HomeMy WebLinkAboutContractMASTER NON-EXCLUSIVE ON-CALL SMALL PUBLIC WORKS
AGREEMENT FOR Doors, Gates, & Rollup Door Repair,
Maintenance, and Inspection Services
CAG-25-197
THIS AGREEMENT 11th day of June
Davis
Door Service, Inc.Corporation who are collectively referred
to as to provide non-exclusive on-call Doors, Gates, & Rollup Door Repair,
Maintenance, and Inspection services. City and Contractor agree as set forth below.
The City desired on-call tree maintenance and removal services and solicited a written Bid
Proposal for this Agreement. The Contractor responded to the Bid Proposal to provide these
services and represents that it is qualified and possesses sufficient skills to perform such work.
1. Scope of Work: Contractor agrees to provide non-exclusive on-call Doors, Gates, & Rollup
Doors Repair, Maintenance, and Inspection Services as specified in Exhibit A. which is
to be assigned as INVOICE WORK ORDERS need under this agreement by the project
managers.
2. Changes in Scope of Work: City, without invalidating this Agreement, may order changes
to the Scope of Work consisting of additions, deletions or modifications, the Agreement
Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work
shall be authorized by written Change Order or Amendment signed by the Parties.
3. Time of Performance/ Term of Agreement/ Renewal :
A. Contractor shall commence performance of the Agreement pursuant to the
schedules set forth in an invoice.
B. The Term of this Agreements is one year: All Work shall be performed not later
than May 1st, 2026 a.
C. This Agreement may be renewed for two (2) additional one (1) year periods.
* note the Prevailing Wage Rate update in Paragraph 5. A.
CAG-25-197
PAGE 2 OF 17
D. This Agreement may be extended for less than one year to accomplish and existing
INVOICE WORK ORDERS, if required, upon mutual written agreement of City and
Contractor.
4. Compensation:
A. Amount. Total compensation to Contractor for Work for ALL ON-CALL INVOICE WORK
ORDERS cumulatively provided pursuant to this Agreement shall not exceed
$49,500.00, including any applicable state and local sales taxes. Compensation shall
be paid based upon Work actually performed according to the rate(s) or amounts
specified in Exhibit B. The work will be ordered as needed per ON-CALL INVOICE ORDER
and there is no guaranteed minimum amount to be paid under this Agreement. The
Contractor agrees that any hourly or flat rate charged by it for its Work shall remain
locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in
Exhibit B. Except as specifically provided herein, the Contractor shall be solely
responsible for payment of any taxes imposed as a result of the performance and
payment of this Agreement.
B. Method of Payment. For each ON-CALL INVOICE WORK ORDER, on a monthly or no less
than quarterly basis during any quarter in which Work is performed, the Contractor
shall submit a voucher or invoice in a form specified by the City, including a description
of what Work has 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 by the City for Work
performed within thirty (30) calendar days after receipt and approval by the
performance does not meet the requirements of this Agreement, the Contractor will
correct or modify its performance to comply with the Agreement. The City may
withhold payment for work that does not meet the requirements of this Agreement.
C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by
the City of any remedies it may have against the Contractor for failure of the Contractor
to perform the Work or for any breach of this Agreement by the Contractor.
D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for
payment under this Agreement for any future fiscal period, the City shall 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.
PAGE 3 OF 17
5. Prevailing Wage/ Method of Payment/ Retainage/ Bonding: Payment by the City for the
Work will only be made after the Work has been performed and a voucher or invoice is
submitted in a form acceptable to the City.
A.Prevailing Wage Rates:
Contractor must comply with the State of Washington prevailing wage
requirements. Contractor must file an Intent To Pay Prevailing Wage at the
beginning of the project and at the beginning of each calendar year and an
Affidavit of Wages Paid at the end of each calendar year and at the end of the
project with the Washington State Department of Labor and Industries. *Final
payment will be held until Affidavit of Wages Paid is submitted for each
period/calendar year or end of project.
The State of Washington prevailing wage rates applicable for this project, which is
located in King County, may be found at the following website address of the
Department of Labor and Industries:
http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp
http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
Pursuant to WAC 296-127-011, the applicable effective date for prevailing wage
rates paid for the duration of this contract shall be the date the contract is
(*Note Prevailing Wages for this agreement will update to the then current
Prevailing Wages rate for the effective date of each one year renewal.)
Upon request, the City will provide a copy of the applicable prevailing wages for
this project. Alternatively, the rates may be viewed at the City of Renton City Hall
by making an appointment with the contact person identified herein or prior to
contract award with the contact person identified as the City of Renton contact in
Paragraph 14 Notices of this agreement.
B.For Agreements over $150,000:
Pursuant to RCW 60.28 and 39.08 The City requires a 5 % Retainage be withheld
and that the Contractor will provide a Performance and Payment (Contract) Bond
on the City approved form upon execution of the Agreement. Payment of the initial
95% will be made in the next pay cycle of the Renton Finance Department after
receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5%
will be retained for the purpose of completion of the project and fulfillment of
claims and liens.
PAGE 4 OF 17
C.For Agreements under $150,000
Pursuant to RCW 60.28 and 39.08 the City requires a 5 % Retainage be withheld
and that the Contractor will provide either a Performance and Payment (Contract)
Bond on the City approved form upon execution of the Agreement or waive the
payment and performance bond and instead the City will retain 10%. Payment of
the initial 95% will be made in the next pay cycle of the Renton Finance Department
after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining
5% will be retained for the purpose of completion of the project and fulfillment of
claims and liens. (Unless the Contractor waives the payment and performance
bond below and opts for a 10% retainage below.)
Contractor must pick one if contractor does not pick one then the first option
(5% retainage with contract bond) applies:
_______ To provide a payment and performance bond (contract bond) in the
amount of 100% of the estimate including taxes with a 5% retainage.
or
___X____ To waive a payment and performance bond (contract bond) and
instead the city will retain the remaining 10% will be retained for the purpose of
completion of the project and fulfillment of claims and liens.
D. City shall have the right to withhold payment to Contractor for any work not
completed in a satisfactory manner until such time as Contractor modifies such
work so that the same is satisfactory.
E. Final Acceptance. Final Acceptance of the Project of an ALL ON-CALL INVOICE
WORK ORDERS when the City has determined that the Project is one hundred
percent (100%) complete and has been completed in accordance with the Plans
and Specifications.
6. Termination:
A. The City reserves the right to terminate this Agreement at any time, with or without
the Contractor in writing. In the event
of such termination or suspension, all finished or unfinished documents, data, studies,
worksheets, models and reports, or other material prepared by the Contractor
pursuant to this Agreement shall be submitted to the City, if any are required as part
of the Work.
B. In the event this Agreement is terminated by the City, the Contractor shall be entitled
to payment for all hours worked to the effective date of termination, less all payments
previously made. If the Agreement is terminated by the City after partial performance
of Work for which the agreed compensation is a fixed fee, the City shall pay the
PAGE 5 OF 17
Contractor an equitable share of the fixed fee. This provision shall not prevent the City
from seeking any legal remedies it may have for the violation or nonperformance of
any of the provisions of this Agreement and such charges due to the City shall be
deducted from the final payment due the Consultant. No payment shall be made by
the City for any expenses incurred or work done following the effective date of
termination unless authorized in advance in writing by the City.
7. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected
officials, officers, agents, employees and volunteers, from and against any and all claims,
losses or liability, or any portion of the same, including but not limited to reasonable
a
omission,
except for those acts caused by or resulting from a negligent act or omission by City and
its officers, agents, employees and volunteers.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
construction, alteration, improvement, etc., of structure or improvement attached to real
or damages to property caused by or resulting from the concurrent negligence of the
It is further specifically and expressly understood that the indemnification provided in this
RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually
negotiated and agreed to this waiver. The provisions of this section shall survive the
expiration or termination of this Agreement.
8. Insurance: Contractor shall secure and maintain:
A. Commercial general liability insurance in the minimum amounts of $1,000,000 for
each occurrence/$2,000,000 aggregate for the Term of this Agreement.
B. In the event that Work delivered pursuant to this Agreement either directly or
indirectly involve or require Professional Services, Professional Liability, Errors and
Omissions coverage shall be provided with minimum limits of $1,000,000 per
occurrence. "Professional Services", for the purpose of this section, shall mean any
Work provided by a licensed professional or Work that requires a professional
standard of care.
C. Workers
the State of Washington, shall also be secured.
PAGE 6 OF 17
D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased,
hired or non-owned, with minimum limits of $1,000,000 per occurrence combined
by or on behalf of the City, beyond normal commutes.
E.
Renton will be named as an Additional Insured on a non-contributory primary
liability.
F.
proper endorsements, shall be delivered to City before executing the work of this
Agreement.
G. Contractor shall provide City with written notice of any policy cancellation, within
two (2) business days of their receipt of such notice.
H.Additional Insuran
for a particular ALL ON-CALL INVOICE WORK ORDERS:
1.Required. Builders Risk insurance covering interests of the City, the
Contractor, Subcontractors, and Sub-contractors in the work. Builders Risk
insurance shall be on a special perils policy form and shall insure against
the perils of fire and extended coverage and physical loss or damage
including flood, earthquake, theft, vandalism, malicious mischief, and
collapse. The Builders Risk insurance shall include coverage for temporary
buildings, debris removal and damage to materials in transit or stored off-
site. This Builders Risk insurance covering the work will have a deductible
of $5,000 for each occurrence, which will be the responsibility of the
Contractor. Higher deductibles for flood and earthquake perils may be
accepted by the City upon written request by the Contractor and written
acceptance by the City. Any increased deductibles accepted by the City will
remain the responsibility of the Contractor. The Builders Risk insurance
shall be maintained until final acceptance of the work by the City.
2.Required. Contractors Pollution Liability insurance covering losses
caused by pollution conditions that arise from the operations of the
Contractor. Contractors Pollution Liability insurance shall be written in an
amount of at least $1,000,000 per loss, with an annual aggregate of at least
$1,000,000. Contractors Pollution Liability shall cover bodily injury,
property damage, cleanup costs and defense including costs and expenses
incurred in the investigation, defense, or settlement of claims.
PAGE 7 OF 17
If the Contractors Pollution Liability insurance is written on a claims-made
basis, the Contractor warrants that any retroactive date applicable to
coverage under the policy precedes the effective date of this contract; and
that continuous coverage will be maintained or an extended discovery
period will be exercised for a period of three (3) years beginning from the
time that work under the contract is completed.
The City shall be named by endorsement as an additional insured on the
Contractors Pollution Liability insurance policy.
If the scope of services as defined in this contract includes the disposal of
any hazardous materials from the job site, the Contractor must furnish to
the City evidence of Pollution Liability insurance maintained by the disposal
site operator for losses arising from the insured facility accepting waste
under this contract. Coverage certified to the Public Entity under this
paragraph must be maintained in minimum amounts of $1,000,000 per loss,
with an annual aggregate of at least $1,000,000.
Pollution Liability coverage at least as broad as that provided under ISO
Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA
99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90)
shall be attached.
9. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational
qualification, the Contractor agrees as follows:
A. Contractor, and Contractor
with regard to the Work performed or to be performed under this Agreement,
shall not discriminate on the basis of race, color, sex, religion, nationality, creed,
marital status, sexual orientation or preference, age (except minimum age and
retirement provisions), honorably discharged veteran or military status, or the
presence of any sensory, mental or physical handicap, unless based upon a bona
fide occupational qualification in relationship to hiring and employment, in
employment or application for employment, the administration of the delivery of
Work or any other benefits under this Agreement, or procurement of materials or
supplies.
B. The Contractor will take affirmative action to insure that applicants are employed
and that employees are treated during employment without regard to their race,
creed, color, national origin, sex, age, sexual orientation, physical, sensory or
mental handicaps, or marital status. Such action shall include, but not be limited
to the following employment, upgrading, demotion or transfer, recruitment or
PAGE 8 OF 17
recruitment advertising, layoff or termination, rates of pay or other forms of
compensation and selection for training.
C.-discrimination
provisions, City shall have the right, at its option, to cancel the Agreement in whole
or in part.
D. Contractor is responsible to be aware of and in compliance with all federal, state
and local laws and regulations that may affect the satisfactory completion of the
project, which includes but is not limited to fair labor laws and worker's
compensation.
10. Independent Contractor:mployees, while engaged in the performance of
this Agreement, shall be considered employees of the
Contractor and not employees, agents, representatives of City and as a result, shall not be
shall be at all ti
Act claims on behalf of Contractor employees, and any and all claims made by a third-party
while engaged in Work provided to be rendered under this Agreement, shall be the solely
11. City of Renton Business License:The Contractor shall obtain a City of Renton Business
License prior to performing any Work and maintain the business license in good standing
throughout the term of this agreement with the City.
Information regarding acquiring a city business license can be found at:
https://www.rentonwa.gov/Tax
Information regarding State business licensing requirements can be found at:
http://dor.wa.gov/doing-business/register-my-business
12. Record Keeping and Reporting: Contractor shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work provided in the
performance of this Agreement. The Contractor agrees to provide access to and copies of
any records related to this Agreement as required by the City to audit expenditures and
charges and/or to comply with the Washington State Public Records Act (Chapter 42.56
RCW).
13. Public Records Compliance. To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Contractor shall make a due diligent search
of all records in its possession, including, but not limited to, e-mail, correspondence, notes,
PAGE 9 OF 17
saved telephone messages, recordings, photos, or drawings and provide them to the City
for production. In the event Contractor believes said records need to be protected from
attendant to any claim or litigation related to a Public Records Act request for which
Contractor has responsive records and for which Contractor has withheld records or
information contained therein, or not provided them to the City in a timely manner.
Contractor shall produce for distribution any and all records responsive to the Public
Records Act request in a timely manner, unless those records are protected by court order.
14. Other Provisions:
A.Administration and Notices. Each individual executing this Agreement on behalf
of City and Contractor represents and warrants that such individuals are duly
authorized to execute and deliver this Agreement on behalf of City or Contractor.
Notice: Except for Service of Process in a legal proceeding, any notices required to
be given by the Parties shall be delivered at the addresses set forth below. Any
notices may be delivered personally to the addressee of the notice or may be
deposited in the United States mail, postage prepaid, to the address set forth
below. Any notice so posted in the United States mail shall be deemed received
three (3) calendar days after the date of mailing. Email notice will be deemed
received the date of the email so long as sent before 12:00 noon on a business day,
if after 12:00 Noon it will be deemed received the next business day a copy of
email notice must be mailed as set forth above. This Agreement shall be
administered by and any notices should be sent to the undersigned individuals or
their designees.
CITY OF RENTON
Edward Grybe
1055 South Grady Way
Renton, WA 98057
Phone: (206) 475-0662
egrube@rentonwa.gov
CONTRACTOR
Davis Door Service, Inc.
2021 South Grand Street
Seattle, WA 98144
Phone: 206-324-9101
service@davisdoor.com
Fax: 206-324-9104
B.Amendment and Modification. This Agreement may be amended only by an
instrument in writing, duly executed by both Parties.
PAGE 10 OF 17
C.Assignment and Subcontract. Contractor shall not assign or subcontract any
consent.
D.Compliance with Laws
perform the Work in accordance with all applicable federal, state, county and city
laws, codes and ordinances. A copy of this language must be made a part of any
contractor or subcontractor agreement.
E.Conflicts. In the event of any inconsistencies between contractor proposals and
this contract, the terms of this contract shall prevail.
F.Governing Law. This Agreement shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
G.Joint Drafting Effort. This Agreement shall be considered for all purposes as
prepared by the joint efforts of the Parties and shall not be construed against one
party or the other as a result of the preparation, substitution, submission or other
event of negotiation, drafting or execution.
H.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce
or interpret this Agreement or any of its terms or covenants shall be brought in the
King County Superior Court for the State of Washington at the Maleng Regional
Justice Center in Kent, King County, Washington, or its replacement or successor.
Contractor hereby expressly consents to the personal and exclusive jurisdiction
and venue of such court even if Contractor is a foreign corporation not registered
with the State of Washington.
I.Severability. A co
or part of this Agreement is illegal or unenforceable shall not cancel or invalidate
the remainder of this Agreement, which shall remain in full force and effect.
J.Sole and Entire Agreement. This Agreement contains the entire agreement of the
Parties and any representations or understandings, whether oral or written, not
incorporated are excluded.
K.Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be
construed to give any rights or benefits in the Agreement to anyone other than the
Parties, and all duties and responsibilities undertaken pursuant to this Agreement
will be for the sole and exclusive benefit of the Parties and no one else.
PAGE 11 OF 17
L.Waivers. All waivers shall be in writing and signed by the waiving party. Either
shall not prevent either City or Contractor from enforcing that provision or any
other provision of this Agreement in the future. Waiver of breach of any provision
of this Agreement shall not be deemed to be a waiver of any prior or subsequent
breach unless it is expressly waived in writing.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the
Effective Date.
CITY OF RENTON
_____________________________
CONTRACTOR
____________________________
Martin Pastucha
Public Works Administrator
Printed Name:
Title:
1055 South Grady Way
Renton, Washington 98057
_____________________________
Date
_____________________________
Date
Approved as to Legal Form
_______________________________
Shane Moloney
Renton City Attorney
Non-standard
Master Small PW On-Call CLB 4-24-24
template
5/1/2025
CFO
Approved by Cheryl Beyer via email 5/21/2025
PAGE 12 OF 17
Exhibit A
SCOPE OF WORK
City of Renton
ON-CALL Doors, Gates, & Rollup Door Repair, Maintenance, and Inspection SERVICES
Project Manager:
Introduction
The City of Renton requests services to perform Doors, Gates, & Rollup Door Repair,
Maintenance, and Inspection Service on an basis with up to 3 companies. A
$49,500.00 -not-to-does not guarantee workto any contractor, and the
amount paid will be based upon time and materials of actual work performed. A written
quote will be required for each call-out under the agreement.
The City reserves the right to award multiple contracts to multiple contractors for this work if
it is in the best interest of the City. The City reserves the right to choose any of the
companies awarded this contract for each call-out.
The overtime rates set forth in the contract will be reimbursable only to the extent the
overtime has been approved by the City.
Equipment rental will be reimbursed for the exact amount paid; receipts must be submitted
with a n invoice. Traffic control plans should be considered a requirement for some
locations.
Additional requirements of the work are included below. It is your responsibility to read
these requirements thoroughly and to become familiar with each site location where work is
assigned to the amount and type of work involved to complete.
PAGE 13 OF 17
Minimum Requirements of Contractor
Renton Business License, registered contractor with the State of Washington,
current State Unified Business Identifier Number
Proof of Insurance - Minimum amounts to be approved in advance by City Risk
Management. Includes General Liability, Automobile Liability, Workers
Liability. See the attached contract for specific
requirements.
Include with the First Invoice the Intent to Pay Prevailing Wage Rates
and submit the Affidavit to Pay Prevailing Wage Rates at the completion of the last
Invoice of the Year; the Affidavit must total the amount of all Invoices Paid for the
year. Labor rates shall be Prevailing Wage Rates for the industry.
Background Check is required to work in areas designated Criminal Justice
Information Service (CJIS). The city will provide the contractor the Authorization
Form to get their designated technician's background checked.
o Attachment A for Exhibit A
All Technicians shall wear the most up-to-date personal protective equipment
(PPE), including but not limited to safety glasses, gloves, and footwear, while on the
job site.
Equipment and experience in Maintenance, Troubleshooting, and Repairing Doors,
Gates, and Rollup Door Equipment and all associated components (i.e., Hinges,
Frames, Lockset, Gate Equipment, Springs, Motor Controls, Limit Switches,
Wiring/Conduit, etc.).
Work that is incomplete at the end of the workday must be in a state that allows
the Door, Gate, and Rollup Door to be secured for the day and/or restored
safely.
The Contractor reserves the right to change any Technician Assignment and substitute
another Technician at any time due to illness or other Emergency.
Technicians shall not wear clothing that is offensive or distracting while at the location.
No Smoking is allowed by the Technicians except in designated areas.
Preferred Qualifications of Doors, Gates, and Rollup Door Technicians
Familiarity with and adherence to:
o RCW 19.28 Electricians and Electrical Installation
o WAC 296-46B - 920 Door, Gate, and Similar System
o WAC 296-56-60127 Cargo Doors
PAGE 14 OF 17
o WAC 296-96-24115 Landing Enclosures and Gates
o WAC 246-359-510 Door Requirements
o Washington State Building Code 1010 Doors, Gates, and Turnstiles
Certification Requirements
o Any Washington State required certifications not listed to safely work on Doors,
Rollup Doors, and Gates
Project Area Specifications Prior to Beginning Work
On-Site Meeting with the Door Technician and Facilities to go over what work is
to be accomplished.
o Sign out an Access Badge and/or Key (if applicable)
If the area at the location is a Designated CJIS Area, the
employees of the contractor must be on the City of Renton
CJIS Authorized Contract Employee List.
Non-Emergency Work
Doors, Gates, & Rollup Door Repair, Maintenance, and Inspection Service
Work must be scheduled in Advance so Facilities can schedule the work with the
Staff that reside in the building and provide a facilities Technician to be available if
needed.
If applicable, ensure the appropriate Building Permit is filed with the city.
The contractor is responsible for:
o Put up Safety Signs and Caution/Danger Tape to safely cordon off the area.
o If the Door, Gate, or Rollup Door is to be worked on, they will temporarily close
off the Path when work is started.
Emergency Work
Doors, Gates, & Rollup Door Repair, Maintenance, and Inspection Service
If applicable, ensure the appropriate Building Permit is filed with the city.
The contractor is responsible for:
o Put up Safety Signs and Caution/Danger Tape to safely cordon off the area.
o If the Door, Gate, or Rollup Door is to be worked on, they will temporarily close
off the Path when work is started.
Special Conditions
Damage that occurs as a direct result of contractor actions or inaction is the
sole responsibility of the contractor.
Designated City Hall CJIS Locations; Background Check Required
o P2 Data Closet
PAGE 15 OF 17
o P2 All PD areas (evidence room, evidence offices, evidence intake area)
o 1st Floor:
Police Dept area (not first door to access stairwell but next door to PD
area)
IT area Suite #110 and the NOC (Network Operations Center)
o 2nd Floor All Police areas (offices, conference rooms, Tech Room...) and Data
Closet
o 3rd Floor EHD office, Court areas, Data Closet
o 4th Floor:
City Attorney's Office area (including lunch/breakroom)
New IT area
Temp HR/PD area
o Training Room #405
o 5th Floor Traffic Control Room
o 7th Floor Human Resources Office Space
o Off-Site Police Evidence Garages
o Public Works Sign Shop building
Invoices
Invoices should be submitted to:
Brian Hammon, Facilities Manager
Edward Grube,FacilitiesCapitalProject
Coordinator
Public Works - Facilities Department 5th Floor
1055 South Grady Way, Renton, WA 98057
Email:Facilities@Rentonwa.gov
Telephone: (425) 430-7222
Invoices should contain the following information to prevent a delay in processing:
o Contractor name, address, and telephone number
o Contract Number assigned upon execution of agreement
o Unique Invoice Number
o Date work performed
o Location where work was performed
o Number of workers assigned to task
o Classification of workers assigned to task
PAGE 16 OF 17
o Total hours worked
o Materials including mark-up
o Amount due, Washington sales tax, and total amount due
o Washington Department of Labor and Industries Intent to Pay Prevailing Wage
Statement with first invoice. Affidavit of Wages Paid Statement for each invoice
thereafter. Failure to submit these forms may delay the processing of invoices.
PAGE 17 OF 17
Exhibit B
SCHEDULE OF COSTS AND HOURLY RATES
City of Renton
ON-CALL Doors, Gates, & Rollup Door Repair, Maintenance, and Inspection SERVICES
Time and Material Submission (sealed bid or by email)
Agreement Sum (based upon prevailing wage)
o Regular Rate per Hour: ______________ per man-hour
o Overtime Rate per Hour: ______________ per man-hour
o Material Markup Percentage: ___________%
Equipment Schedule Submission
Description:_______________________________________________________________
___
Description:_______________________________________________________________
___
Description:_______________________________________________________________
___
$327.00
$218.00
Varies