhereto as Exhibit"C" Iand 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 1 City. 6.4 Survival.The provisions of this Section shall survive the expiration or termination of this Agreement. I 7. CONFIDENTIALITY.All information regarding the City obtained by Contractor in performance of this g Agreement shall be considered confidential subject to applicable laws.Breach of confidentiality bythe Contractor Imay 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. I8. 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&liety.The ContraLtor shall delivery all Ineeded 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 terminon of this Agreement,all originals and copies of any such work product remaining in the possession of Contractor shall be delivered to the City. 9. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which Isufficiently 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 Ior audit by the City, its authorized representative,the State Auditor,or other governmental officials authorized by law to monitor this Agreement. City of Federal Way 2018 RFP Fleet Maintenance -25- 3/2017 • 10. •INDEPENDENT CONTRACTOR/EMPLOYEE CONDITIONS. 10.1 Independence.The Parties intend that the Contractor shall be an independent contractor and that the Contractor has the ability to control and direct the performance and details of its work,the City being interested only in the results obtained under this Agreement.The City shall be neither liable nor obligated to pay Contractor sick Ileave,vacation pay or any other benefit of employment,nor to pay any social security, income,or other tax which may arise as an incident of employment, except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or Iincidental benefit to the Contractor,shall not be deemed to convert this Agreement to an employment contract.If the Contractor is a sole proprietorship or if this Agreement is with an individual,the Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees Ito indemnify any losses the City may sustain through the Contractor's failure to do so. 10.2 Safety. Contractor shall take all necessary precautions and shall be responsible for the safety of its 1 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 Imunicipal safety and health laws and codes,including without limitation,all OSHA/WISHA requirements,Safety and Health Standards for Construction Work (Chapter 296-155 WAG), General Safety and Health Standards (Chapter 296-24 WAC),and General Occupational Health Standards(Chapter 296-62 WAC).Contractor shall erect and properly maintain,at all times,all necessary guards,barricades,signals and other safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe passageways at all road crossings, crosswalks,street intersections,post danger signs warning against known or unusual hazards and do all other things Inecessary to prevent accident or loss of any kind.Contractor shall protect from damage all water,sewer,gas,steam or other pipes or conduits,and all hydrants and all other property that is likely to become displaced or damaged by the performance of the Work.The Contractor shall,at its own expense,secure and maintain a safe storage place for • its materials and equipment and is solely responsible for the same 10.3 Risk of Work. All work shall be done at Contractor's own risk,and Contractor shall be responsible for any loss of or damage to materials,tools, or other articles used or held for use in connection with the work. in Industrial or any other insurance that is purchased for the benefit ofthe City,regardless ofwhether such may provide a secondary or incidental benefit to the Contractor,shall not be deemed to convert this Agreement to an employment Icontract. Even though Contractor is an independent contractor,the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion 10.4 Prevailing Wages. 10.4.1 Wages of Employees. This Agreement is subject to the minimum wage requirements of Chapter 39.12 of the Revised Code of Washington,as now existing or hereafter amended or supplemented. In the payment of hourly wages and fringe benefits to be paid to any of Contractor's laborers,workers and/or mechanics,Contractor shall not pay less than the"prevailing rate of wage"for an hour's work in the same trade or occupation in the locality within the State of Washington where such labor is performed, as determined by the Industrial Statistician of the Department of Labor and Industries of the State of Washington,which current"prevailing rates of wage"are attached hereto as Exhibit"D"and incorporated herein by this reference..Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates that are in effect on the date when the bids,proposals,or quotes were required to be submitted to the City. . 10.4.2 Agreements Exceeding One Year.Pursuant to WAC 296-127-023,or hereafter amended,the City agrees to ty ees gr 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 City of Federal Way 2018 RFP Fleet Maintenance -26- 3/2017 t 1 wages at the time of additional yearly extensions, and the Contractor agrees to pay its employees the 1 increased prevailing wage. 10.4.3 Exemptions to Prevailing Wage.The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Agreement do not apply to:Sole owners and their spouses;any partner who owns at least 30%of a partnership;the President,Vice President and Treasurer of a corporation if each one owns at least 30%of the corporation. 10.4.4 Reporting Requirements. Contractor shall comply with all reporting requirements of the Department of Labor and Industries of the State of Washington. Upon the execution of this Agreement, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of Labor and Industries. Upon completion of the Work, Contractor shall complete and file an Affidavit of Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the 1 Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid,certified by the Department of Labor and Industries,to the City. 1 10.4.5 Disputes.In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 11. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional Iservices during the Term for other parties;however, such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.Contractor agrees to resolve any such conflicts of interest in favor of the City. Contractor confirms that Contractor does not have a business interest or a close family Irelationship 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. 1 12. EQUAL OPPORTUNITY EMPLOYER. hi 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 Ior its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or representatives against any person because of sex,age(except minimum age and retirement provisions),race,color,religion,creed, national origin,marital status, or the presence of any disability, including sensory,mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment.This requirement shall apply,but not be limited to the following:employment,advertising,layoff or termination,rates of pay or other forms of compensation,and selection for training,including apprenticeship.Contractor shall comply with and shall ' not violate any of the terms of Chapter 49.60 RCW,Title VI of the Civil Rights Act of 1964,the Americans With Disabilities Act,Section 504 of the Rehabilitation Act of 1973,49 CPR Part 21,21.5 and 26,or any other applicable federal, state,or local law or regulation regarding non-discrimination. I 13. GENERAL PROVISIONS. I13.1 Interpretation and Modification.This Agreement,together with any attached Exhibits,contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or agreements,whether oral or written,shall be effective for any purpose. Should any language in any 1 Exhibits to this Agreement conflict with any language in this Agreement,the terms of this Agreement shall prevail. The respective captions of the Sections of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement. Any provision of this IAgreement that is declared invalid,inoperative,null and void,or illegal shall in no way affect or invalidate any other City of Federal Way 1 2018 RFP Fleet Maintenance -27- 3/2017 ▪ provision hereof and such other provisions shall remain in full force and effect.Any act done by either Party prior to the effective sate of the Agreement that is consistent with the authority of the Agreement and compliant with the Iterms of the Agreement, is hereby ratified as having been performed under the Agreement.No provision of this Agreement,including this provision,may be amended,waived,or modified except by written agreement signed by duly authorized representatives of the Parties. 13.2 Assignment and Beneficiaries.Neither the Contractor nor the City shall have the right to transfer or assign,in whole or in part,any or all of its obligations and rights hereunder without the prior written consent of the Iother Party. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent.Subject to the foregoing, the rights and obligations of the Parties shall inure to the benefit of and be binding upon their Irespective 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. 133 Compliance with Laws.The Contractor shall comply with and perform the Services in accordance P P�' P� with all applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances, Iresolutions, regulations, rules, standards and policies, as now existing or hereafter amended, adopted, or made effective.If a violation of the City's Ethics Resolution No.91-54,as amended,occurs as a result of the formation or ▪ performance of this Agreement,this Agreement may be rendered null and void,at the City's option. 13.4 Enforcement. Time is of the essence of this Agreement and each and all of its provisions in which I1 Agr P 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 1 so posted in the United States mail shall be deemed received three(3)days after the date of mailing.Any remedies provided for under the terms of this Agreement are not intended to be exclusive,but shall be cumulative with all other remedies available to the City at law, in equity or by statute, The failure of the City to insist upon strict • performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of ▪ those covenants,agreements or options,and the same shall be and remain in full force and effect.Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive such breach or default.Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or ▪ default.This Agreement shall be made in,governed by,and interpreted in accordance with the laws of the State of ▪ Washington. If the Parties are unable to settle any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be by filing suit under the venue,rules and ▪ jurisdiction of the King County Superior Court,King County,Washington,unless the parties agree in writing to an ▪ alternative process.If the King County Superior Court does not have jurisdiction over such a suit,then suit may be filed in any other appropriate court in King County,Washington.Each party consents to the personal jurisdiction of • the state and federal courts in King County, Washington and waives any objection that such courts are an inconvenient forum.If either Party brings any claim or lawsuit arising from this Agreement,each Party shall pay all its legal costs and attorney's fees and expenses incurred in defending or bringing such claim or lawsuit,including all Iappeals, in addition to any other recovery or award provided by law;provided, however, however nothing in this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this Agreement. 13.5 Execution.Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individual is duly authorized to execute and deliver this Agreement.This Agreement may be ' City of Federal Way 2018 RFP Fleet Maintenance -28- 3/2017 1 executed in any number of counterparts,each of which shall be deemed an original and with the same effect as if all IParties hereto had signed the same document.All such counterparts shall be construed together and shall constitute one instrument,but in making proof hereof it shall only be necessary to produce one such counterpart.The signature and acknowledgment pages from such counterparts may be assembled together to form a single instrument Icomprised 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] I I I I I I 1 i 1 I 1 I I city of Federal Way 2018 RIP Fleet Maintenance -29- 3/2017 11. IN WITNESS,the Parties execute this Agreement below,effective the last date written below. ICITY OF FEDERAL WAY: ATTEST: Jim Ferrell,Mayor Stephanie Courtney, CMC,City Clerk DATE: APPROVED AS TO FORM: I J. Ryan Call,City Attorney EINSERT CONTRACTOR'S CO.NAME: I By: IPrinted Name: Title: 1 DATE: IPICK APPROPRIATE NOTARY AND DELETE THE OTHER ONE: iCorporate: STA'T'E OF WASHINGTON ) I )ss. COUNTY OF ) I On this day personally appeared before me , to me known to be the of that executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed of said corporation,for Ithe uses and purposes therein mentioned,and on oath stated that he/she was authorized to execute said instrument and that the seal affixed,if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of ,20 . Notary's signature ' Notary's printed name Notary Public in and for the State of Washington. My commission expires City of Federal Way 2018 RFP Fleet Maintenance -30- 3/2017 I LLC: STATE OF WASGTON ) ss. I COUNTY OF ) I On this day personally appeared before me , to me known to be the of that executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability I company,for the uses and purposes therein mentioned,and on oath stated that he/she was authorized to execute said • instrument. GIVEN my hand and official seal this day of ,20 . Notary's signature Notary's printed name Notary Public in and for the State of Washington. My commission expires IINDIVIDUAL: STATE OF WASHINGTON ) )ss. I COUNTY OF ) IIOn this day personally appeared before me, ,to me known to be the individual described in and who executed the foregoing instrument,and on oath swore that he/she/they executed the foregoing instrument as his/her/their free and voluntary act and deed for the uses and purposes therein mentioned. GIVEN my hand and official seal this day of ,20 . Notary's signature Notary's printed name Notary Public in and for the State of Washington. My commission expires • REV 2/17 ■ City of Federal Way 2018 RFP Fleet Maintenance -31 - 3/2017