Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 23-006 - MACMOR INCAgh Pik I" fi A IL N L>® FML
RETURN TO: PW ADMIN EXT: 2700 ID #: 4329
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS /
2. ORIGINATING STAFFPIERSON:.Jarred Larson EXT: 2727 3. DATE REQ. BY: 11 /21 /23
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, 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#): 23-006 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME:_2023 ROW Landscaping
5. NAME OF CONTRACTOR: Macmor Inc
ADDRESS: 13710 Canyon Rd E. Suite B TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS: EI SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/311 UBI # . ,EXP. _/_/_
7. TERM: COMMENCEMENT DATE:_ 0r,C9'^r'\ \\ k �22 COMPLETION DATE: 12/31 /20255
8. TOTAL COMPENSATION: $ add 265,053.51 for 461,772.48 total (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: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: 101-4400-240-542-70-480
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
d DIVISION MANAGER JL 11/8/2023
A DEPUTY DIRECTOR DSW 11/8/2023
A DIRECTOR --'
❑ RISK MANAGEMENT (IF APPLICABLE)
A LAW DEPT KVA 11/16/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 1002023
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1011712023
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 11/17/23 DATE REC, D: 12/12/23
❑ 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.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
N LAW DEPT 7-1 q'l
SPA GNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG # AG# -adCfl
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE " " ORIGINALS
amendment approved by council for 2024 now; 2025 when budget is passed for 2025 Ramp clean up approved in September 2023 by council (grant received)
17020
CITY OF CITY HALL
Fe d e ra I Way Feder l Avenue South
Federal Way, WA 9803-6325
(253)835-7000
www cityoffederalway com
AMENDMENT NO. 1
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
This Amendment ("Amendment No. 1 ") is made between the City of Federal Way, a Washington municipal
corporation ("City"), and Macmor Inc, 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 2023 Right -of -Way Landscape Maintenance ("Agreement") dated effective November 22, 2022, as amended by
Amendment No. 1 as follows:
1. AMENDED TERM. The term of the Agreement, as referenced by Section 1 of the Agreement and any prior
amendments thereto, shall be amended and shall continue until the completion of the Services, but in any event no
later than December 31, 2025 ("Amended Term").
2. AMENDED SERVICES. The Services, as described in Exhibit A and as referenced by Section 2 of the
Agreement, shall be amended to include, in addition to the Services and terms required under the original Agreement
and any prior amendments thereto, those additional services described in Exhibit A-1 attached hereto and
incorporated by this reference ("Additional Services").
3. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 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 B-1, attached hereto and incorporated by 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 Amended Term. Except as otherwise provided in an attached Exhibit, the Contractor shall
be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance
and payment of this Agreement.
4. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 4/2023
CITY of CITY HALL
33325 4 Feder
F�d�rar Way8th Avenue South
Federal Way, WA 98003-6325
(253)835-7000
www ci yoffederalway com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
By. cl,--�� ' idAht�t OaAtet4
Jim F ell, Mayor S h nie Courtney, CMC, nClerk
DATE: 1 I s 3
MACMOR INC:
By:
Printed Name: 416n
Title:
Date: 2 '3
STATE OF WASHINGTON )
) ss.
COUNTY OF Pierce- )
APPROVED AS TO FORM:
r Y/kyan Call, City At#omejl
Ohis day personally appeared before me to me known to be the
thi-�- s
[l in -: of Macmor Inc that executed the within and 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 or she was authorized to execute said instrument and that the seal affixed, if
any, is the corporate seal of said corporation. rI h
GIVEN my hand and official seal this 1-0 day of ltii V 20'1
0 p,t\A. U NFL •,,�J
y Notary's signature
=P. �• s��2Q x ' Notary's printed name
`9 2j'rs'
4:•v D�rL NARY ••: = Notary Public in and for the State of Washington.
. . = My commission expires (p ZCj • 2
8�-�G +n
��� yj.• Numbe .���'��
0 F W
AM�V"11HI'l'7 - 2 -
4/2023
CITY of
Federal Way
EXHIBIT A-1
ADDITIONAL SERVICES
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253)835-7000
www cityoffederalway com
The Contractor shall do or provide the following in addition to Services in previous Exhibits:
Project (Interstate Ramp Cleanup)
Project #34 is added as follows:
Complete litter pick-up and disposal per Section 9 of the "Technical Requirements" for three (3) interstate/highway
interchange ramps at: (1) Interstate 5 and S 320th; (2),Interstate 5 and Highway 18; and (3) Highway 18 and
Weyerhauser Way. Work shall be completed at least once per month with no less than a 25 calendar day separation
between litter picks, unless otherwise approved by the City. The City shall be notified of the planned litter pick days
no later than two (2) business days prior to the litter pick in order to confirm that there are no conflicts with WA
State Department of Transportation (WSDOT).
AMENDMENT - 3, 4/2023
.ASC}TY OF
,� Federal Way
EXHIBIT B-1
ADDITIONAL COMPENSATION
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
my v cityoffederafway.com
1. Total Compensation: In return for the Additional Services, the City shall pay the Contractor an additional
amount not to exceed Two Hundred Sixty -Five Thousand Forty -Three and 511100 Dollars ($265,043.51). The total
amount payable to Contractor pursuant to the original Agreement, all previous Amendments, and this Amendment
shall be an amount not to exceed Four Hundred Sixty -One Thousand Seven Hundred Seventy -Two and 48/100
Dollars ($461,772.48).
2. Method of Compensation:
Unit Price
In consideration of the Contractor performing the Services, the City agrees to pay the Contractor an amount, based
on the Amendment 1 bid schedule prices as shown below. These unit prices are for work starting January 1, 2024.
Project 34 (Interchange Ramps Litter Pick -Up) will be paid per hourly rate for the year the work is completed.
2023: $53.26 / hour
2024: $55.71 / hour
2025: 2024 rates plus CPI increase as described in the base contract.
AMENDMENT - 4 - 4/2023
AG 23-006 - Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
Vendor Name->
Location >
Amendment 1.2024
MecT .Inc.
4A%CPI-U
Month
Base Bid
Quantity
Price Total
Project #1 S 298th St- I-5 to SR 99
anus
2
$4016 $80.31
$4016 $120.41
S40.16 $321.25
$40.16 $321.25
$40.16 $522.03
$40.16 $441,72
$4016 $481.87
$40.16 $361.40
$40.16 $401 56
$4016 $240 94
$4016 $200.78
$40-16 $80.31
February
3
March
8
ril
8
May
13
June
11
July
12
A-jgvsl
9
:September
10
October
6
November
5
December
$Wtolal Proee 1
,b7
Project S2 5 312th St - SR 99 to list Ave S
W
$37.48 $74.96
$37.48 $112,43
S37.48 $299.83
$37.48 $299.83
$37.48 $467.22
S37.48 $412.26
$37.48 S449.74
$37.48 $41226
$37.48 $374.78
$3748 $262.35
$37.46 $167 39
S37.46 $74.96
Janu
2
Fubruary
3
March
8
April
8
May
13
June
11
-Jul
12
Au ue1
11
S:e tember
10
October
7
November
5
Qmmber
2
5uhlaal P 'aci 2
.4a7.99
Project #3 5 312th St - SR 99 to 28th Ave S
$40.60 S40.60
$40.60 $4060
$40.60 $121.79
$40.60 $162 38
$40.60 $162.38
$4060 $162 38
$40.60 S162.38
$40.60 $12179
$4060 $121.79
$4060 $121.79
$40.60 $162.38
S4.0_.60 _ S40.60
174 0.
January
1
I-ebruary
1
AAtlrch
3
April
4
May
4
June
4
Jul
4
August
3
September
3
October
3
Novombcr
4
December
1
ubWEa Pr �ell3
Pro lit- 320Ih St -TIP SIa 47 Avo
$266A3 $532.85
$286.43 $799.28
$266.43 $2.131.41
$266 43 $2.397.84
$266 43 $3.463.55
$286.43 $3,197.12
$286.43 $3,463.55
$266.43 $2,664.27
$266 43 $2,664.27
$26643 $2,131.41
$26643 $1,59856
S$286.43 $532.85
Janus
2
February
3
March
6
April
9
May
13
June
12
,Hd
13
�u us[
10
September
10
OClober
8
NOVCmbRF
6
December
2
ubt4 l Popcl 4
..-...---- 2 .gym
Prc w P5 S 328th St - 71th PI s to
S30.45 $60.90
$3045 $91 35
$30.45 $243.59
$30.45 $274.04
$30.45 $395.84
$3045 $365.39
S30.45 $365 39
$3045 $334.94
$30.45 $274.04
$3045 $213.14
$3045 $16269
$30.45 _ S60.90
January
21
February
3
,March
6
nl
9
hoe
13
June
12
Jul
12
Au usl
11
.September
111
Oclobor
7
November
6
December
2
Subloial Neal
Pro eei Ih S - - toYVe erhaovscr
Janus
so 91 $55 81
$27.91 $83.72
$27.91 $195.35
$27.91 $22326
$27.91 $334.89
$27.91 $306.98
$27.91 $334.89
127 91 5308 98
$27 91 $25/.17
$2791 $19535
$27.91 $139.54
$27.91 $56.81
Fry t•Mue
3
March
7
April
8
M43Y
12
.tune
11
Jul'
12
Au u51
4T
September
9
October
7
November
$
acomber
hlwh QC[ 4
City of Federal Way
2023 ROW LondaceP0 Melnl6nenco
AG 23-006 - Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
Vendor Name ->
Location >
- -- Amendmantl-2024
Macrnor, Inc
4.616 cpl-U
Month
(Pro ect #7 S 324th St. 11 PIS to 18 Ave S
Quantity
Pdc4 Total
$44.40 $44.40
$44 40 $44 40
$44 40 $133 21
$44 40 $177.61
$44.40 $177.61
$44 40 $177.61
$44 40 $177.61
$44 40 $133.21
$44.40 $133-21
$44 40 $133 21
$44 40 $177.61
$44.40 $44.40
Janua
1
February
1
Match
3
Apnl
4
May
4
June
4
Jul
4
Au ust
3
September
3
October
3
November
4
Decumber
7
stzwzw 7
1.
Pro Oct 113 S 335th St -1.6 to 1 dt Ave 5
$5709 $114.18
$5709 $285-45
$5709 $570.91
$5709 $665.09
$5709 $913-45
$5709 $913.45
$5709 $913.45
$5709 $B56.36
$57 09 $742.18
$57 09 $628,00
$5709 $513,82
$57.09 $114.18
Janua
2
Fabrua
5
Marcri
1p
nl
12
May
16
June
1&
JUJIF
16
uaust
is.
September
13
octobor
11
(November
9
Decemb"
2
Sub Chi
Proiact 49 S 34Rnd St Llbra Lana
$30.45 $30.45
$30.45 $30.45
$30.45 $91.35
$30.45 $121.80
$30.45 $15225
$30.45 $121.80
$30 45 $152.25
$30.45 $91.38
$30 45 $121.80
$30 45 $91.35
$30.45 $15225
$30.45 $30-45
January
1
Februo
1
March
3
April
4
May
5
une
4
.Jul
5
August
3
sopiember
4
October
3
November
5
N-"Mbcr
1
ublotal Pro ect 511-187.51
Proeat#10S34SIh St-16 Ave 5to Hoyt
$293.30 $879.90
$293.30 $1,466A9
$293.30 $2.932.98
$293,30 $3,519.58
$293.30 $4,692-77
$293.30 S4,692.77
$293.30 $4,692.77
$293 30 $3,812.88
$293.30 $3,812.B8
$293 30 $3.226.26
$293.30 $2,639 69
$293.3D $679.90
pnua
3
February
5
March
10
April
12
May "-
1S
une
16
July
16
Auqust
13
letnber
13
October
11
November
9
DacOmtrer
uniat Prt
4 .
kw
ro eB
Pt 911 SW 3 6th t - ist Avo to 218t SW
Janua
2
0 1 B .31
$40A6 $120,47
$40.16 $321.25
$40.16 $321.29
$4016 $441.72
$40.16 $441-72
$40.16 $522.03
$4016 $441.72
$40.16 $401.56
$40.16 $281.09
$4016 $240.94
$4p.16 $80.31
February
t)
a
r1rch
11
11
JUN
13
AyUkt9
11
September
10
October
7
November
6
Uecember
Subtotal Pr ud t 1
Pro ect #12 23rd Ave S - 5 316 to S 324
$30 45 $30A5
$30.45 $30.45
$30.45 $91.35
$30.45 $121.80
$30.45 $12180
$30.45 $121.80
$30.45 $121.80
$30.45 $91.35
$30.45 $91.35
$30.45 $91,35
$30.45 $121.80
$30.45 $30.45
an
1
1=ebruary
1
March
3
A of
4
May
4
une
4
lul _
A W '-
4
3
September
3
DaDw
3
November
1
December
1
Su tout Y! 'ec[ 12
City of Federal Way
2023 ROW Lendoeepo Meinlonen6e
AG 23-006 - Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
Vendor Name ->
Location >
- Amandrnom 1 .2024
Meaner, Inc
I 4.6%CPI-U
Month
Project #13 16th Ave SlEnch P - SR 99 to S 358
Quantity
Prim Total
$31.77 $63.53
$31.77 $127.07
$31.77 $285 90
$3177 $317.67
$31.77 $412.97
$3177 $412.97
$31.77 $412.97
$31 77 $381.20
$31.77 $349.44
$31.77 $285 90
$31.77 $285 90
$31.77 ssaW
Janus
2
F&wuary
March
.9
ADO
1
May
13
,June
13
.Jul
13
August
ly
Se lambar
11
0--tober
9
November
9
December
2
SubtoW eC113
.399.0
Project #14 SR-99 - 5 272 to 5 2113
$99 29 $198.57
$99.29 $695.00
$99 29 $794.29
$99 29 $992.86
$99.29 $1,39001
$99.29 $1.191.44
$99.29 $1,290.72
$99.29 $1,29072
$99.29 $1,092.15
$99 29 $893 58
$9929 $893.58
$99.29 $198.57
anus
2
PUbFUPry
7
INarch
8
April
10
may
14
-June
12
.Jul
13
August
13
Suplumber
11
❑clober
9
November
91
December
2
auet¢la P cu 14
m,92.1.
Project #15 SR-99 - S 283 to 18 Ave 5
$125.77 $251.54
$125.77 $880 40
$125.77 $1,006.11
$125.77 $1.257.71
$125.77 $1,780.79
$125.77 $1.509.25
$125.77 $1.635.02
$125.77 $1,635.02
$125.77 $1,383.46
$125.77 $1.131.94
$125.77 11.131.94
$125.77 $251.54
Janu
2
tebrua
7
'Aamh
8
AE,.1
10
I,1g
14
June
12
Ju
13
August
13
September
11
clober
9
Novarnber
9
occemtler
2
Subtotal P 15
1
[eject I R-99I8A..Wt 310
Janus
M15 $241.06
$120.53 $84371
$120.53 $964.24
$12053 $1,205.31
$12053 $1,687.43
$120.53 $1.325.84
$120.53 $1.446.37
$120.53 $1.325.84
$120.53 $1.325.84
$120.53 $1,084.78
$12053 $1.084.78
$120.53 $241.06
February
7
March
.8
Awl
10
Mav
14
June
I1
.July
12
August
11
ember
11
Uclober
9
November
9
❑¢camb¢r
Subtotal Pro ec[ 16
1 4
Pro ad 7 SR-99 S 31010 5 324
$125.77 $251.54
$125.77 $880.40
$125.77 $1,006.17
$125.77 $1.383.48
$125.77 $1,886.67
$125.77 $1,635.02
$125 77 $1,760.79
$125 77 $1,760.79
$125.77 $1,635.02
$125.77 $1,38348
$125.77 $1,131.94
$125.77 $251.54
,F:)nuary
2
r
7
Mnrch
6
April
11
M.3y
15
Juno
13
.Jul
14
uqus[
14
5e er
13
❑debar
11
!November
9
DKvmbar
I
Subtolal Proectl
!•1,968.1
FIRNM fila SR•99 • S 32A to 5 340
$125.77 $25154
$125.77 $880.40
$125,77 $1.00617
$125.77 11,257.71
$125.77 s1,760791
$125.77 51,50925
$125.77 $1,886 57
$125.77 $1,635.02
$125.77 $1,383.4e
$125.77 $1,131.94
$125.77 $1.131.94
$125-77 $251.54
January
2
Febma
7
N'mrch
8
Aoril
10
4'
14
June
12
.lulu
15
Au us[
13
September
11
Uclptrgr
9
November
9
_
occembnr
2
Suhlglal r uci 1
,0 .:ii
City of Federal Way
2023 ROW Landscape M91m0arldO
AG 23-006 - Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
-
Vendor Name->
Location >
- - Amendment -zo 4 -
Mecmor, Inc
&6 % CPI-U
Month
IPro'ett #19 SR-99 - S 348 to S 356
Quantity
Price TnW
$4&33 $46.33
$46.33 $92.65
$46 33 $277 96
$46,33 $277.96
$46.33 $463.27
S46 33 $370 62
$46.33 $463.27
S46 33 $370.62
$46.33 $370.62
S46 33 $231.64
$46.33 $185.31
$46.33 $46.33
January
1
Fob�rua
2
March
B
April
6
MD
10
une
8
July
10
4u ust
8
eDlember
a
Delobor
5
November
4
Cucumber
1
Sublo[a Ih ecE 19
3.196. 8
Pro P2018t wa S-S 35e tos312
$124.33 $372.98
$124.33 $621.64
$124.33 $1,243.28
$124.33 $1,491.93
$124.33 $1.740.59
$124.33 $1,989.24
$124.33 $1,989.24
$124.33 $1,664.91
$124.33 $1.61626
$124-33 $1,367.60
$124.33 $1,118.95
$124.33 $372,98
January
3
FeUma
Marta
10
Aunt
12
May
14
June
16
u[
B
August
i5
September
13
Oclahor
11
November
9
December
3
ub[ota Pr eo[
15,78 .60
Ara Oct N21 21a! Ava SW - SW 356 [o SW 312
lane
2
$314.25 S62850
$314.25 $942.75
$314.25 $2,514.00
$314.25 $2,628.25
$314.25 $4,399.50
$314.25 $3,771.00
$314.25 $4,399.50
$314.25 $3,771.00
$314.25 $3,456 75
$314.25 $2,514.00
$314.25 $2,199.75
314.25 $628,50
Febmary
3
March
B
A• nl
9
May
14t
.tune
12
Jvl•I
14
uSl
1Z
:ie tember
l l
October
8
November
7
December
2
uhEma! ccr 21
.48
Project #22 21st Ave S - S 320 to S 316
$63 44 $63.44
$6344 $63.44
$6344 $190.32
$6344 $253,76
$6344 $253.76
$6344 $253.76
$6344 $253.76
$63.44 $190.32
$6344 $190.32
$6344 $190.32
$6344 $253,76
$63-44 $63A4
1
I=ebrua
1
March
3
Nmw
4
may
4
June
4
July
4
Avaw
3
September
3
Dctober
3
November
4
December
1
u lgal P eCt i2S2.220.40
Project 923 S 317th S1- 28 Avo S & Roundabc u!
$33 46 $66.92
$33-46 $100,38
$33.46 $267.69
$33.46 $267.69
$33.46 $301-15
$33,46 $401,54
$33.46 $368-08
$33.46 $366.08
$33.46 $334,62
$33.46 $234.23
$33,46 $234.23
$33.46 $66.92
anu
2
Febma
3
March
a
nl
8
May
9
June
12
Jul
11
august
11
September
10
October
7
November
7
December
2!
b[otp oteC123S3,01-1.54
Project 924 S 33$rd SUS 332ad $[ . Rcurldebout to 13 PI
S
$53.54 $107.09
$53.54 $160,63
$53 54 $428.36
$53-54 $481.90
$53.54 $58899
$53,54 $642.54
$53.54 $58&99
$5354 $53S45
$53 54 $535.45
$53.54 $374.81
$53 54 $374,81
$53.54 $107.09
wary
2
I=ebruky
3
March
8
ril
9
May
11
June
12
July
11
_ _ _
Aagat
10
Se tember
10
October
7
November
7
December
ublota r 'ec[
City of Federal Way
2023 ROW Landscape Mallllananoo
AG 23-006 -Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
- -
Vendor Name ->
Location >
---- Amendm*nt 11 -2a24 --
Maanor, Inc,
4.6%CPI-U
Month
Prolect#25 Roundabout -S 334th at 38thS
quantity
Price Taw
$33 46 $0 00
$33 46 $33.46
$33.46 $66 92
$33.46 $66.92
$33.48 $66.92
$3346 $133.85
$33.46 $66.92
$33.46 $100.38
$33.46 $66.92
$3346 $66.92
$33.46 $66.92
$33.46 $0.00
January
0
February
1
March
2
mA r0
2
2
Lune
4
ut
2
u ust
3
September
2
October
2
November
2
OSCember
0
fuE00Pruett 25
573H t
PNan#2613AIS1S3S01hSt.$324SO6R99
$40.16 $00.31
$40.16 $120.47
540.16 $321.25
$4016 $361.40
$40.16 S4B1.87
$40.16 $481.87
$40.16 $481.87
$40.16 $401.56
$40.16 $401.56
$40.16 $281.09
S40.16 $281.09
$40.16 $00.31
January
2
Feb�rua
3
March
Bt
n1
9
Mo
12
June
12
July
12
Aupust
16
September
10
October
7
November
7
:cember
2
ublbia ecl2
P-74.
Pia dcl #27 1rr anon tem
Janua
00
S0.00
$0 00
$100.38 $3.814.62
$27.93 $1,D61.27
$27.93 $1,061.27
$2793 $1.061 27
$2793 $1.061.27
S2793 $1,061.27
$2793 $1,061.27
$000
$0.00
February
0
March
0
April
38
May
38
June
38
July
98
August
38
Se tember
36
October
38
November
0
Decemlwr
0
ub[ote ro ect
_ _
Piro ect #3U S 3 ntl - ac H to Enchanted Pkwy
Jantra
2
$38.06 S7s.1
$38 06 $114.19
$38.06 $304.51
$38 06 $304.51
$38.08 $494 83
$38.06 $456 77
$36.06 $456.77
$3806 $418.70
$38.06 $418.70
$38.06 $304.51
S38.06 $266.45
$38 06 $78.13
Fubma
3
March
8
April
6
May
13
June
12
ul,
12
Au,ust
11
September
11
October
8
November
7
December
2
Subtotal P 'ect 50
9
Project 9D S 356th - ao H to Enchanted FL.,
January
2
M 06 .1
$38.06 $114.19
$38 06 $304.51
$38.06 $304.51
$38 06 S456.77
$38.06 $456.77
$38 06 S456.77
$38.08 $418.70
$38.06 $380 64
$38.06 $266.45
$38.06 $266.45
$38.06 $7&1J
February
3
March
6
pnl
8
May
12
June
12
ul r
1 R
Au ust
11
Ee tember 1
10
October
7
November
7
Comtler
2
ublolal PRO 31
_07
ro act f32 51h Are W • Cu 1: a-zac io SW 3 3r South
Side on!
Janus
0
y0,d
$30.45 50.00
S30 45 S152 B9
$30.45 516269
$30.45 5243.59
$30.45 $374,04
$30.45 $243.59
$30.45 $21314
$30.45 $21314
$30 45 S162 69
S30.45 591.J5
MA5 S0.00
E2 ILary
0
March
6
Apn1
6
hta
8
June
9
u6
6
u ust
7
Se ember
1
October
6
November
3
December
0 1
.utr[ctal Prc ect 3p
1,6 ,
City of Federal Way
2023 ROW Landscape Malntenanee
AG 23-006 - Amendment 1
EXHIBIT B-1
City of Federal Way
2023 ROW Landscape Maintenance
RFB No. 22-009
Amendment No. 1
Vendor Name->
Location =-
A.. Cl j I -2074
Meaner, Inc
4.6 % CPkU
Month
Prole 101h Ave Sw J SW 330th • Cam us Or SW to
Quantity
1st Ave S
Price ToW
Janua3
ST11-1 a - 3.
$131.18 $456-89
$131.18 $1,311.79
$131.16 $1,574AS
$131.16 $1,896.50
$131.18 S2,098.66
$131.18 $2.090,86
$131.18 &1.705133
$131.18 $1,705.33
$131.18 $1.442-97
$131.18 S1,180.61
737.18 $393.54
February
5
March
10
April
72
May
14
June
16
July16
August
13
September
13
October
11
November
9
December
3
Sublets Pr uc431
F T6,39 .38
Pm oct ik28 Gart" and Rec cf[n Picku and I?Is ogal
Janua
167.31 W9.2b
$167.31 S669.23
$167.31 $836 54
$167,31 $669.23
$167.31 $836.54
$167.31 $669.23
$167.31 $669.23
$167.31 $836 54
$167.31 $66923
$167,31 $66923
$167.31 $83654
$167,31 S669.23
Febmary
4
M:ercn
5
April
4
May
5
June
4
July
4
Auaust
5
September
4
Wober
a
Nvvcmtwr
5
December
4
u Iola lu act 28
S8.700,00
Pm ec! N25 Lftler Pk 0 entl Dinosal
lanua
LI
$2,676.99 $5,353,97
$2,676.99 $5,353 97
$2.676.99 $5,353.97
$2.676.W $5,353.97
$2,676.99 $5,353.97
$2.676.99 $5.353.97
$2,676.99 $5.353.97
$2,676 99 $5,353 97
$2.676.99 $5,353 97
$2,676 99 $5,353.97
$2,676.99 $5,353.97
$2.576.99 $5,35a-97
February
2
March
2
rl
2
Me
2
June
2
Jul
2
u ust
2
lumber
2
clober
2'
,ovember
2;
December
2
Iota to as
EXTRA HOURS (Unit Price Per Labor Hour) -285 55.71 $15.978.00
Added Rama Liner Pick.Un w
Proct /34Three Interchange Ram a - Lmer pick-U
Nov 2023 linifial dean up apay beu : Estimate nwk d onl
$6.000.00
$6.000.00
.Jan 2024
$d.500.00
$4.500.00
March 2024
$4.500 00
$4,500.00
IMay 2024
$4.500,00
S4.500.00
,July 2024
$4.500,00
S4.500.00
SeRt2024
$4.500.00
$4,500.00
INov 2024
$4.500.00
$4.500.00
Jan 2025
$4.500.00
$4 500.00
(March 2025
54,5=00
S4.500.00
IMay 2025
$4,500.00
$4 500.0
.July 2025
54,500.00
$4.500.00
Se t 2025
$4.500.00
S4 500.00
Nov 2025
$4.500-00
S4,500.00
Subtotal project 34
$60.000.00
A) TOW Base Bid Amounl: Projects # I, 2, 8, 4, 10,
11. 21. 24. 25. 26, K. 33. plus extra hours $132,095.85
.Al) Total Alternate 1 Bid Amount: Projects #28 and
429 $72,947.66
ramp dean up S50.000.00
TOTAL Amendment
2024 (A and Al); and ramp clean up $265,043.51
City of Federal Way
2023 ROW Landscape Maintenance
11/14/23, 3:23 PM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
MACMOR INC
UBI Number:
602 320 380
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
13710 CANYON RD EAST, STE B, PUYALLUP, WA, 98374, UNITED STATES
Principal Office Mailing Address:
13710 CANYON RD EAST, STE B, PUYALLUP, WA, 98374, UNITED STATES
Expiration Date:
08/31/2024
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
08/21/2003
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, LANDSCAPING AND IRRIGATION, MAINTENANCE AND NEW
CONSTRUCTION.
REGISTERED AGENT INFORMATION
Registered Agent Name:
MACMOR INC.
Street Address:
13710 CANYON RD E STE B, PUYALLUP, WA, 98373-5200, UNITED STATES
Mailing Address:
13710 CANYON RD E STE B, PUYALLUP, WA, 98373-5200, UNITED STATES
GOVERNORS
Title
GOVERNOR
Governors Type
INDIVIDUAL
Entity Name First Name
ALAN
Last Name
ADAME
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1
RETURN TO: PW ADMIN EXT: 2700 ID #: 4138 / 4161
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/Div:
2.
3.
ORIGINATING STAFF PERSON: Desiree Winkler _ EXT: 2711 3. DATE REQ. BY:
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT 0 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.
4. PROJECT NAME: 2023 Right -of -Way Landscape Maintenance
5. NAME OF CONTRA
ADDRESS: 13710
E-MAIL: alan r
SIGNATURE NAME:
Macmor Inc
TELEPHONE: 253-468-1337
FAX:
TITLE: Governor
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 # BL EXP. 12/31/ UBI # , EXP. _/ /
7. TERM: COMMENCEMENT DATE: TB
COMPLETION DATE: 12/31 /23
8. TOTAL COMPENSATION: $ 196, 728.97 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: I3 YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: d YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: to' - q Noo n 2L1 D - rDL 4 2 - 7 O - L4
9. DOCUMENT / CONTRACT REVIEW
❑ PROJECT MANAGER
❑ DIVISION MANAGER
8 DEPUTY DIRECTOR
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DATE REVIEWED - RFB
en 2122
EJW B/1912022
KVA 8/18/2022; 10/2112022
SCHEDULED COMMITTEE DATE: 10/3/22
10lo- 320o - Z50- 53-1 -10 - 480
INITIAL / DATE APPROVED - Contract
DSW 10/14/22
COMMITTEE APPROVAL DATE: 1013/22
SCHEDULED COUNCIL DATE: 10/18/22 COUNCIL APPROVAL DATE: 10/18/22
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: l 0 �►-i 12.2 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
❑ FINANCE DEPARTMENT
6 LAW DEPT V II i zas
I SIGNATORY (MAYOR OR DIRECTOR)
I CITY CLERK
11 ASSIGNED AG # A # '
h(SIGNED COPY RETURNED O k� A E SENT: L
COMNIENT$:
EXECu'I'E ° 1 "ORIGINALS
1 /2020
CITY OF'�-�
Federal Way
BID AND CONTRACT DOCUMENTS
AND
SPECIFICA TIONS
FOR
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
RFS # 22-009
City of Federal Way
Public Works Department
33325 Eighth A venue South
Federal Way, WA 98003
Mailing Address:
City of Federal Way
Public Works Department
33325 8th A venue South
Federal Way, WA 98003-6325
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
RFS # 22-009
Bids Accepted Until 2:00 p.m., September 20, 2022
Bids Opened 2:10 p.m., September 20, 2022
City of Federal Way
Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
Public Works Department
CITY OF FEDERAL WAY, WASHINGTON
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 2 2022
RFB ver. 7/21
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE — REQUEST FOR BIDS.......................................................................4
BIDDER'S CHECKLIST.................................................................................................6
SECTION 1: INSTRUCTIONS TO BIDDERS...................................................................8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS .............................16
NO BID RESPONSE FORM (Attachment A)................................................................22
BIDFORM (Attachment B)........................................................................................23
BID SCHEDULE (Attachment C)................................................................................26
BID SIGNATURE PAGE (Attachment D).....................................................................36
BID BOND FORM (Attachment E)..............................................................................38
SUBCONTRACTOR LIST (Attachment F)....................................................................39
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G).......................40
CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H).....................................42
CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I).............43
PUBLIC WORKS MAINTENANCE AGREEMENT (Attachment J)..................................44
(with Exhibits A-F and Appendixes as attached)
Exhibit A
Services
Exhibit B
Compensation
Exhibit C
Performance/Payment/Retainage Bond
Exhibit D
Insurance Certificate
Exhibit E
Prevailing Wages
Exhibit F
Title VI Assurances
APPENDIX A: TECHNICAL REQUIREMENTS ............................................... BLUE PAGES
APPENDIX B: DETAILS / ANNUAL MAINTENANCE SERVICES..................WHITE PAGES
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 3 2022
RFB ver. 7/21
CITY OF FEDERAL WAY
REQUEST FOR BIDS
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE RFB # 22-009
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
September 20, 2022, until 2:00 p.m., at the City Hall Purchasing Office or by US Mail at City of
Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003.
Proposals received after 2:00 p.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 2:10 p.m. on TUESDAY, September 20, 2022, at
Hylebos Conference Room, 33325 8th Avenue South, Federal Way, Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
DESCRIPTION OF WORK:
This project shall consist of:
This project shall consist of right—of-way landscape maintenance services to .the City of Federal Way
on an annual basis. These services include provisions of all labor, equipment, and materials
necessary for the maintenance of Federal Way rights -of -way including but not limited to the
following maintenance tasks:
1. Landscape Mowing;
2. Hard Surface Edging;
3. Tree, Shrub, and Vegetation Trimming;
4. Tree Pruning;
5. Furnishing and Applying Herbicides and Fertilizer;
6. Sidewalk Sweeping;
7. Garbage and Recycling Pickup and Disposal (Additive Alternate #1); and
8. Litter Pickup and Disposal (Additive Alternate #1).
The cost estimate range for the Base Landscape Bid plus Additive Alternate #1 is $175,000 to
$215,000 over a 12 month period.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents. Any questions concerning the description of the work contained in the contract
documents must be directed to Desiree S. Winkler, P.E., Deputy Public Works Director, by email at
desiree.winkler@cityoffederalway.com, or by letter addressed to Desiree S. Winkler, P.E., Deputy
Public Works Director. The questions must be received by the City on or before Wednesday,
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 4 2022
RFB ver. 7/21
September 14, 2022 to allow a written reply to reach all prospective Bidders before the submission
of their bids.
BIDDING DOCUMENTS:
Free -of -charge access to project bid documents (plans, specifications, addenda, and Bidders List) is
provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking
on "Posted Projects," "Public Works," and 'City of Federal Way." This online plan room provides
Bidders with fully usable online documents with the ability to: download, view, print, order
full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool.
It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Self -Registered Bidders List." Bidders that do not register
will not be automatically notified of addenda and will need to periodically check the on-line plan for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
An informational copy of plans, specifications, and addenda are also available for viewing only at
the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington.
The City, 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 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination 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 23 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. The City encourages minority and women -owned firms to submit
bids consistent with the City's policy to ensure that such firms are afforded the maximum
practicable opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
Proceed as soon as the Contract and all required associated documents are executed in full.
Regardless of the date of award, or Notice to Proceed, the Contractor must complete all work under
this project by December 31, 2023.
RESERVATION OF RIGHTS'
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents. No bidder may withdraw his bid after the hour set for the opening thereof
unless the award is delayed for a period exceeding thirty (30) days.
Dated the 26th day of August, 2022.
Dates of Publication:
Daily Journal of Commerce: August 26, 2022
September 2, 2022
Federal Way Mirror: August 26, 2022
September 2, 2022
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 5 2022
RFB ver. 7/21
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
❑ Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
❑ Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
❑ Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
❑ Bid Bond For (Attachment E)
This form is to be executed by the bidder and the surety company unless a certified check is
submitted with the bid. The amount of this bond or certified check shall not be less than five
percent (5%) of the total bid amount and shall be shown in both words and figures.
❑ Subcontractor_(Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
❑ Combined Affidavit and Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
❑ Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
❑ CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I)
This form must be filled in and fully executed by the bidder.
❑ Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
❑ Contractor's State Identification NUmbers
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state excise
tax registration number.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 6 2022
RFB ver. 7/21
SUCCESSFUL BIDDER'S CHECKLIST
The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
❑ Public Works Maintenance A reement (Attachment 3)
The successful bidder will fully execute and deliver to the City the Public Works Maintenance
Agreement for 2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE ("Contract's from these
Bid Documents.
❑ Certificate of Insurance (Exhibit C)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth'in the Contract.
❑ Business License
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 7 2022
RFB ver. 7/21
SECTION 1: INSTRUCTIONS TO BIDDERS
1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 3:00 p.m. local time on September 20, 2022, to the
Purchasing Office of the City of Federal Way (the "City', located on the second floor of City
Hall, 33325 Eighth Avenue S, Federal Way, Washington, 98003, or received by US Mail at
City of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington
98003-6325 and will be publicly opened and read aloud in City Hall Council Chambers on
September 20, 2022, at 2: 10 p.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of mis-delivery regardless of fault. Late
bids will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
and time indicated above.
1-2 Bid Form
Cumulative Alternates Bidding
The Bid Proposal for this Contract requires the Bidder to bid cumulative alternates as part of
the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the
Alternate(s).
Bid Proposal
The Bid Proposal includes the following:
1. Base Bid
The Base Bid shall include all items included in the Proposal except those items
contained in the Alternate(s).
The Base Bid is the total for Landscape Maintenance for Projects 1, 2, 8, 9, 10, 11,
21, 22, 24, 25, 26, 32, and 33.
2. Alternates
The Bid items for the alternates are as listed in the Bid Proposal.
a. Alternate 1
Project 28.• Garbage and Recycling Pickup and Disposal, AND Project 29:
Litter Pickup and Disposal.
b. Alternate 2: Landscape Maintenance for Project 20.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 8 2022
RFB ver. 7/21
1-3
c. Alternate 3: Landscape Maintenance for Project 4 AND 6.
d. Alternate 4: Landscape Maintenance for Project 14, 15, AND 16.
e. Alternate 5: Landscape Maintenance for Project 13, 19, 30, AND 31.
f. Alternate 6: Landscape Maintenance for Project 3, 7, 12, 22, AND 23.
g. Alternate 7: Landscape Maintenance for Project 5, 17, AND 18.
h. Alternate 8: Irrigation System Project 27
Bidding Procedures
To be considered responsive the Bidder shall submit a price on each and every Bid item
included in the Base Bid and Alternates.
The successful Bidder will be the Bidder submitting the lowest responsible Bid for the
highest order Preference that 'is within the amount of available funds for the project. The
available funds will be announced prior to bid opening. The following are listed in order
from highest to lowest Preference:
1. Preference 1: Lowest total for Base Bid plus Alternates 1 through 8.
2. Preference 2: Lowest total for Base Bid plus Alternates 1 through 3.
3. Preference 3: Lowest total for Base Bid plus Alternates 1 through 2.
4. Preference 4: Lowest total for Base Bid plus Alternate 1.
5. Preference 5: Lowest total for Base Bid.
The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without
any additional Alternates, in the event that all Bids exceed the available funds. In any case,
the award will be subject to the requirements of Section 1-14.
Bids shall be made on the "Bid Form," Attachment "B" issued by the ,City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 9 2022
RFB ver. 7/2 ]
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
1-5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and/or
services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
1-7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Any questions
concerning the description of the work contained in the contract documents must be
directed to Desiree S. Winkler, P.E., Deputy Public Works Director, by email at
desiree.wnkler@cityoffederalway.com, or by letter addressed to Desiree S. Winkler, P.E.,
Deputy Public Works Director. The questions must be received by the City on or before
September 14, 2022 to allow a written reply to reach all prospective Bidders before the
submission of their bids. Any interpretation deemed necessary by the City will be in the form
of an addendum to the bid documents and when issued will be sent as promptly as is
practical to all parties to whom the bid documents have been issued. All such addenda shall
become part of the bid.
1-8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 10 2022
RFB ver. 7/21
1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
In the event of a discrepancy between a unit price and an extended amount and/or the total
price, the unit price will govern and the extended amount and/or total price will be
corrected accordingly. However, downward correction of a bid, which would displace the
apparent low bidder, will only be permitted if the error made and the intended bid price can
be determined solely from the bid documents.
1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and/or responsibility necessary to
perform the work after considering the elements in Section 1-14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and/or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
required to submit the Affidavit of Non -Collusion (Attachment G) with their bids.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 11 2022
RFB ver. 7/21
1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information may
cause the bid to be rejected. The City will consider all the material submitted by the
bidder to determine whether the bid is in compliance with the bid terms, documents and
responsive to the requested work.
B. Responsibility — The City will consider all the material submitted by the bidder, and other
evidence it may obtain including information from previous project owners, to determine
whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
C. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
e. Within a three-year period immediately preceding the date of the bid
solicitation, the bidder shall not be a willful violator, as defined in RCW
49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as
determined by a final and binding citation and notice of assessment issued by
the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, that demonstrate a lack of effective management
by the bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed projects
of a similar size and scope as required by the contract documents for this
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 12 2022
RFB ver. 7/21
project. The City will evaluate whether the projects were "successfully
completed" and of a 'similar size and scope."
c. The bidder shall have evidence that it is able to begin and complete the work,
and complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves the
right to request such documentation from other bidders also. Refusal to provide such
information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed within
the previous three years and include for each project the following
information; the owner and contact information for the owner; a list of claims
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the following:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
regarding performance in the following areas; quality control; safety record;
timeliness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appropriate equipment; compliance
with contract documents; management of submittals process, contract
amendments, and close-out.
c. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (B)(1) and (B)(2) above and is therefore not a responsible bidder, the City
shall notify the bidder in writing with the reasons for its determination. If the bidder
disagrees with this determination, it may appeal the determination within 24 hours
of receipt of the City's determination by presenting additional information to the City
and meeting the requirements of section 1-20(B). The City will consider the
additional information before issuing its final determination. If the final
determination affirms that the bidder is not responsible, the City will not execute a
contract with any other bidder until two business days after the bidder determined to
be not responsible has received the final determination.
C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of
Award, the bidder whose bid is accepted, shall furnish the required performance bond,
certificate of insurance, execute the contract and perform all other acts required by the
bid and contract documents as conditions precedent to formation of the contract.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 13 2022
RFB ver. 7/21
1-15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and/or cost analysis of such bid. The sole bidder shall provide such information, data
and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
A. AttachmentA — No Bid Response Form, if applicable.
B. Attachment B— Bid Form.
C. Attachment C— Bid Schedule.
D. AttachmentD— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply) .
G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
I. Attachment1— Contractor Certification — Wage Law Compliance.
1-17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and/or provided under
this contract and that it shall not employ any person or agent having any such interests.
In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest; it shall immediately disclose such interest to the City
and take action immediately to eliminate the conflict or to withdraw from this contract,
as the City may require.
B. Contingent Fees and Gratuities
That no person or selling agency except bona fide employees or designated agents
or representatives of the Contractor have been employed or retained to solicit or
secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of its agents, employees or representatives, to any
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 14 2022
RFB ver. 7/21
1-18
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determination with respect to the
performance of this contract.
Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, 'Bid
Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and/or
performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form prescribed in Attachment E, "Bid Bond". If a letter of credit is offered in lieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
Bond". Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
The City further reserves the right to hold all bids (and the accompanying bid security) from
the date of the bid opening until the contract and any performance/payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
remain effective during that period.
1-19 Performance/Payment Bond
The bidder to whom the City has awarded this Contract will remove the
Performance/Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company in the amount of one hundred
percent (100%) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the work
and all payments arising from the performance of the work due the State of Washington
pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the current Authorized Insurance Company List in the Sate of
Washington, published by the Office of the Insurance Commissioner. The scope of the
Performance/Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8 "Indemnification" of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 15 2022
RFB ver. 7/21
1-20 Bid Dispute
A. Any actual or prospective bidder, including sub -contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. All other protests shall be accepted only from actual bidders and
shall be submitted within five (5) calendar days after the aggrieved person knows or
should have known of the facts and circumstances upon which the protest is based;
provided, however, that in no event shall a protest be considered if all bids are rejected
or after the award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under which
the protest is submitted; (3) a detailed description of the specific grounds for protest
and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98003-6325
Attention: Bid Protest - 2023 Right -of -Way Landscape Maintenance RFB #22 - 009
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the City Manager or his or her designee. A copy of the
decision shall be mailed (by certified mail, return receipt requested) or otherwise
promptly furnished to the aggrieved person and any other interested parties who
requested a copy of the decision. The decision will be considered final and conclusive
unless appealed within five (5) calendar days after receipt of the decision to the City
Manager or his or her designee. If the decision is appealed, then the subsequent
determination of the City Manager or his or her designee shall issue within five (5) days
of the City Manager's receipt of the appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 16 2022
RFB ver. 7/21
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by Gary
Neiffer, Streets Maintenance Supervisor. Questions by the Contractor regarding
interpretation of the terms, provisions and requirements of this contract shall be addressed
to Desiree S. Winkler, P.E., Deputy Public Works Director, for response.
2-2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid,
Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, 2023 Right -of -Way
Landscape Maintenance Contract, General Contractual Terms and Conditions, Contractor's
Compliance Statement, Combined Affidavit and Certification Form, Technical Specifications,
Addenda and Contract Amendments, and the 2023 Right -of -Way Landscape Maintenance
Technical Requirements. The contract documents are intended to be complementary so that
what is required by any one of them shall be as binding as if called for by all of them. In the
event of any conflicting provisions or requirements within the several parts of the contract
documents, the City will issue an interpretation regarding the controlling provision, which
interpretation shall be binding.
2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
by the City from the Contractor or its surety.
2-5 Contract Amendments
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a contract amendment, make any change in the specifications within the
scope of this contract. Oral orders will not be binding on the City unless confirmed in writing
by the City. Except as provided herein, no order, statement, or conduct of the City will be
treated as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 17 2022
RFB ver. 7/21
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written contract amendment form from the City or
after giving the City the written notice required above, as the case may be, submit to the
City a written statement setting forth the general nature and monetary extent of such claim;
provided the City, in its sole discretion, may extend such five (5) day submittal period upon
request by the Contractor. The Contractor shall supply such supporting documents and
analysis for the claims as the City may require to determine if the claims and costs have
merit.
No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
deducted from the contract price and the delivery schedule will be reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral contract
amendment adjusting the price and the delivery schedule.
2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
the Contractor to be free from defects in materials or workmanship for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any attached warranties. If the
merchandise sold or work performed hereunder is defective on account of workmanship or
materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials shall be promptly
corrected.
2-10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
any express or implied warranty or any right under this contract or in law.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 18 2022
RFB ver. 7/21
2-11 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of
the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2-12 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and construed
according to the laws of the State of Washington including, but not limited to, the Uniform
Commercial Code, Title 62A RCW. Any suit arising here from shall be brought in King County
Superior Court, which shall have sole and exclusive jurisdiction and venue.
2-13 Hazardous Chemical Communication
In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing
any toxic products that may be harmful 'to the end user. The MSDS Sheet is to accompany
the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
2-14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage will be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
reasonable forecast of actual damages which the City will suffer by the delay in delivery, the
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penalty) in accordance with Section 1.3 of Attachment 1, Public Works
Contract, to compensate for any damages caused by such delay. The City may deduct from
any payment owing to the Contractor, any liquidated damages, which may be incurred by
the Contractor pursuant to this paragraph.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 19 2022
RFB ver. 7/21
2-15 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract shall
be excused if due to causes beyond the control and without the fault or negligence of the
Contractor or City, respectively, including, but not restricted to, acts of God, acts of public
enemy, acts of any government, fire, floods, epidemics, and strikes.
2-16 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall be
owned by and made available to the City for public use, unless the City shall, in a specific
case where it is legally permissible, determine that it is in the public interest that it not be
so owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whether or not
complete (referred to in this subsection as "Subject Data', shall be vested in the City or
such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
the City. The Contractor shall also place their endorsement on all Subject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in each
subcontract for the work on the project.
2-17 Patents and Royalties -
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
hold the City, together with its officers and employees, harmless against any and all
demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
City, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 20 2022
RFB ver. 7/21
2-18 Disputes, Claims and Appeals
Questions or claims regarding meaning and intent of the contract or arising from this
contract, shall be referred by the Contractor in writing to the Purchasing Coordinator for
decision within five (5) days of the date in which the Contractor knows or should know of
the question or claim. The Purchasing Coordinator will ordinarily respond to the Contractor
in writing with a decision, but absent such written response, the question or claim shall be
deemed denied upon the tenth (10th) day following receipt by the Purchasing Coordinator.
In the event the Contractor disagrees with any determination or decision of the Purchasing
Coordinator, the Contractor shall, within fifteen (15) days of the date of such determination
or decision, appeal the determination or decision in writing to the City Manager. Such
written notice or appeal shall include all documents and other information necessary to
substantiate the appeal. The City Manager will review the appeal and transmit a decision in
writing to the Contractor within thirty (30) days from the date of receipt of the appeal.
Failure of the Contractor to appeal the decision or determination of the Purchasing
Coordinator within said 15-day period will constitute a waiver of the Contractor's right to
thereafter assert any claim resulting from such determination or decision. Appeal to the City
Manager shall be a condition precedent to litigation hereunder.
All claims, counterclaims, disputes and other matters in question between the City and the
Contractor that are not resolved between the Purchasing Coordinator and the Contractor will
be decided in the Superior Court of King County, Washington, which shall have exclusive
jurisdiction and venue over all matters in question between the City and the Contractor. This
contract shall be interpreted and construed in accordance with the laws of the State of
Washington.
Pending final decision of the dispute hereunder, the Contractor shall proceed diligently with
the performance of the contract and in accordance with the direction of the Purchasing
Coordinator. Failure to comply precisely with the time deadlines under the paragraph as to
any claim, shall operate as a release of that claim and a presumption of prejudice to the
City.
2-19 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contractor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with these bid
documents. Contractor shall certify the percentage of recycled content and products sold to
the City, including a percentage of post -consumer waste that is in the product. This
certification is required to be in the form of a label on the product or a statement by the
Contractor attached to the bid documents. The certification on multi -component or multi -
material products shall verify the percentage and type of post -consumer waste and recycled
content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, in the event of a bidder's protest, or other challenge to the bid accepted.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 21 2022
RFB ver. 7/21
AttachmentA N/A
NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 Sth
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope with
the bid number and bid title indicated on the outside of the envelope. The form must be received
by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this
form if not submitting a formal bid, may result in your firm being removed from the City's master
bidder's mailing fist.
Bid Number: RFB No. 22-009
Bid Title: 2023 Right -of -Way Landscape Maintenance
❑ Cannot comply with specifications.
❑ Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address:
Signature
Date
Name (Type or Print) Title
Phone:
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 22 2022
RFB ver. 7/21
Attachment S
BID FORM
CITY OF FEDERAL WAY
This project shall consist of right of way landscape maintenance services to the City of Federal Way
on an annual basis. These services include provisions of all labor, equipment, and materials
necessary for the maintenance of Federal Way rights of way including but not limited to the
following maintenance tasks:
1. Landscape Mowing;
2. Hard Surface Edging;
3. Tree, Shrub, and Vegetation Trimming;
4. Tree Pruning;
5. Furnishing and Applying Herbicides and Fertilizer;
6. Sidewalk Sweeping;
7. Garbage and Recycling Pickup and Disposal (Additive Alternate #1); and
8. Litter Pickup and Disposal (Additive Alternate #1).
Bidder: Macmor Inc.
Date: 9/19/2022
_ ITEM BID AMOUNT
A) Total Base Bid Amount: Projects #1, 2, 8, 9, 10, $ 126,989.33
11, 21, 24, 25, 26, 32, 33, plus extra hours (see
attached Bid Schedule)
Al) Total Alternate 1 Bid Amount: Projects #28 $ 69,739.64
and #29 see attached Bid Schedule _ __ _
A2) Total Alternate 2 Bid Amount: Project #20 (see $ 15,095.22
attached Bid Schedule) I
A3) Total Alternate 3 Bid Amount: Projects #4 and
6 (see attached Bid Schedule)__ J�
$ 26,828.68
A4) Total Alternate 4 Bid Amount: Projects 14. 15. 1 $ 35,881.98
And 16 (see attached Bid Schedule
A5) Total Alternate 5 Bid Amount: Projects 13, 19, $13,256.09
30, and 31 (see attached Bid Schedule) I _
A6) Total Alternate 6 Bid Amount: Projects 3, 7, P
8,864.80
12, 22, and 23 see attached Bid Schedule)
City of Federal Way
2023 Right -of -Way Landscape Maintenance Page 23
RFB ver. 7 /21
RFB # 22-009
2022
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
A7) Total Alternate 7 Bid Amount: Projects 5, 171 $30.511.78
and 18 (see attached Bid Schedule) I ___
A8) Total Alternate 8 Bid Amount: Project #27 (see $ 9,734.46
attached Bid Schedule
ITEM
A TOTAL BASE BID AMOUNT 196,728.97
B TOTAL ALTERNATES 1-8 BID AMOUNT 124.193.01
$ 320,921.98
(C) = (A) + (B) TOTAL PREFERENCE 1 BID
AMOUNT
(including Washington State sales tax, all other
government taxes, assessments, an charges]
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of 2023 FIGHT-CF-
WRY LANDSCAPE MAINTENNANCE, and other. documents relating thereto, the undersigned has
carefully examined all of the bid and contract documents as the premises and conditions affecting
the delivery, supply and maintenance of 2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE, and
hereby proposes to furnish all labor, materials and perform all work as required in strict accordance
with the contract documents, for the above -referenced amount, inclusive of Washington State
sales tax and all other government taxes, assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed
shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the 2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE Public Works
Contract and to provide the required certificate of insurance to the City, under the conditions
thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be
returned to the undersigned.
Bond or Certified Check _5�c Cql�
The Bidder shall complete this entire Bid Form
City may correct obvious mathematical errors.
Dollars ($ 16,046.10)
or this bid may be considered non -responsive. The
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 24 2022
RFB ver. 7/21
Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal
Receipt of the following Addendums is hereby acknowledged:
Addendum No. 1 'Date Issued: September 2022
Addendum No.
Addendum No. _
Corporation
Date Issued:
Date Issued:
Macmor Inc.
Corporation/Partnership/Individual Firm Name
(Delete Two)
MACMOI*944M6
Bidder's State License No. Signature
76-0738992 Alan Adame/President
Bidder's State Tax No. Title
City of Federal Way
2023 Right -of -Way Landscape Maintenance Page 25
RFB ver. 7/21
RFB # 22-009
2022
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment C
2023 ROW Landscape Maintenance
Bid Schedule
Project Costs'
Pro tt p1
Pro ea n
Project 03
Project p9
Pf0Jw R10
Project X17
project #21
MONTH
S 288th St
S 3121h St
S 336th St
S 342nd St
SW 3401h / S 348th St
SW 356th St
21 st Ave SW
SR 99 to 1-5
1st Ave to SR99
1st Ave to 1-5 Bridge
Library Lane
Hoyt to 16 Ave S
2Fst SWlo 1st Ave 3
SW 356 to SW 312
2 x $38.39
2 X $3593
2 X $54.58
1 x $29.11
3 X SM40
2 X S3839
2% $•300A3
JAN
= $7676
= 571.9e
v $109.16
= $29.11
= $54120
$ 600 Be
3 x $ 38.39
3 X S 35.83
5 X $ 54 58
1 X $ 29.11
5 X $ 280.40
3 x $ 38 39
3 x $ 30043
FEB
$115.17
$1074e
= $ 272.90
= $ 29.11
= $ 1402 00
= $ 115.17
= $ 901 99
8 X $3839
8 X S35.93
10 X $545B
3 X $29.11
10 X $24040
8 x $38.39
8 x $30043
MAR
= $307.12
= $20664
= $54550
= ga�33
= $2eono0
= b107.12
= $240344
8 X $38.39
B X $ 35.a3
12 X $54.58
4 x $2911
12 x $29040
8 x $3a 39
9 X 3IM 45
APR
= $30712
= $29664
= $05496
= $11644
_ $ ne4 ge
= $ 307.12
= $2703 87
13 X $38.39
13 X $35.83
16 x $5456
5 X $29.11
16 X $280-0
11 X $36.39
14 X $300.43
MAY
S49907
= $40579
= $87326
= $145.55
= $4466A0
= $42.29
= $420502
11 x $3839
11 X S3583
18 X $5456
4 X $29r71
18 X S211040
11 x S3B 39
12 x $300.43
JUN
= $422029
= $39413
= $PY
_ '
$116�
- $448640
= $42229
= $360516
12 x S3839
12 X $35.83
16 X $54.58
5 X S29.11
16 X $tan 4o
13 x 538.39
14 x $30043
JUL
, $400e6
= 5+2996
= $6T370
= $14555
= $4406.40
= $49907
= $420602
9 x $ 38.39
11 % $ 35.03
15 X $ 54.58
3 x 529 11
13 X $ 2W 40
11 X S 38.39
12 X $ 300 43
AUG
= S34551
= $394.13
= $81870
= $87.33
= $3645.20
= $42229
- 5360518
10 X $ 36.39
10 X $35.63
13 X $ 54.58
4 x $29 11
13 X $ 280A0
10 X $ 3$ 39
11 X $ 300 43
3Fp
_ $35390
= $35630
= $70954
= 3118"
= S30S520
= S2d390
6 x $38.39
7 x S3583
11 x $54.58
3 X S 29 11
11 % $26040
7 X $3639
8% $300.43
OCT
= $230.34
• 525031
= $6w36
= $8733
= S006440
= $26873
= $24ma
5 X $3839
5 X $35.83
9 x $5458
5 X $2911
9 x $280410
6 X $3639
7 x $300,43
NOV
= $19195
= $179.15
= $401»
_ $145955
= $2523680
= $230.34
= $2103001
2 X 33839
2% g3593
2 x $5456
1 X $29.11
3 X $28040
2 X S3939
2 x $300.43
DEC
_ $78.70
$71.86
= $10B 1fi
= $2911
= $64120
- 576.78
$fi008fi
TOTAL
416 71
$ 3,296 36
$6931 86
3 531 88
33064386
- :has 5n4N re Cas¢n cn ulq n�'M rnf :^riv'e�
ranMp,lrmmig, �.wdnJc:.)prcMc4 of �� �.'nenl�, Ine
' •n1�Jzl's pled N-1, to 04-.1(-k
A i'1r of vont m1L U4amoyaeea-.I- 1n4;- rro n0in
• v11a n:...'- .v w7r'+"<rt 4'-p+wrap
Page 26
Provided to Builders Exchange of WA., T_..c. For usage Conditions Agreement see -w bxwa cum - Always Verify Scal
2023 ROW Landscape Maintenance
Bid Schedule
BASE BID
Total Monthly
Cost^
Pro•act#24
Project#25
Proecl!8
Project032
PID•ed033
S 333rd St I
13 PI S!
S 332nd St
Roundabout
S 3301h Si
Bth Ave SW
'I Oth Ave SW I SW 3301
c-o•s.m m 5W 353r65aah
Projects 1, 2, a-11, 21.
Roundabout to 131h PI S
S3341h al38thS
S 32410 SR 99
su.onh
LamouSDr5W1.19AWS
24-26. and 32-33
2 X $5119
0 X $31.09
2 x $38.39
0 X $29.11
3 x $ 125.41
= $ 102.38
= $0
= $7678
_ $ 0
= $ 376,23
$ 2,360.94
3 % $ 51.19
1 X $ 31.99
3 X $38 39
0 x $ 29.11
5 X $ 125,41
_ $153 57
= $31.99
= $ 115.17
= $ 0
$ 527-05
$3.110.91
8 x $ 51.19
2 X $ 31.99
8 X $ 30.39
6 X $ 29.11
10 X $ 125.41
$4nos9
_ $6396
= $307.12
=' $17456
= $125410
$8,950-83
9 % $ 51.19
2 X $ 31.99
9 X $ 36.39
8 X $ 29.11
12 X $ 125.41
_ $ 460.71
= $fl3 96
= $ 345.51
= $ 17465
= $150442
$10 290.73
11 X $5i19
2 X $31.99
12 X $ 38.39
6 x $29.11
14 X $ 125.41
_ $ 563 09
z $63 00
= $ 46068
= $ i32 N
= $ 1755.74
$14.174 77
12 X $ 51.19
4 X $ 31.99
12 X $3J.H
9 X $ 29.11
16 X $ 12541
_ 5014.26
= 5197.96
= S400e6
= $281.9D
= $200556
$13,791. 66
11 X $ 5119
2 x $3199
12 X $3839
5 X $29.11
16 X $ 125.41
s $ 563 09
= $ 80 N
= $ 48088
= $232.68
= $ 2006 58
$14,428 15
10 % 55119
'3 X $3199
10 X $38.39
7 X $29.11
13 X $12541
_ $51190
$9597
= $3a390
= S203077
= $ 163033
a12,14419
10 X $51.19
2 x $31.99
10 % $3639
7 X $29.11
13 X $125.41
_ $511.9D
= $0396
z $38390
= $203077
= $1630.33
$11.69589
7 X $5119
2 X 33199
7 x $3639
6 X $29.11
11 % $12541
_ $ 3s6 i1
= $87 96
= $268.73
= $174 fib
= $ 1379.51
$ 9.170.64
7 X $ 51.19
2 X $ 31.99
7 X S 38.39
11
9 % $125.41
$35033
= $6398
326073
33
= $112989
$7,171681
2 % $51.19
0 X $31.99
2 X $ 38.39
E3x
.11
3 x $ 125.41
$10238
= $ 0
= $7678
a $ 376.23
$2.360 94
$4 r^948
$
$
$ 15676.25
$111,011.33
• 300 Extra Houm of
300 hour% X 15-3 26 r hour =
$ 15.978.00
BASE BIDTotal $12U".33
PmM-v momsspan be based an'.h. number of same (e 9
n ,V. 1- m9.'nr•0% ate) {19vgd 101 e.ch mehlh
` a. •-aw ue4 cost 11 IDPW 99Y.f y 19 . i- it or1
AM N.ms If WON mM bm somGlet.d N+min any plum
;romh ho sr b tnm044 lull Pft-dfl1:'0e hm�
Page 27
?rovided to Builders Exchange of WA, Inc, For usage Conditions Agreement see 4nr4.1cxw- com - Al•way3 Ve-^_y Scal
Proj"t costs' Bid All i
Pro'ect#28
Protect929 1
Total Monthly
MONTH
Cost—
Varlous Locations
Various Locations
Projects 28 & 29
Garbage/Recycle
Littler Pickup/Disposal
4 x $ 1s9.�
2 x $�!
JAN
= $$Mao
_ $5118.52
$5,758.32
4 x $ 1s9.9s
2 x $.�
FEB
_ $Ups
$ s11es2
$ 5,758.32
5 x $ +Saes
2 x $gyp as
MAR
$799.75
= $511a.52
$ �.918
4 x S 159.95
2 x $2559,26
�R
$ M sa
$ 5111152
$ 5.758.32
5 x $159.95
2 x $
MAY
= S7ge,7s
_ $slte.sz
$3.91B..i:'
JUN
4 x $ 159.95
2 x $ 2559]a
_ $a3i l0
¢ $5118.52
4 x $159.95
2 x $ 2559.26
JUL
$esn BO
_ $ 5118.52
$ 5,758.32
AUG
5 X $ 159.95
2 x $ M2o
= $799.75
= $s11a.52
$5,91827
4 x $ 159.95
2 x $2559.2e
SEP
$an so
= =31sasz
$5,758.32
4 x $ 159.85
2 x $ i55910
OCT
_ $ W as
= $ 5118.52
$ 5 75B.32
NOV
5 x $15995
2 x $MAC
= $9oa75
= $511852
$5918.27
4 x $ 159.9s
2 x $2559.26
DEC
= $moo
- $5118052
$5.75832
TOTAL
$ 8.317.40
S 61 A22 24
5
TOTAL Bid Alternate 11
S fig 739,64
Proied costs shall be based on the number ofsemme (a g.
mooring, trimming, weeding, etc) pmlded for ea h month,
` the seine unit Cast is applied ep=ly to all Gems of work
All kern of work must be competed within any given merdh
" in order to moelwe full payment for that month.
Page 28
Provided to builders Exchange of WA, Inc ?or usage Conditions Agreement see www bxwa.com - Always Verify Scal
Project Costs`
Bid Alt 2
MONTH
Total Monthly
Project7F20
Cost"'
1st Ave S
Project 20
5356 to S312
3 x $ neee
JAN
= $ 355x
S 356.56
FEB
5 x S /ufu
$ e44 3g
$ 594.30
MAR
10 x S11eM
= $11eaa0
$1,18860
APR
12 x $ 11g as
_ $ 142832
$1,426.32
MAY
14 x $ "Gas
_ $1064.a1
31,664.04
JUN
16 x $ 1lefle
_ $ 19017e
51,901.76
JUL
16 x $11eee
_ $ 1e0136
$1,901.76
AUG
15 x $ 11e as
_ $17a290
$1,782.90
SEP
13 x $ 11eeg
_ $ 1545.1e
$1,545.18
OCT
11 x $ ne 1la
_ $13o,As
$1,30746
NOV
9 x $ 119e6
n $ 106,74
$ 1,069 74
DEC
3 x $ 11005
356.56
_ $ 35a.5e
S
TOTAL
S 15 095� 22
S
TOTAL Bid Alt 2
$15 095.22
Project costa shall be Eased on the number of service (a g.
mowing, trkmmhlg, weeding, etc) pmvdad for wch month,
' the same unit cost Is applied equally 10 all Marro of walk
AM aems orw,k meat be completed m1hin any given monlh
^ in,dw 1. r— . rue peynwrd for owl rr10rr1m.
2023 ROW Landscape Maintenance
Bid Schedule
Page 29
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa.com - Always Verify Scal
2023 ROW Landscape Maintenance
Bid Schedule
Prp'ect Costs,
BID ALT 3
MONTH
Total Monthly
Project #4
Project •6
Cast"
SW 3201h St
S 320th St
PlojeM 4 and 6
47 Ave SW to 11 PIS
1-5 to Weyerhaeuser
2 x $254.71
2 x $"
JAN
_ $ 509.41
= $ 53.36
$ 562-78
3 x $ 254.71
3 x $ 2a.aG
FEB
= $ 764,13
= $ 60.04
MAR
8 x $ 254.71
7 x $26.66
- $ 2WAa
= $ 'soya
g2 224.44
9 X $ 254.71
8 x $ 25"
APR
_ $ 2292.39
= $ 213.44
$2 5 5.fi3
MAY
13 X $zsa.71
12 x $2868
- $3311.23
= $320.16
$3631.39
JUN
12 x $ 254.71
11 x $ 2eee
_ $3060.52
= $29346
$3,350.00
JUL
13 x $254.71
12 x $poi
= $ 3311.23
= $320.16
$3.631 39
AUG
10 x $ 254.71
11 x $ 2e111111
_ $ 2547.10
= $ M4e
s 2,640.56
10 x $ 254.71
9 X $ X80
SEP
= $ 2547.16
= $ 240.12
$ 2,787 22
OCT
8 X $254.71
_ $2007A!
7 x $2508
_ $ uer?a
52.224.44
NOV
fi x $ 254.71
5 x $ 25 as
= $ 162925
= $133440
$1,661 66
2 x $ zs4.71
2 x $ gees
DEC
= $ 509.42
= $53.3e
$ 562 76
TOTAL
$ 24,452.16
$ 7q_
$
Total Bid Alternate 3 5
Project tesb shall be based on the numberol service (e g
mowing, trimming, weeding, etc) pmWed for each month,
' the same unll cost Is apphad equally to a4 iems of work -
All items of work must ba completed wlthm eny given month
-in order to receive full paymem for I11 monlR
Page 30
Provided to guilders Exchange of WA, inc. For usage Conditions Agreement see www. bxwa.com - Always veri£v Scal
2023 ROW Landscape Maintenance
Bid Schedule
Project
Costs-
Bid AR 4
Total Monthly
Projectma I
Project#15
Proect#16
MONTH
CDsr*
SR-99
SR-99
SR-99
Projects 14-16
S 283 to S 272
18 Ave S to S 283
S 310 to 18 Ave 5
2
x $ 134.92
2 X
$ 120124
2
x $115.23
JAN
$ 199
_
$ 24048
$ 230 46
$ 660-76
7
x $ 94.92
7 x
$ 120.24
7
x $ 115.23
FEB
= $E61.41
$ 841 EE
$ Wool
g 2,312 73
6
x $ 94.92
6 i(
$12024
6
X $ 115,23
MAR
$759.3e
=
$ W192
= $02+24
$2,64312
10
x $ 94.92
10 x
$12a24
10
x $ 115.23
APR
= $ 0497E
_
$ 1202.40
$ 1152.30
$3,303.90
14
x $ 94 02
14 x
$ 120.24
14
x $ 115.23
MAY
= $1329ed
=
$16E136
= $1613.22
$4,625.46
12
x $ 94.92
12 x
$120.24
11
X $ 115.23
JUN
= $1179.04
=
$ 144283
_ $':a-.-3
$ 3,849.45
13
x $9492
13 x
$12024
12
x $11523
JUL
= $ 1233.9E
_
$ 158312
= $ 13E21E
$ 4,179 64
13
x $ 94,92
13 x
$12024
11
x $115.23
AUG
_ $1233 96
=
$ 15E312
— $ 1287.53
$4, 064 61
11
x $94.92
11 x
$ 120 24
11
x $11523
SEP
_ $ 1044,12
=
$1322-64
= $ 1267453
$ 3,634.29
9
x $94,92
9 x$
12y24
9
x $115.23
OCT
= $Eu2
_
$108216
_ $1037.07
$2,973.51
9
x $94,92
9 x
$120,24
9
x $11523
NOV
_ $5p2a
=
$10621E
_ $103707
$ 2.973.51
2 x
$9492
2 x
$ 120.24
2
x $ 115.23
DEC
= $10004
_
$ 2404E
$230.46
$66078
TOTAL
$ 10,441.20
$ 13 226.40
$12214 36
$
Total aid Alt 4 $
Proreq costs sh.N be based on the number of se Moe (e.g
rnowln9, Irtmm!ng, weeding,
etc ) prarded br each month,
the same unit cost .s applied equally to all items ofwork
All Hems of work must b =T.pleled within any Oiven month
In order to receive NI p"nsaM ler th rl MGM
Page 31
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa.ccm - Always Verify Scal
2023 ROW Landscape Maintenance
Bid Schedule
Project Costs"
Bid Alt 5
Pro"eat #13
Proiect #19
Project #30
Project #31
Total Monthly
MONTH
161h Ave S /
Cost-
Enchatnled Pkwy
SR 99
S 352nd Street
S 356th Street
Projects 13, 19, 30, 31
S 35th to SR 99
S 356 to S 348
SR99 to SR161
SR99 to 16th Ave
2
X $ 3D 37
1
X $44'29
2
X
$3639
2
X $ 36.39
JAN
$e0 4
= $ 44.29
=
$ 72.76
= $ 72.79
$ 250 59
4
x $ 30.37
2
X $ 44.29
3
x
$ 3639
3
X $ 36.39
FEB
_ $ 12l.49
$ 6858
=
$ 109.17
= $1a9.17
$428.40
9
X $ 30.37
6
X $ 44.29
8
X
$ 36.39
6
X $ 36.39
MAR
= $ 273.33
= 3265674
=
$ 291.12
= $ 291.12
g 1,121.31
10
X $ MR
6
X $44.29
8
X
$ 30.39
6
X $ 36.39
APR
$ 30370
$ 265.74
-
$ 291 12
- $ 291.12
g 1,151.66
13
x $ 30.37
10
X $4429
13
x
$ 36.39
12
x $ 3e.30
MAY
_ $39As1
= $44290
=
$473.07
= $4360a
$1,74746
13
x $ 30.37
8
X $ 44.29
12
X
$ 36.39
12
X $ 36.39
JUN
_ $.-- 61
= $ 354 32
=
$435 0L
= $ 436 e6
$ 1 ,622.49
13
X $ 30.37
10
X $ 44 29
12 X
$ 36.39
12
X $ 36.39
JUL
= $ 39461
= $ 442.90
=
$4X0&
_ $43666
$1,711.07
12
x $ 30.37
8
x $ 4429
11
X
$ 36.39
11
X $ 36.39
AUG
_
$40029
= $40029
$1.51934
11
X $ 30.37
6
X $ 44929
11
X
$ 35.30
10
X $ 36.39
SEP
= $ 334.07
= $ 35432
=
$ 40029
= $ 353 90
$1,452.58
9
X $ 304�37
5
X $ 44.29
8
X
$ 36.39
7
X $ 36 39
OCT
= $ 273.33
= $221.4s
-
$291.12
= $254073
$1.040 63
NOV
9
X $ 30 37
4
X $ 44.29
7
X
$ 36.39
7
x $ 36.39
= $27333
r $177.16
=
$254.73
= $25473
$959.95
2
X $30.37
1
X $44.29
2
X
$3639
2
X $3039
DEC
= $6034
= $44.29
=
$72,76
= $72.76
$250.59
TOTAL
$ 3,24959
$-i c,56
01
$ 3,529 63
$ 3,420 66
$
TolaI aid All 6 $
PmJeci costs shall be based on the mmber or sordW (e 9
mowln9, lnmmoi9. weedir9,
etc) p-lded for each month,
the same lmd cost Is appred equally to all A9mz olwork
PII Aems cfwork muss be completed wllhln any giver, month
in ortler to :e- lull payment (or Ihal march,
Page 32
Provided to Builders Exchange of AA, Inc. For usage Condition3 Agreement see www. bxwa.com - Always Verify Scal
2023 ROW Landscape Maintenance
Bid Schedule
Pro'ecl COS1s'
Bid AR 6
Project
Project#7
Project 012
Pro'ect#22
Prolect#23
Total Monthly
MONTH
Cost"
S 3121h St
S 324th St
23rd Ave S
21st Ave S
S 317th St
Projects 3, 7, 12, 22. 23
SR99 to 24 Ave S
11
PI S to 18 Ave S
S 324 to S 316
S 320 to S 316
28 Ave S & Roundabout
1
X $ 38.81
1
X $ 42.45
1
X $ 29.11
1
X $ 60.6,
2 x $ 31.99
JAN
_ $ 3B.B1
= $42.45
= $ 29.11
- 60.55
- $
= 6398
$
$235.00
1
x $ 38.81
1
% $ 4245
1
x $29.11
1
X $6005
3 x $ 31.99
FEB
= $ 38.81
= $42.45
= $ 29.11
= $ Goes
= $ 95.97
$ 266.99
3
x $ 3881
3
x $ 42.45
3
X $29.11
3
xx $ 60,55
a X $ 31.G9
MAR
- $116A3
= $127.35
= $87.33
$161.95
= $25592
176898
4
x $ 3081
4
x $ 42.45
4
x $ 29.11
4
x $ `" 161
8 X $ 31.99
APR
= $15524
= $
$11844
= $74260
= $255.92
$940.00
4
X $ MAI
4
X $ 42A5
4
X $ 29.11
4
x $ 50.65
9 X $ 31.90
MAY
= $1ss.z4
= $16900
= $11644
= $N260
= $287.91
$97199
4
x $3881
4
x $42A5
4
x $29.11
4
X $60.65
12 x $ 31.99
JUN
= $155 24
= $159 00
= $ 116.44
= $ 242.60
= $ 383 as
$1, 067.96
4
x $ 38,81
4
x $ 42.45
4
x $29.11
4
x $6065
11 X $31.99
JUL
= $155.24
= $18960
= $116044
= $24260
= $35149
3
x $38.81
3
x $4245
3
X $2911
3
x $0065
11 X $AM
AUG
= $ 116.43
- $127.35
= $ 6733
= $ 16195
= $ 351 B9
$864.95
3
x $3881
3
X $4245
3
x $29.11
3
x $6085
10 X $31.99
SEP
= $116.43
= $127.35
= $87.33
= $ 161.95
= $31990
$83296
3
X $ 3B.81
3
X $42.45
3
x $29.11
3
X $ 0085
7 x $ 31.99
OCT
= $11643
= $ 127.35
= $0133
= $Isl 65
= $ 223-03
$736 99
4
X S 3B e1
4
X $42.45
4
X $ 29.11
4
X $ 60 65
7 x $ 31.99
NOV
= $155 24
= $189 50
= $116444
= $ 242.60
= $223.93
$ 906.01
1
X $3881
1
X $42.45
1
X $29.11
1
X $6065
2 x $31.99
DEC
= $3081
= $42.45
a $2B.11
= $60.65
= $0195
$23500
TOTAL
$1.358 5
$1 485.75
$ 1
2 122.75
$ 2,879.10
$
Total Bid Alt 6 S $,854.80
Pm1ed wsts shall be based on the numbar ofsarnce (e 0
ma.ving. Ifin-ing, weedln9, etc.) provided for eenr ❑Wnlh, IA'
m ' sae and casks applied epuaily lu all dens of work,
AgOwn, glygd[ must Gt "MlL j Wlnln any gtven month In
olderlo -Nt Sullpgyf ,L * Ihal month
Page 33
Provided to Builders Exchange of 19A, !no, For usage Conditions Agreement see www.bxwa.ccm - Always Verity Scal
2023 ROW Landscape Maintenance
Bid Schedule
Project Casts'"
Bid Alt 7
MONTH
Total Monthly
Project #5
Project #17
Pro ect #18
Cost"
S 3201h St
SR-99
SR-99
Projects 5, 17. 18
11th PI S to 1-5
S 324 to S 310
S 340 to S 324
2 x$ 29.11
2 X$ 12024
2 X$ 120.24
JAN
_ $ 5622
= $2404e
$ 24040
$539A8
3 x$ 2911
7 x$ 12n24
7 x$ 120.24
FEB
_ $ 87 33
c $ 64I N
= $a11 as
S 1,770.69
8 X $ 29.11
8 X $ 120.24
8 X $ 120.24
MAR
= $ 23Z88
= $ 661,92
= $ 98192
$2.156 72
9 x $ 29.11
11 x $ 12024
1D x $12024
APR
_ $261.00
= $1322464
= $1 2 4V
S2.78703
MAY
13 x $ 29.11
15 x $ 12024
14 x $120,24
3,86539
_ $ 378.43
= $ !am so
= $ 1I730
$
JUN
12 x $ 29.11
13 x $12024
12 x $120.24
= $349.32
= $1503012
= $1442e4
s3,355.32
12 x $ 29.11
14 x $120.24
15 x $120.24
JUL
= $349.32
= $16633e
$11103a0
$ 3,83628
11 x $ 2911
14 x $ 120.24
13 x $ 12024
AUG
= $32021
= $'=e3x
= $156312
$3,56669
SEP
9 x $ 29.11
13 x $120,24
11 x $ 120.24
_ $25199
= $1563.12
= $132264
$3,14775
OCT
7 x $ 29.11
11 X $120024
9 X $ 12024
$203.77
= $ 1322064
= $ 1011215
$2.8D8.57
NOV
6 x $ 2911
$174.66
9 X $ 120.24
= $108216
3 x $12024
= $ 1012.14
$2,336.96
2 X $29.11
2 x $ 120.24
2 X $ 120.24
DEC
= $ 58.22
= $ 240 40
= $ 240 A111
$ 539 18
TOTAL
$ 2 736.34
$ 14,308-56
$ 13,466.88
$
ToUl Bid All 7 S 30,511.78
Project casts shell he based on the numbef of sarvlce (e 9
mewing trimming, weeding, etc) provided for each month',m
' the sae unit cost is applied equally I0 all itemwark s of,
All Gems of work must be comploled vrithin any given month
" ;n arderlo receive lu1 payment forthal month
Page 34
Provided to Builders Exchange of FA, Inc. For usage Conditions Agreement see www bxwa.com - Always verify Scal
Project Costs*
Bid AR 8
MONTH
Total Monthly
PMjeC(#27
Cost -
litigation System
Project27
0 x $ 2e.70
JAN
_ $ 0
S 0
FEB
R x $ 26.70
. $g
S
MAR
0 X $ 2e.70
0
_ $ 0
5
APR
3B x $ gs 07
_ $ X40,alll
3,646.86
MAY
38 X $ 26.70
$1.014.60
JUN
38 X $ 2e.70
_ $ tot+ao
31,014.60
JUL
36 x $ 2030
= $ t0t+m
$1.014.60
AUG
36 x S 2e.70
_ $1471E0
$ 1.014.60
SEP
36 X $2070
_ $ 101+E0
$1,014.60
OCT
36 x $2e7o
$ 1,014,60
$ tot+.eo
NOV
0 x $2870
_ $0
$0
DEC
0 x S z0.7o
$ 0
$0
TOTAL
Total Bid Alt t
$9,734.46
Pmiad wsis shall be ba"d on the number of serWca (e g
mowing, InrrNr ing, weeding, etc) praMted lot each month.
the .ems .nK cod 's epplled equally to all dems of work
All dams of work mum be wmvletod within any glen month
" In order to mcele LA myma+i her teed eyrrl.
2023 ROW Landscape Maintenance
Bid Schedule
Page 35
Provided to Builders Exchange of WA, Inc. For usage Conditiong Agreement see www bxwa.com - Always verify Scal
Attachment D
BID SIGNATURE PAGE
Date: 9/20/2022
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the 2023 RIGFIT-OF-WAY LANDSCAPE MAINTENANCE and comply with all
other terms and conditions of the contract and bid documents of RFB 22-009.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or corporation.
Corporation
Corporation/Partnership/Individual
(Delete Two)
City of Federal Way
2023 Right -of -Way Landscape Maintenance
RFB ver. 7/21
Macmor Inc.
Company
By:
ignature
Alan Adame
(Printed Name)
Its: President
(Title)
13710 Canyon Road East Suite B
Puyallup, WA 98373
(Address)
253-468-1337
(Telephone Number)
Page 36
RFB # 22-009
2022
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of $ 16.046.10 , which amount is not less than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, , as
Principal, and , as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum, of ,
and 1100 dollars ($ ), for the payment of which the Principal and the Surety bond
themselves, their heirs and executors, administrators, successors and assigns, jointly and severally,
by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly- make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance .thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation
shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety
shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THIS DAY OF , 20—.
Date
Received return of deposit in the sum of $ . _
City of Federal Way
2023 Right -of -Way Landscape Maintenance Page 37
RFB ver. 7/21
Principal
Surety
20
RFB # 22-009
2022
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
■ THE ORIGINAL DOCUMENT HAS A WHITE REFLECTIVE WATERMARK ON THE BACK.
BANK OF AMERICA--��-
Cashier's Check
1`huR 1u'NHm cl ;r xrrc c . �w A •y �5npd wVVI ae rcq�red - - -
Slhle��, a airum wiv�ienl mK1 e�S w yen
poor W+eplirClllC l TkutOha3:M111190jaYs,
sI1mmi, . n-w
0001 - 004620.1 0003 BANK OFF F s
Pay AMERICAW c�scrs
**Sixteen nousand:FortV Six and 10/100 Dollars**
To'ihc CITY OF FEDERAL WAY
Order- Of
Remitter (Purchased By): MACMOR INC
Bank of America; N.A.
PHOENIX, AZ
No. 0894415476
_ tf`I`PIORi'Lf?ti S1t��t`Yt!!tc— —Y-
II■08944 1 514 761P 1: 12 2 10 1 706l: ►, 5 700 293 L69411■
HOLD AT AN ANGLE TO VIEW WHEN CHECKING THE ENDORSEMENTS.
S
c
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW and electrical as described in Chapter
19.28 RCW, or identify the bidder for the work will result in your bid being non -responsive and
therefore void.
Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW
must be named below, or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires
other subcontractors, has a current certificate of registration in compliance with chapter 18.27
RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance
(workers' compensation) coverage for the subcontractor's employees working in Washington, as
required in Title 51 RCW, if applicable; has a Washington Employment Security Department
number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor
license, if required by Chapter 70.87 RCW.
The following listed bid items (listed in numerical sequence) for this project have been proposed for
subcontracting to subcontractors as indicated.
SUBCONTRACTOR ITEM NUMBERS
NAME
ESTIMATED AMOUNT
I WMBE QUALIFIED?
(YIN)
Nautilus Backflow Service
27
$3,000.00
N
City of Federal Way RFB # 22-009
202-1 Right -of -Way Landscape Maintenance Page 38 2022
RFB ver. 7/21
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment G
City of Federal Way
COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non -Collusion, Anti -Trust, Prevailing Wage (Non -Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON -COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he/she is the identical person who submitted the
foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the
interest or on behalf of any person not therein. named, and further, that the deponent has not
directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham
bid, or any other person or corporation to refrain from bidding, and that deponent has not in any
manner sought by collusion to secure to himself/herself or to any other person any advantage over
other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll -free hotline Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT Inspector
General. All information will be treated confidentially and caller anonymity will be respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti-
trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to
purchaser any and all claims for such overcharges as to goods and materials purchased in
connection with this order or contract, except as to overcharges resulting from anti-trust violations
commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will pay each classification of laborer, work person, or
mechanic employed in the performance of such work, not less than the prevailing rate of wage or
not less than the minimum rate of wage as specified in the principal contract; that I have read the
above and forgoing statement and certificate, know the contents thereof and the substance as set
forth therein, is true to my knowledge and belief; and
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 39 2022
RFB ver. 7/21
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify 3cal
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, firm, association or corporation by a court of competent jurisdiction
in any matter involving fraud or official misconduct within the past three (3) years.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW
51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies
that it has not been determined, within the last one year, to have committed any combination of
two of the following violations or infractions within a five-year period: (1) Violated RCW
51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration -and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non -Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit of Eligibility, and Certification of Lawful Employment.
2023 Right -of -Way Landscape Maintenance
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me this A2 day of
11i14,1,i11❑, 11 �,if n So I L_
.................,` (pr3 ntedltyped name of notary)
af Notary Public in and for the St to of Washington
�4TARY = My commission expires: 'S[ Ica 2,--S-
_ 3 PUBLIC
CC__ iN
`'•.,,� WASH'+ ,.a
I,illfI 111111111�f5
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 40 2022
RFB ver. 7/21
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order # 11246)
Date: A/9n Z9
This statement relates to a proposal contract with the City of Federal Way named
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
I am the undersigned bidder or prospective contractor. I represent that:
12] have, ❑ have not, participated in a previous contract or subcontract subject to the President's
Executive Order #11246 (regarding equal employment opportunity) or a preceding similar
Executive Order.
City of Federal Way
2023 Right -of -Way Landscape Maintenance
RFB ver. 7/21
Macmor Inc.
Name of Bidder
By:
S+ nature
Its: President
Title
13710 Canyon Rd E Suite B
Puyallup, WA 98373
Address
Page ill
RFB # 22-009
2022
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment I
Contractor Certification
Wage Law Compliance — Responsibility Criteria
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL
PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR
AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on
behalf of the firm identified below that, to the best of my knowledge and belief, this firm
has NOT been determined by a final and binding citation and notice of assessment issued
by the Washington State Department of Labor and industries or through a civil judgment
entered by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW` 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3)
years prior to the date of the Request for Bids.
Bidder Macmor Inc.
Name of Contractor/Bidder — Print Full Legal Entity Name of Firm
By:
$ignacure of Aug on ed Person
Title: President
Title of Person Signing Certificate
Date: 9/20/2022
Alan Adame
Print Name of Person Making Certifications for Firm
Place: Puyallup, WA
Print City and State Where Signed
City. of Federal Way
2023 Right -of -Way Landscape Maintenance Page 42
RFB ver. 7/21
Name:
RFB # 22-009
2022
Prcvided to Builders exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.ccm - Always Verify Scal
CITY OF CITY HALL
Fe d e ra 11Na 33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederal way can
Attachment J
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2023 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
This Public Works Maintenance Agreement ("Agreement") is made between the City of Federal Way, a
Washington municipal corporation ("City"), and Macmor Inc, 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:
MACMOR INC: I CITY OF FEDERAL WAY:
Alan Adame Gene Greenfield
President Public Works Operations Manager
13710 Canyon Rd E, Suite B 33325 8th Ave. S.
Puyallup, WA 98373 Federal Way, WA 98003-6325
(253) 468-1337 (telephone) (253) 835.2727 (telephone)
AlAn mag"princ.covi Gene.greenfield(a-_),cityoffederalway.com
The 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, 2023 ("Term"). This Agreement may be extended for additional periods of time upon
the mutual written agreement of the City and the Contractor.
2. WORK.
2.1 Work. The Contractor shall provide goods, materials or services and otherwise perform the work
more specifically described in Exhibit "A," attached hereto and incorporated by this reference ("Work"),
performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction
of the Mayor or his or her designee.
2.2 Warranties. The Contractor warrants that it has the requisite training, skill, and experience
necessary to provide the Work and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to obtaining a City of Federal Way business registration. The
Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar
services within the Puget Sound region in effect at the time those services are performed. The Contractor
warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will
perform in accordance with their specifications and Contractor's representations to City. The Contractor shall,
at its sole cost and expense, correct all Work performed which the City deems to have defects in workmanship
and material discovered within one (1) year after the City's final acceptance of the Work. This Agreement is
subject to all warranty provisions established under the Uniform Commercial Code, Title 62A RCW. In the
event any part of the goods are repaired, only original replacement parts shall be used —rebuilt or used parts
will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for
one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to
City of Federal Way RFB # 22-009
2U23 Right -or -way Landscape Maintenance page 43 zdzz
RFB ver. 7/21
,A4SCITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www ciryoffederakaay corn
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.
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.
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 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.
3. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing
the other party thirty (30) days' written notice at its address set forth on the signature block of this Agreement.
The City may terminate this Agreement immediately if the Contractor fails to maintain required insurance
policies, breaches confidentiality, or materially violates Section 12 and may result in ineligibility for further
City agreements.
4. COMPENSATION.
4.1 Amount. In 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 by 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 the 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 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. 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 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.
4.3 Defective or Unauthorized Work. If any goods, materials, or services provided under this
Agreement are either defective, 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, the City may obtain the goods,
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 44 2022
RFB ver. 7/21
cily or
AFA
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
wmv. cityoffederalway corn
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 Agreement for any future fiscal period, the City will not be obligated to make payments for Work or
amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the
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.
4.5 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.
4.6 Bond. Pursuant to RCW 39.08 and RCW 60.28, Contractor shall post a bond in favor of the City,
in the form attached to this Agreement as Exhibit "C" and incorporated by this reference, in a dollar amount
satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure
Contractor's performance of all of the provisions of this Contract; to insure payment of Contractor's state sales
tax; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
Contractor's obligations under this Agreement shall not be limited to the dollar amount of the bond. The bond
shall not be released until the City has received all applicable documentation from the state and all outstanding
claims filed pursuant to RCW 39.08 and RCW 60.28 have been resolved.
5. INDEMNIFICATION.
5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers
harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses,
attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, 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 out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's
liability hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each
sub -contractor shall agree to defend and indemnify the City, its elected officials, officers, 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 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
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 45 2022
RFB ver. 7/21
CITY OF CITY HALL
�A*4S. Feder l Avenue South
Fe d e ra I Way
Federal Way, WA 98003-6325
(253) 835-7000
vvww cityoffederalway com
way by any limitation on the amount of damages, compensation or benefits payable to or by any third party
under workers' compensation acts, disability benefit acts or any other benefits acts or programs. The Parties
further acknowledge that they have mutually negotiated this waiver.
5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its
officers, directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless
from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings,
judgments, awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs,
and/or litigation expenses to or by any and all persons or entities, including without limitation, their respective
agents, licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent
solely caused by the negligent acts, errors, or omissions of the 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 performance of the services or work by the Contractor, their agents, representatives,
employees or subcontractors for the duration of the Agreement and thereafter with respect to any event
occurring prior to such expiration or termination as follows:
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 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 $2,000,000 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 injury, including personal injury or death, and property damage.
6.2. No Limit of Liabili . 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 insurance coverage shall
be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained
by the City shal I be excess of the Contractor's insurance and steal l not contribute with it.
6.3. 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 attached hereto as Exhibit
"D" and incorporated by this reference. At City's request, Contractor shall furnish the City with copies of all
insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance
policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three
(3) years from the date this Agreement is actually terminated or upon project completion and acceptance by the
City.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 46 2022
RFB ver. 7/21
CITY OF CITY HALL
A** 33325
Federal Way Feder l Avenue South
Federal Way, WA 9803-6325
(253) 835-7000
www cityoffederalway. com
6.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement.
7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of
this Agreement shall be considered confidential subject to applicable laws. Breach of confidentiality by the
Contractor may be grounds for immediate termination. The Contractor will fully cooperate with the City in
identifying and assembling records in case of any public disclosure request.
8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts,
designs, design specifications, records, files, computer disks, magnetic media or material which may be
produced or modified by Contractor while performing the Work shall belong to the City upon delivery. The
Contractor shall delivery all needed or contracted for work project upon demand. All records submitted by the
City to the Contractor will be safeguarded by the Contractor. Contractor shall make such data, documents, and
files available to the City upon the City's request. At the expiration or termination of this 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
sufficiently and properly reflect all direct and indirect costs related to the performance of the Work and
maintain such accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times,
to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental
officials authorized by law to monitor this Agreement.
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 leave, vacation pay or any other benefit of employment, nor to pay any social security,
income, or other tax which may arise as an incident of employment, except as specifically provided in Section
4. Industrial or any other insurance that is 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 retirement system and agrees to 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 employees, agents, and subcontractors at the work site and in the performance of the contract work and shall
utilize all protection necessary for that purpose. Contractor shall comply with all applicable provisions of
federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA
requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and
Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC).
Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other
safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe
City of Federal Way RFB # 22-009
2023 Right-of-way Landscape Maintenance rage 47 ZOZz
RFB ver. 7/21
CITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cdtyoffederalway com
passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or
unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall
protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other
property that is likely to become displaced or damaged by the performance of the Work. The Contractor shall, at
its own expense, secure and maintain a safe storage place for its materials and equipment and is 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. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether
such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this
Agreement to an employment contract. Even though Contractor is an independent contractor, the work must
meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory
completion
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 "E" 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 pay any increase in the current prevailing wages if and when this Contract is extended
provided that the term of the Contract exceeds one year. The City further agrees to pay the current
prevailing wages at the time of additional yearly extensions, and the Contractor agrees to pay its
employees the increased prevailing wage.
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
Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid, certified by the
Department of Labor and Industries, to the City.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 48 2022
RFB ver. 7/21
CITY OF
�. Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www ciryoffederalway corn
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
services 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 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.
12. 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 (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
CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the
City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this
project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the
clauses contained in Exhibit F.
13. GENERAL PROVISIONS.
13.1 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 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 shall 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 Parry 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 of this Agreement, including this provision, may be amended, waived, or
modified except by written agreement signed by duly authorized representatives of the Parties.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 49 2022
RFB ver. 7/21
CITY OF
� . Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederahvay. corn
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 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 any right of action
or interest in this Agreement based on any provision set forth herein.
13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in
accordance with all applicable federal, state, local, and city laws including, without limitation, all City codes,
ordinances, resolutions, regulations, rules, standards and policies, as now existing or hereafter amended,
adopted, or made effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a
result of the formation or performance of this Agreement, this Agreement may be rendered null and void, at the
City's option.
13.4 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 of this Agreement. Any notices required to be given by the Parties
shall be delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered
personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the
address set forth above. Any notice so posted in the United States mail shall be deemed received three (3) days
after the date of mailing. Any remedies provided for under the terms of this 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
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.
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 executed in any number of counterparts, each of which shall be deemed an original and with
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 50 2022
RFB ver. 7/21
CITY of
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cilyofiederalway com
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 comprised of all pages of this Agreement and a complete set of all
signature and acknowledgment pages. The date upon which the last of all of the Parties have executed a
counterpart of this Agreement shall be the "date of mutual execution" hereof.
[Signature page follows]
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 51 2022
RFB ver. 7/21
CITY OF
�. Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www. cityoffederalway coin
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY:
By:
rell, ayor
DATE:IF —dF-
I
MACMOR INC:
By:
Printed Name: r (kA
W l
Title:
DATE:
STATE OF WASHINGTON )
ss.
COUNTY OF
ATTEST:
/6&'LV--M"d -
ep anie C rtney, CM , City Clerk
APPROVED AS TO FORM:
Ir Ryan Call, City AttcYrney
On this daypersonally appeared before me #1& L , to me known to be the
Py� j diA� of C 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/she
was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of
said corporation.
my hand and official seal this day of O �'�� , 20�i�
447
::; ��"�`'� oy = Notary's signature
fi N 0 TA R y N : = Notary's printed nai �7 sue_
a PUBLIC ti' Notary Public in and for the State of Washington.
`� : •°= My commission expires� 3 Z�
� s
i °n
+�+ �7
++4e ry t+ 1 F! I tu+1,5 P
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 52 2022
RFB Nov. 7/21
CITY of CITY HALL
�Fe d e ra I Way Feder 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway com
EXHIBIT "A"
SERVICES
The Contractor shall do or provide the following:
Description of Work. Perform all work and furnish all tools, materials, supplies, equipment, labor,
and other items incidental thereto necessary for the 2023 Right of Way Landscape Maintenance
services, including without limitation, services more specifically described in Appendix A,
Technical Requirements, attached hereto and incorporated by this reference ("Services"), in
accordance with and as described in the Contract Documents, which include without limitation, this
Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms
and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification
Form, Contractor's Compliance Statement, "Services" attached as Exhibit A, "Compensation"
attached as Exhibit B, Performance/Payment/Retainage Bond attached as Exhibit C, Certificate(s) of
Insurance attached as Exhibit D, Prevailing Wages and Benefit Code Key attached as Exhibit F,
Technical Requirements attached as Appendix A, Details and Annual Maintenance Services attached
as Appendix B, and all other Appendices attached hereto and incorporated by this reference,
(collectively the "Contract Documents"), which Work shall be completed to the City's satisfaction,
within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her
designee.
Work included with this contract includes:
"Base Bid," and
"Bid Alternate 1."
Additional Services. The City may elect to have the Contractor perform additional work or services,
in connection with this project, described in Appendix A, attached hereto and incorporated by this
reference ("Additional Services"). The Contractor shall not proceed with the Additional Services
until so authorized in writing by the City. Payment for all Additional Services performed under this
Agreement shall be outlined in Exhibit B, "Compensation."
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 53 2022
RFB ver. 7/21
CITY OF CITY HALL
Alt*
Federal Way 33325 Avenue South
FFederall Way, WA 980038003-6325
(253) 835-7000
www. 0yoffederelway. coin
EXHIBIT "B"
COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor a total
amount not to exceed One Hundred Ninety -Six Thousand Seven Hundred Twenty -Eight and 97/100
Dollars ($196,728.97).
2. Method of Compensation:
Unit bid prices
In consideration of the Contractor performing the Services, the City agrees to pay the Contractor an
amount, calculated on the basis of the unit bid prices or hourly rates per submitted bid form and bid
schedules.
Annual increases in Bid Quote prices may be negotiated and executed via amendment to
accommodate material cost increases, union labor contract increases, use of subcontractors in -lieu of
in-house staff. Contract increases shall be consistent with the Puget Sound Cost Price Index on June
30 for the previous year. Contractor shall request review of unit bid prices no later than October 31st
of each year to go into effect January 1st. Contractor shall provide all back-up documentation to
support annual cost increases.
Reimbursable Expenses.
The actual customary and incidental expenses incurred by Contractor in performing the Services
including irrigation parts and other reasonable costs; provided, however, that such costs shall be
deemed reasonable in the City's sole discretion and shall not exceed Three Thousand and 00/100
Dollars ($3,000.00).
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 54 2022
RFB ver. 7/21
Bond # CE00019600003
` CITY OF CITY HALL
Federal Way Feder Avenue South
Federall Way, WA 98003-6325
(253) 835-7000
www. o"fiederalway com
EXHIBIT "C" Bond Effective 1-01-2023
Bond Expiration 12-31-2023
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT/RETAINAGE BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Macmor Inc. , ("Principal") and
Philadelphia Indemnity Insurance Company , the undersigned corporation organized and existing under the
laws of the State of Pennsylvania and legally doing business in the State of Washington as a
surety ("Surety"), are held and firmly bonded unto the City of Federal Way, a Washington municipal
corporation ("City") in the penal sum of One Hundred Ninety -Six Thousand Seven Hundred
Twenty -Eight and 97/100 ($196,728.97) for the payment of which we firmly bind ourselves and our
legal representatives, heirs, successors and assigns, jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated October 25 2022 for
2023 Right -of -Way Landscape Maintenance.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the
manner and within the time period prescribed by the City, or within such extensions of time as may
be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material
men or women, and all persons who shall supply the Principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall pay all applicable state sales tax, and shall hold
the City, its officials, agents, employees and volunteers harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of the
Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the
City harmless from any damage or expense by reason of failure of performance as specified in the
Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in
the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder
or the specifications accompanying the same shall in any way affect its obligation on this bond, and
it does hereby waive notice of any change, extension of time, alterations or additions to the terms of
the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of
the Agreement without notice to Surety, and any such modifications or changes increasing the total
amount to be paid the Principal shall automatically increase the obligation of the Surety on this
Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent
(25%) of the original amount of this bond without the consent of the Surety.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 55 2022
RFB ver. 7/21
` CITY OF CITY HALL
�... Federal Way Feder Avenue South
Federall Way, WA 98003-6325
(253) 835-7000
www cityoffederaMW com
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the
terms of the Agreement, the Surety shall make a written commitment to the City that it will either:
(a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount
necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the
event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the
City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to
interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety
of its actual costs. The City shall return, without interest, any overpayment made by the Surety and
the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond
amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation,
described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of
mediation to resolve said dispute. The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth
Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion
of the mediation.
DATED this � day of
PRINCIPAL:
By:
art Adame
Its President
13710 Canyon Road E; Suite B
Puyallup, WA 98373
253-468-1337
STATE OF WASHINGTON )
ss.
COUNTY OF Ce—�)
On this day personally appeared before me ACU-rY�-" , to me known to be the
of ��N_o k (\,:>, that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited
liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized
to execute said instrument.
GIVEN rn her gd official sea[ this 21 day of NI�NJ��� , 20 2�
r-WV'WWV.__� ------ N
sate wmw GAchnst
Notary Pubic Notary's signature
state o1 WaihmgW Notary's printed naIfor
1 R
�h DPP °� p1AV204
%,,,,, "-6 H,,,r,ber snia3M Notary Public in anState of Washington.
My commission expires 1.. q " `�
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 56 2022
RFB ver. 7/21
clsY OF CITY HALL
�Federal Way Feder 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www. clryoffaderal way. com
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in
the within bond; that , who signed the said bond on behalf of the Principal,
was of the said Corporation; that I know his or her signature thereto is
genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said
Corporation by authority of its governing body.
Secretary or Assistant Secretary
OF SURETY: SURETY
By:
Attorney -in- act
(Attach Power of Attorney)
Kristin Jackson -Attorney in Fact
(Name of Person Executing Bond)
600 SW 39th Street Suite 200
Renton, WA 98057
(Address)
425-291-5207
(Phone)
APPROVED AS TO FORM:
Ryan Call, City Attorney
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 57 2022
RFB ver. 7/21
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the
laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Kristin Jackson, Jenrder Ltd and Jashw Wright of Beli•AndersGn Agen_;y, Inc,. its
true and lawful Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings
obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50,000,000.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14`s of November, 2016.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute
on behalf of the Company bonds and undertakings, contracts of indemnity and other
writings obligatory in the nature thereof and to attach the seal of the Company thereto; and
(2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And,
be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attomey or certificate relating thereto by facsimile, and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid
and binding upon the Company in the future with respect to any bond or undertaking to
which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27Tu DAY OF OCTOBER, 2017-
{: 1927
(Seal)
Robert D. O'Leary Jr., President & CEO
Philadelphia Indemnity Insurance Company
On this 27 s day of October, 2017, before me came the individual who executed the preceding instrurtient, to me Personally known, and being by me duly swom said that
he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COKPANiY. that the seal affixed to said instrument is the
Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed.
COUMONWMr M PFNr VAMA
NpTARM9FA:
mcrvoa,m.KVCcr
Notary Public:
.� rK a
residing at:
(Notary Seal)
My commission expires:
Bala CXnwvd, P
e tember 25 1
I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of
Directors and the Power ofAttorney issued pursuant thereto on the 27`s day of October, 2017 are true and correct and are still in full force and effect. I do further certify
that Robert D- O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President
of PHILADELPHIA INDEMNITY INSURANCE COMPANY.n'�f '
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this I� day of C�✓ v/ V ► Y 20 !� v
192? Edward SSayago, Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
Don, --Sign Envelope ID: AA4579BF-FF8E-4791-8155-5CFA27EDAD19
LJ
PHILADELPHIA
INSURANCE COMPANIES
PHLY CONTRACT EXPRESS Form 4
All applicants must have a completed and signed indemnity agreement on file with Philadelphia Indemnity Insurance Company.
GENERAL INDEMNITY AGREEMENT
THIS General Indemnity Agreement (AGREEMENT) is made by the undersigned Principal(s) and Indemnitor(s), all of which are individually and collectively
referred to as Indemnitors, for the continuing benefit of Surety in connection with any Bond executed on behalf of any Indemnitor. Indemnitors hereby
certify the truth of all statements in the application, authorize the Surety to verify this information and to obtain additional information from any source,
including obtaining a credit report at the time of application, in any review or renewal, at the time of any potential or actual claim, or for any other legitimate
purposes as determined by the Surety in its reasonable discretion.
DEFINITIONS. The following terms shall have the following definitions in this Agreement:
BOND: Any surety bond, undertaking, or other express or implied obligation of guaranty of suretyship executed or committed to by Surety, at the request
of any Principal or Indemnitor on, before or after this date, and any riders, endorsements, extensions, continuations, renewals, substitutions, increases or
decreases in penal sum, reinstatements or replacements thereto.
PRINCIPAL: The person(s) and entity(ies), for whom any Bond is issued or committed to by Surety, or any one or combination thereof, or their successors in interest,
whether alone or in joint venture with others named herein or not named herein, and any person or entity that directly or indirectly, through one or more intermediaries,
controls or is controlled by, or is under common control with any party to this Agreement.
SURETY: Any and all of: Philadelphia Indemnity Insurance Company, their respective co -sureties, reinsurers, and any other person or entity which may act as surety
or co -surety on any Bond, or any other person or entity who executes any Bond at its request
INDEMNITOR: Any person or entity signing this Agreement or whose authorized representatives sign this Agreement
INDEMNITY. Indemnitors:
1. Agree to defend, indemnify, and save harmless Surety from and against any and all demands, liabilities, costs, penalties, obligations, interest, damages and expenses
of whatever nature or kind, including but not limited to attomeys' fees and costs and fees that Surety may sustain or incur (hereinafter "Loss") in investigation
of claims or potential claims, adjustment of claims, procuring or attempting to procure the discharge of Bond, or attempting to recover losses or
expenses from Indemnitors or third parties, whether Surety shall have paid out, or anticipates paying out any such sums; and
2. Agree to pay Surety all premiums on Bonds issued by Surety on behalf of any Indemnitor, in accordance with Surety's rates in effect when each payment is due.
Premiums on contract bonds are based on the contract price, without reference to the penal sum of the Bond, and shall be adjusted due to changes in the total
contract price. On any Bond where Surety charges an annual premium, such annual premium shall be due upon execution of the Bond and upon the renewal or
anniversary date of such Bond until satisfactory evidence of termination of Surety's liability as a matter of law under the Bond is furnished to Surety's
satisfaction; and
3. Agree that in furtherance of such indemnity.
a. In the event of any Loss by Surety under any Bond and this Agreement, an itemized statement of Surety's loss and expense, swom to by a
representative of Surety, or other evidence of disbursement by Surety, shall be prima facie evidence of the fact and extent of Indemnitors liability under
this Agreement
b. Surety shall have the right in its sole and absolute discretion to determine whether any claim, liability, suit orjudgment made or brought under any Bond or
Bonds shall be paid, compromised, adjusted, defended, prosecuted or appealed.
C. Surety's determination shall be final, conclusive and binding upon the Indemnitors. Indemnitors acknowledge that Suretys discretion is expressly bargained
for by Surety, is a precondition for Surety to consider issuing or procuring any Bond, and is a significant part of the consideration for Surety to enter into this
Agreement.
GENERAL PROVISIONS. Indemnitors further agree as follows:
4. If a claim or demand for performance of any obligation under any Bond is made against Surety, Indemnitors, upon Suretys demand, shall immediately deposit with
Surety United States legal currency, as collateral security, in an amount equal to Surety's Loss with respect to any claim or demand, plus an amount equivalent to
Suretys estimate of its anticipated expenses and attomeys' fees to be incurred in connection therewith. Indemnitors acknowledge and agree that Surety shall be entitled
to specific performance of this paragraph.
5. Indemnitors' obligations under this Agreement are joint and several. Repeated actions under this Agreement or as otherwise permitted may be
maintained by Surety without any former action operating as a bar to any subsequent action. Surety's release of any one Indemnitors shall not
release any other Indemnitors. No action or inaction of Surety with respect to anyone other than Indemnitors shall relieve the Indemnitors of any
obligation under this Agreement. Indemnitors shall not be released from liability under this Agreement because of the status, condition, or situation of any
party to this Agreement or any Principal.
6. If the execution of this Agreement by any Indemnitor is defective or invalid for any reason, such defect or invalidity shall not affect the validity hereof as to
any other Indemnitor. Should any provision of this Agreement be held invalid, the remaining provisions shall retain their full force and effect
7. Indemnitors waive any defense that this instrument was executed subsequent to the date of any Bond and acknowledge that such Bond was executed
pursuant to Indemnitors request and in reliance on Indemnitors promise to execute this Agreement. Indemnitors understand and agree that this
Agreement is a continuing agreement to indemnify over an indefinite period.
8. Indemnitors have the right to review all Bonds executed by Surety for errors and omissions prior to delivery of the Bond to the obligee, and hereby waive any
claim against Surety arising out of any such error or omission.
9. Surety may decline to execute any Bond for any reason and shall not be liable to Indemnitors, or any person or entity, as a result of such declination.
10. Indemnitors may terminate liability to Surety under this Agreement ONLY by sending written notice by registered mail of intent to terminate to Surety, in care of
Philadelphia Indemnity Insurance Company, One Bala Plaza, Bala Cynwyd, PA 19004, attention Surety Division. Termination will be effective thirty days after
actual receipt of such notice by Surety, only for Bonds signed or committed to by Surety after the effective date.
11. Indemnitors understand and agree that other than for the entity issuing a Bond, no other entity included within definition of the "Surety" in this Agreement assumes
any obligation whatsoever with respect to either this Agreement or such Bond.
12. This Agreement may be executed in counterparts, with each counterpart being deemed one and the same original document. A copy of this Agreement shall
be deemed an original for all purpose,
13. As further security, Indemnitors hereby grant to Surety a security interest in, and lien on, all of their equipment, machinery, plant, Inventory, insurance
policies, vehicles, tools, real property, and materials, as well as sums, claims, causes of action, accounts, accounts receivable, and right§ due or to
became due in connection with any contract, whether or not bonded by Surety. This Agreement shall ntiatltute a Security Agreement and a Rioncing
Statement for the benefit of the Surety in accordance with the Unitorm Commerclat caact find mil almilrar Atstutea land ra deed or Inr:it or ninrigsga, e0
applicable, and may be filed by the Surety without notice to perfect the security Intereols and Ilans granted ha*n, `Ihe Sllroty they add whadulas,
Docu.Sign Eovelope ID: AA4579BF-FF8E-4791-8155-5CFA27EDAD19
property descriptions, and other documents to this Agreement as necessary and may sign a copy of this Agreement, or copy thereof, where required
for filing as a Financing Statement or to otherwise perfect any interest granted herein.
14. Principal hereby irrevocably nominates and appoints the Surety and its designees as their attorney -in -fact with the right, power, and authority, but not
the obligation, to exercise all of the rights and powers of the Principal assigned, transferred, and set over to the Surety in this Agreement. Surety
may, in the name of the Principal, or any one or more of them, make, endorse, execute, sign, and deliver any and all additional or other Instruments
and writings, including, but not limited to, assignments, financing statements, documents, instruments, checks, drafts, deposit, ACH and wire transfer
directives, change of address notices, liens and releases thereof, applications, certificates, draw requests, releases, and papers deemed necessary
or desirable by Surety, and to collect the proceeds thereof.
15. As to any legal action related to this Agreement, Principal and Indemnitors consent to the jurisdiction of any court of competent jurisdiction, including
the jurisdiction of any state or federal court where the Surety, Principal, or one or more of any of the Indemnitors is domiciled or doing business, at
the sole discretion of the Surety. Principal and Indemnitors waive any right to trial by a jury for any tort or contract claims related to this Agreement
and waive any claim or defense in any such action based on alleged lack of personal jurisdiction, improper venue, forum non conveniens or any
similar basis.
Note: Indemnity is required of the entity AND all owners and spouses individually. First, provide the indemnity of the entity having an
authorized officer sign and date below, listing his or her authorized title on behalf of the entity thereafter. Then, all owners and spouses must
sign as individual personal indemnitors.
CORPORATE INDEMNITY
COMPANY NAME (print): Macmor Inc
Federal Tax ID: 76-0738992
Cxuepmo by
SUignatureli ,.61v-
9aW,T]YK•]f,GG
Print name here: Alan Adame
Date Signed:11/16/2022
COMPANY NAME (print):
Federal Tax ID:
Signature:
Print name here:
Date Signed:
COMPANY NAME (print):
Federal Tax ID:
Signature:
Print name here:
Date Signed:
PERSONAL INDEMNITY
Indemnitor�•�^°ar
Signature:_~"
Date Signer Tt"1672522
(Indemnitor) Print name here: Al an Adame
Cell Phone#: 2533242975
Email address: alan@macmorinc.com
Indemn'Itor
Signature:
Date Signed:
(Indemnitor) Print name here:
(Person authorized to sign for the company)
Title: President
(Person authorized to sign for the company)
Title:
(Person authorized to sign for the company)
Title:
Spouse D�bw" Wr
Signature: c
Date Signea7f t7 1`UnD2 2
(Spouse) Print name here: Raquel Robles
Cell Phone #: 9152762127
Email address: rakel yune@gmai 1 . com
Spouse
Signature:_
Date Signed:
(Spouse) Print name here:
Cell Phone #: Cell Phone #:
Email address: Email addn,s:':
DocuSign Envelope ID: AA4579BF-FF8E-4791-8155-5CFA27EDAD19
CITY OF
�Federal Way
EXHIBIT "D"
Insert Contractor's Certificate of Insurance
City of Federal Way
2023 Right -of -Way Landscape Maintenance Page 58
RFB ver. 7/21
CITY HALL
33325 8th Avenue South
Federal Way, WA 88003-6325
(253) 635-7000
www. ci[yoffederalway. can
RFB # 22-009
2022
1
'�111` ^ CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/DDlYYYY)
os/2D�
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 endorsements .
PRODUCER
CONTACT CUENJ CONTACT CENTER
FEDERATED MUTUAL INSURANCE COMPANY
HOME OFFICE: P.O. BOX 328
PAICNNo Ext : 888-333-4949 FAX,
No): 507-446-4664
ADDR1ESS: CLIENTCONTACTCENTER FEDINS.COM
OWATONNA, MN 55060
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: FEDERATED MUTUAL INSURANCE COMPANY
13935
INSURED 410-323-0
INSURER B:
INSURER C:
MACMOR INC
13710 CANYON RD E STE B
PUYALLUP, WA 98373-5200
INSURER D:
INSURER E:
INSURER F:
cnva0areFc CFRTIFICATE NUMBER_ 4 REVISION NUMBER: 1
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
LT
TYPE OF INSURANCE
aDDL
INSR
:iUBR
WVD
POLICY NUMBER
POLICY EFF
YYY
POLICY EXP
MMIDD/YYY
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
D AGE TO RENTED
PREMISES Ean..rence
$100,000
CLAIMS -MADE FxI OCCUR
MED EXP (Any one person)
$5,000
A
Y
Y
1831044
04/20/2022
04/20/2023
PERSONAL & ADV INJURY
$1,000,000
LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
J11'L,A:1,1RE43ATE
JECT PRO ❑ LOC
PRODUCTS - COMPIOP AGG
$2,000,000
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea .6.
$1,000,000
BODILY INJURY (Per person)
X
ANY AUTO
A
OWNED AUTOS ONLY SCHEDULED
AUTOS
Y
Y
1831044
04/20/2022
04/20/2023
BODILY INJURY (Per accidenU
PROPERTY DAMAGE
HIRED AUTOS ONLY NON -OWNED
AUTOS ONLY
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$5,000,000
AGGREGATE
$5,000,000
A
EXCESS LIAB
CLAIMS -MADE
Y
Y
1831045
04/20/2022
04/20/2023
DED I I RETENTION
IPER STATUTE ER
ER
A
ANB EMPLOYERS' LIABILITY Y / N
ANY PROPRIETORIPARTNERIEXECUTIVE
OFFICERIMEMBER EXCLUDED?
(Mandatory in NH)
NIA
N
1831044
04/20/2022
04/20/2023
E.L. EACH ACCIDENT
$1,000,000
E.L DISEASE - EA EMPLOYEE
$1�000�000
E L DISEASE -POLICY LIMIT
If yes, describe under
DESCRIPTION OF OPERATIONS below
$1,000,000
I
1 _
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
SEE ATTACHED PAGE
t`coTlorATC unl ncD CANCELLATION
410-323-0
41
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES
BE CANCELLED BEFORE
CITY OF FEDERAL WAY
33325 8TH AVE S
THE EXPIRATION DATE THEREOF, NOTICE
WILL BE DELIVERED IN
FEDERAL WAY, WA 98003-6325
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
© 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
ACC),R. 0
AGENCY CUSTOMER ID: 410-323-0
LOC #:
ADDITIONAL REMARKS SCHEDULE
AGENCY
FEDERATED MUTUAL INSURANCE COMPANY
F'ULICY NUMBER
SEE CERTIFICATE # 4.1
CARRIER
SEE CERTIFICATE # 4.1
ADDITIONAL REMARKS
NAIC CODE
NAMEDINSURED
MACMOR INC
13710 CANYON RD E STE B
PUYALLUP, WA 98373-5200
EFFECTIVE DATE: SEE CERTIFICATE # 4.1
Page 1 of 1_ -
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
STOP -GAP (EMPLOYER'S LIABILITY) COVERED STATE(S) WA
THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS,
LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT
FOR GENERAL LIABILITY.
THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED BY CONTRACT
ENDORSEMENT FOR BUSINESS AUTO LIABILITY.
INSURANCE PROVIDED BY THE GENERAL LIABILITY COVERAGE IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE.
INSURANCE PROVIDED BY THE BUSINESS AUTO LIABILITY IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE.
GENERAL LIABILITY CONTAINS A WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF
SUBROGATION) - AUTOMATIC ENDORSEMENT
BUSINESS AUTO LIABILITY CONTAINS A WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER SUBJECT TO THE
CONDITIONS OF THE BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY ENDORSEMENT.
GENERAL LIABILITY COVERAGE CONTAINS CG 25 03 DESIGNATED CONSTRUCTION GENERAL AGGREGATE LIMIT ENDORSEMENT
APPLICABLE TO EACH CONSTRUCTION PROJECT AS REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT.
COMMERCIAL UMBRELLA FOLLOWS FORM ACCORDING TO THE TERMS, CONDITIONS, AND ENDORSEMENTS FOUND IN THE COMMERCIAL
UMBRELLA POLICY.
ACORD 101 (2008101) O 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL AUTO
CA04491116
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
A. The following is added to the Other Insurance
Condition in the Business Auto Coverage Form
and the Other Insurance - Primary And Excess
Insurance Provisions in the Motor Carrier
Coverage Form and supersedes any provision to
the contrary:
This Coverage Form's Covered Autos Liability
Coverage is primary to and will not seek
contribution from any other insurance available to
an 'insured" under your policy provided that:
1. Such "insured" is a Named Insured under
such other insurance; and
2. You have agreed in.writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
B. The following is added to the Other Insurance
Condition in the Auto Dealers Coverage Form and
supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liability
Coverage and General Liability Coverages are
primary to and will not seek contribution from any
other insurance available to an "insured" under
your policy provided that:
1. Such "insured" is a Named Insured under
such other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED BY CONTRACT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE PART
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
A. WHO IS AN INSURED for "bodily injury" and "property damage" liability is amended to include:
Any person or organization other than a joint venture, for which you have agreed by written contract to
procure bodily injury or property damage "auto" liability insurance arising out of operation of a covered
"auto" with your permission. However, this additional insurance does not apply to:
(1) The owner or anyone else from whom you hire or borrow a covered "auto". This exception does
not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own.
(2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her
household.
(3) Someone using a covered "auto" while he or she is working in a business of selling, servicing,
repairing, parking or storing "autos" unless that business is yours.
(4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a
limited liability company), or a lessee or borrower or any of their "employees", while moving
property to or from a covered "auto".
(5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a
covered "auto" owned by him or her or a member of his or her household.
B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms,
conditions, and exclusions of the Coverage Part to which this endorsement is attached.
In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written
agreement to add any insured, or to procure insurance.
C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the
agreement between the parties, or the limits provided by this policy.
D. Additional exclusions. The insurance afforded to any person or organization as an insured under this
endorsement does not apply:
1. To "loss" which occurs prior to the date of your contract with such person or organization;
2. To "loss" arising out of the sole negligence of any person or organization that would not be an insured
except for this endorsement.
3. To "loss" for any leased or rented "auto" when the lessor or his or her agent takes possession of the
leased or rented "auto" or the policy period ends, whichever occurs first.
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
CA-F-127 (03-03) Policy Number: 1831044 Transaction Effective Date:04/20/2022
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE PART
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
In the event of any payment for a loss under this Business Auto Coverage Part arising out of your ongoing
operations, we agree to waive our rights under the TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO
US condition against any person or organization, its subsidiaries, directors, agents or employees, for which you
have agreed by written contract, prior to the occurrence of any loss, to waive such rights, except when the
payment results from the sole negligence of that person or organization, its subsidiaries, directors, agents or
employees.
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
CA-F-128 (03-03) Policy Number: 1831044 Transaction Effective Date:04/20/2022
COMMERCIAL GENERAL LIABILITY
CG20331219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN A WRITTEN CONSTRUCTION
AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II - Who Is An Insured is amended to
include as an additional insured any person or
organization for whom you are performing
operations when you and such person or
organization have agreed in writing in a contract
or agreement that such person or organization be
added as an additional insured on your policy.
Such person or organization is an additional
insured only with respect to liability for "bodily
injury", "property damage" or "personal and
advertising injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured.
However, the insurance afforded to such
additional insured:
1. Only applies to the extent permitted by law;
and
2. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an
additional insured under this endorsement ends
when your operations for that additional insured
are completed.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to:
1. "Bodily injury", "property damage" or
"personal and advertising injury" arising out
of the rendering of, or the failure to render,
any professional architectural, engineering or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims
against any insured allege negligence or other
wrongdoing in the supervision, hiring,
employment, training or monitoring of others
by that insured, if the "occurrence" which
caused the "bodily injury" or "property
damage", or the offense which caused the
"personal and advertising injury", involved the
rendering of or the failure to render any
professional architectural, engineering or
surveying services.
© Insurance Services Office, Inc., 2018 Page 1 of 2
CG 20 33 12 19 Policy Number: 1831044 Transaction Effective Date: 04/20/2022
2. 'Bodily injury" or "property damage"
occurring after:
a. All work, including materials, parts or
equipment furnished in connection with
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the additional
insured(s) at the location of the covered
operations has been completed; or
b. That portion of "your work" out of which
the injury or damage arises has been put
to its intended use by any person or
organization other than another contractor
or subcontractor engaged in performing
operations for a principal as a part of the
same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement you
have entered into with the additional insured;
or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2 © Insurance Services Office, Inc., 2018
CG 20 33 12 19 Policy Number: 1831044 Transaction Effective Date: 04/20/2022
COMMERCIAL GENERAL LIABILITY
CG24531219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION) -
AUTOMATIC
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of Section IV
- Conditions:
We waive any right of recovery against any person or
organization, because of any payment we make under
this Coverage Part, to whom the insured has waived
its right of recovery in a written contract or
agreement. Such waiver by us applies only to the
extent that the insured has waived its right of recovery
against such person or organization prior to loss.
© Insurance Services Office, Inc., 2018 Page 1 of 1
CG 24 53 12 19 Policy Number: 1831044 Transaction Effective Date: 04/20/2022
POLICY NUMBER: 1831044
COMMERCIAL GENERAL LIABILITY
CG 25 03 05 09
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1�193:14Bill R4
Designated Construction Project(s):
Each construction project as required by written contract or written
agreement.
Information required to complete this Schedule if not shown above will be shown in the Declarations.
A. For all sums which the insured becomes legally
3. Any payments made under Coverage A for
obligated to pay as damages caused by
damages or under Coverage C for medical
"occurrences" under Section I - Coverage A, and
expenses shall reduce the Designated
for all medical expenses caused by accidents
Construction Project General Aggregate Limit
under Section I - Coverage C, which can be
for that designated construction project. Such
attributed only to ongoing operations at a single
payments shall not reduce the General
designated construction project shown in the
Aggregate Limit shown in the Declarations nor
Schedule above:
shall they reduce any other Designated
1. A separate Designated Construction Project
Construction Project General Aggregate Limit
General Aggregate Limit applies to each
for any other designated construction project
designated construction project, and that limit
shown in the Schedule above.
is equal to the amount of the General
4. The limits shown in the Declarations for Each
Aggregate Limit shown in the Declarations.
Occurrence, Damage To Premises Rented To
2. The Designated Construction Project General
You and Medical Expense continue to apply.
Aggregate Limit is the most we will pay for the
However, instead of being subject to the
sum of all damages under Coverage A, except
General Aggregate Limit shown in the
damages because of "bodily injury" or
Declarations, such limits will be subject to the
"property damage" included in the "products-
applicable Designated Construction Project
completed operations hazard", and for medical
General Aggregate Limit.
expenses under Coverage C regardless of the
number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims
or bringing "suits".
CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2
B. For all sums which the insured becomes legally C.
obligated to pay as damages caused by
"occurrences" under Section I - Coverage A, and
for all medical expenses caused by accidents
under Section I - Coverage C, which cannot be
attributed only to ongoing operations at a single
designated construction project shown in the
Schedule above:
1. Any payments made under Coverage A for
damages or under Coverage C for medical D.
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products -completed Operations Aggregate
Limit, whichever is applicable; and
2. Such payments shall not reduce any
Designated Construction Project General
Aggregate Limit.
When coverage for liability arising out of the
"products -completed operations hazard" is
provided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products -completed operations hazard" will
reduce the Products -completed Operations
Aggregate Limit, and not reduce the General
Aggregate Limit nor the Designated Construction
Project General Aggregate Limit.
If the applicable designated construction project
has been abandoned, delayed, or abandoned and
then restarted, or if the authorized contracting
parties deviate from plans, blueprints, designs,
specifications or timetables, the project will still
be deemed to be the same construction project.
E. The provisions of Section III - Limits Of Insurance
not otherwise modified by this endorsement shall
continue to apply as stipulated.
Page 2 of 2 9 Insurance Services Office, Inc., 2008 CG 25 03 05 09
COMMERCIAL GENERAL LIABILITY
CG 20 01 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available to
an additional insured under your policy provided
that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract
or agreement that this insurance would be
primary and would not seek contribution
from any other insurance available to the
additional insured.
© Insurance Services Office, Inc., 2018 Page 1 of 1
CG 20 01 12 19 Policy Number: 1831044 Transaction Effective Date: 04/20/2022
f _1
.�C��f�l� CERTIFICATE OF LIABILITY INSURANCE
,I -_�_
DATE (MM/DDIYYYY)
09!19r2022
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).
PRODUCER
CONTACT Lod Jordison
NAME:
Primary Source Insurance Agency Inc
HD He E<1 (800) 760-2809 Fa++X _ (877) 46WC,�631
LCJordisonLNfedins.com
ADD
121 E Park Square
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Westchester SUrPlus Lines Insurance Company
Owatonna IVIN 55060
INSURED
INSURER B
INSURER C
Macnior Inc
INSURER D
13710 Canyon Rd E Ste B
INSURER E
INSURER F .
Puyallup WA 98373-5200
CnVFRACGFS CERTIFICATE NUMBER: 22-23 EnOro - CPL REVISION NUMBER:
HIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED O THE INSURED NAPPED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERRA 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 !S SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CC!NDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POlJCY EFF
(111MIDDIYYYY)
POLICY EXP
MM/DDIYYYYt
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
S
Ai,
CLAIMS-?AADE El OCCUR
PREP SEr:ce1
$
PAED EXP fAny one verso;
PERSONAL & ADV INJURY
S
LA"RESATE UNUT.APPLIES PER•
GENE RAL AGGREGATE
S
FRO
POLICY j LOC
M
PRODUC'S - COMP!OP Avu
S
S
C:T�VER
AUTOMOBILE LIABILITY
C:aA76lT.ED SNWGLE LlMI7
BOD:LI'INJUR.Y(Per person)
S
ANYAUTO
OWNED SCHEDULED
AUTOS ONLY .AU'ros
P,ODiLV iNJUR.Y.'Per acc;derll
S
PROPEII YGP.INAGE
1P. xEdeslt
HIRED NOti OWNED
AUTOS ONLY AUTOS ONLY
UMBRELLA UAB
Of —CUR
EACH OCCURRENCd
S
HC1_A:MS-I,!ADE
AGGREGATE
EXCESS LIAR
sN
DED RETENTION S
WORKERS COMPENSATION
AND EMPLOYERS'LIABILITY YIN
PEP, OTH-
� � LIE EI2
ANY PROPRIETORPARTNER!E{EC!1T'VE ❑
OFF CER,MENIBER E.XCLUDED�
NIA
E L EACH A --(::DENT
S
(Mandatory in NH)
E L -DISEASE - EA EMPLOYEE
S
E.L DISEASE -POLICY U 4rf
J
If yes, desrI;be under
DESCRIPTION OF OPERATIONS'^_elr'w
Aggregate Urnit
$1,000.000
Environmental Contactors Poltution
Liability
G71659707 -301
05111,12022
05111.12023
Each Condition
S'i :000,0W
Retention
$5,000
DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
GE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave S
AUTHORIZED REPRESENTATIVE
Federal Way INA 98003 A
© 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
�RiQ CERTIFICATE OF LIABILITY INSURANCE DATE e9!19!19/!2022022 Y)
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).
PRODUCER
CONTACT Lori Jordlson
NAME.
Primary Source Insurance Agency Inc
� HONE Ett : `800) 760-2809 FAX_ (877)446-4631
121 E Palk Square
ADMZ II s LCJordison(cc fedins.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Westchester SUrDlus L.nes Insurance Company
Owatonna MN 55060
INSURED
INSURER B :
INSURER C :
Macrnor Inc
INSURER D:
13710 Canyon Rd E Ste B
INSURER E
Puyallup WA 98373-5200
INSURER F:
COVERAGES CERTIFICATE NUMBER: 22-23 Enviro - CPL REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOIN HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF.ANY CONTRACTOR OTHER DOCUMENT VwTH P.ESPECTTO'vdHICH THIS
CERTIRCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE 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,
LTR
TYPE OF INSURANCE
JNSD
WYD
POLICY NUIy1BER
POLICY EFF
1MM1DDfYYYY
POLICY EXP
MM!DD/YYYYI
LIMITS
COMMERCIAL GE14ERAL LIABILITY
EACHOCCURRENCE
S
PREMISES Eacc ourrel:ce)
S
CLAIMS -MADE ❑ OCCUR
MED EXP (Any one ^ersa„
PEP.SONALSADV INJURY
S
:EITLAGUI EiaATE LT.IIT.4PPLIES PER
GENERALAGGREGATE
S
POLICY ❑ PRO-
JEC LOC
PRODUCTS •COMP-rUP AGG
S
S
OTHER
AUTOMOBILE LIABILITY
Gf;RiBTe SItti GLE LIMIT
£II aixdealtl
BODILY ?NJUPY (Per person)
S
ANY AUTO
OWNED SCHEDULED
AU "CS ONLY AUTOS
BOMI.YiNJURY
5
"ROM!
HIRE', NON-O'dYNED
O.4 AUTOS ONLY !;TDS ONLY
tear acy:.
UMBRELLA LIAB OCCUR
EACH OCCU RPENCE
S
AGOREGATE
EXCESS LIAR C;LAiVS- IADE
DPI I I RETENTION $
WORKERS COMPENSATION
EMPLOYERS' LIABILITY YJN
PEP, OR
� �ATUTE ER
ANY PROPRIETOR!PARTNER!EYE%.;T:VE ❑
OFFICERIMENISER EXCLI IDED�
N !A
E L. EACH. A,CCiDENT
s
(Mandatory In NH)
E L DISEASE - EA. EMPLOYEE
S
If yes, describe Under
DESCRIPION OF OPERATIONS halrw
E L DISEASE - POLICY UTArr
J
Aggregate Limit
S1.000,000
Environn?entat Contractors Pcliution
Liability
G71659707 -301
05l11l202°
0511112023
Each Condition.
S" :000,000
'T
$5,000
DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
1
C�ia:i rl iN)S:l�:L1R•1�i�
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave S
AUTHORIZED REPRESENTATIVE
Federal Way INA 98003 / J
© 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
CITY OF CITY HALL
Federal Way Feder l Avenue South
Federal Way. WA 98003-6325
(253) 835-7000
mvw cityoffederahvay coin
EXHIBIT "E"
State of Washington
Department of Labor and Industries
Prevailing Wages 9/8/2022
County
Trade
Job Classification
Wage
Holiday
Overtime
Notes
King
Flaggers
Journey Level
$48.14
15J
4V
8y
King
Landscape Maintenance
Groundskeeper
$17.87
1
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 59 2022
RFB ver. 7/21
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes
Overtime 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
the worker.
i. 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.
B. 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.
C. 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.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
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
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.
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
the 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
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. 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 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.
1of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime 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.
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.
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.
2 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
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.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
F. 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.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double 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.
R. 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.
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.
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.
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.
All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a 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.
K. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift 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. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
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.
3 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
4. 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
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.
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.
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.norrual four -
day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) 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.
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.
The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
4of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
U. 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. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 1/Z) the straight time rate.
In the event the job is down due to weather conditions, 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
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
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.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W, 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 rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
5 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
4. X. 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. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Y. 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. 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.
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.
11. 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.
B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
C 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. All non -overtime and non -holiday hours worked between 4:00 pm and 5:00
am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage.
6of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and
the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
F. 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 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-half times the hourly rate of wage 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.
G. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift 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 nine (9) hours or more. When an employee
returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period.
H. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift 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 ten (10) hours or more. When an employee
returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period.
7of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Overtime Codes Continued
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 one and one half (1-1/2) times the straight time rate
of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
and all work performed on 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 two dollar ($2.00) per hour
for all hours worked that shift.
All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half 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.
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).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
J.. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
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).
8of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Holiday Codes Continued
6. 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,
Thanksgiving 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
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. 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).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
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).
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).
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.
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays:- New Year's Day, Memorial Day, Independence Day, Labor 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.
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.
9of15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Holiday Codes Continued
7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any 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.
G. Holidays: New Year's Day, Memorial Day, hndependence 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.
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.
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.
Holidays: New Year's Day, hndependence 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
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.
10 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Holiday Codes Continued
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
preceding Friday shall be a regular work day.
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.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal 'government shall be considered a holiday and compensated accordingly.
G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
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.
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.
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.
11 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Holiday Codes Continued
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
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
preceding Friday shall be a regular work day.
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.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
15. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday
(New Year's Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday;
should they fall on a Sunday, the following Monday shall be considered as the holiday.
12 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Holiday Codes Continued
15. I. Holidays: New Year's Day, President's Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday.
J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which
falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a
Saturday, the preceding Friday shall be a regular work day.
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. 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:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
S. 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. 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.
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
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.
13 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Note Codes Continued
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.
The 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
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' to 220' - $4.00 per foot for each foot over 220 feet.
Over 22F - $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
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'.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
X. 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. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them io be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
14 of 15
Benefit Code Key — Effective 8/31/2022 thru 3/2/2023
Note Codes Continued
9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) — 130' to 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
B. 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.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
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
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. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting -within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
15 of 15
CITY OF CITY HALL
Federal Wa Feder l Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway. com
EXHIBIT "F"
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of
Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as
the Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub -contractors, including procurement of materials and leases of equipment. The contractor shall
not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Sub -contracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor for
work to be performed under a sub -contract, including procurement of materials or leases of
equipment, each potential sub -contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on the
grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a contractor is in the exclusive possession of another
who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the
USDOT as appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Non-compliance
In the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 60 2022
RFB ver. 7/21
CITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www. atyoffederalway corn
determine to be appropriate, including, but not limited to: Withholding of payments to the contractor
under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of
the contract, in whole or in part.
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect
to any sub -contractor or procurement as the contracting agency or USDOT may direct as a means of
enforcing such provisions including sanctions for non-compliance. Provided, however, that in the
event a contractor becomes involved in, or is threatened with, litigation with a sub -contractor or
supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to
protect the interests of the state and, in addition, the contractor may request the USDOT enter into
such litigation to protect the interests of the United States.
City of Federal Way RFB # 22-009
2023 Right -of -Way Landscape Maintenance Page 61 2022
RFB ver. 7/21
APPENDIX A
TECHNICAL REQUIREMENTS
RFB 22-009
Site Location (beginning and end points.referenced: West to East, South to North
1. S 288th Street, Pacific Highway S to 1-5
2. S 312th Street, 1st Avenue S to Pacific Highway S
3. S 312th Street, Pacific Highway S to 28th Avenue S (includes 18th Ave S,
400 ft south of S 312th to S 312th)
4. SW 320th Street, 47th Ave SW to 11th Place S
5. S 320th Street, 11th Place S to 1-5 (includes trimming wisteria at gazebos)
(includes street trees behind the sidewalk and "flag island" turf and
vegetation east of Pacific Hwy)
6. S 320th Street, 1-5 to Weyerhaeuser Way
7. S 324th Street, 11th Place S to 23rd Avenue S
8. S 336th Street, 1 st Way S to 1-5 Bridge
9. S 342"d Street, 1st Way S to 500' East (Library Lane Median)
10. SW 340th / S 348th Street* (etc.), Hoyt Road to Enchanted Parkway (16th
Avenue S). *SW 340th Street changes to SW 336th Street, SW Campus
Drive, SW 340th Street, and S 348thprior to Enchanted Parkway.
11. SW 356th Street, 21 st Avenue SW to 1 st Avenue S (includes improvements
from 21 st Avenue SW at SW 356th Street to 22"d Avenue SW at SW 357th
Street)
12. 23rd Avenue S, S 324th Street to S 316th Street
13. 16th Ave S / Enchanted Pkwy, S 356th Street to Pacific Hwy S (includes
landscape on S 344th Street from 16th Ave S to the end, and traffic islands
on 16th Ave S from S 364th Street to Enchanted Pkwy)
14. Pacific Highway S, S 283,d Street to S 272"d_Street
15. Pacific Highway S, 18th Ave S to 283rd Street (includes Dash Pt Rd from 9th
PI S to Pacific Hwy S)
16. Pacific Highway S, S 310th Street to 18th Avenue S. Includes S 308th from
14th Ave S to Pacific Hwy.
17. Pacific Highway S, S 324th Street to S 310th Street
18. Pacific Highway S, S 340th Street to S 324th Street (includes S 328th Street -
(south side only) and S 332"d Street (both sides) from 15th Ave S to Pacific
Highway) (includes mow strips behind sidewalk)
19. Pacific Highway S, S 356th Street to S 340th Street (includes S 356th Street
from Pac Hwy S to end of sidewalk west), (includes S 344th Street from
500' west of Pacific Hwy to Pacific Hwy).
20. 1 st Avenue S, S 356th Street to S 312th Street (includes landscape on both
sides of 1st Avenue S, south of S 348th Street)
21. 21 st Avenue SW, SW 356th Street to SW 312th Street (includes SW 312th
Street from Dash Pt. Rd to 14th Ave SW and island at Dash Pt. Rd and 21 st
Ave SW)
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance
22. 21 st Avenue S, S 320th Street to S 316th Street (includes S 316th Street,
Pacific Highway S west to alley, Pacific Highway S to 231d Avenue S, 20th
Avenue S, S 316th Street to S 314th Street, including planter behind the
sidewalk on the east side, and 20th Ave S, S 320th St to Mall Road)
23. S 317th Street, 231d Ave S to 28th Ave S; 28th Avenue S, S 317th Street to S
312th Street; and 28th Ave S / 317th Street S Roundabout (turf area)
24. S 3331d Street / S 332"d Street, roundabout to 13th PI S (including
roundabout) (including 13th PI S, S 336th Street to the end)
25. Roundabout at S334th Street and 38th Avenue S
26. 13th PI S / S 330th Street S 324th St to SR 99 (includes both sides of 13th PI
S and north side of S 330th St)
27. Irrigation system (Water Meter, Control Panel and Backflow Valve
Locations, see Table A)
28. Various Locations (See Map #2): Garbage and Recycling Pickup and
Disposal
29. Various Locations (See Map #3): Litter Pickup and Disposal — Select Areas
30. S 352nd Street, Pacific Hwy S to Enchanted Pkwy
31. S 356th Street, Pacific Hwy S to 16th Ave S
32. 6th Ave SW at SW 353rd Street (south side of road only)
33. 10th Ave SW / SW 330th — Campus Dr SW to 1 st Ave S
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 2
Table A
RFB 17-006
Water Meter, Control Panel and Backflow Valve Locations
Project Description i Meter/Double Check Location
1 S 288th Street, Pacific Highway S to 1-5
3 S 312th Street, Pacific Highway S to 28th Avenue
S
5 1 S 320th Street, 11th Place S to 1-5
■ N side of S 288th St — 1800 block
Control Panel- SW corner of S 288th & 18th Ave S
■ (1) NE corner of S 312th St & 20th Ave S
■ (1) Control Panel- same location
■ (2) Meter — South side of S 312th, 150 Feet West of
Main Steel Lake Park Entrance
■ (2) Control Panel - South side of S 312th, 100 feet
east of 24th Ave S
■ SW corner of S 320th St & 23rd Ave S by Red
Robin
■ Control Panel- same location
6 S 320th Street, 1-5 to Weyerhaeuser Way ■ W side of Weyerhaeuser Way 100' south of S 320th
■ Control Panel- same location
■ SE corner of SR 99 & S 324th St
7 S 324th Street, 11th Place S to 18th Avenue S ■ Control Panel- same location
■ SW corner of SR 99 & S 324th St
■ Control Panel- same location
■ S side of S 336th St — 2000 block
8 S 336th Street, 15t Way S to I-5 Bridge ■ Control Panel- same location
■ S side of S 336th- 400 feet west of 13th PI S
■ Control Panel- SW corner of S 336th and 13 PI S
10
SW 340th Street / S 348th Street* (etc.), Hoyt
Road to Enchanted Parkway (16th Avenue S)
13 16th Ave S / Enchanted Pkwy, S 356th Street .to S
344th Street
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance
■ S side of S 348th St at entrance to Crossings
■ Control Panel- S side of S 348th by walkway to
stairs
■ N side of SW 336th St at 2500 block SW
■ Control Panel- same location
■ N side of S 348th St at 1000 block S
■ Control Panel- S side of S 348th at Park n Ride
■ S side of S 348th St at 200 block
■ Control Panel- SE corner of 1 st Ave S & S 348th
■ W side of island at S 356th St & SR 161
■ Control Panel- same location
■ S side of S 356th St, west of 16th Ave S by
driveway
■ N side of S 356th St, east of 16th Ave S by Lowe's
entrance
■ Control Panel- Inside Lowe's Store (inside the
Fire/Sprinkler Room)
9
Project I Description
Water Meter, Control Panel and Backflow Valve Locations
Meter/Double Check Location
■ E side of SR 99 at 28300 block
Pacific Highway S, S 272nd Street to S 284th - Control Panel- same location
14 Street E side of SR 99, south of entrance to Park and
Ride
■ Control Panel- same location
Pacific Highway S, 18th Avenue S to S 284th
15 Street, and
Dash Point Road — Sacajawea Middle School to
Pacific Hwy
16 is
Pacific Highway S, S 310th Street to 18th Avenue
17 Pacific Highway S, S 324th Street to S 310th
Street
Pacific Highway S, S 340th to S 324th Street
18 Street (includes S 330th Street and S 332nd
Street from Pacific Highway S to 15th Avenue S)
19 1 Pacific Highway S, S 356th to S 340th
21 st Avenue SW, SW 356th Street to SW 312th
21 Street
SW 312th Street from Dash Pt. Rd to 14th Ave SW
& island at Dash Pt. Rd.and 21st Ave SW
■ W side of SR 99 by Shell Station
■ Control Panel- SW corner of SR 509 & Hwy 99
■ E side of SR 99 at 29100 block
■ W side of SR 99 at 28700 block
■ Control Panel- E side of Hwy 99 across from meter
■ SE quadrant of Dash Point Road and Sacajawea
MS north driveway entrance
v Control Panel — SW quadrant of Dash Point Road
and 16th Ave S
■ NE corner of SR 99 & S 308th St
■ Control Panel- SW corner of SR 99 and S 308th St
■ NE corner of SR 99 & S 304th St
■ Control Panel- same location
■ SE corner of 14th Ave and S 308th Street
■ Note: 308th Street irrigation on battery clocks
■ E side of SR 99 at S 31000 block
■ Control Panel- SW corner of S 316th & Hwy 99
■ SW corner of S 320th & SR 99 behind gazebo
Control Panel- same location
■ SE corner of S 325th St & SR 99
■ Control Panel- same location
■ SE corner of S 333rd St & SR 99
a Control Panel- SW corner of S 336th & Hwy 99
• Meter at 34667 Pac Hwy driveway
Control Panel at SW corner Pacific Hwy and S
340th PI (Progressive)
W side of SR 99 in planter by Storage Unit
driveway
■ Control Panel- green box in mow strip across from
meter (replace battery)
■ NW corner of SR 99 & S 356th St
■ SE corner of SW 357th St & 22nd Ave SW
■ Control Panel- SW corner SW 356th & 21st Ave SW
■ N side of SW 312th Street east of 14th Ave SW
■ West side of island at SW Dash Pt. Road and SW
312th Street
21 st Avenue S, S 320th Street to S 316th Street w E side of 21st Ave S at 31800 block (below ped rail)
22 (includes S 316th Street, Pacific Highway S to • Control Panel- same location
23rd Avenue S and 20th Avenue S, S 316th ■ E side of 20th Ave S at S 31400 block
Street to S 314th Street) • Control Panel- same location
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance
2
Water Meter, Control Panel and Backflow Valve Locations
Project I Description
30 1 S 352"d Street, Pacific Hwy to Enchanted Pkwy
31 1 S 356th Street, Pacific Hwy to 16th Ave S
2. Definitions
Meter/Double Check Location
■ South side of 352nd at Lowe's / Uhaul alley.
■ Control Panel — SE corner of 352,d and Pacific
Hwy
• North of S. 356th Street and to the east of westerly
driveway of DBM property
• North of S. 356th Street and to the west of easterly
driveway of DBM property
Aooroved means approved by the Owner or the Contract Administrator.
Approved a uai or a uivalent, as hereinafter used, shall mean a material or
method equal to, or better than the required materials or methods.
As shown shall mean as shown in the Contract Drawings, maps, or details.
Contract Administrator shall be the City of Federal Way Street Maintenance
Division's duly authorized representative.
Owners, Public Works Department, Ci r and/or City of Federal Way_ and their
authorized representatives shall be understood to mean one and the same.
Grounds maintenance and landscape maintenance means the work and provisions
described by the Maintenance/Labor Agreement and all addenda thereto.
Native trees shall mean those trees which are indigenous or natural to the site.
Ornamental Trees shall mean those trees which are not indigenous or natural to
the site, and are located as part of the designed landscape.
Specifications shall mean these specifications, the "Maintenance Specifications"
and all addenda thereto.
3. Maintenance General Specification
A. The Contractor will furnish all labor, tools, specialized equipment, materials
(including all fertilizers and herbicides), traffic control, disposal of waste
material generated by the work, supervision, and transportation to perform
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 5
landscape maintenance services as specifically outlined in the Annual
Maintenance Schedules (Table 1 through 31).
B. All field work shall be performed under the supervision of a qualified
horticulturist. Operators will be licensed for all functions, including
pesticide, fertilizer, and herbicide application, and flagging card when
required.
C. The Contractor will ensure that employees comply with all applicable City
of Federal Way and Washington State regulations and practices with
respect to work performed for the City of Federal Way.
D. Utility Location. Contractor is responsible for locating any underground
utilities affected by the Work and is deemed to be an excavator for
purposes of Chapter 19.122 RCW, as amended. Contractor shall be
responsible for compliance with Chapter 19.122 RCW, including utilization
of the 'one call" locator system before commencing any excavation
activities.
E. Air Environment. Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel,
asphalt, excavated materials, construction debris, etc., to protect said
materials from air exposure and to minimize emission of airborne particles
to the ambient air environment within the City of Federal Way.
F. Any Contractor having employees working on or near a street shall comply
with City of Federal Way and Washington State regulations pertaining to
safety equipment, warning signs and traffic control including the latest
edition of the Manual on Uniform Traffic Control Devices. The following
regulations must be observed:
Workers must wear reflective safety vests at all times.
2. Trucks, trailers and work areas must be coned at all times.
Minimum cone height is 28-inch cones with reflective tape.
3. Traffic warning signs must be positioned on the Right -of -Way to
forewarn traffic of workers in the area. Minimum sign size is 36-
inches square with five inch (5") black letters on orange
background. Signs shall be in good working condition and of
material and reflectivity as described in the MUTCD. A "WORKERS
AHEAD" sign is sufficient if landscape work can be confined to one
side of the street behind the curb. "WORKERS AHEAD" signs
should be displayed from both directions if operations encroach
on the center median or center median and both sides of the
street.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 6
If the landscape operation dictates that a lane be closed of multi-
laned streets, the signing should be, at a minimum, as follows and
as shown on the attached typical traffic control plans. The
attached typical traffic control plans, are generic in nature, and
are not intended to satisfy all conditions for all work zones. These
traffic control plans are to be used as a "starting point" for
development of traffic control plans for a project. For lane
closures, the Contractor shall submit a proposed traffic control
plan for approval. All traffic control plan development, traffic
control signage, and other traffic control equipment shall be
included in the unit bid prices and no separate payment will be
made.
a. "WORKERS AHEAD"
b. "RIGHT\LEFT LANE CLOSED AHEAD"
C. Lane reduction symbol
d. Sequential arrow signs
e. Cones/barricades as required
These safety regulations are mandated by the State Department
of Labor and Industries and are subject to change. Failure to
comply with proper safety procedures may result in contract
cancellation.
Lane closures on arterials are only allowed from 8:30 am to 3:00
pm.
No lanes shall be closed without first providing notice to and
receiving the approval of the City's Public Works Department.
All sidewalks shall remain clear and passable at all times unless
otherwise approved by City's Public Works Department. Any
approved temporary sidewalk closures shall require sidewalk
detour signage.
G. The Contractors personnel will conduct themselves on site in a
professional manner at all times.
H. Submittals:
a. The Contractor shall submit proposed cut sheets for the materials to be utilized for this
work, including, but not limited to: fertilizers and herbicides.
b. The Contractor shall submit copies of personnel certificates as required under this
contract, including, but not limited to: horticulturist and back -flow preventer tester.
I. The Contract Administrator will inspect work performed by the
Contractor on a regular basis. In the event of work performance
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 7
deficiencies, the Contract Administrator will notify the
Contractor. Notification may be verbal or written.
The City may choose to:
i. Collect liquidated damages as described in paragraph 2.4 of the
Maintenance/Labor agreement.
ii. Withhold payment;
iii. Require the Contractor to rectify the deficiency within 48 hours,
1. Schedule: The Contractor shall submit a monthly schedule one
week prior to the start of the following month outlining all
required project tasks for that month. The Contractor shall
submit, on the Friday before the scheduled work week, a
completed weekly work schedule showing the work that is to be
-done the following week as set forth in the Annual Maintenance
Schedules (Work/Inspection Schedule attached). The
Contractor's supervisor must email the Contract Administrator
every morning that work is scheduled to be performed on this
contract, stating the project location and scheduled work.
K. The Contractor must have a supervisor on site whenever the
Contractor's crews are working.
L. Equipment intensive work such as mowing, edging and blowing
done at this site shall not commence before 7:00 a.m. on
weekdays and shall not continue after 7:00 p.m., (weekend
work not allowed without prior approval) and it is advisable that
work be performed during non -peak traffic times.
M. Report any damage to, or potential hazard, involving City
property immediately to the City of Federal Way Public Works
Department, telephone 253.835.2700. After hours
emergencies should be reported to the Police/Fire
Communications Center, telephone 911.
N. Hazardous conditions shall be immediately remedied or secured
to prevent further damage and/or protect public from injury. It
is the Contractor's responsibility to provide close supervision of
maintenance operations and management of the site.
0. Incidents, altercations or accidents involving the public,
Contractor employees or City employees shall be reported to
the Contract Administrator in a timely manner. The Contract
Administrator, at his or her discretion, may require a written
report from the Contractor describing the incident or accident.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 8
P. Any damage to City structures or plant material due to
Contractor negligence will be remedied by the Contractor, at his
or her expense, in a timely manner.
4. Turf
A. Turf areas to be mowed include medians, utility strips from curb to
sidewalk, and outside edge of sidewalk equal to 24" width unless otherwise
specified (see attached Detail #1). All turf shall be mowed to a height of
two inches. Collection of grass clippings is required only to prevent grass
clumps from being left on the turf.
B. All turf around posts, fences, trees, posts, closure boxes, vaults, valve
boxes and other obstructions shall be sprayed with a vegetation eliminator
(see attached Detail #2) as specified in the Annual Maintenance Schedules.
Vegetation elimination includes any vegetation encroaching on sidewalks
or into the street.
C. Turf around shrubs shall be trimmed as specified in the Annual
Maintenance Schedules. Trimming shall include any vegetation
encroaching on sidewalks or curb.
D. All turf areas shall be edged (see attached Detail #3) at sidewalks, curbs
and medians on a schedule specified in the Annual Maintenance Schedules.
Edging also includes tree pits. Extreme caution should be used to prevent
chipping of concrete structures by edging equipment.
E. All turf areas shall be fertilized with an approved fertilizer on a schedule
specified in Annual Maintenance Schedules. Total application of turf
fertilizer shall be applied at the rate of four pounds of nitrogen per 1,000
square feet of turf per year. The spring fertilizer shall be "25-3-10" with
70% slow release (polyon coating) plus 5% non -staining Iron or approved
equal. The fall fertilizer shall be "22-2-22" with 70% slow release (polyon
coating) or approved equal. All fertilizer application shall be applied with a
marking dye "Blazon" or approved equal
All turf areas shall receive an approved 3-way broadleaf herbicide on a
schedule specified in the Annual Maintenance Schedules. All herbicide
application shall be applied with a marking dye "Blazon" or approved equal
G. All turf areas and brush located beyond 24" behind sidewalks or planted
landscape strips to the fence/property line is to be mowed to a height of
no more than four inches (see attached Detail #5) on a schedule specified
in the Annual Maintenance Schedules. This work is paid for under the
"rough mow" bid item. All required maintenance frequencies -must be
evenly spaced throughout the maintenance cycle for each month of the
contract. A minimum of seven (7) days separation is required for all tasks.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 9
H. All litter, debris and animal feces shall picked up prior to mowing the turf
and rough areas.
5. Trees, Shrubs, and Ground Cover Beds
A. Bed/median areas shall be kept in weed free condition including volunteer
native vegetation. All beds shall be weeded by manual, mechanical and/or
chemical means (see attached Detail #1). The City reserves the right to
limit the use of specific herbicides and/or applications of said herbicides.
Simazine shall be used only with the approval of the Contract Administrator
and only in very limited areas.
Any damage to desirable plant material due to Contractor negligence or
misuse of pesticides will be remedied by the Contractor, at his or her
expense, in a timely manner.
Any dead plants shall be removed or cut to ground line.
B. Ground cover shall be edged at all sidewalks, curbs and medians (see
attached Detail #3).
C. Vegetation/ground covers shall be trimmed to prevent encroachment in to
streets, sidewalks, trails, walkways, maintained areas, shrubs, and trees.
Vegetation shall be trimmed to prevent the blocking of sightlines along
trails and/or streets at intersections per attached Detail #6. Vegetation
shall be cleared behind the sidewalk to provide a clear sightline between
24" (max vegetation height) to 10 feet (minimum tree branch clearance).
Horizontal clearance may vary depending on style of construction,
obstructions and property boundaries.
D. Shrubs shall be trimmed or sheared on all sides to maintain desired shape
and function as needed to provide a neat, trim appearance. This includes
all shrubs in the median islands.
Ottoluken Shrubs will be trimmed to allow all 3 plants to grow into a horse
shoe shape around the light pole, to a maximum height of 3' and a width
of 2'. This only applies to the decorative light standards within the City
Center (See Detail #7).
E. Trees shall be pruned to remove singular broken branches or perform
minor clearance pruning. Minimum clearance height for tree branches is
fourteen (14) feet above the paved surface of the street and twelve (12)
feet over the surface of the public sidewalk or pedestrian way (see attached
Detail #4).
Tree suckers and volunteer seedlings shall be removed as necessary.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance
Contractor shall complete additional tree pruning as necessary, outside of
the regular tree pruning schedule, in order to maintain the stated
clearances at no additional compensation.
Singular branches which are hanging below the overall tree canopy and are
an impediment to pedestrian traffic or maintenance activities may be
pruned back to the first lateral.
Trees which require minor clearance pruning shall be pruned to the closest
lateral or, if such pruning will result in stubbing the branch, prune branch
flush with tree trunk.
The Contractor shall be responsible for notifying the Contract Administrator
of any significant tree hazards including, but not limited to: dead native
and ornamental trees, broken limbs, disease and insect infestations.
Ornamental trees without tree wells are to be vegetation free 12 to 18
inches from the tree base (see attached Detail #2) to be paid under
vegetation elimination.
F. Beds/medians shall receive an approved pre -emergent herbicide on a
schedule specified in Annual Maintenance Schedule and in accordance with
the manufacturer's recommendations.
Any damage to desirable plant material due to Contractor negligence or
misuse of pesticides will be remedied by the Contractor, at his or her
expense, in a timely manner.
E. All beds/median areas requiring a spring fertilizer application shall be
fertilized with an approved fertilizer on a schedule specified in the Annual
Maintenance Schedule. The application rate for the bed/median fertilizer
shall be at one pounds of nitrogen per 1,000 square feet of planter bed.
The fertilizer shall be 14-18-12 with 50% slow release.
6. Hard Surfaces
A. Sidewalks, curbs, paved islands and other hard surfaces shall be kept free
of leaves, branches, litter and debris on an as -needed basis. The use of
power blowers is acceptable, however, accumulations of debris must
be removed from the site and legally disposed of and not blown
onto adjacent property or onto adjacent street surfaces. This work
shall be considered incidental to other work items.
B. All moss and vegetation in sidewalks, curbs, paved islands and other hard
surfaces (see attached Detail #3) shall receive an approved vegetation
eliminator application and be removed. In no case shall any pre- or post -
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 11
emergent herbicides with residual characteristics (ie. Casaron) be used in
these areas.
7. Other Services
A. All litter, debris and animal feces shall be removed from turf, bed, rough
areas and hard surface areas. Litter shall be removed from the site for
disposal by the Contractor.
Windfall branches and debris shall be removed from all right-of-way areas
for disposal by the Contractor. Wind fallen trees are not included in
contract.
B. Irrigation System Startup shall be implemented during the second week of
May of each year or as directed by the City. The contractor will be required
to Startup 38 meters and 38 backflow prevention devices and all associated
irrigation systems. The contractor is required to test each irrigation system
by running it through each cycle at the irrigation system controller, and
flag all broken heads, main lines, valves, etc. Notify the Contract
Administrator of any needed part and make all necessary repairs and
ensure system is fully operational. Contractor is required to document the
water system meter reading at system startup date.
Irrigation System Winterization shall be implemented during the third week
of October of each year. The contractor will be required to winterize 38
meters and 38 backflow prevention devices and all associated irrigation
systems. The contractor shall turn off all 38 meters, and the entire
irrigation system connected to each meter. Blow out each individual
watering station with an air compressor. Turn irrigation clock to "Off" mode
and document water meter reading.
Backflow Prevention Testing (See Table "A" for meter and backflow valve
locations.) in all of the 38 irrigation systems shall be performed by the
Contractor as required by the Lakehaven Utility District. Backflow
Prevention Testing will be performed by a fully certified technician: The
contractor shall fill out all of the required testing forms and submit one
copy to the Lakehaven Utility District and one copy to the Contract
Administrator.
The Contractor shall perform an irrigation system test/inspection as noted
under the monthly testing schedule in Project #26. During each
test/inspection the contractor shall manually operate each irrigation station
and note any defect and make all of the necessary repairs. After each
test/inspection the contractor shall report in writing all noted defect and
repairs to the Contract Administrator.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 12
8. Garbage and Recycling Pickup and Disposal
A. All garbage and recyclable materials shall be removed from designated
collection containers and pole cans. All containers shall be re -lined by the
Contractor with heavy-duty plastic bags that fit each container. Garbage
shall be removed from the site for legal disposal by the Contractor.
Recyclable materials shall be removed from the site and kept separate from
garbage, and any non -recyclable materials shall be removed and legally
disposed by the Contractor. Recyclable materials shall then be recycled in
an appropriate manner by the Contractor. Tasks shall be done
weekly. Recyclable materials may not be disposed of as garbage. Garbage
and recyclable materials collection locations are designated on the
"Garbage and Recycling Pickup and Disposal" Map #2•.
The Contractor may dispose of recyclable and non -recyclable materials
collected from this contract's designated collection containers and pole
cans at the City of Federal Way Steel Lake Maintenance Facility located
at: 31130 28th Ave S, Federal Way, WA. Recyclable materials shall be
placed in the appropriate recycle bins. Non -recyclable materials shall be
placed inside the dumpster. Disposal shall be done during regular work
hours as mutually agreed upon with the Street Systems Maintenance
Supervisor.
9. Litter Pickup and Disposal_- Select Area
A. All litter, garbage and debris shall be collected from gutters, medians,
sidewalks and the shoulder in each Area. Litter, garbage and debris shall
be removed from the selected streets and legally disposed of by the
Contractor. Select locations are shown on the "Litter Route and Landscape
Area" Map #3, and listed Table "B." A minimum of fourteen (14) days
separation is required for all tasks.
The Contractor may dispose of recyclable and non -recyclable materials
collected from this contract's designated "Litter Pick Areas" at the City of
Federal Way Steel Lake Maintenance Facility located at: 31130 28th Ave
S, Federal Way, WA. Recyclable materials shall be placed in the
appropriate recycle bins. Non -recyclable materials shall be placed inside
the dumpster. Disposal shall be done during regular work hours as
mutually agreed upon with the Street Systems Maintenance Supervisor.
Table "B"
Litter Pick Areas
1) Star Lake Rd, 272nd to Military Rd
2) Military Rd, I-5 North to Star Lake Rd
3) 18th Ave S, Pac. Hwy to 288th
4) 16th Ave S, 304th to Dash point
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 13
5) S 304th, Dash Point Road to Military
6) S 308th, 11th Ave S to 14th Ave S
7) 1st Ave, S 312th to Dash point
8) SW 312th, 14th Ave SW to 1't Ave
9) 8th Ave S, 312th to 320th
10) S 324th St, 23rd Ave S to 18th
11)17th Ave/20th Wy S, 324th S to 336th S
12) 330th St S, Pac Hwy to 24th Ave S
13) S 333rd St, Pac Hwy to 24th Ave S
14) S 3331 St, 1 Wy S to Community Center
15) 47th Ave SW, 320th to SW Dash Point
16) Hoyt Rd SW, SW 340th to SW 320th
17) 35th Ave SW, SW 344th St to SW 340th St
18) SW 344th St, 35th Ave SW to 21st Ave SW
19) Dash Point Road, City Limit to 16th Ave S
20) S. 356th 1st Avenue to Pac Hwy
10. Additional Maintenance Labor
A. Additional work may be requested in writing from the City, limited to a total
of three hundred (300) hours per contract year and reimbursed on an
hourly basis. Hourly work rates includes all cost for materials, labor, and
equipment for work described in Section 4 (Turf), 5 (Trees, Shrub and
Ground Cover Beds), 6 (Hard Surfaces), 7 (Other), 8 (Garbage and
Recycling Pickup and Disposal), and 9 (Litter Pickup and Disposal). Hours
will be reimbursed beginning from the time arrived at the worksite.
Appendix A: Technical Requirements
2023 Right of Way Landscape Maintenance 14
FENCE OR
PROPERTY
LINE
TYPICAL MOWIN
AND WEEDING ME
P) MC
FWE
* THE MOWING AREA IN PROJECT 15 BEHIND THE SIDEWALK RANGES BETWEEN 0'- 8' IN A FEW LOCATIONS.
DETAIL #1
Y OF
Federal Way TYPICAL MOWING AREAS DETAIL
Fe
STANDARDS REV. DATE
33325 Blh M.—SoWh (253)835-2200
Federal Way, WA 9800M325—dlY~e,elway cm DETAIL #1 08/2022
VEGETATION ELIMINATION
APPLICATION AREA
HERBICIDE APPLICATION
VCE OR AREA (TYP)
Existfiig Tree
OPERTY
E
181' TYP. Lr-� 1' TYP.
a V
TYP-EX. UTILITY POLES
FIRE HYD'S, CLOSURE
TRIM BOXES, POSTS, STREET
& WEED LIGHTS, ETC.
PLAN VIEW
DETAIL #2
CRY PROJECT 1
CirYOF Federal Way VEGETATION ELIMINATION APPLICATION AREA DETAIL
�
D " STANDARDS REV.DATE
FmI. BIhAvWA South8003 ice,B]52700 DETAIL #2 08/2022
Federal Way, WA 9BW16325 www.alyolledenAreY.cpn
TYPICAL EDGING AREAS
FENCE OR
PROPERTY
LINE
EDGE
SWEEP S/W
AND REMO\
ALL VEGETI
FROM HARC
SURFACES
EDGE HEDC
BEHIND SIDE
NOTE:
EDGE HEDGES
BEHIND SIDEWALK
JCE OR
DPERTY
E
TION
1WHERE EVER HAS GROWN THE "HARD SURFACES",
DETAIL #3
EDGING COSTS WILL IANCULDE ALL C STSONTO TO "ESTABLISH/REESTABLISH"
LEDGES AND MAINTAIN PER THE REQUIRED FREQUENCIES.
EDGING DETAIL
CITY OF
TYPICAL EDGING AREAS
curPnoiva7r
Federal Way
DETAIL
STANDARDS
REV. DATE
F7 ,WWay,WA NO ,z5],9pffd
Fetleral Way, WA 980036325 wnw.alyolleJareAvey.rom
DETAIL #5
08/2022
TYPICAL TREE TRIMMING
FENCE OR
PROPERTY
LINE
NOTE.
TRIMMING INCLUDES ALL COSTS TO REMOVE ANY
TREE BRANCHES OVER THE ROADWAY UP TO 14'
AND UP TO 12' ON THE PROPERTY SIDE. ALL
DEBRIS TO BE DISPOSED OF BY CONTRACTOR.
DETAIL # 4
CITY OF TYPICAL TREE TRIMMING DETAIL
Federal Way
STANDARDS REV, DATE
F., .I Avenue NO3South (253)BYff700
. DETAIL #4 - 08/2022
Fetleral Way, WA 9B003o325 www oiyol/etlerahvey cwn
TYPICAL ROUGH 1ti1OWAREAS
FE
PF
Llb
wrolm
ROUGH MOW AREAS SHOWN ABOVE TO BE CUT
AT FREQUENCY DESCRIBED IN SCHEDULE
FENCE OR
PROPERTY
LINE
VARIES
MAINTAIN W/
MOWING OR
WEEDING
DETAIL #5
�
CITY OF
Federal Way TYPICAL ROUGH MOW AREAS DETAIL
STANDARDS REV. DATE
33325 l AyaWA South 126J, flJS.z>'6D DETAIL #5 0812022
E3Eoiol h A WA S-1h 6326 (253) 8 5-27N eMey cbn
VISIBILITY PLAN
FOR RIGHT-OF-WAY VEGETATION BRUSHING
ROW
20'
--------------------------------------------
f �
t
f
rf
20'
r
AREA SHALL BE
BRUSHED (MAX. SHRUB HEIGHT
OF 24 INCHES) & TREE
BRANCHES TRIMMED TO A
MINIMUM VERTICAL HEIGHT
OF 10' ABOVE GROUND.
VARIES
8' - 10'
DETAIL #6
PROJECT F.Ii e
CITY op VISIBILITY PLAN FOR R.O.W. DETAIL
Federal Way
STANDARDS
33325 F.dwai Ih Avenue South —M yo d DETAIL #6 08/2022
FaEerel Wey, WA 9B0016J25 www.alyofledenlwey.com
Ottoluken Shrubs will be trimmed to allow all 3 plants to grow into a horse shoe shape around
the light pole, to a maximum height of 3' and a width of 2'.
DETAIL #7
CITY OF FEDERAL WAY
2023 RIGHT OF WAY LANDSCAPE MAINTENANCE
RFB 22-009
`+7'i 550 W'D
I 13W
-
540 600 660
720
1 780
840
TAPER LENGTH = L13 (feet)
:ed Speed (mph)
45
50
55
60
65
70
120
130
150
160
170
190
150
170
190
200
220
240
PER FOR SHOULDER LESS THEN 8'
RESIDENTIAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100't (2)
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER VEHICLE
TRANSPORTABLE ATTENUATOR
SHALL BE MOUNTED ON, OR AT
THAT COMPLIES WITH THE MAN
WEIGHT RANGE.
® ® f /i / fir'%
® ® �f WORK AREA
U3
SEE
NOTE 4
X
X
X
L B R 100' t
48°
' 48"
ROAD
WORK
) (
)
AHEAD
aak
' 48"
W20-1*48"
W4-2(L)
W20-5R
SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
NOTES:
1. SEE SPECI,
2 EXTEND DE
3. DEVICES S!
4. USE TRAN:
(RECOMMEt
5. DEVICE SPA
20' (FT).
6. ALL SIGNS
NOT TO SCALE
_L AHEAD DISTANCE = R
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
T
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. 12
125
180 245 320
540
600 -
-
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
30 FEET MIN.
ROADWAY CONDITIONS.
D TO, A HOST VEHICHLE
TO
- -
48"
'URER'S RECOMMENDED
100 FEET MAX.
ROAD
A4B"
WORK
NO SPECIFIEDAHEAD
'ALLY LOCATED TO SHIELD
DISTANCEREQUIRED
48"
_.
48,�
W4-2R
W20-1
LEFT LANE
t.
CLOSED
AHEAD
' 48��
'.1
W20-5L
x
x
x
U2 R B
L
L12
TAPER ~—
TAPER
a
�
�
WORK AREA
13
x
x
�_
X
L B
R
48"
ROAD
WORK
AHEAD
48"
W20-1
SSAGE SIGN
IN
48"
48"
EFT LANE W4-2R
CLOSED
AHEAD
48"
W20-5L
LEFT LANE AND CENTER TURN LANE
CLOSURE - 5 LANE ROADWAY
NOT TO SCALE
NOTES
1. SEE SPECIAL PROVISK
2. ALL SIGNS ARE BLACM
TABLE 1
Annual Maintenance Schedule for Projects #1
S 288th Street, Pacific Hwy S to 1-5
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
2
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
I
I
1
4F
Herbicide
1
1
1
4G
IRough Mow
1
1
2
2
3
1 3
3
1 2
2
1 1
1
1
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
5D
Trimming Shrubs
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
6. Hard Surfaces
6A
Sweeping/Blowing
As Needed
613
1 Weeds/Pre-emergent
I I
7. Other
7A ILitter Pickup%Windfall Debris As Needed
8. Additional Maintenance Labor
8A I Extra Labor Hours As requested in writing from the City
Total Items of Work Per Month 2 3 8 8 1 13 1 11
1 12
1 9
10 6
5 2
RFB #22-009
TABLE 2
Annual Maintenance Schedule for Projects #2
S 312th Street, 1st Ave S to Pacific Highway S
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
1
1
2
2
3
3
3
3
2
2
1
1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
5B
Edging Ground Cover
5C
Vegetation Trimming1
5D
Trimming Shrubs
1
1
5E
lTree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
6.
Hard Surfaces
6A
Swee in /Blowin
As Needed
6B
]Weeds/Pre-emergent
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2 3
8
8
13
1 11 1 12 1 11
10
7
5
2
RFB 922-009
TABLE 3
Annual Maintenance Schedule for Projects #3
S 312th Street, Pacific Highway S to 28th Avenue S
includes 18th Ave S, 400 ft south of S 312th to S 312th
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY JUN
JUL
AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
Rough Mow
S.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
51)
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A Sweeping/Blowing
As Needed
6B Weeds/Pre-emergent
1
1
1 1
7.
Other
7A I Litter Pickupl\A indfall Debris
As Needed
8. Additional Maintenance Labor
SA lExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 1
3
4
4
4 4 3
3
3
4 1
RFB #22-009
TABLE 4
Annual Maintenance Schedule for Projects #4
SW 320th Street, 47th Ave SW to 11th Place
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
SEP
I OCT I NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
2
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
lHerbicide
1
1
1
4G
lRough Mow
1
1
2
2
3
3
3
2
2 +_2
1
1
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
lTree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
6. Hard Surfaces
6A
Sweep in /Blowi ng
As Needed
613
Weed s/Pre-emergent
1 1
7. Other
7A I Litter Pickup/Windfall Debris As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours As requested in writing from the City
Total Items of Work Per Month 2 3
8
9
13
12 13 10
10
8
6
2
RFB #22-009
TABLE 5
Annual Maintenance Schedule for Projects #5
S 320th Street, 11 th Place S to 1-5 (including trimming wisteria @ gazebos)
(including street trees behind sidewalk, flag island east of Pacific H
Description of Work
Frequency by Month
JAN
I FEB
I MAR I
APR
I MAY
JUN JUL
AUG
SEP OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
3
4
4
4
4
2
2
1
1
4B
Vegetation Elimination
1
I
2
2
2
1
1
1
4C
Trimming
4D
Edging
1
1
1
2
2
2
2
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
I
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
Sweeping/Blowing
As Needed
6B
Weeds%Pre-emergent
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2 3
8
9
13
12 1 12 11
9
7
6
2
RFB #22-009
TABLE 6
Annual Maintenance Schedule for Projects #6
S 320th Street, 1-5 to 300 ft. East of Weyerhaeuser Way
Description of Work
JAN
FEB
MAR
APR
Frequent by Month
MAY JUN JUL AUG
SEP
I OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Ve etation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
1
1
2
2
3
3
3
3
2
2
1
1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
5D
Trimming Shrubs
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
6.
Hard Surfaces
6A
ISweeping/Blowing
As Needed
6B
I Weed s/Pre-emerge nt
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A I Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
7
8
12
11
1 12
11
9
7
5
1 2
RFB #22-009
TABLE 7
Annual Maintenance Schedule for Projects #7
S 324th Street, 11 th Place S to 23rd Avenue S
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
Rough Mow
S. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
I
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6. Hard Surfaces
6A
Sweeping/Blowing
As Needed
6B
I Weeds/Pre-emergent
1 1
7. Other
7A Litter Pickup/Windfall Debris As Needed
B. Additional Maintenance Labor
8,4 Extra Labor Hours
As requested in writing from the Ci
Total Items of Work Per Month
1
1 3 4
4 1 4
1 4
1 3
3
3
4
1
RFB #22-009
TABLE 8
Annual Maintenance Schedule for Projects #8
S 336th Street, 1st Way S. to 1-5 Bridge
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN I JUL
AUG I
SEP
I OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
lFertilize
1
1
1
1
1 1
4F
Herbicide
1
1
1
1
1 1
4G
lRough Mow
1
1 2
1 2
1 3
3
1 3
1 3
1 2
1 2
1 1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weedinq and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
JSweeping/Blowing
As Needed
613
1 Weed s/Pre-emerge nt
1
1
7.
Other
7A ILitter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
5
10
12
16
1 16 1 16
1 15
13
1 11
1 9
2
RFB #22-009
TABLE 9
Annual Maintenance Schedule for Projects #9
S 342nd Street, 1st Way S to 500' East (Library Lane Median)
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
I AUG
I SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
413
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
tRough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
5C
Vegetation Trimming_
1
1
1
1
1
5D
Trimming Shrubs
5E
1Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
JSweepin /Blowing
I
As Needed
6B
Weeds/Pre-emergent
1
1
7.
Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writinq from the Citv
Total Items of Work Per Month
1 1 3
4
5
1 4 5 3
1 4
1 3
1 5 1
RFB #22-009
TABLE 10
Annual Maintenance Schedule for Projects #10
SW 340th Street / S 348th Street, Hoyt Road to Enchanted Parkway (16th Avenue S)
Description of Work
Frequency by Month
FEB FEB
MAR
APR
MAY JUN JUL
AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
2
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
1
1
2
2
3
3
3
2
2
2
1
1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
ITree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
ISweepin /Blowing
As Needed
6'13
Weeds/Pre-emergent
1
1
7.
Other
7A IlLitter Pickup/Windfall Debris
As Needed
B.
Additional Maintenance Labor
8A I Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
3
5
10
12
16
16
16
13
13
11
9
3
RFB #22-009
TABLE 11
Annual Maintenance Schedule for Projects #11
SW 356th Street, 21st Avenue SW to 1st Avenue S
(includes improvement at 21st Ave SW at SW 356th Street to 22nd Ave SW at SW 357th Street)
Description of Work
Frequency by Month
JAN FEB
MAR
APR
MAY
JUN JUL
AUG SEP
OCT
NOV
NOV
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimmin
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
4F
Herbicide
1
1
4G
Rough Mow
1
1
2
2
3
3
3
3
2
2
1
1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
6.
Hard Surfaces
6A
S�wee in/Blowinging/Blowing
As Needed
6B
Weeds/Pre-emergent
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A lExtrn Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
1 8
1 8
1 11
1 11 1 13 1 11
10
7
6
2
RFB #22-009
TABLE 12
Annual Maintenance Schedule for Projects #12
23rd Avenue S, S 324th Street to S 316th Street
Description of Work Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
4. Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
lHerbicide
4G
I Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
513
Edging Ground Cover
5C
Vegetation Trimming
I
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
I
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6. Hard Surfaces
6A
Sweeping/Blowing
As Needed
66
I Weeds/Pre-emergent
1 1
7. Other
7A I Litter Pickup/Windfall Debris As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 1
3 4 4 4 4
3
3 3 4 1
RFB #22-009
hCl ]44K3
Annual Maintenance Schedule for Projects #13
16th Ave S / Enchanted Pkwy
S 356th Street to Pacific Hwy S
(includes landscape on S 344th Street from 16th to the end, and traffic islands on 16th Ave S from
S 364th Street to Enchanted Pkwy)
Description of Work
Frequency by Month
JAN FEB
MAR APR
MAY
I JUN I JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
JMowing
1
1
2
2
3
3
2
2
1
1
Vegetation Elimination
1
1
2
1
1
1
Trimmin
1
1
E2P2
2
1
1
1
r4C
Ed in
1
1
1
1
1
1
1
Fertilize
1
1
1
Herbicide
1
1
1
Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
5B
Edging Ground Cover
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6. Hard Surfaces
6A Swee in /B lowing
As Needed
6B Weeds/Pre-emergent
1
1
7. Other
7A ILitter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A Extra Labor Hours
As requested in writingfrom the City
Total Items of Work Per Month
2
4
9
10
13
1 13 1 13
1 12
11
9
9
2
RFB #22-009
TABLE 14
Annual Maintenance Schedule for Projects #14
Pacific Highway S, S 283rd Street to S 272nd Street
Description of Work
Frequency by
by Mont
JAN
FEB
MAR
APR
MAY
JUN iUL
I AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
The items listed below will be added in 2011.
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre-emer ent Herbicide
1
1
4-
1
1
5G
I Fertilizer
1
6.
Hard Surfaces
6A
ISweeping/Blowing
As Needed
613
Weeds/Pre-emergent
1
1
7.
Other
7A Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A JExtra Labor Hours
I
As requested
in writing from
the City
Total Items of Work Per Month
1 2
7
8
1 10
1 14
12 1 13
1 13
11
9
9
2
RFB #22-009
TABLE 15
Annual Maintenance Schedule for Projects #15
Pacific Highway S, 18th Ave S to S 283rd Street
(Incl. Dash Pt Rd, 9th PL S to Pacific Hwy S)
Description of Work
Frequency by Month -
JAN
FEB
MAR APR
MAY
JUN JUL
AUG SEP
OCT
NOV
DEC
4. Turf
4A Mowing
1
1
2
2
3
3 3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
j 1
1
1
1
1
4C
Trimming
1
1
2
2
2
1
j 1
1
4D
Edging
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
I Herbicide
1
1
1
413
1 Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
[Pre -emergent Herbicide
1
1
1
11
1
1
5G
IFertilizer
1
6. Hard Surfaces
6A
lSweeping/Blowing
I
As Needed
613
Weeds/Pre-emergent
I
I1
1
7. Other
7A I Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A lExtra Labor Hours
As requested in w6fing from the City
Total Items of Work Per Month
2
7
8
10
14
1 12 13
1 13
11
9
9
2
RFB #22-009
TABLE 16
Annual MaintenanceSchedule for Projects #16
Pacific Highway S, S 310th Street to 18th Avenue S
inciudinp S 308th from 14th Ave S to Pacific Hwv
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
2
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
1
1
1
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
1
5G
I Fertilizer
1
6. Hard Surfaces
6A
Swee in /Blowin
As Needed
613
Weeds/Pre-emergent
1
1
7. Other
7A I Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
1 7
8
10
14
11
1 12
1 11
1 11
9
9
2
RFB #22-009
TABLE 17
Annual Maintenance Schedule for Projects #17
Pacific Highway S, S 324th Street to S 310th Street
Description of Work
Frequency by Month
JAN
FEB
MAR
APR MAY
JUN JUL AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
I 1
1
2
3
3
3
3
3
3
3
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
2
2
2
2
2
2
4E
Fertilize
1
1
1
4F
I Herbicide
1
1
1
4G
I Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
513
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
1
5G
Fertilizer
1
6.
Hard Surfaces
6A
Swee in /Blowin
As Needed
613
Weeds/Pre-emergent
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A lExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
7
8
11
1 15
13 1 14 1 14
13
11
9
2
RFB #22-009
TABLE 18
Annual Maintenance Schedule for Projects #18
Pacific Highway S, S 340th Street to S 324th Street
(includes S 328th Street and S 332nd Street from 15th Ave S to Pacific Highway S)
[incudes mow strips behind sidewalks]
Description of Work
Frequent by Month
JAN
FEB
MAR
I APR
MAY
JUN JUL
AUG SEP
OCT
NOV
DEC
4. Turf
4A
IMowina
1
1
2
2
3
3
3
3
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
1
4F
Herbicide
1
1
1
1
4G
Rough Mow
S. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
2
2
2
2
2
2
2
2
2
2
1
5B
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Ve etation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
1
5G
I Fertilizer
1
6. Hard Surfaces
6A
ISweeping/Blowing
As Needed
6B
Weeds/Pre-emergent
1
1
7. Other
7A I Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month 2
7
8
10
14
1 12 1 15
1 13
11
9
9
2
RFB #22-009
TABLE 19
Annual Maintenance Schedule for Project #19
Pacific Highway S, S 356th Street to S 340th Street
(includes S 356th Street from Pac Hwy S to end of sidewalk west)
(includes S 344th Street form 500' West of Pacific Hwy to Pacific Hwy)
Description of Work
Frequency by Month
JAN FEB
MAR
I APR
I MAY I
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
I Herbicide
1
1
1 1
1
1
4G
lRough Mow
S. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
5E
Tree Pruning
1
As Needed
5F
Pre -emergent Herbicide
5G
Fertilizer
6. Hard Surfaces
6A
ISweeping/Blowing
As Needed
66
Weeds/Pre-emergent
1
1
7. Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 1 2 6
6
10
1 8 1 10 1 8
8
5
4 1 1
RFB #22-009
TABLE 20
Annual Maintenance Schedule for Projects #20
1st Avenue S, S 356th Street to S 312th Street
Description of Work
JAN
FEB
MAR
APR
MAY
Frequenct by Month
JUN JUL AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C :Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
4F
I Herbicide
1
1
4G
lRough Mow
1
1 1
2
1 2
1 3
1 3
3
3
2
2
1
1
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1 -
5E
Tree Pruning
1
As Needed
1
5F
I Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
ISweeping/Blowing
As Needed
6B
Weeds/Pre-emergent
1
1
7.
Other
7A I Litter Pickup/Windfall Debris
I
As Needed
8.
Additional Maintenance Labor
8A I Extra Labor Hours
As requested
in writing from the City
Total Items of Work Per Month
3
5
10
12
14
16
16
15
13
11
9
3
RFB #22-009
TABLE 21
Annual Maintenance Schedule for Projects #21
21st Avenue SW, SW 356th Street to SW 312th Street
(includes SW 312th Street from Dash Pt Rd to 14th Ave SW, and island at Dash Point Rd and 21st ave SW)
Description of Work
Frequenc by Month
Jan
FEB
MAR
APR
MAY
I JUN JUL
AUG
SEP OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
lHerbicide
1
1
1
1
4G
lRough Mow
1
1
2
2
3
3
3
3
2
2
1
1
S. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
5B
Edging Ground Cover
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
6. Hard Surfaces
6A
Swee in/Blowinging/Blowing
As Needed
6B
Weeds/Pre-emergent
1
1
7. Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A lExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 2
1 3
1 8
1 9
14
1 12 1 14
1 12
1 11
1 8
7
2
RFB #22-009
TABLE 22
Annual Maintenance Schedule for Projects #22
21st Avenue S, S 320th Street to S 316th Street
(includes S 316th Street, Pacific Highway S west to alley, Pacific Highway S to 23rd Avenue S, 20th Avenue S,
S 316th Street to S 314th Street (Includes planter behind sidewalk on east Side),
20th Ave S / PVR Wav from 200' South of S 320th to S 314th, 314th. PVR to 200' East
Description of Work
Frequency by Month
JAN
FEB MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
IRough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1 1 1
J-
6.
Hard Surfaces
6A
Sweeping/Blowing
As Needed
6B
Weeds/Pre-emergent
1
1
7.
Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 1 1
1 3
4
4
1 4 1 4 3
3
3
4 1
RFB #22-009
TABLE 23
Annual Maintenance Schedule for Projects #23
S 317th Street, 23rd Ave S to 28th Ave S; 28th Ave S, S 317th Street to S 312th Street
and 28th Ave S / 317th Street S Roundabout (turf area)
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edgin-g
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
4F
I Herbicide
1
1
4G
I Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
1
2
2
2
2
2
1
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A
ISweeping/Blowing
As Needed
6B
Weeds/Pre-emergent
7.
Other
7A I Litter Pickup/Windfall Debris
As Needed
8.
Additional Maintenance Labor
8A I Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
8
8
9
1 12 1 11 1 11
10
7
7
2
RFB #22-009
TABLE 24
Annual Maintenance Schedule for Projects #24
S 333rd Street/ S 332nd Street, roundabout to 13th PI S
(including roundabout), (including 13th PI S, S 336th Street to the end)
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
I SEP
I OCT
I NOVA
DEC
4.
Turf
4A
Mowing
1
1
2
3
3
3
3
2
2
2
1
1
4B
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
lHerbicide
1
1
1
4G
Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
1
2
2
2
2
2
1
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
6.
Hard Surfaces
6A ISweeping/Blowing
As Needed
6B Weeds/Pre-emergent
7.
Other
7A Litter Picku (Windfall Debris
As Needed
B.
Additional Maintenance Labor
8A JExtra Labor Hours
I
lAs requested in writing from
the City
Total Items of Work Per Month
2 1
3
1 8
1 9
1 11
1 12 11
10
10
7
7
2
RFB #22-009
TABLE 25
Annual Maintenance Schedule for Projects #25
Roundabout at S334th Street and 38th Avenue S
Description of Work
Frequency by Month
JAN
IFEB
MAR
APR
MAY
JUN
r JUL
AUG SEP
OCT
NOV
DEC
4.
Turf
4A
Mowing
4B
Ve etation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
_Rough Mow
5.
Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
1
1
5B
Edging Ground Cover
5C
Vegetation Trimming
5D
Trimming Shrubs
1
1
1
1
5E
ee PruningAs
Needed
5F
LPre-emergentHerbicide
1
1
1
6.
Hard Surfaces
6A
Swee in /Blowin
As Needed
6B
Weeds/Pre-emergent
7.
Other
7A ILitter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
1 0 1 1 2
2
2 4
1 2 1 3 1 2 2
2 1 0
RFB #22-009
TABLE 26
Annual Maintenance Schedule for Projects #26
13th Place S/ S 330 Street, S 324th Street to SR 99
(includes landscape on both sides of 13th Place S and north side of S 330th Street)
Description of Work
Frequency by Month
Jan FEB
MAR
APR
MAY
iUN iUL AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
3
3
3
3
2
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
1
2
2
2
2
2
1
1
1
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
ITree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
1
6. Hard Surfaces
6A Sweeping/Blowing
As Needed
66 Weeds/Pre-emergent
1
1
7. Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A JExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
8
9
12
1 12 1 12 1 10
10
1 7
1, 7
2
RFB #22-009
TABLE 27
Annual Maintenance Schedule for Projects #27
Irrigation system
Startup, Monthly Testing of All Systems, Backf/ow Prevention Testing, and Winterization & Blow Off
Description of Work
Frequency by Month
JAN I FEB MAR APR I MAY I JUN I JUL AUG I SEP I OCT NOV DEC
4. Turf
4A JMowing
413
Vegetation Elimination
4C
Trimming,
4D
Edging
4E
Fertilize
4F
Herbicide
4G
Rough Mow
b. Trees. Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
5B
Ed ing Ground Cover
5C
Vegetation Trimming
5D
Trimming Shrubs
5E
Tree Pruning
5F
Pre -emergent Herbicide
6. Hard Surfaces
6A Swee in /Blowin
613 Weeds/Pre-emergent
7. Other
7A
Litter PickupNlfindfall Debris
7B1
Irrigation System Startup
38
7B2
Monthly Testing
38
38
38
38
7B3
Irrigation System Shutdown and winterizing
38
7B4
Backflow Prevention Testing (38 Locations)
38
B. Additional Maintenance Labor
8,4 -Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
0 0
0 38 38 1 38 1 38 1 38 38 38 0 0
RFB #22-009
TABLE 28
Annual Maintenance Schedule for Projects #28
Garbage and Recycling Pickup and Disposal
Description of Work
Frequency by Month
JAN
FEB
MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
46
lRough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
lWeeding and Litter Pickup
5B
Edging Ground Cover
5C
Vegetation Trimming
51)
Trimming Shrubs
5E
Tree Pruning
5F
Pre -emergent Herbicide
6. Hard Surfaces
6A
SweepingiBlowing
6B
Weeds/Pre-emergent
7. Other
7A I Litter Pickup%Windfall Debris
8. Garbage and Recycling Pickup and Disposal
8A Garbage & Recycling Pickup & Disposal
4 4
5 1 4 5 4 4 5 4 4 5 4
10. Additional Maintenance Labor
10A I Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
4 4
5 4 5 4 4 5 4 4 5 4
RFB #22-009
TABLE 29
Annual Maintenance Schedule for Projects #29
Litter Pickup and Disposal - Select Areas
Description of Work
Frequency by Month
JAN
FEB7
MAR
APR
MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
4B
Vegetation Elimination
4C
Trimming
4D
Edging
4E
Fertilize
4F
Herbicide
4G
lRough Mow
S. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
5B
Edging Ground Cover
5C
Vegetation Trimming
5D
Trimming Shrubs
5E
Tree Pruning
5F
Pre -emergent Herbicide
6. Hard Surfaces
6A
Sweeping/Blowing
6B
Weeds/Pre-emergent
7. Other
7A I Litter Pickup/Windfall Debris
9. Litter Pickup and Disposal - Select Areas
9A I Litter Pickup & Disposal -Select Areas
2 1 2 1 2 1 2 2 1 2 2 2 2 2 2 1 2
10. Additional Maintenance Labor
10A JExtra Labor Hours
As requested in writing from the Ciiy
Total Items of Work Per Month
2 2
2 2 1 2 1 2 1 2 1 2 2 2 2 1 2
RFB #22-009
TABLE 30
Annual Maintenance Schedule for Project #30
S 352nd - Pacific Hwy to Enchanted Pkwy
Description of Work
Frequency by Month
Jan
FEB
MAR
APR
MAY
JUN JUL AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
3
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
1
1
1
1
1
1
4D
Edging
1
1
1
2
2
2
2
2
2
4E
Fertilize
1
1
1
4F
Herbicide
1
1
1
4G
lRough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
1
2
2
2
2
2
1
1
1
513
Edging Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
I Pre-emer ent Herbicide
1
1
1
6. Hard Surfaces
6A
ISweeping/Blowing
I
As Needed
613
Weeds/Pre-emergent
I
I
I1
1
7. Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A lExtra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
8
8
13
1 12 1 12
1 11
11
8
7
2
RFB #22-009
TABLE 31
Annual Maintenance Schedule for Project #31
S 356th - Pacific Hwy to Enchanted Pkwy
Description of Work
Frequenc by Month
Jan
FEB
MAR
APR
MAY
JUN JUL AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Wowing
1
1
2
2
3
3
3
3
2
2
1
1
46
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
4D
Edaina
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
1
4F
lHerbicide
41
1
1
1
4G
Rou h Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
1
2
2
2
2
2
1
1
1
513
Edaina Ground Cover
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
L
1
6. Hard Surfaces
6A
ISweeping/Blowing
As Needed
613
Weeds/Pre-emergent
1
1
7. Other
7A Litter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A Extra Labor Hours
As requested in writing from the City
Total Items of Work Per Month
2
3
1 8
8
12
1 12 1 12 1 11
10
1 7
1 7
2
RFB #22-009
TABLE 32
Annual Maintenance Schedule for Projects # SWM,
6th Ave SW from Cul-De-Sac to SW 353rd-South side of road only
Frequency by Month
Description of Work JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
4. Turf
4A
Mowing
2
2
3
3
2
2
2
2
1
413
Vegetation Elimination
1
1
2
2
2
1
1
4C
Trimming
1
1
2
2
2
1
1
4D
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
4F
Herbicide
1
1
1
4G
Rough Mow
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
513
Edging Ground Cover
5C
Vegetation Trimming
5D
Trimming Shrubs
1
1
I
5E
Tree Pruning
I
As Needed
I
5F
Pre -emergent Herbicide
6. Hard Surfaces
6A
Sweeping/Blowing
As Needed
613
Weeds/Pre-emergent
1 1
7. Other
7A ILitter PickupiWindfall Debris As Needed
B. Additional Maintenance Labor
8A I Extra Labor Hours As requested in writing from the City
Total Items of Work Per Month
0
0
6 6
8
1 9
1 8
1 7
7
6
3
0
RFB 922-009
TABLE 33
Annual Maintenance Schedule for Projects #33
10th Ave SW / SW 330th - Campus Dr SW to 1st Ave S
Description of Work
Frequency by Month
JAN
FEB
MAR
I APR
I MAY
JUN JUL
AUG
SEP
OCT
NOV
DEC
4. Turf
4A
Mowing
1
1
2
2
3
3
3
2
2
2
1
1
413
Vegetation Elimination
1
1
2
2
2
1
1
1
4C
Trimming
1
1
2
2
2
1
1
1
41)
Edging
1
1
1
1
1
1
1
1
1
4E
Fertilize
1
1
4F
lHerbicide
1
1
4G
IRough Mow
1
1 1
1 2
1 2
1 3
1 3
3
2
2
2
1
1
5. Trees, Shrubs and Ground Cover Beds
5A
Weeding and Litter Pickup
1
1
1
2
2
2
2
2
2
2
1
1
513
Edaina Ground Cover
1
1
1
1
1
1
1
1
1
5C
Vegetation Trimming
1
1
1
1
1
5D
Trimming Shrubs
1
1
1
1
5E
Tree Pruning
1
As Needed
1
5F
Pre -emergent Herbicide
1
1
1
1
1
6. Hard Surfaces
6A
I Sweep i ng/Blowing
As Needed
613
Weeds/Pre-emergent
1
1
7. Other
7A ILitter Pickup/Windfall Debris
As Needed
8. Additional Maintenance Labor
8A I Extra Labor Hours
I
As requested in writing from the City
Total Items of Work Per Month
3
5
10
12
14
16 16
13
13
11
9
3
RFB #22-009
Street Maintenance Supervisor
Work/inspection Schedule
RFB 1"12
MAINTENANCE ITEMS
Project #1
Project #2
Project #3
Project #4
Project #5
Project #6
Project #7
Project #S
Project #9
S 2eeth St
SR 99 to IS
S 312th St
lsth to SR99
S 312th St
SR99 to 2eth Ave S
SW 320th St
47 Ave SW to 111h Pi
S
SW 320th St
11 PI S to IS
SW 320th St
1.5 to Wayorhaousar
S 324th St
11 PI S to 1e Ave S
S 336th St
let Way S to IS
S 342nd St
Library Lane
Start
Date
Inap.
Date
Slert Insp.
Date Date
Stan Insp.
Dale Dale
Start
Date
Insp
Date
Start
Date
Insp.
Dale
Start
Date
Insp.
Dale
Start
Dale
Insp.
Dale
Start
Date
Insp.
Dale
Slarl
Dale
Insp.
Dale
Turf
Mowing
Vegetation Elimination
Trimmina
Edginq
Fertilize
Herbicide
,Rough Mow
Trees, Shrubs andGround Cover Beds
Weedino
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre -emergent Herbicide
Hard Surfaces
Sweeping/Blowing
Weeds/Pre-emergent
Other
Litter PickupWindfall Debris
Irrigation System Startu
Monthly Testing
Irrigation System Shutdown and winterizing
Backflow Prevention Testing (31 Locations)
Garbage d, Recycle PU
utter PictupW ndrall Debris
Litter Pickup and Disposal
Litter Pickup and Disposal
Notes: A completed work/inspection schedule is to be delivered to
the Street Maintenance Supervisor every Friday for the following
week's work schedule
Start Date = Date work is to be done
Insp Date = Dale work is inspected by the City
Comments:
RFB #22-009
Street Maintenance Supervisor
Work/Inspection Schedule
RFR IM12
MAINTENANCE ITEMS
Project #10
Project #11
Project #12
Project #13
Project 914
Project #15
Project #16 1
Project #17
Project #18
SW 340th / S 348th
Hoyt to 16 Ave
S 356th St
21 st Ave SW to 1 st
23rd Ave S
5324 to 5316
SR 161
5356 to SR99
SR-99
S 203 to 5272
SR-99
10th to 5283
SR-99
S 310 to 18th
SR-99
S324 to 5310
SR-99
S 340 to S324
Start
Date
Insp,
Date
Start
Dale
Insp
Date
Start
Date
Insp.
Date
Stan
Date
Insp
Dale
Start
Dale
Insp.
Dale
Start
Dale
Insp"
Dale
Start
Dale
Insp"
I Date
Start
77
Dale
Insp.
Date
Start
Date
Insp"
Dale
Turf
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
Rough Mow
Trees, Shrubs and Ground Cover Beds
Weeding
Edging Ground Cover
Ve etation Trimmin
Trimming Shrubs
Tree Pruning
Pre -emergent Herbicide
'Hard Surfaces
Sweeping/Blowing
Weeds/Pre-emergent
Other
Litter PickupNMndrall Debris
Irrigation System Startup
Monthly Testing
Irrigation System Shutdown and winterizing -
Backflow Prevention Testing (31 Locations) ( 3' a - !—
Garbage & Recycle PU
Litter Pickup/Windfall Debris
Litter Pickup and Disposal
Litter Pickup and Disposal
Notes: A completed wofk/inspeclion schedule is to be delivered to
the Street Maintenance Supervisor every Friday for the following
week's work schedule.
Start Dale = Dale work is to be done
Insp. Date = Date work is inspected by the City
Comments:
RFB 922-009
Street Maintenance Supervisor
Work/inspection Schedule
RFR 1R-019
MAINTENANCE ITEMS
Project #19
Project #20
Project #21
Project #22
Project 923
Project #24
Project # 25
Project # 26
Project # 27
SR-99
S 356 to S346
1st Ave S
S356 to 5312
21st Ave SW
SW356 to SW312
21st Ave S
5320 to 5316
S 317th St
28 Ave 6 Roundaboul
S 333rd
Roundabout To 5333
St
Roundabout
S33rd Stand 36th
Ave S
13th PL I S 330th
5324 to SR99
Irrigation System
Start
Date
Insp.
Dale
Start
Dale
Insp
Date
Start
Date
Insp.
Date
Stan Insp.
Dale Dale
Start
Date
Insp.
Date
Start
Date
Insp
Dale
tart. S
Date
Insp.
Dale
Start
Dale
Insp.
Dale
Stan Insp.
Dale Date
Turf
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
Rough Mow
Trees, Shrubs and Ground Cover Beds
Weeding
12ciging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre -emergent Herbicide
Hard Surfaces
Sweeping/Blowing
Weeds/Pre-emergent
Other
Litter Pickup/Windfall Debris
Irrigation System Startup
Monthly Testing -
Irrigation System Shutdown and winterizing
�piS=. ` •.'. ?'4.
la,�sy. �!ti. M n •" .
13ackFlow Prevention Testing (31 Locations)
Garbage & Recycle PU
Litter Pickup/Windfall Debris
Litter Pickup and Disposal
Litter Pickup and Disposal
Notes: A completed work/inspection schedule is to be delivered to
the Slreel Maintenance Supervisor every Friday for the following
week's work schedule.
Start Date = Date work is to be done
Insp. Dale = Date work is inspected by the City
Comments:
RFB #22-009
Street Maintenance Supervisor
Work/Inspection Schedule
RFB 18412
MAINTENANCE ITEMS
Project # 28
Project # 29
Project # 30
Project # 31
Project # 32
Project # 33
Garbage & Recycle
Litter PIU & Dispose
S 352nd
SR 99 to SR 161
S 356th
SR 99 to SR 161
6th Avenue SW
Cul-DeSac to SW 353rd
10th Ave SW I SW 330th
Campus or to 1st Ave 5
.,.77
Date
Insp
Dale
Start
Dale
7 Insp
Dale
Start
Date
Insp.
Dale
Slad
Date
Insp
Dale
StartInsp.
Date
Dale
Start
Dale
Insp.
Date
Turf
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
Rough Mow
Trva5, Shrubs and Ground Cover Beds
Weeding
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Prunin
Pre -emergent Herbicide
Hard Surfaces
Sweeping/Blowing
Weeds/Pre-emergent
Other
Litter Picku (Windfall Debris
Irrigation System Startup
Monthly Testing
Irrigation System Shutdown and winterizing
Backflow Prevention Testing (31 Locations)
Garbage & Recycle PU
Litter Pickup/Windfall Debris
Litter Pickup and Disposal
Litter Pickup and Disposal
Notes: A completed work/inspection schedule is to be delivered to
the Street Maintenance Supervisor every Friday for the following
week's work schedule.
Start Date = Dale work is to be done
Insp. Date = Date work is inspected by the City
Comments:
RFB #22-009
City of
Federal
Way
Map #1 Landscaping 022Maintenance Schedule
2
Legend
Kent 6:1
Contractor Base Bid
....... I..... F#1
�4`
'
Alternative Bid
•• • • f i f i
Schedules
P
Puget Sound
_
71'
F—#]
.7
D.—
%
a
IV I
th
%
IL
t
Legend
1, S 258 H ST Conlfact,, B,,Bid
Z S 3 12T ST. Conlf,d,, BaseBid
3, S 312TH S . Alt Bid
4, SW 320TH ST All Bid
5 S 320 H ST All Bid
6,S320 HSTARBid
7. S 324TH ST. All Bid
TH ST. C,nir,,i,r BBid r T
84 S �6Baset.-
9. S �12ND ST. Contractor B.. Bid L. S . 48TH S C,ntrwt,r Base Bid 11 SVV
356TH ST C,,tmd,r Base Bid
�2 23RDAVE S,Alt Bid
3- ENCHAIN PKVVY S Alt Bid It
14, PAC !FIC HWY S,
All Bid 1
5 PA FC HWY S d
16,PACIFICHWY A`B�
C '"' Bid 17 PACIFIC HWY S, At Bid
10. Aviv MW, a Ad Do
19 PACIFIC HWY S Aft Bid
20 1ST AVE S All Bid
212;STAVE SW, Conlmd� Base Bid
22,2 ST AVE S, All Bid
21S31 TrH ST All Bid
24, S 333RD ST C_Vactor BaseBid
25 S 334TH ST C.,,I,.t.r B.. Bid
26, I 13TH PIL CIirad,, Base Bid
30. 5 352ND ST All Bid
31 S 356TH ST All Bid
32 SW 6TH AVE Con tractor B.. Bid
33 II)TH AVE SW / SW 3WIh St C,nt,,,I,r B Bid Fil"i
0 025 05 1
--
Mlles
Tj L i i I. P
Milton
r i
Federal way
City o1
f Federal Way
2023
- ...u. - .n ,1� .. - .�« - ..i : Y i J•e. it 7 Mn'f
-009
Garbage &
- _.. ... Y�'t � _ ..,,, . • Recycling
... ;
3 Pickup &
• �'� u i"
-
xr-� F ln7�7
Disposal
'... .. ^ i,,, - .,... ... ._... ..... ...... ii.. ��.•.. .,... f + [,, yr, i [,n^
Map #2
... .. IT YN'17O st - s 5xx 1GT
a 2za si� �na G
S 120 ST 3
} f
N.•:l - ` ';r` ID- ° Legend
Adopt -A -Spot
' _, _ -. •� (Pole Can)
•' :- 's :,• = q' ^ Garbage/Recycle
' ,.H 13 Stations
• ,_ ; ., ` : _. _'� banes � l�
Garbage Can
. p - . it (Standard)
ID Garbage Can
,� ,�., y�r�,.p�xo" :< ! �' ... '•r .....^,� 3 (Steel with rain bonnet)
N 0 0.25 0.5
■ ,�Miles
w l�sT x+� �� a This map is accompanied by NO
sup , warranties
.., d� z'� ....^ - ■ :: =�. ... ,•�I ..,ter ,,. .�� .,..
Fcieral Way
�r„1�. e
^� ` J un opwrv,uh•
R.lerikall'l+R5L'1R4Pro.ec[c4RU JY Fa:iwer.4M�aalBa>.ircePcM.y 2G]]. rud
City
Map #3 Pickup Litter Routes and Landscape Areas
of Federal Way
1P III A� III
..Y .1
M
F &I, A. S
2023
Kent
;j
hones
Puget Sound
e I.
_71
77.,
J. I j;�
2.
Is
jy ti
1,4
Tacoma
7,:
LEI
On -
N,
i%
It
Federal
M11(on il
t r
Edo o6ofj t
scale:
0 a25 05 1
FV _P.,T.. 1
Federal Way