Loading...
HomeMy WebLinkAbout0221 - Snohomish County - Agreement - Equipment Maintenance and RepairRECE\'7~~ * DEC 0 l 1n\4 Snohomish County November 21, 2014 Dear Customer, .Fleet Services 3402 McDougall Avenue Everett, WA 98201 · 425-388-6060 Fax: 425-388-6069 This letter is to notify you that there is no change to Snohomish County Fleet Services' rates for vehicle and equipment services for the 2015 budget year. The rates shown below are canied over from 2014: Passenger Car/Light Duty Repair 2015 -$97.50/hour Heavy Truck and Equipment Repair 2015 -$117 .50/hour Small Power Equipment Repair 2015 -$60.00/hour If you have any questions, please contact the supervisor of the fleet shop you typically deal with. Feel free to contact me directly as well at ( 425)388-6061 or roy.scalf@snoco .org . Truly yours, Snohomish County Department of Public Works Fleet Management Division 3402 McDougall A venue Everett , WA 98201 INTERLOCALAGREEMENTFOR EQUIPMENT MAINTENANCE AND REPAIR SERVICE THIS AGREEMENT is entered into by and between SNOHOMISH COUNTY, a political subdivision of the State of Washington (hereinafter referred to as the "County"), and the City of Marysville, a municipal corporation of the State of Washington (hereinafter referred to as the "Agency "). In consideration of the mutual promises contained in this Agreement and the mutual benefits to result therefrom , the parties agree as follows: 1. Purpose and Scope of Services. The purpose of this Agreement is to make available to the Agency equipment maintenance/repair service performed by the County, or under contracts entered into by the County, pursuant to the authority contained in RCW 39.34.080 and chapter 36.33A RCW. The County shall provide mechanical maintenance/repair service for vehicles/construction equipment owned by the Agency as listed in Exhibit "A ", which is attached hereto and incorporated herein by this reference. Additional Agency equipment may be repaired by the County a s agreed in writing by the Administrators of this Agreement identified below. 2. Scheduling Work. Whenever the Agency desires to use the County services to undertake routine maintenance or repair of Agency vehicles, the Agency shall notify the County's Everett Shop Supervisor or Communication Repair Technician for scheduling the work. To the extent the Agency vehicles are in need of scheduled maintenance or unscheduled repair, such maintenance and/or repair will be provided on an "as needed" basis at the County 's Shop Supervisor's discretion with emergent repairs being undertaken as soon as reasonably possible . 3. Transportation. The Agency shall provide for transportation of vehicles/construction equipment to and from the County service location. In situations where the vehicle/equipment is inoperative, the County's Shop Supervisor will determine whether the vehicle/equipment shall be towed to the County location or repaired at the Agency location. 4 . Maximum Cost For Repairs--Extent of Work. The cost for each repair work order shall not exceed Five Hundred and no/100 Dollars ($500.00) without consultation by the County with the Agency. The Agency Administrator, named below, will advise the County whether or not to proceed with specified repairs identified for particular vehicle/equipment when charges exceed the above amount. Equipment OR\G\NAL repair estimates provided by the County are exactly that, estimates; if repair costs are estimated to exceed the original estimate provided by over $100, the County will contact the Agency for permission to proceed with repairs. 5. Standard Specifications and Preventive Maintenance Schedule. Whenever the County has standard specifications in place for supplies or services requested by the Agency, the County shall use such specification in replacing parts and/or performing services requested. The County's Preventive Maintenance schedule shall be used for Agency equipment. 6. Service Location. Services on Agency vehicles shall be performed at the County's Everett location unless specific circumstances warrant the use of other necessary locations. 7. Wage Requirements. The County shall conduct the service in compliance with County wage requirements. Rates may vary in years subsequent to the initial year of this Agreement based upon the actual cost to the County and as provided in a written annual letter of notification to the Agency issued pursuant to subsection 7. l.d. of this Agreement. 7. I. Compensation. Compensation for services rendered during the initial and extension terms of this Agreement shall be based on rates approved annually through the Snohomish County Council budget process and formally distributed by December I st of the calendar year. a. County inventory parts shall be supplied at cost + 40% for services provided in calendar year 2014 to 2018, and, if applicable, any extended term. b. During calendar year 2014, County labor shall be provided at a cost of Ninety Seven and 50/100 Dollars ($97 .50) per hour for passenger car/light-duty vehicle repair services provided in calendar years 2014 to 2018; One Hundred Seventeen and 50/100 Dollars ($117.50) per hour for heavy truck and equipment repair services provided in calendar years 2014 to 2018; Ninety Seven and 50/100 Dollars ($97 .50) per hour for radio and radar repair services provided in calendar years 2014 to 2018; and Sixty and 00/100 Dollars ($60.00) per hour for small power equipment repair provided in calendar years 2014 to 2018. Overtime labor shall be provided at 1.5 times the appropriate hourly rate. Equipment categories are further defined as follows: • "Small Power Equipment" = small gasoline or diesel powered equipment; portable equipment such as chainsaws, weed-eaters, backpack blowers, water pumps, generators, and lawn mowers. This class would typically include small garden tractors and riding lawn mowers. • "Light Equipment" =Automotive/Light Duty -Passenger cars, police cars and pickup trucks up to 1-ton category (Ford F350 equivalent). • "Heavy Equipment" = Trucks above I-ton category (F450 equivalent and above) and including dump trucks, vactor trucks, street sweepers, backhoes, aerial lift "bucket" trucks, road graders, snow removal equipment, and other municipal heavy equipment, usually diesel powered. c. Vendor repairs shall be provided at County cost plus labor for transporting to and from vendor at the light equipment County labor rate, and direct purchase parts shall be supplied at cost+ 15%. d. Rates for years 2015 -2018, and any extended term, based on rates approved annually through the Snohomish County Council budget process. Snohomish County Fleet Management will submit a letter of notification to the Agency by December !st of the year preceding the year for which the rates apply, notifying it of any changes in rates of compensation for parts, labor and vendor repair costs. Such new rates shall apply to all work performed for the Agency in the subsequent year. 7.2. Records. The County shall keep reasonably itemized and detailed records covering such costs, including all categories of items listed in this section, and shall render to the Agency at the close of each calendar month an itemized statement covering all categories of items. 7.3. Payment. The Agency shall pay the County for services rendered within thirty (30) days after receipt of the statement. 8. Term/Termination/Extension. This Agreement shall be govern services rendered from January I, 2014, through December 31, 2018 (initial term), PROVIDED, HOWEVER, that the term of this Agreement may be extended for one (!) additional five (5) year term, with mutual agreement of the County and the Agency, FURTHER PROVIDED, HOWEVER, that the County's obligations after December 31, 2013, are contingent upon local legislative appropriation of necessary funds for this specific purpose in accordance with the County Charter and applicable law]. Notwithstanding the above, either party may terminate this Agreement upon giving the other not less than ninety (90) days written notice of the intent to terminate. 9. Indemnification. The Agency shall hold harmless, indemnify, and defend, at its own expense, the County, its elected and appointed officials, officers, employees, and agents from any loss or claim for damages of any nature whatsoever arising out of the City's or Agency's performance of this Agreement, including claims by the City's or Agency's employees, or third parties, except for those losses or claims for damages solely caused by the negligence or willful misconduct of the County, its elected and appointed officials, officers, employees, or agents. The County shall hold hannless, indemnify, and defend, at its own expense, the Agency, its elected and appointed officials, officers, employees, and agents from any loss or claim for damages of any nature whatsoever ansmg out of the County's performance of this Agreement, including claims by the County's employees or third parties, except for those losses or claims for damages solely caused by the negligence or willful misconduct of the Agency, its elected and appointed officials, employees, or agents. 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 COUNTY and the AGENCY, their officers, employees, and agents, each patty's liability hereunder shall be only to the extent of their respective negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes both the County's and the City's or Agency's waiver to each other only, of their respective immunity under Industrial Insurance, Title 51 RCW, solely for purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this Section shall survive the expiration or termination of this Agreement. 10. Insurance. The Agency is a member of a self-insured pool of municipal corporations that has coverage at least equivalent to $1 million per occurrence combined single limit of liability coverage in its self insured layer that may be applicable in the event an incident occurs that is deemed to be attributed to the negligence of the member. The County is maintains a fully-funded self-insurance program as defined in Snohomish County Code 2. 90 for the protection and handling of the County's liabilities, including injuries to persons and damage to property. The self-funded program will respond if an incident occurs involving negligence of County employees acting in the scope of their employment. The County agrees to be responsible for Agency vehicles while in the County's care, custody and control. 11. Warranty. The County will repair or replace without additional charge any defective workmanship or parts provided to Agency vehicles under general daily usage by Agency employees for up to ninety (90) days after the date the work order is closed. 12. Notices. All notices required to be given by any party to the other under this Agreement shall be in writing and shall be given in person or by mail to the addresses set forth below. Notice by mail shall be deemed given as of the date the same is deposited in the United States mail, postage prepaid, and addressed as provided in this paragraph. AGENCY: City of Marysville Attn: City Clerk COUNTY: Snohomish County Fleet Management Division 1049 State A venue Marysville, WA. 98270 3402 McDougall Ave. Everett, WA 98201 13. Administrators. Administrators of this Agreement shall be (i) Snohomish County Fleet Manager; and (ii) City of Marysville Fleet Manager. 14. Jurisdiction. This Agreement has been made and shall be construed according to the laws of the State of Washington. In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Agreement, the parties agree that such actions shall be initiated in the Superior Court of the State of Washington in and for Snohomish County. The prevailing party in any litigation shall be entitled to recover its costs, including reasonable attorney's fees, in addition to any other award. 15. Independent Contractor. The parties agree and understand that the County is acting hereunder as an independent contractor and no separate legal or administrative entity is created hereby. The County shall be solely responsible for control, supervision, direction and discipline of its personnel, who shall be the employees and agents of the County and not the Agency. The County shall be solely liable to its personnel for salaries, wages, compensation and taxes arising out of the performance of this Agreement. The County's standards of performance and County personnel policies shall govern the performance of all persons performing work or services under this Agreement. 16 Severability. If any provision of the Agreement or its application to any person or circumstance is held to be invalid, such decision shall not affect the validity of the remaining portions of this Agreement or its application to other persons or circumstances. 17. Amendment. This Agreement may only be modified or amended in writing, signed by both parties hereto. THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK 18 . Entire Agreement. This Agreement represents the entire agreement between the County and the Agency, superseding all prior negotiations, representations or agreements , written or oral. IN WITNESS WHEREOF, the parties to this Agreement have en-used their names to be affixed by their official representatives this \4-1.\1'1 day of N ~ , 2014 . SNOHOMISH COUNTY By: """"T'c-:F'-'-+--V-V-¥--'--41-+--H:..LL-"~-v-­ Coun , STEPHEN C Executive Director Approved As To Form: uting Attorney i/ II I I~ COUN CIL USE °?LY Approv ed: q .. ;o -/ Oo cfll e: 1l -~ CITY OF MARYSVILLE ATTEST: (la~ Approved As To Form Gra~eed City Attorney ··' ''< ·. ·£OUIPMENPNO. ·. 102 103 104 107 112 115 205 212 218 220 227 228 233 234 236 237 238 242 244 247 248 249 251 252 253 256 308 332 334 336 337 431 433 435 436 438 502 504 506 508 517 518 525 CITY OF MARYSVILLE FLEET EQUIPMENT LIST EXHIBIT A REVISED 11-21-2013 . .·. YEARJ·M;&iKE]•MODEL .·· . · . . . · .. · · .. 1999 FORD TAURUS 2000 JEEP CHEROKEE 1989 CHEV SlO 2002 CHEV VAN CARGO 1995 MARKJR-14 2001 CHEV TRUCK 1985 GMC DUMP TRUCK 2001 DODGE RAM 2500 2002 FREIGHTLINER DUMP TRUCK 2000 DODGE 3/4 TON PU 2000 FORD F550 FLATBED DU 1986 JOHN DEERE BACKHOE 1987 TRAIL KING TRAILER 1987 GMC C3500 1988 FORD DUMP TRUCK 2002 FORD RANGER 1989 CHEV SlO 1991 ROOT SPRG SCRAP RXT.62.91 1992 FORD VACTOR 1994 PB LOADER EMULSION SPRAYER 1993 SNYDER CHEM SPRAYER MO 1996 FORD F350 1997 FORD P/U 1998 FORD DUMP TRUCK 1996 FORD MOWER/BOOM 1999 TYMCO SWEEPER 2001 CHEV MALIBU 1995 CHEV P/U 2002 GMC SONOMA 2002 CHEV BLAZER 1996 FORD TAURUS 2001 JEEP CHEROKEE 1995 FORD F150 2001 CHEV MALIBU 1995 FORD F150 1995 FORD TAURUS 2001 DODGE UTILITY BODY 1995 CHEV VAN 1996 ONAN GENERATOR 2001 GMC SONOMA 2001 CHEV TRUCK 1984 FORD 555A-BACKHOE 2001 GMC SONOMA Page 1 of 6 ~ · .. · . .· EQUIPMENT·NO. 526 530 531 537 538 540 544 546 549 551 552 553 555 556 559 560 561 562 651 652 803 804 805 807 808 809 811 812 814 880 881 888 910 914 915 920 921 922 925 930 949 950 955 962 963 964 CITY OF MARYSVILLE FLEET EQUIPMENT LIST EXHIBIT A ' '< . V'EARJMAKE/MODEL ·. ···· .... ·.·... ··. . . .· 2000 FREIGHTLINER DUMP TRUCK 2002 CHEV P/U 2002 FORD F250 2001 GMC SONOMA 2000 GMC SONOMA 1990 KOMATSU FORKLIFT 1990 FORD F800 1993 FORD F350 1994 EZLOADER TRAILER 1995 CASE LOADER 1989 STEWART GENERATOR 1994 PROFAB 17' BOAT 1995 FORD 555D-BACKHOE 1996 CHEV VAN 1998 TOW TRAILER 1998 JAYS VACTOR TRAILER 1999 DODGE UTILITY BODY 2002 INTERSTATE TRAILER 1997 CRANE CARRIER GARBAGE TRUCK 2000 CRANE CARRIER GARBAGE TRUCK 1996 FORD F250 1994 FORD AEROSTAR 2002 FORD F350 1993 FORD F250 2000 DODGE RAM 2500 1997 MAZDA P/U 1990 MODERN TRAILER 1996 GARLAND UTILITY TRAILER 2001 FORD TAURUS SW 1993 MODERN UTILITY TRAILER 1995 U-DUMP TRAILER 2000 SPECTRE 4903-TIL T TRAILER 2002 CHEV ASTRO 2001 CHEV ClO 2001 KENDO TRAILER 2001 CHEV MALIBU 2001 CHEV MALIBU 2001 CHEV MALIBU 2002 CHEV BLAZER 1988 GMC VAN 1996 SMART TRAILER 1997 JEEP CHEROKEE 2000 FORD CROWN VICTORIA 1997 CHEV LUMINA 1996 FORD WINDSTAR 2002 FORD EXPEDITION Page 2 of 6 EOUIPMENTNO. · .. 96S 966 967 A002 A003 A004 A006 CC01 CC02 CC03 CC04 F001 F002 F003 F004 FOOS F006 FOO? F009 F010 F011 F012 F013 H001 H002 H003 H004 HOOS H006 H006A HOO? HOOS H009 H010 H011 H012 J001 J002 J003 J004 JOOS J006 JOO? JOOS J009 J010 CITY OF MARYSVILLE FLEET EQUIPMENT LIST EXHIBIT A .. .··· YEAR/'MAKE/MODEL . · . 1999 JEEP CHEROKEE 1999 JEEP CHEROKEE 1999 JEEP CHEROKEE 2004 DODGE STRATUS 2003 CHEV IMPALA 200S DODGE STRATUS 200S DODGE AVENGER 2004 CUROTTO-CAN CUROTTO-CAN II 2004 CUROTTO-CAN CUROTTO-CAN II 2004 CUROTTO-CAN CUROTTO-CAN II 2004 CUROTTO-CAN CUROTTO-CAN II 2003 B&W RADAR TRAILER 2006 BUTLER TILT-TRLR 2006 EAGLE TRAILER-LNDSCPE 2006 EAGLE TIL T-TRLR 200S PJ TRAILERS POWER TILT-TRLR 200S OLYMPIC OM6 TILTTRLR 2009 TRAIL-EZE TE401-TIL T TRLR 2009 BIG TOW B20T /TILT TRLR 2012 STALKER/SAM RADAR TRAILER 2013 STALKER/SAM RADAR TRAILER 2013 SOLAR TECH.VARIABLE MESSAGE TRAILER 2013 SOLAR TECH.VARIABLE MESSAGE TRAILER 2001 PRO-PAVER S13RT 2004 ELGIN SWEEPER 200S FREIGHTLINER VACTOR 2004 NEW HOLLAND TRACTOR/MOWER 2004 JOHN DEERE 310SG BACKHOE 200S PSI M413XT GRADER 2006 PSI ANGLE BROOM 2007 JOHN DEERE TRACTOR/MOWER 200S INTERNATIONAL VACTOR 200S JOHN DEERE 310SJ BACKHOE 2009 KOMATSU PCSSMRS EXCVTOR 2010 NEW HOLLAND TRACTOR/MOWER 2013 INTERNATIONAL/TYMCO SOOX SWEEPER 2003 PETERBILT 320S/WASTE TRUCK 2003 CHEV C3SOO 2003 WORKHORSE STEP VAN 1991 FORD INCIDENT VAN 2004 FORD F4SO BUCKET TRK 200S PETERBILT 320 S/WASTE TRUCK 200S PETERBILT 320 S/WASTE TRUCK 200S FORD F3SO 200S FORD F3SO 2006 FORD F4SO FLATBED Page 3 of 6 •.·.· . EQUIPMENT.NO. . JOll J012 J013 J014 J015 J016 J017 J018 J019 J021 J020 J022 J023 J024 J025 J026 J028 J029 MOOl M002 M003 MOOS MOO? MOOS M009 M009A MOlO MOU M012 M013 M014 M015 M016 M017 M018 M019 M020 M021 M022 N923 P102 P106 P109 PllO Plll Pl12 CITY OF MARYSVILLE FLEET EQUIPMENT LIST EXHIBIT A .· ·•.· ..... 'fEARfMAKE/MODEL 2005 CRANE CARRIER GARBAGE TRUCK 2006 FORD F350 2007 FORD F450 2006 FORD F350 2007 FORD F450 FLATBED 2006 INTERNATIONAL 7400 4X2 1994 FORD F700 ARMORED 2008 INTERNATIONAL 7600-10 YD DUMP 2008 FORD F350 2011 FORD F350 SERVICE BODY TRUCK 2009 INTERNATIONAL 7400-5 YD DUMP 2011 FORD F450 FLATBED 2011 FORD FSSO FLATBED DU 2011 PETERBILT 320 GARBAGE TRUCK 2011 PETERBILT 320 GARBAGE TRUCK 2000 FREIGHTLINER FLD112 10-YD DUMP TRUCK 2012 FORD E350 PRISONER TRANSPORT 2004 INTERNATIONAL 5600-10 YD DUMP 2000 MEYER C-8.5 PLOW 2000 AIR-FLO 1.5 YD. SANDER 2002 SWENSON 100-14-54 2000 SULLAIR AIR COMPRESSOR 2004 PB LOADER BC-4/PATCHER 2005 BANDIT CHIPPER200 2005 MARATHON KERA145HD 2008 VAN AIR VIPER-80 2005 MARATHON CR250K-ROUTER 2001 TRAILER HAUL WT540 TANKER 2005 VIBROMAX 265-ROLLER 2007 AMERICAN/FRINK 3910-POL Y PLOW 2007 MONROE MV1688456WASF3 2007 MB COMPANIES M-B 2004T 2008 WELLSCARGO/CUES CWl 422-102 2008 MONROE MV1688456WASF3 2008 MONROE MV1208456WASF2 2008 TURBO TECH. ICS-300 SPRAYER 2010 AMERICAN/FRINK 3910-POL Y PLOW 2010 MONROE MV1206458WA SANDER 2011 PREMIER SADV200C DEWATERING PUMP TRLR 1989 TOYOTA CAMRY 2003 FORD CROWN VICTORIA 2003 FORD CROWN VICTORIA 2004 FORD CROWN VICTORIA 2004 FORD CROWN VICTORIA 2004 FORD CROWN VICTORIA 2004 FORD CROWN VICTORIA Page 4 of 6 . . .· EOUIPMENTNO. P113 P114 P115 P116 P117 P119 P120 P121 P122 P123 P124 P125 P126 P128 P129 P130 P131 P133 P134 P135 P136 P137 P138 P139 P140 P141 P142 P143 P144 P145 P146 P147 P148 P149 P150 5001 V001 V002 V003 V004 V005 V006 V007 V008 V009 VOlO CITY OF MARYSVILLE FLEET EQUIPMENT LIST YEAR/MAKE/MODEL . 2004 FORD CROWN VICTORIA 2005 FORD CROWN VICTORIA 2005 FORD CROWN VICTORIA 2005 FORD CROWN VICTORIA 2005 FORD CROWN VICTORIA 2006 FORD CROWN VICTORIA K-9 2006 FORD CROWN VICTORIA 2006 FORD CROWN VICTORIA 2006 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2008 FORD CROWN VICTORIA 2008 FORD CROWN VICTORIA 2008 FORD CROWN VICTORIA 2008 FORD CROWN VICTORIA 2008 FORD CROWN VICTORIA 2009 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA K-9 2006 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2011 FORD CROWN VICTORIA K-9 2006 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2006 FORD CROWN VICTORIA 2007 FORD CROWN VICTORIA 2013 CHEVROLET CAPRICE 2013 CHEVROLET CAPRICE 2013 CHEVROLET CAPRICE 2013 CHEVROLET CAPRICE 2013 CHEVROLET CAPRICE 2013 CHEVROLET CAPRICE 1993 ACURA INTEGRA 2002 GMC SONOMA 2003 JEEP WRANGLER 2003 JEEP WRANGLER 2004 FORD F150 2004 FORD E350 2003 CHEV TRAILBLAZER 2005 FORD RANGER 2005 FORD RANGER 2005 CHEV P/U 2005 FORD RANGER Page 5 of 6 EXHIBIT A .·.· .· · .. EOUIPMENTNO. V011 V012 V013 V014 V015 V016 V017 V018 V019 V020 V022 V023 V024 W004 W015 W016 WCOl WC02 CITY OF MARYSVILLE FLEET EQUIPMENT LIST ·• . YEAR/MAKE/MODEL 2005 CHEV P/U 2007 CHEV COLORADO 2007 FORD F150 2007 FORD RANGER 2007 FORD RANGER 2007 FORD RANGER 2006 FORD E350 12 PSNGR 2008 CHEV COLORADO 2010 CHEV COLORADO 2010 CHEV COLORADO 2013 FORD F150 PICK-UP 2013 FORD F150 PICK-UP 2013 FORD F150 PICK-UP 2003 TORO PROSTRIPER-8000 2013 KUBOTA ZERO TURN MOWER 2013 KUBOTA ZERO TURN MOWER 1997 PROFAB BARGE 2007 PROFAB BARGE Page 6 of 6 EXHIBIT A