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