Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 17-107 - Macmor, INC. TURN TO: PW ADMIN EXT: 2700 ID#:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLC WORKS/
2. ORIGINATING STAFF hl,TRSON: Gene Greenfield EXT: 727 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
PUBLIC WORKS CONTRACT 0 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#): 17-1 7 0 INTERLOCAL
OTHER Amendment
4. PROJECTNAME:2017-2018 RIGHT-OF-WAY LANDSCAPE MAINTENANCE AMENDMENT
5. NAME OF CONT CTOR: aC r, Inc.
. ._ ._. ._. ...._..
ADDRESS: 1371,Q_ n rorr..Po p 9 Rd E, Ste B. Puyall_ 83�73 TELEPHa
w_......, NE: mmm - -1 7
E-MAIL:customerservic .mQQ. i 7' .2Q-Q TIP-a)_ .... FAX:
SIGNATURE NAME: Luis Macias TITLE: resident
6. EXHIBITS AND ATTACHMENTS: SCOPE,WORK OR SERVICES COMPENSATION INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 13 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#, BL,EXP.12/31/.� ...., UBI# ........................................................... ...........EXP.a.......-./.. /_--'
7. TERM: COMMENCEMENT DATE:6/3/2017 COMPLETION DATE: 12/31/22
. TOTAL COMPENSATION:$701518 6 I` 1 28,5 6.71 = 967,065.48 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 13 YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
TAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
® PURCHASING: PLEASE CHARGE TO: 101-4400-240-542-70-4110=$ / 106-3200-250-537-10-480=$
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL„/DATE APPROVED
6 PROJECT MANAGER 1
A DIVISION MANAGER
— - ---....... ...... ..
I DEPUTY DIRECTOR DSW W4121
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT KVA 8/9/2021
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: _ COMMITTEE APPROVAL DATE:_,,,,,,_,,,,,,,,,,,,,,,,,, ____.,.._.
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING `� t
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE C'D:,
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ CREATE ELECTRONIC REMINDERINOTIFICATION 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 SIGN]'-1)
❑ FINANCE DEPARTMENT
X LAW DEPT I
ORRYK(MAYOR OR DIRECTOR)
El CITY CLERK
a°�
❑ ASSIGNED AG# AG#_.....:..............._ _® ---_____
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" "ORIGINALS
q 'diJI,S
T Y OF CITY FIX[ 11,
F�ede W h n �
� e d e ra I Way
(253) 835-7000
AMENDMENT NO. 4
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2017-2018 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
This Amendment ("Amendment No. 4") 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 2017-2018 Right-of-way Landscape Maintenance("Agreement")dated effective July 3,2017, as amended by
Amendment Nos. 1,2, and 3 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, 2022 ("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-4 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-4,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 - 3/2017
CITY OF C�11 Y V ALIL
33325 8th Avenue Smith
' °
��
l Way 111:::ederiM Way,WA 98003-6325
IN WITNESS,the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
By- ®®®® ._..._ ................ ..................
Jimm F r 1,Mayor 'S ph nie Courtney, CMC, �" tT Jerk
DATE: 9 S AP OVED AS TOFORM:
n
Ryan... 1,..Cal _ .....�.... ._.._�.
City Att l
MACMOR INC:
By:
Printed Name:
Title: "
Date: ..,,,._.. ��.�2.�....... ...::.. ..._ _..�..���..............__......._......
STATE OF WASHINGTON )
COUNTY OF
On this.1 day personally appeared before me to me known to be the
Of
g said&Ce : Y that executed the foregoing
�'P .1....._. _. ..__. ...
instrument,and acknowledged the s 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.
GIVEN my hand and official seal this �t day of �5, 2024
,„ew�errir�ni�eF��r"rye Notary's signature
, •. �� Notary's printed nameblti
Notary Public in and for the State of Washington.
NOTAR} wr My commission expires �J
PUBLIC -
WAb
AMENDMENT -2 - 3/2017
CIS y DF Il1ITN' AU
3,3325 Sff,�Avenue Smith"N444 -ederad Way
� �, �� �o�,upp
V V
twvvm,c) V y9 r ,uu�,rt�,,m r ro
EXHIBIT A-4
ADDITIONAL SERVICES
The Contractor shall do or provide the following in addition to Services in previous Exhibits:
Project#33 is added per attached Table 33.
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
Weyerhaeuser Way.Work shall be completed at least once per month with no less than 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 - 3/2017
���S��SlI�IP�uXtt�Rlnnwmioiw" um
d e ra I WC-1,111111Y Fede�r'111 Way,)PVA� 98003-16325
EXHIBIT B-4
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Additional Services,the City shall pay the Contractor an additional
amount not to exceed One Hundred Ninety-Eight Thousand Five Hundred Forty-Six and 71/100 Dollars
($198,546.71). The total amount payable to Contractor pursuant to the original Agreement, all previous
Amendments, and this Amendment shall be an amount not to exceed Nine Hundred Fifty-Three Thousand Eight
Hundred Ninety-Two and 46/100 Dollars ($953,892.46).
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 4 bid schedule prices as shown in attached Exhibit 134A.These unit prices are for work starting
January 1, 2022 with the exception of Project#34 that starts in September 2021.
AMENDMENT -4 - 3/2017
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th,23rd,S 316th, PVR, 21st Ave S, 16th, Enchanted,S 324th,
352nd, 356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Pro ect#33 Added. New Rarnp Litter Control Project#34 added.
AMENDMENT 4 2022
Amend 3 Rates with 5.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Puyallule,WA
Amend 4 qty
Month Price Total
Base Bid
Project#1 S 288th St-I-5 to SR 99
Janua 2 $33.38 $66.76
Februa 3 $33.38 $100.14
'March 8 $33.38 $267.05
April 7 $33.38 $233.67
May 12 $33.38 $400.58
,tune 10, $33.38 $333.82
July 11 $33.38 $367.20
August 10, $33.38 $333.82
September 10, $33.38 $333.82
October 6 $33.38 $200.29
November 4 $33.38 $133.53
December 2 $33.38 $66.76
Subtotal Project 1 $2,837.44
Project#2 S 312th St-SR 99 to 1st Ave S
Janua 2 $31.16 $62.31
February 3 $31.16 $93.47
March 8 $31.16 $249.25
April 7 $31.16 $218.09
May 12 $31.16 $373.87
June 10 $31.16 $311.56
July 11 $31.16 $342.72
August 10, $31.16 $311.56
September 10 $31.16 $311.56
October 7 $31.16 $218.09
November 4 $31.16 $124.62
December 2 $31.16 $62.31
Subtotal Pro ect 2 2,679.44
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 1
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th, 23rd, S 316th, PVR, 21st Ave S, 16th, Enchanted,S 324th,
352nd, 356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Project#34 added.
AMENDMENT 4 2022
Amend 3 Rates with 5.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Puyallup,WA
Amend 4 qty
Month Price Total
Project#10 S 348th St-16 Ave S to Hoyj
January 3 $2.33.67 $701.01
February 5 $233.67 $1,168.36
March 10 $233.67 $2,336.72
April 10 $233.67 $2,336.72
May 13 $233.67 $3,037.73
June 13 $233.67 $3,037.73
July 13 $233.67 $3,037.73
August 12 $233.67 $2,804.06
September 11 $233.67 $2,570.39
October 11 $233.67 $2,570.39
November 9 $233.67 $2,103.04
December 3 $2.33.167 $701.01
Eirrtaough hdgd in eds dri g
Subtotal Project 10 $26,404.90
Project#11 SW 356th St-1st Ave S to 21st SW
Janua 2 $33, 8 $66.76
February 3 $33.38 $100.14
March 8 $33.38 $267.05
April 7 $33.38 $233.67
May 10 $33.38 $333.82
June 10 $33.38 $333.82
July 12 $33.38 $400.58
August 10 $33.38 $333.82
September 10 $33.38 $333.82
October 7 $33.38 $233.67
November 5 $33.38 $166.91
December 2 $33,38 $66,76
Subtotal Project 11 $2,870.82
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 2
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th,23rd, S 316th, PVR, 21st Ave S, 16th, Enchanted,S 324th,
352nd,356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Pro°ect#34 added.
AMENDMENT 2022)
Amend 3 Rates with 5.5%CPI and reduced scope '
Vendor Name---> Macmor Inc.
Location----------> Puyallup,WA
Amend 4 qty
Month Price Total
Project#21 21st Ave SW-SW 356 to SW 312
January $250.36 $500.72
Februa $250.36 $751.09
March $250.36 $2,002.90
April $250.36 $2,002.90
May $250.36 $3,254.71
June $250.36 $2,753.99
Jul $250.36 $3,254.71
August $250.36 $2,753.99
September $250.36 $2,753.99
October $250.36 $2,002.90
November $250.36 $1,502.17
December $250.36 $500,72
,Subtotal Project 21 $24,034.80
�Pro'ect#23 S 317th St-28 Ave S&Roundabout
�January 2' $2.7.82 $55.64
Februa 3 $27.82 $83.45
March 8 $27.82 $222.54
April 7 $27.82 $194.73
May 9 $27.82 $250.36
June 12 $27.82 $333.82
July 11 $27.82 $306.00
August 11 $27.82 $306.00
September 11 $27.82 $306.00
October 8 $27.82 $222.54
November 7 $27.82 $194.73
December 2 $27.82 $55.64
Subtotal Project 23 $2,531.44
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 3
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th, 23rd,S 316th, PVR, 21st Ave S, 16th, Enchanted,S 324th,
352nd, 356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Pre ect#33 Added. New Ram,p Litter Control Pro ect#34 added.
AMENDMENT 4 (2022)
Amend 3 Rates with 5.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Puyallup,WA
Amend 4 qty
Month Price Total
Project#24 S 333rd St/S 332nd St Roundabout to 13 PI S
January 2 $44.51 $89.02
February 3 $44.51 $133.53
March 81 $44.51 $356.07
April 7 $44.51 $311.56
iMay 11 $44.51 $489.60
June 12 $44.51 $534.11
july 11 $44.51 $489.60
August 11 $44.51 $489.60
September 12 $44.51 $534.11
October 9 $44.51 $400.58
November 6 $44.51 $267.05
December 2 $44.51 $89,02.
Subtotal Project 24 $4,183.84
Project#25 Roundabout-S 334th at 38th S
January 0 $27.82 $0.00
Februwy 1 $27.82 $27.82
March 2 $27.82 $55.64
April 2 $27.82 $55.64
Ma 2 $27.82 $55.64
June 4 $27.82 $111.27
Jul 2 $27.82 $55.64
'August 3 $27.82 $83.45
September 2 $27.82 $55.64
October 12 $27.82 $55.64
November 1 2 $27.82 $55.64
December 0 $27.82 $0.00
Subtotal Project 25 $612.00
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 4
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th, 23rd,S 316th, PVR, 21st Ave S, 16th,Enchanted,S 324th,
352nd, 356th, 1st Ave/Way(366 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Project#34 added.
AMENDMENT 2022)
Amend 3 Rates with 5.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Pu allu ,WA
Amend 4 qty
Month Price Total
Pro",ect#2613 PI S I S 330th St S 324 to SR 99
Janua 2 $33.38 $66.76
February 3 $33.38 $100.14
March 8 $33.38 $267.05
April 7 $33.38 $233.67
May 12 $33.38 $400.58
June 12 $33.38 $400.58
July 12 $33.38 $400.58
August 11 $33.38 $367.20
September 11 $33.38 $367.20
October 9 $33.38 $300.43
November 6 $33.38 $200.29
December 2 $33.38 $66.76
Subtotal Prdect 26 $3,171,26
Prdect#27 Irrigation System
'Janus
Februa
(March
April 38 $83.45 $3,171.26
May 38 $22.25 $845.67
June
Jul
August
September
October
November
December
Subtotal Project 27 $4,016.93
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 5
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th,23rd,S 316th, PVR,21st Ave S, 16th, Enchanted,S 324th,
352nd, 356th, 1st AvefWay(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Project#34 added.
A END, ENT 4 (2022
Amend 3 Rates with 5.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Pu allu ,WA
Amend 4 qty
Month Price Total
Monthly Totals
Janua $1,735.85
February $2,835,22
March $6,605.12
April $9,622.82
May $10,327.1
June $9,008:60'
July $9,539.37
August $8,564.62
,September $8,324.27
'October $6,835,45
November $5,25&39
December $1,735.85
Subtotal Monthly Work $80,389.73
350 Extra Hours of Maintenance Labor 1 350 $48.86 $17,100.87
TOTAL Base Bid Projects plus additional abor $97,490.60
ADDITIVE ALTERNATE #1
Pro ect#28 Garba a and Recycling Pickup and IDis osal
Janua 5 $139.09 $695A a.
,Februa 4 $139.09 $556.36
March 4 $139.09 $556.36
April 4 $139.09 $556.36
May 5 $139.09 $695.45
June 4 $139.09 $556.36
Jul 4 $139.09 $556.36
August 5 $139.09 $695.45
September 4 $139.09 $556.36
October 4 $139.09 $556.36
November 5 $139.09 $695.45
Fecemberr 41 $139.09 $556.36
ubtotal Poject 28 7,232.69
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 6
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th, 23rd,S 316th, PVR,21st Ave S, 16th, Enchanted, S 324th,
352nd, 356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Project#34 added.
AMENDMENT 4 20 2)
Amend 3 Rates with 6.5%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Pu allu ,WA
Amend 4 qty
Month Price Total
Project#29 Litter Pickup and Disposal
J anua 2 $ ,225.44 $4,450.89
Februa 2 $2,225.44 $4,450.89
March 2 $2,225.44 $4,450.89
April 2 $2,225.44 $4,450.89
May 2 $2,225.44 $4,450.89
June 2 $2,225.44 $4,450.89
Jul 2 $2,225.44 $4,450.89
August 2 $2,225.44 $4,450.89
September 2 $2,225.44 $49450.89
October 2 $2,225.44 $4,450.89
November 2 $2,225.44 $4,450.89
December 2 $2,225A4 $4,450.89
Subtotal Project 29 $53,4%67
TOTAL Additive Alternate#1 Bid $60,643.36
Added Landscape Maintenance
Project#33 10th Ave SW/SW 330th -Campus Dr SW to 1st AveS
Janua 3 $109.05 $327.14
February 5 $109.05 $545.23
March 10 $109.05 $1,090.47
A ril 12 $109.05 $1,308.56
May 13 $109.05 $1,417.61
June 15 $109.05 $1,635.70
July 15 $109.05 $1,635.70
August 14 $109.05 $1,526.65
September 13 $109.05 $1,417.61
October 11 $109.05 $1,199.51
November 9 $109.05 $981.42
December 3 $109.05 $327.14
Subtotal Project 33 $13,412,75
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 7
EXHIBIT B-4A
City of Federal Way
2017-2018 ROW Landscape Maintenance - 2020-2021 extension - Macmor
AG 17-107
Bid Schedule - Amendment #4 - Updated Rates - Reduced Scope
Summary: City does all of Pac Hwy,S 320th, East end of S 312th, 23rd,S 316th, PVR,21st Ave S, 16th, Enchanted,S 324th,
352nd,356th, 1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
New Project#33 Added. New Ramp Litter Control Project#34 added.
AMENDMENT 4 (2022)
Amend 3 Rates with 5.6%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Puyallup,WA
Amend'4 qty
Month Price Total
Added Ramp Litter Pick-Up
FSept
t#34 Three Interchange Ramps-Litter Pick-Up
021 initial clean u =pa hour) : Estimate provided onl ) 1 $3,000.00 $3,000.00
21 1 ' $1,600.00 $1,600.00
21 1 $1,600.00 $1,600.00
Dec 2021 1 $1,600.00 $1,600.00
January 1 $1,600.00 $1,600.00
Februa 1 $1,600.00 $1,600.00
March 1 $1,600.00 $1,600.00
April 1 $1,600.00 $1,600.00
May 1 $1,600.00 $1,600.00
June 1 $1,600.00 $1,600.00
Jul 1 $1,600.00 $1,600.00
,August 1 $1,600.00 $1,600.00
Se tember 1 $1,600.00 $1,600.00
October 1 $1,600.00 $1,600.00
November 1 $1,600.00 $1,600.00
December 1 $1„600,00 $1,600.00
Subtotal Project 34 $27„000.00
LANDSCAPE(101 Fund)-2022 Totals
Base Bid $80,389.73
350 Extra Hours $17,100.87
Added Project 33 $13,412.75
$110,903.35
SOLID WASTE/RECYCLING (106 FUND)-2022 Totals
Project#28 Garbage and Recycling Pickup and Disposal $7,232.69
Project#29 Litter Pickup and Disposal $53,410.67
$60,643.36
DOC Grant: Interchange Litter Control(2021-2022)
Project#34 Three 1-5 Interchange Ramps-Litter Pick-Up $27,000.00
TOTAL AMENDMENT #4 $198,546.71
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 4 8
TABLE 33
Annual Maintenance Schedule for Projects#33
10th Ave S W/SW 330th Street-Campus Drive to 1st Ave SW
Frequency by Month
-
Description Turf
Description of Work lAN FEB R APR MA UN JUL AUG SEP tf7 0V DEC
4A Mowing 1 1 2 2 2 2 2 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 1
40 Edging 1 1 1 2 2 2 2 1 1 1
4E Fertilize 1 1
4F Herbicide 1 1
4G Rough I';afow 1 1 2 2 2 2 2 2 2 2 1 1
S. Trees,Shrubs and Ground Cover Body
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 1
5C Vegetation Trimming 1 1 1 1 1
5D Trimming Shrubs 1 1 1 1
SE Tree Pruning 1 As Needed 1
5F Pre-enier ent Herbicide 1 1 1
S, Hard Surfaces
sA Swee inI/Blowing As Needed
SIB Weed ]Pre-emer ent 1 4
7. Other
rA JLitt,r PjpkqqlWndfall Debris As Needed
S, Additional Maintenance Labor
8A Extra Labor Hours As requested in writin 1LEM 0ho Cat
Total Iteims of Work Per Month 5 1 S 12 13 115 15 14 1 11 2
8/3/2021 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:
08/31/2021
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 Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL ALAN ADAME
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1
8/3/2021 Washington State Department of Revenue
t:: liiiuu°Mess toollw uull
License Information: New search Back to results
Entity name: MACMOR INC
Business MACMOR INC
name:
EntityProfit Corporation
UBI #: 602-320-380
Business ID: 001
Location ID: 0002
Location: Active
Location address: 13710 CANYON RD E
STE B
PUYALLUP WA 98373-5200
Mailing address: 13710 CANYON RD E STE B
PUYALLUP WA 98373-5200
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Endorsements Filter
'.in our�senm ras hdd z License e' Couint �)etails State t j:!)1oi�atior FIiiiim!!!!: issiui.ra
https://secure.dor.wa.gov/gteunauth/_t#4 1/4
8/3/2021 Washington State Department of Revenue
Endorsements held z License# Count Details Status Expiratioi First issua
Bremerton General 29991 Active Dec-31-21 Jan-01-2C
Business - Non-
Resident
DuPont General 3574 Active Aug-31-2 May-06-2
Business - Non-
Resident
Edge wood General Active Aug-31-2 May-16-2
Business ® Non-
Resident
Federal Way 16-10267; Active Aug-31-2 Jun-02-2(
General Business -
on- esi en
Fircrest General Active Aug-31-2 Mar-08-2
Business - Non-
Resident
Gig Harbor Active Aug-31-2 Mar-07-2
General Business -
on- esi en
Lacey General 26359 Active Aug-31-2 Mar-17-2
Business - Non-
Resident
Lakewood General BL17-0031 Active Aug-31-2 Jun-06-2C
Business - Non-
Resident
Olympia General 30911 Active Aug-31-2 Mar-07-2
Business - Non-
Resident
hftps://secure.dar.wa.gov/gteunauth/—/#4 2/4
8/3/2021 Washington State Department of Revenue
held z iceinse # Count Detafls Stattis 11111qPr)iri3floii issuz
Puyallup General 2008743 Active Aug-31-2 Oct-04-2(
Business - Non-
Resident
Sumner General Active Aug-31-2 May-09-2
Business - Non-
Resident
University Place Active Aug-31-2 Mar-07-2
General Business -
Non-Resident
Governing People May include governing people not registered with Secretary of State
Goverining ��)eop�4 I ifle
ADAM E, ALAN
Registered Trade Names
Registered Iii'ade ii,,iiiarnes stialms �NIii st issued
MACIVIOR INC Active Aug-21-2003
The Business Lookup information is updated
nightly. Search date and time: 8/3/20214:34:08
PM
Contact us
hftps://secure.dor.wa.gov/gteunauth/—/#4 3/4
8/312021 Washington State Department of Revenue
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps:Hsecure.dor.wa.gov/gteunauth/—,/#4 4/4
, "" 0 EDATE(MMIDD/YYYY)
04/14/2021
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 Amy Misterek
Bell Anderson Agency,Inc YPHONE xTN: ('42 )291 5200 (425)291-5100
�: � (Aid Na
600 SW 39th St,Suite 200 amym@bell-anderson corn
INSURER(S)AFFORDING COVERAGE NAIC#
Renton WA 98057 INSURERA: Western National Assurance Company WNA
INSURED INSURER Western
.. .. _ INSU National
MUIUaI Insurance CO 15377
Macmor Inc. INSURER C
13710 Canyon Rd E INSURER D:....._
Suite B INSURER E
Puyallup WA 98373 INSURER F:
COVERAGES CERTIFICATE NUMBER:' CL2141445727 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE 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.
I.,NSFw" ..... Mor NUB ...
LTR TYPE OF INSURANCE ICY Y EFP " m... ,••mm
Iy`j WVO .... PDLflCYNUMBE',R fMMfDDFYYYY) MMitgIYYYY' LIMITS
'�. COMMERCIAL GENERAL LIABILITY EACH Ot CUR RENCE s 1,000,000
�7TTT .
CLAIMS-MADE ❑OCCUR PRHMI f .q o:rti�racwy..,e. S' 100,000
X LIMITED POLLUTION LIABILITY LL
MED EXtPp y rre 0enorv1 s 5,000
A (See Pollution Endorsement) CPP1211544 04/20/2021 04/20/2022 PERSONAL&ADV INJURY .....�...,000,000
CEN-LAGGRECATE,..LIMITAPPLIES PER: CLI•1E4�"�{.,,u,.G AGGREGATE S 2,000,000
.....:
POLICY "PE4.'1• ❑C..4:',hG„ PRODUCTS-COMPIOPAZG S 2,000 000
f2THHE.R.: ...... LIMITED POLLUTION s I,00Q000----
AUTOMOBILE LIABILITY-- ..,- C_ MBINFD SNNGLE LIMIT' "q) _ S 1,000,000
0
BODILY INJURY
E�cw�,rx,tai
' ANY AUTO (Per person) 5
OWNED SCHEDULED •••••••-- -°
B AUTOS OWNED ONLY AUTOS CPP1209945 04/20/2021 04/20/2022 BODILY INJURY(Per accident) S
HIRED '.....NON-OWNED
AUTOS ONLY AUTOS ONLY S
IPer scc+rtpm'si.......1J..... .....
..... -..... ......._..�.. ...".m....., "".. ..._. .... . ,,,,,,m. _..
° .UMBRELLA LIAB X OCCUR _ACkI - 5,000,000
A EXCESS LIAB y AIME.MaDE UMB1035684 04120/2021 04/20/2022 AGGRCOA F;kPEna E s '5,000=0
DEC' X RE 1NTit'N S 10,000 ._
_...
s
WYORIfER'SCOMPENSATION 4TTp-1.
AND EMPLOYERS'LIABILITY YA N '�TCnTLTTE ER
r PROP
REjO +F (REX CurvE _ 1,000,000AdPFICERiMEMBEp ExQ.JE(y" FJN/A CPP1211544-STOP GAP 04/20/2021 04/20/2022 EL S
In
(Manddt+atgbcuil Et DISEASE EAEMPLOYEE L 1„000000 .
9t Yes,d+�Yaantrax amde�r ._. ........--___-
DESCRIPTION f,,)t`OPERATf>'TCIGb¢[ow FI.DISEASE Pl,"XICYLIteiG S 1,000.000
DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES(ACORD 101,Addltloml Remarks Schedule,may be attached If more space Is required)
The ceffificate holder is additions,&insured per the attached endorsement AVVNGL49 0715,WNGL50 0715&WNCA27 0616. Waiver of subrogation per the
.aRtachlld endor omlent#WNT;L39 08'T8,Pi WNCA27'051C.4, Primary&non-Contributory Coverage per they attached endorsement#WNGL49 0715.
CERTIFICATE HOLDER CANCELLATION
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 Bth Ave S
AUTHORIZED REPRESENTATIVE
Federal Way WA 98003 �
0 1988-2018 ACORD CORPORATION, All rights reserved,
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
RETURN TO: PW ADMIN EXT: 2700 ID#: J Qp
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ 1 '/ #
2. ORIGINATING STAFF PERSON: ��1Ye e 1 )l qk-� EXT:,-4t-711
3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
Cl 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 AMENDM NT(AG#): 1-I O'1 y ❑ INTERLOCAL
❑ OTHER �,Jc.VLL •
4. PROJECT NAME: I Z L.A Le vA
5. NAME OF CONTR„1CTOR: G 'r
ADDRESS: I } r- , �, 0.L1 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: S CC TITLE:
6. EXHIBITS AND ATTACHMENTS.'I sC01'I.'1'I iI?k f71i til RV It l ti 4'[-i1VPIiNNAT[ON ❑ LNSU[kAN[L-RI_QLJ1t1Al1 N-1S!('liR11171('•kil 11,[_0.1-141--R
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL'EXP.
,12/31/_ UBI# ,,EXP. /_/
7. TERM: COMMENCEMENT DATE: Ro d �w u�1C� COMPLETION DATE: V r ✓` 1 20��
8. TOTAL COMPENSATION:S k'1RD,4160 5 '10,151s.-1 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: Cl YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: RET'%'NAGIi AGRLENtI--:,I f S12.F-.CON T TZ V71 qR c3RETAINAGE BOND PROVIDED
/
tot-LkLioo-24vr5'�Z-"TG^i4&a %VL5,49-1.I+�
`E�PURCHASING: PLEASE CHARGE TO: \Cid 3Z00- 2-5o- �j -to-►�g�ktLt I q4 3.7 Z.
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
❑ PROJECT MANAGER
❑ DIVISION MANAGER
'.ArDEPUTY DIRECTOR `
,PKDIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
$CLAW DEPT
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: Y I 1 Fig COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING Q�
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: -f I2-5I I q CC �DATEREC'D: � hl
❑ 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
/LAW DEPT
SIGNATORY(MAYOR OR-PHN--- Rj
CITY CLERK
ASSIGNED AG# A
E DATE SENT:
TURN ONE ORIGINAL
COMMIE .
EXECUTE "ORIGINALS
Nd
E •1 r cam f
Isola
CITY OF CITY HALL
Fe d e ra l Way 33325 8th Avenue South
�" Federal Way,WA 98003-6325
(253) 835-7000
www cityolfedeRihvmy.com
AMENDMENT NO. 3
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2017-2018 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
This Amendment ("Amendment No. 3") 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 2017-2018 Right-of-way Landscape Maintenance ("Agreement")dated effective July 3, 2017, as amended by
Amendment Nos. 1, and 2, 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, 2021 ("Amended Term").
2. AMENDED SERVICES. The Services, as described in Section 2 of the Agreement, shall be amended to
update the frequency of tasks detailed in Exhibit B-3A. The Services and terms required under the original
Agreement and any prior amendments thereto shall otherwise remain unchanged.
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-3,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 - 3/2017
CITY OF CITY HALL
33325 8th Avenue South
Federal Way Federal Way,WA 98003-6325
(253) 835-7000
www rifyoffedero/wey com
IN WITNESS,the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
tw
By:
Ji e , Ma r ph nie Courtney, CMC, ty lerk
DATE: APP QVED AS T FORM:
J. Ryan Call, City Attorney
MACMOR, INC.:
By:
ed Nan . l_t1 i - M€ as
Title: President I G�
Date: q 12,3
l l
STATE OF WASHINGTON )
) ss.
COUNTY OF 01 }
On this da personally appeared before me S I l l ' ` to me known to be the
�r u of 1(f'l ELM W-1 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 rf said corporation.
GIVEN my hand and official seal this �3 day ofd- v-- 20
�w�►utiau+r�n,���,� E 7 ��
�`�•'�''4p� 11r '''►,�-
Notary's signature
•�; r; �• Notary's printed name ��' Cts S G
f
r Notary Public in and for the Stale of Washington.
My commission expires 3 3l � Z j
.ZN+
'yf rA '►E i�e$
AMENDMENT -2 - 3/2017
CITY OF CITY HALL
Federal Way 33325 8th Avenue South
Federal Way,WA 98003-6325
(253) 835-7000
mwv..cityoffedern1way.com
EXHIBIT B-3
ADDITIONAL COMPENSATION
1. Total Compensation:In return for the Services through the extended term,the City shall pay the Contractor
an additional amount not to exceed Two Hundred Forty Thousand Four Hundred Sixty and 85/100 Dollars
($240,460.85). The total amount payable to Contractor pursuant to the original Agreement, and this Amendment
shall be an amount not to exceed Seven Hundred Sixty-Eight Thousand Five Hundred Eighteen and 75/100 Dollars
($768,518.75).
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 2 bid schedule prices plus 2.3 percent as shown in attached Exhibit B-3A.
AMENDMENT - 3 - 3/2017
EXHIBIT B-3A 70ZO 1 O? ` Cdr-mc-i-
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension-Macmor
AG 17-107
Bid Schedule-Amendment#3-Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East and of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.3%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location--------> Pqyall .WA
Amend.e'2&a3
Month Quantity Price Total
Base Bid
Pvoject vl 5 288th St-I-5 to 51199
January 2 $31.64 $63.28
Februa 3 $31.64 $94.92
March 8 $31.64 $253.13
Aprri 7 $31.64 $221.49
May 12 $31.64 $379.70
June 10 $31.64 $316.41
July 11 $31.64 $348.06
August 10 $31.64 $316.41
September 10 $31.64 $316.41
October 6 $31.64 $189.85
November 4 $31.64 $126.57
December 2 $31.64 $63.28
5ribuo;al Prc ect 1 $2,689.52
Pro ect#2 S 312th SI•SR 99 to 1st Ave S
January 2 $29.53 $69.06
February 3 $29.53 $66.601
March 8 $29.53 $236.26
April $29.53 $206.72
May $29.53 $354.38
June 1l $29.53 $295.32
Jul 11 $29.53 $324.85
Au ust 10 $29.53 $295.32
September 10 $29.53 $295.32
October 7 $29.53 $206.72
November 4 $29.53 $118.13
December 2 $29.53 $59.06
-. _ __.
ubtat8l Project �-
Project 03 S 312th St-SR 99 to 24th Ave S
January 0 $33.75 $0.00
Februa 0 $33.75 $0.00
Marcs, 0 $33.75 $0.00
April 0 $33.75 $0.00
Ma 0 $33.75 $0.001
June 0 $33.75 $0.00
Jul 0 $33.75 $0.001
August 0 $33.75 $0.00
September 0 $33.75 $0.001
October 0 $33.75 $0.00
November 0 $33.75 $0.00
December 0 $33.75 $0.00
uhl0121 Praeel 3
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 1
EXHIBIT B-3A
City of Federal Way
2017.2018 ROW Landscape Maintenance-2020-2021 extension- Macmor
AG 17-107
Bid Schedule-Amendment#3-Updated Rates-Reduced Scope
Summary:pity does all of Pac Hwy,S 320th,Fast end of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,let AveNVay(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Anand 2 Raba wllh 2.3%CPI and reduced scope
Vendor Name--> Macmor Inc.
Location--------> Pyyallup.WA
Amend.02$03
Month Quantity Price Total
Protect#3A S 312th St-24th to 28th
Janus 01 $29.63 $0;00
February 0' $29.53 $0.00
March 0 $29.53 $0.00
A hi 0 $29.63 $0.00
May 0 $29.53 $0.00
June 0 $29.53 $0.00
July 0 $29.53 $0.001
August 0 $29.63 $0.001
September 0 $29.63 $0.00
October o $29.63 $0.00
November 0 $29.53 $0.00
December 0 $29.53 $0.00
Subtotai Project 3A 50-00
Pro Oct 04 SW 320th St-11 PI 5 to 47 Ave 5
January 0 $221.49 $0.00
February 0 $221.49 $0.00
March 0 $221.49 $0.00
April 0 $221.49 $0.00
May 0 $221.49 $0.00
June 0 $221.49 $0.00
Juiv 0 $221.49 $0.00
August 0 $221.49 $0.00
September 0 $221.49 $0.00
October 0 $221.49 $0.00
November 0 $221.49 $0.00
December 0 $221.49 $0.00
Subtotal Pro ect 4
Project#5 S 320th St-11th PI 5 to 1-5
January 0 $25.31 $0.00
February 0 $25.31 $0.00
March 0 $25.31 $0.00
April 0 $25.31 $0.00
May 0 $25.31 $0.00
,lune 0 $25.31 $0.00
luiv 0 $25.31 $0.00
August 0 $26.31 $0.00
September 0 $25.31 $0.00
October 0 $25.31 $0.00
November 0 $25.31 $0.00
December 0 $25.31 $0.00
Subtotal Pro ect 5 2O OQ
ro act 5320th 5t--II-5 to Weyerhaeuser
Janua 0 $23.20 $0.00
February 0 $23.20 $0.00
March 0 $23.20 $0.00
April 0 $23.20 $0.00
May 0 $23.20 $0.00
June 0 $23.20 $0.00
Jul 0 $23.20 $0.00
August 0 $23.20 $0.00
September 0 $23.20 $0.00
October 0 $23.20 $0.00
November 0 $23.20 $0.00
December 0 $23.20 $0.00
Subtotal Pro eat 6 Q
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 2
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension-Macmor
AG 17-107
Bid Schedule-Amendment#3-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East and of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.3%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location------> Puyallup.WA
Amend.#2&03
Month Quantity Price Tot P
Project#7 S 324th St-11 PI S to 18 Ave S
January 0 $36.91 $0.00
Februa 0 $36.91 $0.00
March 0 $36.91 $0.00
April 0 $36.91 $0.00
May 0 $36.91 $0.00
June 0 $36.91 $0.00
July 0. $36.91 $0.00
Au ust 0 $36.91 $0.00
September 0 $36.91 $0.00
October 0 $36.91 $0.00
November 0 $36.91 $0.00
December 0 $36.91 $0.00
Subtotal Pro ect 7 $0,001
- -- _- _._ . m
Pro ect#8 S 336th St-1-51-5 to 11st Ave S
January i 2 $47.46 $94.92
February 5 $47.46 $237.311
March 10 $47.46 $474.62 j
April 11 $47.46 $522.08
kuy 15 $47.46 $711.93'
June 15 $47.46 $711.93'
Juiv 1$ $47.46 $711.93
Auoust 14 $47.46 $664.47
September 13 $47.46 $617.01
October 11 $47.46 $522.08
November a $47.46 $379.70
December 2 $47.46 $94.92
Subtotal Pro ect 8 $5.742.91
Project 89 S 342nd St(Library Lanai
January 1 $25.31 $25.31
February 1 $25.31 $25.31'
March 3 $25.31 $75.94
April 3 $25.31 $75.94
may 5 $25.31 $126.57
June 4 $25.31 $101.25
JuIV 5 $25.31 $126.57
August 3 $25.31 $75.94
September 4 $25.31 $101.25
October 3 $25.31 $75.94
November $25.31 $101.251
December $25.31 $25.31
Subtotal Proiect
Pro act#10 S 346th St-16 Ave S to Hoyt
January 0 $221.49 $0.00
February 0 $221.49 $0.00
March 0 $221.49 $0.00
April 0 $221.49 $0.001
May 0 $221.49 $0.00,
June 0 $221.49 $0.001
Jul 01 $221.49 $0.001
August �_ i f $221.49 $0.00
September �` - $221.49 $0.00
October $221.49 $0.00
November _._ $221.49 $0.00
December _- 5221.49 $0.00
Subtotal'P'ro ect 10
Pro act#11 SW 356th t-1st ve S to 21st 5W
City of Federal Way
2017 ROW Landscape Maintenance
AG 17-107 Amendment 2
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension -Macmor
AG 17-107
Bid Schedule-Amendment#3- Updated Rates-Reduced Scope
Summary:City doaa all of Pae Hwy,S 320th,Eaat and of S 314th,43rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1st AvefWay(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.3%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location----------> Puyallup,WA
Amend.#2
Month quantity Price Total
January 2 $31.64 $63.28
February 3 $31.64 $94.92
March 8 $31.64 $253.13
A pnl 7 $31.64 $221.49
May 10 $31.64 $316.41
June 10 $31.64 $316.41
July 12 $31.64 $379.70
August 10 $31.64 $316.41
September 10 $31.64 $316.41
October 7 $31.64 $221.49
November 5 $31.64 $158.21
December 2 $31.64 $63.28
Subtotal Proiect 11
Project 912 23rd Ave S-S 318 to S 324
Janua 0 $25.31 $0.00
February 0 $25.31 $0.00
March 0 $25.31 $0.00
April 0 $25.31 $0.00
May 0 $25.31 $0.00
June 0 $25.31 $0.00
July 0 $25.31 $0.00
August 2 $25.31$25.31 $0.00
September 01 $25.31 $0.00
October 0` $26.31 $0.00
November 01 $25.31 $0.00
December 0 $25.31 $0.00
Subtotal Project 12 ,00
Pro ect#13 16th Ave S/Ench Pkwy-SR 99 to S 356
January 0 $25.29 $0.00
February 0 $26.29 $0.00
iAarch 0 $25.31 $0.00
A nl 0 $25.31 $0.00
May 0 $25.31 $0.00
June 0 $25.31 $0.001
July 0 $25.31 $0.00
Au ust 0 $25.31 $0.00
September 0 $25.31 $0.00
October .0 $25.31 $0.00
November 0 $25.31 $0.00
December 0 $25.31 $0.00
Subtotal Pro ect 13 $0.00
Pro act#14 SR-99-S 272 to S 283
Janua 0 $79.10 $0.00
February 0 $79.10 $0.00
March 0 $79.10 $0.00
April 0 $79.10 $0.00
May 0 $79.10 $0.00
June 0 $79.10 $0.00
July 0 $79.10 $0.00
August 0 $79.10 $0.00
September 0 $79.10 $0.00
October 0 $79.10 $0.00
November 0 $79.10 $0.00
December 0 $79.10 $0.00
Subiotai Proect 74
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 4
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension -Macmor
AG 17-107
Bid Schedule-Amendment#3-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1 at AveNVay(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.3%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location--------> Puyallup.WA
Amend.N2&$3
Month Quantity Price Total
Proact:#15 SR-99-S 283 to 18 Ave S
January 0 $100.20 $0.00
February 0 $100.20 $0.00
March 0 $100.20 $0.00
April 0 $100.20 $0.00
May 0 $100.20 $0.00
June 0 $100.20 $0.00
July 0 $100.20 $0.00
Auoust 0 $100.20 $0.00
September 0 $100.20 $0.00
October 0 $100.20 $0.00
November 0 $100.20 $0.00
December 0 $100.20 $0.00
Subtotal Project 15 _ 0.00
Project*16 SR-9918 Ave S to S 310
January 0 $100.20 $0.00
February 0 $100.20 $0.00
March 0 $100.20 $0.00
April 0 $100.20 $0.00
Mav 0 $100.20 $0.00
June 0 $100.20 $0.00
Jull 0 $100.20 $0.00
August 0 $100.20 $0.00
September 0 $100.20 $0.00
October 0 $100.20 $0.00
November 0 $100.20 $0.00
December 0 $100.20 $0.00
Subtotal Project 16 1 0
Pro ect 017 SR-99 S 310 to S 324
Janua 0 $100.20 $0.00
February 0 $100.20 $0.00
March 0 $100.20 $0.00
April 0 $100.20 $0.00
May 0 $100.20 $0.00
June 0 $100.20 $0.00
Jul 0 $100.20 $0.00
August '- _-- 0 $100.20 $0.00
September 0 $100.20 $0.00
October 0 $100.20 $0.00
November 0 $100.20 $0.00
December 0 $100.20 $0.00
Subtotal Project 17 16.50
Pro ect$18 SR-99-S 324 to S 340
January 0 $100.20 $0.00
Februa 0 $100.20 $0.00
March 0 $100.20 $0.00
April 0 $100.20 $0.00
Mav 0 $100.20 $0.00
June 0 $100.20 $0.00
Jul 0 $100.20 $0.00
Auoust 0 $100.20 $0.00
September 0 $100.20 $0.00
October 0 $100.20 $0.00
November 0 $100.20 $0.00
December 0 $100.20 $0.00
Subtotal Project 18 SON
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 5
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension -Macmor
J A��//G 17-107
Bid Svl:edrle Amendment#3- Updated Ratss-RGVuced Scope
Summary:City does all of Par Hwy,S 120th,Fapt pod of S 312th,23rd,S 316th,PVR,21st Avo S,18th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.39E CPI and reduced scope
Vendor Name---> Macmor Inc.
Location-------->
_ Puyallup,WA
Amend.02 d#3
Month Quantity Price Total
Project#19 SR-99-5 348 to 5 356
Jarnua 0 $36.91 $0.00
February 0 $36.91 $0.00
March 0 $36.91 $0.00
April 0 $36.91 $0.001
r"ay 0 $36.91 $0.00
June 0 $36.91 $0.00
Jul 0` $36.91
$0.00
August 0 $36.91 $0.00
September 0 $36.91 $0.00
October 0 $36.91 $0.00
40vember 0 $36.91 $0,00
December 0 $36.91 $0.001
Subtotal Project 19
Prp'eCt'af2Q 1st Way S-S 356 to S 312
Janus 0 $103.36 $0.00
February 0 $103.36 $0.00
March 0 $103.36 $0.00.
April 0 $103.36 $0.00
May 0 $103.36 $0.00
June 0 $103.36 $0.00
Jul 0 $103.36 $0.00
August 0 $103.36 $0.00
September 0 $103.36 $0.00
October 0 $103.36 $0.00
November 0 $103.36 $0.00
December 0 $103.36 $0.00
ub-otul I Tn 00
Project#21 21st Ave SW-SW 356 to SW 312
Janua $237.31
February 3 $237.31 $711.93
March 8 $237.31 $1,898.48
April - 8 $237.31 $1,898.48
M'Y - _-- 13 $237.31 $3,085.04
.June 11 $237.31 $2,610.41
Jul $237.31
August �- $3'$3.085.04Auu71 $237.31 $2,610.41
Saptemb 3r
1'II $237.31 $2,610.41
October S $237.31 $1,898.48
November 6 $237.31 $1,423.86
December 2 $237.31 $474.62
Subtotal Project 21 $22.781.8 J
Project#22 21st Ave S-S 320 to S 316 -`
Janus 0 $52.74
Februaryj $0.00
$52.74 $0.00
March 0 $52.74 $0.00
April 0 $52.74 $0.00
May 0 $52.74 $0.00
June 0 $52.74 $0.00
Jul 0 $52.74
$0.00
August 0 $52.74 $0.00
September 0 $52.74
$0.00
October 0
$52.74 $0.00
!November 0 $52.74 $0.00
December 0 __$52.74 $0.00
SubtotalPro ect 22 - -
City of Federal Way
2017 ROW Landscape Maintenance
AGI 7-107 Amendment 2 6
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension-Macmor
AG 17-107
Bid Schedule-Amendment#3-Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East and of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
amens z Rates.�
With 2.3%CPI and reduced scope
Vendor Name--> Macmor Inc.
Location-------> PWelluo.WA
Amend.02
Month Quantity Price TvtiO
Project#23 S 317th St-28 Ave S&Roundabout
January 2 $26.37 $52.74
February 3 $26.37 $79.10
March a $26.37 $210.94
April 7 $26.37 $184.57
May 9 $26.37 $237.31
June 12 $26.37 $316.41
July 11 $26.37 $290.05
August 11 $26.37 $290.05
Seotember 11 $26.37 $290.05
October 6 $26.37 $210.94
November 7 $26.37 $164.57
December 2 $26.37 $52.74
Subtotal Project 23 SZ399.471
Project#24 5 333rd St1S 332nd St-Roundabout to 13 PI 5
January 2 $42.19 $84.38;
February 3 $42.19 $126.571
March B $42.19 $337.51
April 7 $42.19 $295.32
Mav 11 $42.19 $464.07
June 12 $42.19 $506.26
July 11 $42.19 $464.07
Au ust 11 $42.19 $464.07
September 12 $42.19 $506.26
October 9 $42.19 $379.70
November 6 $42.19 $253.13
December 2 $42.19 $84.38
S"uototal Project 24 $3.965.11
Pro ect 025 Roundabout-5 334th at 38th S
January 0 $26.37 $0.00
February 1 $26.37 $26.37
March 2 $26.37 $52.74
L)(11 2 $26.37 $52.74
May 2 $26.37 $52.74
June 4 $26.37 $105.47
Jul 2 $26.37 $52.74
Aucust 3 $26.37 $79.10
September 2 $26.37 $52.74'
October 2 $26.37 $52.74'
November 2 $26.37 $62.741
December 0 $26.37 $0.001
Subtotal Pro ect 25 680.09
Project#26 13 PI S/S 330th St-S 324 to SR 99
January 2 $31.64 $63.28
Fabrua 3 $31.64 $94.92
March 8 $31.64 $253.13
April 7 $31.64 $221.49
May 12 $31.64 $379.70
June 12 $31.64 $379.70
July 12 $31.64 $379.70
August 11 $31.64 $348.06
September 11 $31.64 $348.06
ctober $31.64 $284.77
November $31.64 $189.85
December 2 $31.64 $63.28
Subtotal Project 26
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 7
FXHIRIT R-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension-Macmor
AG 17-107
Diu.A7lA edule-Ainendt1 nt#3-Updated Rates-Reduced Scope
Summary:City doo3 all of Poo liwy,S 320th,East and of 0 312th,23rd,6 316th,PVR,21st Ave 0,16th,Enchanted,0 324th,
352nd,356th,346th,let Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2,3%CPI and reduced scope
Vendor Name---> Macmor Inc,
Location----------> P Ilu ,WA
Amend.#2
Month Quantity Price Total
Pro ect#27 Irrigation System
January 0 $0.00 $0.00
February 0 $0.00 $0.00
March 0 $0.00 $0.00
April 36 $79.10 $3,005.93
May 38 $21.09 $801.58
June 0 $21.09 $0.00
JUIV 0 $21.09 $0.00
AUQUSt 0 $21.09 $0:00
September 0 $21.09 $0.00
October 0 $21.09 $0.00
November 0 $0.00 $0.00
December 0 $0.00 $0.00
Subtotal Protect 27 59.8177. 7
r --- ----- - _ .. -
Pro ect t�30 5 352nd-Pac Hwv to Encnanted Pkwy
January 0 $31.64 $0.00
February 0 $31.64 $0.00
Marcn 0 $31.64 $0.00
April 0 $31.64 $0.00
May 0 $31.64 $0.00
June 0 $31.64 $0.00
.lulu 0 $31.64 $0.00
August 0 $31.64 $0.00
September 0 $31.64 $0.00
October 0 $31.64 $0.00
November 0 $31.64 $0.00
December 0 $31.64 $0.00
Subtotal Project 30 100 +
ro ect#31 356th-Pac Hwy to nchanted Pkw
Janua �6 $31.64 _ $0.00
February 0 $31.64 $0.00
March 0 $31.64 $0.00
April 0 $31.64 $0,00
May 0 $31.64 $0.00
June 0 $31.64 $0.001
July 0 $31.64 $0.001
August 0 $31.64 $0.00
September 0 $31.64 $0.00
October 0 $31.64 $0.00
November 0 $31.64 $0.001
December 0 $31.64 $0.00
Subtotal Prosect 31 so.ov,
M-65-imy Totals
January $980.88'
February $1,579.96
March $4,045.88
April $6,906.26
May $6,909.42
June $5,659.59
July $6,162.69
August $5,460.25
September $5,453.92
October $4,042.71
November $2,988.00
December $980.88
Subtotal Mi3nlhiy Mork
560 Extra Hours o -Maintenance Labor 5 -3i----- 03-1=66
_I01 AL Mase Hid(Nro)ects pias additional labor) 74.
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 8
EXHIBIT B-3A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2020-2021 extension-Macmor
AG 17-107
Bid Schedule-Amendment#3 -Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave S,16th,Enchanted,S 324th,
352nd,356th,348th,1st AvefWay(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Amend 2 Rates with 2.3%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location--------> I Puwllu .WA
Amend.62&03
Month Quantity Price Total
ADDITIVE ALTERNATE#1
Project 428 Garbage and Recycling Pickup and Disposal _.....
January 5 $131.84 $659.20
February 4 $131.84 $527.36
March 4 $131.84 $527.36
Af)rll 4 $131.84 $527.36
May 5 $131.84 $659.20
June 4 $131.84 $527.36
July 4 $131.84 $527.36
August 5 $131.84 $659.20
September 4 $131.84 $527.36
October 4 $131.84 $527.36
November 5 $131.64 $659.20
December 4 $131.84 $527.36
ubtotal Pro ect 28 16,866.89
Project! L tterIckup and Disposal _
January 2 .2.10 .43 $4,218.85
February 2 $2,109.43 $4,218.85
March 2 $2,109.43 $4,218.65
April 2 $2,109.43 $4,216.85
Mav 2 $2,109.43 $4,216.85
June 2 $2,109.43 $4,218,85
July 2 $2,109.43 $4,218.85
August 2 $2,109.43 $4,218.85
September 2 $2,109.43 $4,218.85
October 2 $2,109.43 $4.218.85
November 2 $2,109.43 $4.718.85
December 2 $2.109,43 $4.216.81
Subtotal Pnpct 29 1706.1
T OTAL Additive Alternate*1 Bid $57,481,86
TOTAL 2020 Includes extra hours $931,808.54
TOTAL 2021 $108,6152.31
TOTAL AMENDMENT 3 $240,460.85
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 9
CERTIFICATE OF LIABILITY INSURANCE FDATE(MMIDD/YYYY)
05/01/2019
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 Amy Misterek
NAME:
Bell Anderson Agency,Inc. H ONo.Ext): (425)291-5200 !A X Ncl; (425)291-5100
600 SW 39th St,Suite 200 E-MAIL
ADDRESS. amym@bell-anderson.com
INSURER(S)AFFORDING COVERAGE _ NAIC#
Renton WA 98057 INSURER A: Western National Assurance Company WNL
INSURED INSURER B: Western National Mutual Insurance Cc 15377
Macmor Inc. INSURER C:
13710 Canyon Rd E INSURER D:
Suite B INSURER E:
Puyallup WA 98373 INSURER F-
COVERAGES CERTIFICATE NUMBER: CL1941934461 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY EFF POLICY EXP
LTR INSD WVD POLICY NUMBER (MM/DD (MM/DD/YYYYI LIMITS
X' COMMERCIAL GENERAL LIABILITY `EACH OCCURRENCE $ 1,000,000
W1At.'T, 1,000,000
CLAIMS-MADE �OCCUR PREMISES 1E.occurrence) $
C MED EXP(Any one person) $ 15,000
A CPP1211544 04/20/2019 04/20/2020 PERSONAL&ADV INJURY $ 1,000,000
GEN'LAGGREGATE�.LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY I_"I PRO ❑LOC PRODUCTS-COMP/OP AGG $ 2,000,000
JECT
OTHEPo: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea scelden[
X ANY AUTO BODILY INJURY(Per person) $
B OWNED SCHEDULED CPP1209945 04/20/2019 04/20/2020 BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000
A EXCESS LIAR CLAIMS-MADE UMB1035684 04/20/2019 04/20/2020 AGGREGATE $ 5,000,000
DED RETENTION $ $
WORKERS COMPENSATION
aER OTH-
v/N
AND EMPLOYERS'LIABILITY STATUTE ER A ANY PROPRIR/PARTNER/EXECUTIVE ❑ N/A CPP1211544-WA STOP GAP 04/20/2019 04/20/2020 E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBMB D?
ER EXCLUDE
(Mandatory In NH) E L DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required)
The certificate holder is additional insured per the attached endorsement#WNGL49 0715,WNGL50 0715&WNCA27 0616 Waiver of subrogation per the
attached endorsement#WNGL39 0818&WNCA27 0616. Primary&non-contributory coverage per the attached endorsement#WNGL49 0715.
CERTIFICATE HOLDER CANCELLATION
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 WA 98003
I
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
COMMERICAL GENERAL LIABILITY
WN GL 39 08 18
COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT
The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage en-
hancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is pro-
vided by this summary, refer to following endorsement for changes in your policy.
SUMMARY OF COVERAGES PAGE
Bodily Injury And Property Damage Liability
• Non Owned Watercraft Up To 50 Feet ...............................................................................2
Property Damage Liability
• Elevators.............................................................................................................. ......3
• Fire, Lightning, Explosion Or Sprinkler Leakage Exception ..................................................3
• Borrowed Equipment ($25,000 Per Occurrence, $50,000 Aggregate,
$2,500 Deductible Per Occurrence .................................................................................3
Supplementary Payments — Amended
• Bail Bonds Up To $5,000...................................................................................................4
• Loss of Earnings Up To $500/Day ...........................................................................
Who Is An Insured Amendments
• Employee Bodily Injury To A Co-Employee.........................................................................4
• Newly Formed Or Acquired Organizations For Up To 180 Days ...........................................4
• Blanket Additional Insured —Vendors —As Required By Contract........................................4
• Blanket Additional Insured—Lessor Of Leased Equipment..................................................6
• Blanket Additional Insured —Managers Or Lessors Of Premises..........................................6
• Blanket Additional Insured —State Or Governmental Agency Or Subdivision
Or Political Subdivision—Permits Or Authorizations ...................................................... ..7
• Blanket Additional Insured —State Or Governmental Agency Or Subdivision
Or Political Subdivision — Permits Or Authorizations Relating To Premises ........................8
Damage To Premises Rented To You — $300,000.........................................................................9
Medical Payments Increased Limit — $10,000 Or Amount Shown on Declarations...........................9
Conditions
• Knowledge of Occurrence, Offense, Claim Or Suit Amended....... ............... ......._9
• Unintentional Failure To Disclose Hazards .........................................................................9
• Waiver of Subrogation..................................................................................................... 10
InsuredContract Amended.......................................................................................................... 10
Personal And Advertising Injury Redefined
• Televised, Videotaped Or Electronic Publication ............................................................... 10
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w Ith its permission. Page 1 of 10
COMMERCIAL GENERAL LIABILITY
WN GL 39 08 18
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT
This endorsement modifies the insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by
this endorsement. The SECTIONS of the Commercial General Liability Coverage Form identified in this endorsement will
be amended as shown below.
SECTION I— COVERAGES AMENDMENTS (3) Parking an "auto" on, or on the ways next to,
COVERAGE A — BODILY INJURY AND PROPERTY premises you own or rent, provided the"auto"
DAMAGE LIABILITY is not owned by or rented or loaned to you or
the insured;
A. Non Owned Aircraft Or Watercraft (4) Liability assumed under any "insured con-
Item 2. Exclusions, Paragraph g. is replaced by the tract" for the ownership, maintenance or use
following: of aircraft or watercraft; or
g. Aircraft, Auto Or Watercraft (5) "Bodily injury" or "property damage" arising
"Bodily injury" or"property damage" arising out of out of
the ownership, maintenance, use or entrustment (a) The operation of machinery or equipment
to others of any aircraft, "auto" or watercraft that is attached to, or part of, a land
owned or operated by or rented or loaned to any vehicle that would qualify under the
insured. Use includes operation and "loading or definition of"mobile equipment" if it were
unloading". not subject to a compulsory or financial
This exclusion applies even if the claims against responsibility law or other motor vehicle
any insured allege negligence or other wrong- insurance law where it is licensed or
doing in the supervision, hiring, employment, principally garaged; or
training or monitoring of others by that insured, if (b) The operation of any of the machinery or
the "occurrence" which caused the "bodily injury" equipment listed in Paragraph f. (2) or f.
or "property damage" involved in the ownership, (3) of the definition of "mobile equip-
maintenance, use or entrustment to others of any ment".
aircraft, "auto" or watercraft that is owned or B. Damage To Property Coverage Extensions
operated by or rented or loaned to any insured.
Item 2. Exclusions, Paragraph j. is replaced by the
This exclusion does not apply to: following:
(1) A watercraft while ashore on premises you j, Damage To Property
own or rent;
(2) A watercraft you do not own that is: "Property damage" to:
(a) Less than 50 feet long; and (1) Property you own, rent, or occupy, including
any costs or expenses incurred by you, or
(b) Not being used to carry persons or prop- any other person, organization or entity, for
erty for a charge; repair, replacement, enhancement, restora-
This Subparagraph (2) applies to any person, tion or maintenance of such property for any
who with your expressed or implied consent, reason, including prevention of injury to a
either uses or is responsible for the use of the person or damage to another's property;
watercraft; (2) Premises you sell, give away or abandon, if
the "property damage" arises out of any part
of those premises;
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 2 of 10
(3) Property loaned to you; The insurance provided for "property damage" from
(4) Personal property in the care, custody or con- the use of elevators and for "property damage' to
trol of the insured; borrowed equipment is excess over any other valid
(5) That particular part of real property on which and collectible property insurance (including any de-
you or any contractors or subcontractors ductible portion thereof) available to the insured
working directly or indirectly on your behalf whether primary, excess, contingent or on any other
are performing operations, if the "property basis.
damage' arises out of those operations; or C. Damage To Premises Rented To You
(6) That particular part of any property that must Item 2. Exclusions, the last paragraph is replaced by
be restored, repaired or replaced because the following:
"your work" was incorrectly performed on it. Exclusions c. through n. do not apply to damage by
Paragraphs (1), (3) and (4) of this exclusion do not fire, lightning, explosion or sprinkler leakage to
apply to "property damage' (other than damage by premises while rented to you or temporarily occupied
fire, lightning, explosion or sprinkler leakage) to by you with permission of the owner. A separate limit
premises, including the contents of such premises, of insurance applies to this coverage as described in
rented to you for a period of seven or fewer Paragraph 6. of SECTION III — LIMITS OF
consecutive days. A separate limit of insurance INSURANCE.
applies to Damage To Premises Rented To You as
described in SECTION III—LIMITS OF INSURANCE. COVERAGE B — PERSONAL AND ADVERTISING
However, the provisions of this paragraph do not INJURY LIABILITY
apply if coverage for Damage To Premises Rented To
You is excluded by endorsement. D. Personal And Advertising Injury
Item 2. Exclusions is amended by replacing Sub-
Paragraph (2) of this exclusion does not apply if the paragraphs b. and c. with the following:
premises are "your work" and were never occupied,
rented or held for rental by you. b. Material Published With Knowledge Of Falsity
Paragraphs (3) and (4) of this exclusion do not apply "Personal and advertising injury" arising out of
to the use of elevators. oral, written, televised, videotaped or electronic
publication, in any manner, of material, if done by
Paragraphs (3), (4), (5) and (6) of this exclusion do or at the direction of the insured with knowledge
not apply to liability assumed under a sidetrack of its falsity.
agreement.
c. Material Published Prior To Policy Period
Paragraph (4) of this exclusion does not apply to "Personal and advertising injury" arising out of
"property damage" to borrowed equipment while not oral, written, televised, videotaped or electronic
being used to perform operations at the jobsite. publication, in any manner, of material whose first
Subject to Paragraph 2. of SECTION III—LIMITS OF publication took place before the beginning of the
INSURANCE, the rules below fix the most we will pay policy period.
for "property damage' under this provision:
(1) $25,000 any one 'occurrence', regardless of the SUPPLEMENTARY PAYMENTS —COVERAGES A
number of persons or organizations who sustain AND B
damages because of that 'occurrence'; E. Supplementary Payments—Coverages A and B
(2) $50,000 annual aggregate; and Item 1. is amended by replacing Subparagraphs b.
(3) We will pay only for damages in excess of$2,500 and d. with the following:
as a result of any one "occurrence', regardless of b. Up to $5,000 for cost of bail bonds required be-
the number of persons or organizations who cause of accidents or traffic law violations arising
sustain damages because of that `occurrence'. out of the use of any vehicle to which the Bodily
We may, or if required by law, pay all or any part Injury Liability Coverage applies. We do not have
of any deductible amount, if applicable, to effect to fumish these bonds.
settlement of any claim or "suit". Upon notice of
our payment of a deductible amount, you shall d. All reasonable expenses incurred by the insured
promptly reimburse us for the part of the at our request to assist us in the investigation or
deductible amount we paid. defense of the claim or"suit", including actual loss
of earnings up to $500 a day because of time off
Paragraph (6) of this exclusion does not apply to from work.
"property damage" included in the "products-com-
pleted operations hazard".
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 3 of 10
SECTION II—WHO IS AN INSURED AMENDMENTS The following are added:
A. Employee Bodily Injury To A Co-Employee C. Blanket Additional Insured — Vendors — As Re-
Paragraph 2. a. (1) is replaced by the following: quired By Contract
However, none of these "employees" or "volunteer 1. Section II — Who Is An Insured is amended to
workers" are insureds for "bodily injury" or "personal include as an additional insured any person(s) or
and advertising injury": organization(s) (referred to throughout this
(a) To you, to your partners or members (if you are a endorsement as vendor) with whom you have
partnership or joint venture), to your members (if agreed in a written contract, executed prior to
you are a limited liability company), to a co- loss, to name as an additional insured, but only
"employee" while in the course of his or her with respect to "bodily injury" or "property
damage" arising out of"your products" which are
employment or performing duties related to the distributed or sold in the regular course of the
conduct of your business, or to your other
"volunteer workers" while performing duties vendors business.
related to the conduct of your business; However,
(b) To the spouse, child, parent, brother or sister of a. The insurance afforded to such vendor only
the co-"employee" or "volunteer worker' as a applies to the extent permitted by law; and
consequence of Paragraph (1)(a) above; b. If coverage provided to the vendor is required
(c) For which there is any obligation to share by a contract or agreement, the insurance
damages with or repay someone else who must afforded to such vendor will not be broader
pay damages because of the injury described in than that which you are required by the
Paragraph (1)(a) or (b) above; or contract or agreement to provide for such
(d) Arising out of his or her providing or failing to vendor.
provide professional health care services. 2• With respect to the insurance afforded to these
However, if a suit seeking damages for "bodily injury" vendors, the following additional exclusions
or "personal and advertising injury" to any co- apply:
"employee" or other "volunteer worker" arising out of a. The insurance afforded the vendor does not
and in the course of the co-"employee's" or"volunteer apply to:
worker's" employment or while performing duties (1) "Bodily injury" or "property damage" for
related to the conduct of your business, or a suit which the vendor is obligated to pay dam-
seeking damages brought by the spouse, child, ages by reason of the assumption of
parent, brother or sister of the co-"employee" or other liability in a contract or agreement. This
"volunteer worker", is brought against you or a co- exclusion does not apply to liability for
"employee" or a "volunteer worker', we will reimburse damages that the vendor would have in
the reasonable costs that you incur in providing a the absence of the contract or
defense to the co-"employee" or "volunteer worker" agreement;
against such matters. Any reimbursement made (2) Any express warranty unauthorized by
pursuant to this sub-section will be in addition to the you;
limits of liability set forth in the Declarations. (3) Any physical or chemical change in the
B. Newly Acquired Organizations product made intentionally by the vendor;
Paragraph 3. a. is replaced by the following: (4) Repackaging, except when unpacked
a. Coverage under this provision is afforded only solely for the purpose of inspection,
until the 180th day after you acquire or form the demonstration, testing, or the
organization or the end of the policy period, substitution of parts under instructions
whichever is earlier; from the manufacturer, and then
repackaged in the original container;
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 4 of 10
(5) Any failure to make such inspections, 4. With respect to the insurance afforded to these
adjustments, tests or servicing as the vendors, the following is added to Section III —
vendor has agreed to make or normally Limits Of Insurance:
undertakes to make in the usual course If coverage provided to the vendor is required by
of business, in connection with the a contract or agreement, the most we will pay on
distribution or sale of the products; behalf of the vendor is:
(6) Demonstration, installation, servicing or
repair operations, except such a. The minimum amount required by the
contract or agreement; or
operations performed at the vendor's
premises in connection with the sale of b. The Limits of Insurance shown in the
the product; Declarations;
(7) Products which, after distribution or sale whichever is less.
by you, have been labeled or relabeled or
used as a container, part or ingredient of This endorsement shall not increase the
any other thing or substance by or for the applicable Limits of Insurance shown in the
vendor; or Declarations.
(8) "Bodily injury or "property damage" 5. With respect to the insurance afforded to these
arising out of the sole negligence of the additional insureds, the following additional
vendor for its own acts or omissions or exclusion applies:
those of its employees or anyone else This insurance does not apply to:
acting on its behalf. However, this a. "Bodily injury", "property damage" or
exclusion does not apply to: "personal and advertising injury" arising out
(i) The exceptions contained in of the rendering of, or the failure to render,
Subparagraphs (4) or (6); or any professional architectural, engineering or
(ii) Such inspections, adjustments, tests surveying services, including:
or servicing as the vendor has (1) The preparing, approving, or failing to
agreed to make or normally prepare or approve, maps, shop
undertakes to make in the usual drawings, opinions, reports, surveys,
course of business, in connection field orders, change orders or drawings
with the distribution or sale of the and specifications; or
products. (2) Supervisory, inspection, architectural or
3. This Provision C. does not apply: engineering activities.
a. To any insured person or organization from This exclusion applies even if the claims
whom you have acquired such products, or against an additional insured allege
any ingredient, part or container, entering negligence or other wrongdoing in the
into, accompanying or containing such supervision, hiring, employment, training
products; or monitoring of others by that insured, if
b. To any vendor for which coverage as an addi- the `occurrence" which caused the
tional insured specifically is scheduled by "bodily injury" or "property damage", or
endorsement; or the offense which caused the "personal
c. When liability included within the "products- and advertising injury", involved the
completed operations hazard" has been ex- rendering of or failure to render any
cluded for such product either by the provi- professional services by you with respect
sions of the coverage part or by endorse- to your providing engineering,
ment. architectural or surveying services in
your capacity as an engineer, architect or
surveyor.
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 5 of 10
4. With respect to the insurance afforded to these
D. Blanket Additional Insured — Lessor Of Leased additional insureds, the following additional
Equipment exclusion applies:
1. Section II — Who Is An Insured is amended to This insurance does not apply to:
include as an additional insured any person(s) or
organization(s) from whom you lease equipment a. "Bodily injury", "property damage" or
when you and such person(s) or organization(s) "personal and advertising injury" arising out
have agreed in writing in a contract or agreement, of the rendering of, or the failure to render,
executed prior to loss, that such person(s) or any professional architectural, engineering or
organization(s) be added as an additional insured surveying services, including:
on your policy. Such person(s) or organization(s) (1) The preparing, approving, or failing to
is an insured only with respect to liability for prepare or approve, maps, shop
"bodily injury", "property damage" or "personal drawings, opinions, reports, surveys,
and advertising injury"caused, in whole or in part, field orders, change orders or drawings
by your maintenance, operation or use of and specifications; or
equipment leased to you by such person(s) or
organization(s). (2) Supervisory, inspection, architectural or
engineering activities.
However, the insurance afforded to such
additional insured: This exclusion applies even if the claims
against an additional insured allege
a. Only applies to the extent permitted by law; negligence or other wrongdoing in the
and supervision, hiring, employment, training or
b. Will not be broader than that which you are monitoring of others by that insured, if the
required by the contract or agreement to "occurrence' which caused the "bodily injury"
provide for such additional insured. or "property damage", or the offense which
A person's or organization's status as an addi- caused the "personal and advertising injury",
tional insured under this endorsement ends when involved the rendering of or failure to render
their contract or agreement with you for such any professional services by you with respect
leased equipment ends. to your providing engineering, architectural or
2. With respect to the insurance afforded to these surveying services in your capacity as an
additional insureds, this insurance does not apply engineer, architect or surveyor.
to any "occurrence" which takes place after the E. Blanket Additional Insured — Managers Or Les-
equipment lease expires. sors Of Premises
3. With respect to the insurance afforded to these 1. Section II —Who Is An Insured is amended to
additional insureds, the following is added to include as an additional insured any person(s) or
Section III— Limits Of Insurance: organization(s) with whom you have agreed in a
If coverage provided to the additional insured is written contract, executed prior to loss, to name
required by a contract or agreement, the most we as an additional insured, but only with respect to
will pay on behalf of the additional insured is: liability arising out of the ownership, maintenance
a. The minimum amount required by the or use of that part of the premises leased to you,
contract or agreement; or subject to the following additional exclusions:
b. The Limits of Insurance shown in the This insurance does not apply to:
Declarations; a. Any"occurrence" which takes place after you
whichever is less. cease to be a tenant in that premises.
This endorsement shall not increase the b. Structural alterations, new construction or
applicable Limits of Insurance shown in the demolition operations performed by or on
Declarations. behalf of such additional insured.
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 6 of 10
However: F. Blanket Additional Insured — State Or
a. The insurance afforded to such additional Governmental Agency Or Subdivision Or Political
insured only applies to the extent permitted Subdivision —Permits Or Authorizations
by law; and Section II — Who Is An Insured is amended to in-
b. If coverage provided to the additional insured clude as an additional insured any state or
is required by a contract or agreement, the govemmential agency or subdivision or political
insurance afforded to such additional insured subdivision with whom you have agreed in a written
will not be broader than that which you are contract, executed prior to loss, to name as an
required by the contract or agreement to additional insured, subject to the following provisions:
provide for such additional insured. 1. This insurance applies only with respect to op-
2. With respect to the insurance afforded to these erations performed by you or on .your behalf for
additional insureds, the following is added to which the state or governmental agency or sub-
Section III— Limits Of Insurance: division or political subdivision has issued a
If coverage provided to the additional insured is permit or authorization.
required by a contract or agreement, the most we However:
will pay on behalf of the additional insured is: a. The insurance afforded to such additional
a. The minimum amount required by the insured only applies to the extent permitted
contract or agreement; or by law; and
b. The Limits of Insurance shown in the b. If coverage provided to the additional insured
Declarations; is required by a contract or agreement, the
insurance afforded to such additional insured
whichever is less. will not be broader than that which you are
This endorsement shall not increase the required by the contract or agreement to
applicable Limits of Insurance shown in the provide for such additional insured.
Declarations. 2. This insurance does not apply to:
3. With respect to the insurance afforded to these
additional insureds, the following additional a. Bodily injury", 'property damage or "per-
additional and advertising injury" arising out of op-
exclusion applies: erations performed for the federal govern-
This insurance does not apply to: ment, state or municipality; or
a. "Bodily injury", "property damage" or b. "Bodily injury" or "property damage" included
"personal and advertising injury" arising out within the "products-completed operations
of the rendering of, or the failure to render, hazard".
any professional architectural, engineering or 3. With respect to the insurance afforded to these
surveying services, including: additional insureds, the following is added to
(1) The preparing, approving, or failing to Section III—Limits Of Insurance:
prepare or approve, maps, shop If coverage provided to the additional insured is
drawings, opinions, reports, surveys, required by a contract or agreement, the most we
field orders, change orders or drawings will pay on behalf of the additional insured is:
and specifications; or
a. The minimum amount required by the
(2) Supervisory, inspection, architectural or
contract or agreement; or
engineering activities.
. The Limits of Insurance shown in the
This exclusion applies even if the claims b
against an additional insured allege Declarations;
negligence or other wrongdoing in the whichever is less.
supervision, hiring, employment, training or This endorsement shall not increase the
monitoring of others by that insured, if the applicable Limits of Insurance shown in the
"occurrence" which caused the "bodily injury" Declarations.
or "property damage", or the offense which
caused the "personal and advertising injury",
involved the rendering of or failure to render
any professional services by you with respect
to your providing engineering, architectural or
surveying services in your capacity as an
engineer, architect or surveyor.
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission Page 7 of 10
4. With respect to the insurance afforded to these b. The construction, erection or removal of
additional insureds, the following additional elevators; or
exclusion applies: c. The ownership, maintenance or use of any
This insurance does not apply to: elevators covered by this insurance.
a. "Bodily injury", "property damage" or However,
"personal and advertising injury" arising out a. The insurance afforded to such additional
of the rendering of, or the failure to render, insured only applies to the extent permitted
any professional architectural, engineering or by law; and
surveying services, including: b. If coverage provided to the additional insured
(1) The preparing, approving, or failing to is required by a contract or agreement, the
prepare or approve, maps, shop insurance afforded to such additional insured
drawings, opinions, reports, surveys, will not be broader than that which you are
field orders, change orders or drawings required by the contract or agreement to
and specifications; or provide for such additional insured.
(2) Supervisory, inspection, architectural or 2. With respect to the insurance afforded to these
engineering activities. additional insureds, the following is added to
This exclusion applies even if the claims Section III—Limits Of Insurance:
against an additional insured allege If coverage provided to the additional insured is
negligence or other wrongdoing in the required by a contract or agreement, the most we
supervision, hiring, employment, training or will pay on behalf of the additional insured is:
monitoring of others by that insured, if the
"occurrence" which caused the `bodily injury" a. The minimum amount required by the
or "property damage", or the offense which contract or agreement; or
caused the "personal and advertising injury", b. The Limits of Insurance shown in the
involved the rendering of or failure to render Declarations;
any professional services by you with respect
to your providing engineering, architectural or whichever is less.
surveying services in your capacity as an This endorsement shall not increase the
engineer, architect or surveyor. applicable Limits of Insurance shown in the
G. Blanket Additional Insured — State Or Declarations.
Governmental Agency Or Subdivision Or Political 3. With respect to the insurance afforded to these
Subdivision —Permits Or Authorizations Relating additional insureds, the following additional
To Premises exclusion applies:
Section II — Who Is An Insured is amended to in- This insurance does not apply to:
clude as an additional insured any state or a. "Bodily injury", "property damage" or
governmental agency or subdivision or political "personal and advertising injury" arising out
subdivision with whom you have agreed in a written of the rendering of, or the failure to render,
contract, executed prior to loss, to name as an any professional architectural, engineering or
additional insured, subject to the following provision: surveying services, including:
1. This insurance applies only with respect to the fol- (1) The preparing, approving, or failing to
lowing hazards for which the state or prepare or approve, maps, shop
governmental agency or subdivision or political drawings, opinions, reports, surveys,
subdivision has issued a permit or authorization field orders, change orders or drawings
in connection with premises you own, rent or and specifications; or
control and to which this insurance applies: (2) Supervisory, inspection, architectural or
a. The existence, maintenance, repair, engineering activities.
construction, erection or removal of
advertising signs, awnings, canopies, cellar
entrances, coal holes, driveways, manholes,
marquees, hoist away openings, sidewalk
vaults, street banners or decorations and
similar exposures; or
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 8 of 10
This exclusion applies even if the claims SECTION IV — COMMERCIAL GENERAL LIABILITY
against an additional insured allege CONDITIONS AMENDMENTS
negligence or other wrongdoing in the
supervision, hiring, employment, training or A. Knowledge Of Occurrence
monitoring of others by that insured, if the Item 2. Duties In The Event Of Occurrence, Of-
"occurrence" which caused the "bodily injury" fense, Claim or Suit is amended by adding the fol-
or "property damage', or the offense which lowing:
caused the "personal and advertising injury", e. You must give us or our authorized representa-
involved the rendering of or failure to render tive prompt notice of an 'occurrence', claim or
any professional services by you with respect loss only when the 'occurrence', claim or loss is
to your providing engineering, architectural or known to:
surveying services in your capacity as an
engineer, architect or surveyor. (1) You, if you are an individual;
(2) A partner, if you are a partnership;
SECTION III—LIMITS OF INSURANCE AMENDMENTS (3) An executive officer or insurance manager, if
you are a corporation; or
A. Damage To Premises Rented To You (4) A member or manager, if you are a limited
Paragraph 6. is replaced by the following: liability company.
6. Subject to Paragraph 5. above, the most we will B. Other Insurance
pay under Coverage A for damages because of Item 4. Other Insurance, b. Excess Insurance (1)
"property damage" to any one premises, while a (ii) is replaced b the following:
rented to you, or in the case of damage by fire, ( ) p y
lightning, explosion or sprinkler leakage, while (ii) That is fire, lightning, explosion or sprinkler leak-
rented to you or temporarily occupied by you with age insurance for premises rented to you or
permission of the owner is the greater of: temporarily occupied by you with permission of
the owner;
a. $300,000; or
C. Unintentional Failure To Disclose Hazards
b. The amount shown next to the Damage To Item 6. Representations is replaced by the following:
Premises Rented To You Limit in the Decla-
rations. 6. Representations And Unintentional Failure To
Disclose Hazards
However, the provisions of this paragraph do not
apply if Damage To Premises Rented To You a. By accepting this policy, you agree:
Coverage is excluded by endorsement. (1) The statements in the Declarations are
B. Medical Expense Limit accurate and complete;
(2) Those statements are based upon repre-
Paragraph 7. is replaced with the following: sentations you made to us; and
7. Subject to Paragraph 5. above, the most we will (3) We have issued this policy in reliance
pay under Coverage C for all medical expenses
because of "bodily injury" sustained by any one upon your representations.
person is the greater of. b. If you unintentionally fail to disclose any haz-
ards existing at the inception date of your
a. $10,000; or policy, we will not deny coverage under this
b. The amount shown next to the Medical Ex- Coverage Part because of such failure.
pense Limit in the Declarations. However, this provision does not affect our
This insurance does not apply if coverage for right to collect additional premium or exercise
Medical Expenses is excluded either by the pro- our right of cancellation or non-renewal.
visions of the coverage part or by endorsement.
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission Page 9 of 10
D. Waiver of Subrogation SECTION V— DEFINITIONS AMENDMENTS
Item 8. Transfer of Rights of Recovery Against A. Insured Contract Amended
Others to Us is hereby amended by the addition of
the following: Paragraph 9. a. is replaced by the following:
We waive any right of recovery we may have because a. A contract for a lease of premises. However, that
of payments we make for injury or damage arising out portion of the contract for a lease of premises that
of your ongoing operations or"your work" done under indemnifies any person or organization for
a written contract, executed prior to loss, requiring damage by fire, lightning, explosion or sprinkler
such waiver with that person or organization and leakage to premises while rented to you or
included in the "products-completed operations temporarily occupied by you with permission of
hazard". However, our rights may only be waived the owner is not an "insured contract';
prior to the "occurrence" giving rise to the injury or B. Personal And Advertising Injury Redefined
damage for which we make payment under this Paragraph 14. d. and e.are replaced by the following:
Coverage Part. The insured must do nothing after a
loss to impair our rights. At our request, the insured d. Oral, written, televised, videotaped or electronic
will bring "suit"or transfer those rights to us and help publication of material that slanders or libels a
us enforce those rights. person or organization or disparages a person's
or organization's goods, products or service;
e. Oral, written, televised, videotaped or electronic
publication of material that violates a person's
right of privacy;
WN GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission Page 10 of 10
COMMERCIAL GENERAL LIABILITY
WN GL 49 07 15
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DDffML INSURED - OWNERS, LESSEES O
CONTRACTORS - AUTOMATIC TIC STATUS WHEN
REQWRED IN CONSTRUCTM AGREEMENT WFH YOU
PRIMARY A NO CO TR U T ORY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured any person or or- additional insureds, the following additional exclu-
ganization for whom you are performing opera- sion applies:
tions when you and such person or organization This insurance does not apply to:
have agreed in writing in a contract or agreement 1. "Bodily injury", "property damage" or "personal
that such person or organization be added as an and advertising injury" arising out of the ren-
additional insured on your policy. Such person or dering of, or the failure to render, any profes-
organization is an additional insured only with re- sional architectural, engineering or surveying
spect to liability for "bodily injury", "property dam- services, including:
age" or "personal and advertising injury" caused, a. The preparing, approving, or failing to pre-
in whole or in part, by: pare or approve, maps, shop drawings,
1. Your acts or omissions; or opinions, reports, surveys, field orders,
2. The acts or omissions of those acting on your change orders or drawings and specifica-
behalf; tions; or
in the performance of your ongoing operations for b. Supervisory, inspection, architectural or
the additional insured. engineering activities.
A person's or organization's status as an additional This exclusion applies even if the claims
insured under this endorsement ends when your against an additional insured allege negli-
operations for that additional insured are complet- gence or other wrongdoing in the supervision,
ed. hiring, employment, training or monitoring of
However: others by that insured, if the "occurrence"
1. The insurance afforded to such additional in- which caused the "bodily injury" or "property
damage", or the offense which caused the
sured only applies to the extent permitted by
law; and "personal and advertising injury", involved the
rendering of or failure to render any profes-
2. If coverage provided to the additional insured sional services by you with respect to your
is required by a contract or agreement, the in- providing engineering, architectural or survey-
surance afforded to such additional insured ing services in your capacity as an engineer,
will not be broader than that which you are re- architect or surveyor.
quired by the contract or agreement to provide
for such additional insured.
WN GL 49 07 15 Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc.,with its permission
2. "Bodily injury" or "property damage" occurring D. The following is added to the Other Insurance
after: Condition and supersedes any provision to the
a. All work, including materials, parts or contrary:
equipment furnished in connection with Primary And Noncontributory Insurance
such work, on the project (other than ser- This insurance is primary to and will not seek
vice, maintenance or repairs) to be per- any contribution from any other insurance
formed by or on behalf of the additional in- available to an additional insured under your
sured(s) at the location of the covered policy provided that:
operations has been completed; or
b. That portion of "your work" out of which (1) The additional insured is a Named Insured
the injury or damage arises has been put under such other insurance; and
to its intended use by any person or or- (2) You have agreed in writing in a contract or
ganization other than another contractor or agreement that this insurance would be
subcontractor engaged in performing op- primary and would not seek contribution
erations for a principal as a part of the from any other insurance available to the
same project. additional insured.
C. With respect to the insurance afforded to these
additional insureds, the following is added to Sec-
tion III—Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is:
1. The minimum amount required by the contract
or agreement; or
2. The Limits of Insurance shown in the Declara-
tions;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
WN GL 49 07 15 Page 2of2
Includes copyrighted material of Insurance Services Office, Inc.,with its permission.
POLICY NUMBER: CPP1211544 COMMERCIAL GENERAL LIABILITY
WN GL 50 0715
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
PRIMARY AND NONCONTRIBUTORY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s): Location And Description Of Completed Operations
As required per written contract or agreement.
Information regUired to complete this Schedule. if not shown above. will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following additional exclu-
organization(s) shown in the Schedule, but only sion applies:
with respect to liability for "bodily injury" or "prop- This insurance does not apply to:
erty damage" caused, in whole or in part, by
"your work" at the location designated and de- 1. 'Bodily injury", "property damage" or "personal
scribed in the schedule of this endorsement per- and advertising injury" arising out of the render-
formed for that additional insured and included in ing of, or the failure to render, any professional
the "products-completed operations hazard". architectural, engineering or surveying services,
However: including:
1. The insurance afforded to such additional in- a. The preparing, approving, or failing to pre-
sured only applies to the extent permitted by pare or approve, maps, shop drawings,
law; and opinions, reports, surveys, field orders,
2. If coverage provided to the additional insured change orders or drawings and specifica-
is required by a contract or agreement, the tions; or
insurance afforded to such additional insured b. Supervisory, inspection, architectural or en-
will not be broader than that which you are gineering activities.
required by the contract or agreement to pro-
vide for such additional insured.
WN GL 50 07 15 Page 1 of 2
Includes copyrighted material of Insurance Services Office Inc.with its permission
This exclusion applies even if the claims D. The following is added to the Other Insurance
against an additional insured allege negli- Condition and supersedes any provision to the con-
gence or other wrongdoing in the supervi- trary:
sion, hiring, employment, training or monitor- Primary And Noncontributory Insurance
ing of others by that insured, if the This insurance is primary to and will not seek con-
"occurrence" which caused the "bodily injury' tribution from any other insurance available to an
or "property damage", or the offense which
caused the "personal and advertising injury", additional insured under your policy provided that:
involved the rendering of or failure to render (1) The additional insured is a Named Insured
any professional services by you with respect under such other insurance; and
to your providing engineering, architectural or (2) You have agreed in writing in a contract or
surveying services in your capacity as an en- agreement that this insurance would be pri-
gineer, architect or surveyor. mary and would not seek contribution from
C. With respect to the insurance afforded to these any other insurance available to the additional
additional insureds, the following is added to insured.
Section III—Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement,the most we
will pay on behalf of the additional insured is:
1. The minimum amount required by the con-
tract or agreement; or
2. The Limits of Insurance shown in the Decla-
rations;
whichever is less.
This endorsement shall not increase the applica-
ble Limits of Insurance shown in the Declara-
tions.
WN GL 50 07 15 Page 2 of 2
Includes copyrighted material of Insurance Services Office Inc.with its permission.
WN CA 27 06 16
BUSINESS AUTO ENHANCEMENT ENDORSEMENT
The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The
following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this
summary, refer to following endorsement for changes in your policy.
SUMMARY OF COVERAGES PAGE
Accidental Airbag Deployment Coverage 4
Auto Loan/Lease Gap Coverage 4
Blanket Additional Insured 2
Blanket Waiver of Subrogation 5
Broadened Definition of Insured includes:
• Newly Acquired Organizations for up to 180 Days 2
• Employees as Insureds 2
• Subsidiaries in Which You Own 50% or More 2
Deductible Waiver for Glass Repair 3
Employee Hired Auto 2, 5
Fellow Employee Coverage 3
Hired Auto Physical Damage Coverage 4
Knowledge of Accident, Claim, Suit or Loss 5
Loss Of Use Expenses - Amended 3
Personal Effects 3
Rental Reimbursement Coverage 4
Supplementary Payments - Amended:
• Bail Bonds up to$5,000 2
• Loss of Earnings up to $500/Day 2
Transportation Expense Limits—Amended 3
Unintentional Failure to Disclose Hazards 5
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 1 Of 5
WN CA 27 06 16
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BUSINESS AUTO ENHANCEMENT ENDORSEMENT
This endorsement modifies the insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be
amended as shown below.
SECTION II — COVERED AUTOS LIABILITY g. Any "employee" of yours is an "insured" while
COVERAGE AMENDMENTS operating a covered "auto" hired or rented under
A. Who Is An Insured a contract or agreement in the "employee's"
name, with your permission, while performing
SECTION II — COVERED AUTOS LIABILITY duties related to the conduct of your business.
COVERAGE, A. Coverage, 1. Who Is An Insured B. Blanket Additional Insured
is amended to add:
d. Any legally incorporated subsidiary of yours in SECTION II — COVERED AUTOS LIABILITY
which you own more than 50% of the voting COVERAGE, A. Coverage, 1. Who Is An Insured,
stock on the effective date of this coverage form. paragraph c. is amended to add the following:
However, "insured" does not include any Any person or organization who is required under a
written contract or agreement between you and that
subsidiary of yours that is an 'insured" under person or organization, that is signed and executed
any other automobile liability policy, or would be by you before the "bodily injury" or "property
an "insured" under such policy but for
termination of such policy or the exhaustion on damage" occurs and that is in effect during the policy
such policy's limits of insurance. period, to be named as an additional insured is an
"insured" for Liability Coverage, but only for
e. Any organization which is newly acquired or damages to which this insurance applies and only to
formed by you and over which you maintain the extent that persons or organization qualifies as
majority ownership. However, coverage under an "insured" under the Who Is An Insured provision
this provision: contained in Section II.
(1) is afforded only for the first 180 days after C. Liability Coverage Extensions — Supplementary
you acquire or form the organization or until Payments
the end of the policy period, whichever
comes first; SECTION II — COVERED AUTOS LIABILITY
COVERAGE, A. Coverage, 2. Coverage
(2) does not apply to bodily injury" or "property Extensions a. Supplementary Payments is
damage" that results from an "accident" that pp y y
occurred before you formed or acquired the amended by replacing subparagraphs (2) and (4)
organization; with the following:
(3) does not apply to any newly acquired or (2) Up to $5,000 for cost of bail bonds (including
formed organization that is a joint venture or bonds for related traffic law violations) required
because of an "accident' we cover. We do not
partnership; and have to furnish these bonds.
(4) does not apply to an "insured" under any (4) All reasonable expenses incurred by the
other automobile liability policy, or would be "insured" at our request, including actual loss of
an "insured" under such a policy but for ter- earnings up to $500 a day because of time off
mination of such policy or the exhaustion of from work.
such policy's limits of insurance.
f. Any "employee" of yours is an "insured" while
using a covered "auto" you don't own, hire or
borrow in your business or your personal affairs.
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 2 of 5
D. Fellow Employee Coverage D. Glass Repair—Deductible Waiver
SECTION 11 — COVERED AUTOS LIABILITY SECTION III — PHYSICAL DAMAGE COVERAGE,
COVERAGE, B. Exclusions, 5. Fellow Employee, A. Coverage, 3. Glass Breakage — Hitting A Bird
the following is added: Or Animal — Falling Objects Or Missiles, is
Co-Employee Lawsuit Defense Cost amended by adding the following:
Reimbursement No deductible will apply to glass breakage if such
If a suit seeking damages for "bodily injury" to any glass is repaired, in a manner acceptable to us,
fellow "employee" of the "insured" arising out of and rather than replaced.
in the course of the fellow "employee's" employment E. Hired Auto Physical Damage
or while performing duties related to the conduct of SECTION III — PHYSICAL DAMAGE COVERAGE,
your business, or a suit seeking damages brought A. Coverage is amended by adding the following:
by the spouse, child, parent, brother or sister of that
fellow "employee", is brought against you, we will 5. Hired Auto Physical Damage
reimburse reasonable costs that you incur in the If hired "autos" are covered "autos" for Liability
defense of such matters. Any reimbursement made Coverage and if Comprehensive, Specified
pursuant to this sub-section will be in addition to the Causes of Loss, or Collision coverages are pro-
limits of liability set forth in the Declarations. vided under this coverage form for any "auto"
you own, then the Physical Damage Coverages
SECTION III — PHYSICAL DAMAGE COVERAGE provided are extended to "autos" you hire of like
AMENDMENTS kind and use, subject to the following:
A. Transportation Expense— Limits Amended a. The most we will pay for any one "loss" is
SECTION III — PHYSICAL DAMAGE COVERAGE, $50,000 or the actual cash value or cost to
A. Coverage, 4. Coverage Extensions, a. Trans- repair or replace, whichever is less, minus a
portation Expenses is amended by replacing $20 deductible;
per day/$600 maximum limit with $50 per day/$1000 b. The deductible will be equal to the largest
maximum. deductible applicable to any owned "auto"
for that coverage. Any Comprehensive
B. Hired Auto Physical Damage — Loss Of Use deductible does not apply to "loss" caused
Expenses—Limits Amended by fire or lightening;
SECTION III — PHYSICAL DAMAGE COVERAGE, c. Hired Auto Physical Damage coverage is
A. Coverage, 4. Coverage Extensions, b. Loss of excess over any other collectible insurance;
Use Expenses is amended by replacing the $20 per and
day/$600 maximum limit with $50 per day/$750 d. Subject to the above limit, deductible and
maximum limit. excess provisions we will provide coverage
C. Personal Effects Coverage equal to the broadest coverage applicable to
SECTION III — PHYSICAL DAMAGE COVERAGE, any covered "auto" you own.
A. Coverage, 4. Coverage Extensions is amended If a limit for Hired Auto Physical Damage is
by adding the following: indicated in the Declarations, then that limit
C. Personal Effects replaces, and is not added to, the $50,000 limit
indicated above.
We will pay up to $500 for "loss" to personal
effects, which are:
(1) Owned by an "insured"; and
(2) In or on your covered "auto."
This coverage applies only in the event of the total
theft of your covered "auto." No deductible applies to
this coverage
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 3 of 5
F. Rental Reimbursement G. Accidental Airbag Deployment Coverage
SECTION III — PHYSICAL DAMAGE COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE,
A. Coverage, is amended by adding the following: A. Coverage is amended by adding the following:
6. Rental Reimbursement 7. Accidental Airbag Deployment Coverage
This coverage applies only to a covered "auto" of We will pay to reset or replace factory installed
the private passenger or light truck type as airbag(s) in any covered "auto" for accidental
follows: discharge, other than discharge due to a
a. We will pay for rental reimbursement collision loss.
expenses incurred by you for the rental of a This coverage is applicable only if comprehen-
private passenger or light truck type "auto" sive coverage applies to the covered "auto".
because of "loss" to a covered private pas- This coverage is excess over any other collecti-
senger or light truck type "auto". Payment ble insurance or reimbursement by manufac-
applies in addition to the otherwise applica- turer's warranty.
ble amount of each coverage you have on a
covered private passenger or light truck type H. Auto Loan/Lease Gap Coverage
"auto." No deductibles apply to this SECTION III PHYSICAL DAMAGE COVERAGE,
coverage. Item A., Coverage, is amended by adding the
b. We will pay only for those expenses incurred following:
during the policy period beginning 24 hours 8. Auto Loan/Lease Gap Coverage
after the "loss" and ending, regardless of the
policy's expiration, with the lesser of the fol- This coverage applies only to a covered "auto"
lowing number of days: described or designated in the Schedule or in
1 The number of days reasonably re- the Declarations as including physical damage
( ) y y coverage.
quired to repair or replace the covered
private passenger or light truck type In the event of a covered total "loss" to a
"auto". If "loss" is caused by theft, this covered "auto" described or designated in the
number of days is added to the number Schedule or in the Declarations, we will pay any
of days it takes to locate the covered unpaid amount due on the lease or loan for a
private passenger or light truck type covered "auto"less:
"auto" and return it to you; or a. The amount paid under the Physical
(2) 30 days. Damage Coverage Section on the policy;
c. Our payment is limited to the lesser of the and
following amounts: b. Any:
(1) Necessary and actual expenses (1) Overdue lease/loan payments at the
incurred, or time of the"loss";
(2) $50 per day, up to a maximum of (2) Financial penalties imposed under a
$1,000. lease for excessive use, abnormal wear
d. This coverage does not apply while there and tear or high mileage;
are spare or reserve private passenger or (3) Security deposits not returned by the
light truck type "autos" available to you for lessor;
your operations. (4) Costs for extended warranties, Credit
e. If "loss" results from the total theft of a Life Insurance, Health, Accident or
covered "auto" of the private passenger or Disability Insurance purchased with the
light truck type, we will pay under this cover- loan or lease; and
age only that amount of your rental reim-
bursement expenses which is not already (5) Carry-over balances from previous
provided for under SECTION III — loans or leases.
PHYSICAL DAMAGE COVERAGE, A.
Coverage, 4. Coverage Extensions.
For the purposes of this Rental Reimbursement
coverage, light truck is defined as a truck with a
gross vehicle weight of 10,000 lbs. or less as
defined by the manufacturer as the maximum
loaded weight the auto is designed to carry.
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 4 of 5
C. Unintentional Failure to Disclose Hazards
SECTION IV — BUSINESS AUTO CONDITIONS
AMENDMENTS SECTION IV— BUSINESS AUTO CONDITIONS, B.
General Conditions, 2. Concealment, Misrepre-
A. Duties In The Event Of Accident, Claim, Suit Or sentation Or Fraud, is amended by adding the
Loss Amended following paragraph:
SECTION IV— BUSINESS AUTO CONDITIONS, A. If you unintentionally fail to disclose any hazards
Loss Conditions, 2. Duties In The Event Of existing at the inception date of the policy, or during
Accident, Claim, Suit Or Loss, a. is amended by the policy period in connection with any additional
adding the following: hazards, we will not deny coverage under this Cov-
This condition applies only when the "accident" or erage Part because of such failure.
"loss" is known to: D. Employee Hired Auto
(1) You, if you are an individual; SECTION IV— BUSINESS AUTO CONDITIONS, B.
(2) A partner, if you are a partnership; General Conditions, 5. Other Insurance,
(3) An executive officer or insurance manager, if paragraph b. is deleted and replace by the following:
you are a corporation; or b. For Hired Auto Physical Damage Coverage, the
(4) A member or manager, if you are a limited following are deemed to be a covered "autos"
liability company. you own:
But, this section does not amend the provisions (1) Any covered "auto" you lease, hire, rent or
relating to notification of police, protection or exami- borrow.
nation of the property which was subject to the (2) Any covered "auto" hired or rented by your
"loss". "employee" under a contract in that
B. Blanket Waiver of Subrogation individual "employee's" name, with your
permission, while performing duties related
Section IV — BUSINESS AUTO CONDITIONS, A. to the conduct of your business.
Loss Conditions, 5. Transfer of Rights of
Recovery Against Others to Us, is amended by However, any"auto"that is leased, hired, rented
adding the following exception: or borrowed with a driver is not a covered "auto".
However, we waive any right of recovery we may
have against any person or organization to the
extent required of you by a written contract signed
and executed prior to any "accident" or "loss",
provided that the "accident" or "loss" arises out of
operations contemplated by such contract. The
waiver applies only to the person or organization
designated in such contract.
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 5 of 5
RETURN TO: PW ADMIN EXT: 2700 ID#: 501
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ fLA' I\.1
t" r2. ORIGINATING STAFF PERSON: 1)-e bl,V _ , EXT /2.7 / / 3. DATE REQ.BY: 3/ $/iq
3. TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE 0 RESOLUTION
CONTRACT AMENDMENT(AG#):11 '0 ❑ INTERLOCAL
o OTHER A701^3- (� y
4. PROJECT NAME: b g I76k /--o Cluj Laic d s c
5. NAME OF CONTRACTOR: NL( )14 c>./- ( J
ADDRESS: TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS:'(SCOPE,WORK OR SERVICES COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/12JUBI# t ,EXP. / /
7. TERM: COMMENCEMENT DATE: 1 ( COMPLETION DATE: /2 /306.--1
8. TOTAL COMPENSATION:$ T U(41/DO,36 .2.0 Or: L' (INCLUDE EXPENSES AND SALES TAX,IF ANY)
([F 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: o CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
to I-I-II.( O 2NO J 4z- ,e,0 yN,ylc ul
o PURCHASING: PLEASE CHARGE TO: t Oji r 2SJ .T 3-7- 44 LI Zi I LI Z.1 3
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
o PROJECT MANAGER
❑ IVISION MANAGER
DEPUTY DIRECTOR f) F7 3/2t/(G,
/1-DIRECTOR �1r�lfi• CJI %WI
o RISK MANAGEMENT (IF APPLICABLE)
C AW DEPT 6 3idI / ( C
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: r/a,/ COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: /LCOUNCIL APPROVAL DATE:
11. CONTRACTENTTO VENDOR/CONTRACTOR DATE SENT: 5 21 DATE REC'D:4i3 L YI t"�(,tahlze(,i
( o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LI LASES,E HIBITS 414I let lip i
o 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
4 LAW DEPTsylQ
SIGNATORY AYO 6��,kVi/AA
CITY CLERK 1/��W11
ASSIGNEDAG# Ate - Mb-7 •
SIGNED COPY RETURNED DATE SENT: •L • •I. „
"143tETURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
1/2018
CITY OF CITY HALL
Way 33325Feder 8th Avenue South
FederalFederal b'Vay.VVA 98003-6325
(253) 835-7000
kS(:(1 c f Y(111P It rdliv,n:coin
AMENDMENT NO.2
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2017-2018 RIGHT-OF-WAY LANDSCAPE MAINTENANCE
This Amendment ("Amendment No. 2") 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 2017-2018 Right-of-Way Landscape Maintenance("Agreement")dated effective July 3,2017, and as amended
by Amendment No. 1 on December 7, 2018, 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, 2019 ("Amended Term").
2. AMENDED SERVICES. The Services,as described in Section 2 of the Agreement, shall be amended to
reduce the locations and frequency of tasks as detailed in Exhibit B-2. The services and terms required under the
original Agreement and any prior amendment thereto shall otherwise remain unchanged.
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-2,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 - 3/2017
411116. City OF CITY HALL
Federal Way 33325 8th AvenueASouth
Federal 41iay.�.'l'A 98003-6325
{253j 835-7000
tt1Y4t`.t:7t ofeciE.tionv3A COM
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
Ji ,g40/ / i
rrell, Mayor p anie Courtney, CMC, Clerk
DATE: Vprftel APPROVED AS TO FORM:
0442—
..fo,J.Ryan Call, City Attorney
MACMOR, INC.:
By:
Pji"ed Name: Luis M. Macias
Title: President
Date: L.�
STATE OF WASHINGTON )
) ss.
COUNTY OF 1 )
On this day personally appeared before me Luis Macias to me known to be the President of Macmor, Inc. that
executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed
of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to
execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this ,/ day of i41-10 r-A , 20
Notary's signature al/lit, l
SAY ��'4•,,�� Notary's printed name �-neiti. .A6G 4.-1
""pU s.
Notary Public in and for the St to of Nashington.
st. '= My commission expires 3 3
'..ii I -
nk
snob •.,, sir, rye:
%,24-IN Heu
AMENDMENT - 2 - 3/2017
41416, CITY OF CITY HALL
333�..... Federal Way Feder5 8th Avenue 8S003
Federal Way.UVA 98003-6325
(253) 835-7000
r;;w-crtvotfc'<rer
coin
EXHIBIT B-2
ADDITIONAL COMPENSATION
1. Total Compensation:In return for the Services through the extended term,the City shall pay the Contractor
an additional amount not to exceed Eighty-Six Thousand Six Hundred Nine and 36/100 Dollars($86,609.36).The
total amount payable to Contractor pursuant to the original Agreement,and this Amendment shall be an amount not
to exceed Five Hundred Twenty-Eight Thousand Fifty-Seven and 90/100 Dollars ($528,057.90).
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 original bid schedule prices plus 3.1%as shown in attached Exhibit B-2a.
AMENDMENT - 3 - 3/2017
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%CPI and reduced scope
Vendor Name---> Macmor' .
Location > Puyallup,WA
Amend.#2
Month Quantity Price Total
Base Bid
Project#1 S 288111 St-I-5 to SR 99
January $30.93 $0100
February $30.93 $0-60
March $30.03 $000
April 7 $30.93 $216.51.
May 12 $30.93 $371,16
June 10 $30.93 $309.30
July 11 $30.93 $340,23
August 10 $30.93 $309,30
September 10 $30.93 $309.30
October 6 $30.93 $185,58'
November 4 $30,93 $123.72
December 2 $30:93 $61.86
Subtotal Project 1 $2,228.06
Project#2 S 312th St-SR 99 to 1st Ave S
January $28.87 $0,00
February $28.87 $0.00
March $28.87 $0,00}
April 7 $28.87 $202.08
May 12 $28.87 $346:42
June 10 $28.87 $288.68
July 11 $28,87 $317.55;
August 10 $28.87 $288.68
September 10 $28.87 $288,68
October 7 $28.87 $202,08'
November 4 $28.87 $115.47',-
December 2 $28.87 $$7.74
Subtotal Project 2 $2,107.36
Project#3 S 312th St-SR 99 to 24th Ave S
January 0 $32.99 $0.00
February 0 $32.99 $0 00
March 0 $32.99 $0.00
April 0 $32,99 $0.00
May 0 $32,99 $0.00
June 0 $32.99, $0.00'
July 0 $32.99 $0,00'
August 0 $32.99 $0.-00
September 0 $32.99 $0.00
October 0 $32 99 $0.00
November 0 $32,99 $0.00'.
December 0 $32.99 $0.00
Subtotal Pr�o'ect 3
City of Federal Way
2017 ROW Landscape Maintenance
AG 17-107 Amendment 2 1
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2 -Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Vendor Name---> aid i wIth 3.1%CPI and reduced scope'
Location > tAaar `
Puyatlup,WA
Amend.#2
Month Quantity Price Total
Project#3A S 312th St-24th to 28th
January 0 $28.87 $0.00.
February 0 $2$.87 $0.00
March
08 67
$2 . $6,40
April 0 .87
$28 $a,00
May 0 $228.07 $0.00
June 0 $28.87 $0.00
July 0 $28.87 $0,00
August 0 $28.87 , '$0.00
September 0 $26.87 $0.00
October 0 $28.87 $0,06
November 0 $28 87 $0 00
December $0 00
Subtotal Project 3A 0i, /$28.87
Project#4 SW 320th St-11 PI S to 47 Ave S
January 0 $216,5'' ;'$0.00'
February 0. ' $216.51 -$0.00
March
0 653$ 1:
2 '$0.00
April 0 $21;6.51 $0.00
May 0 $216.51 $0.00
June 0 $216.81 $0.00
July 0 $218.61 $0.0E
August 0 $216,51 $0.tt0
September 0 $218.51 $000'
October 0 $218.51 $0.00'
November 0 $218:61 $0.00,
December 0 $216.51 $0,00
Subtotal Project 4
�O.Ot3
Project#5 S 320th St-11th PI S to 1-5
January 0 $24.74 $0.00:
February 0 $24,74' - $0.00
March
0 $24.74 $a.aa
April 0 $24,74 $0.00'
May 0 • $24.74 $0.00
June
0 $24,74
aata
July 0 $24.74 $0.00
August 0 $24.74 $0.00
September 0 - $24,74
$0,00
October 0 $24.74 -$0
.00
November 0 . $24,74 $0.00
December 0 $24.74 $0.00
Subtotal Project 5
Project#6 S 320th St-1-5 to Weyerhaeuser
January 0 $22.68 $6,00
February 0 $22.68 60.00
March 0 $22.68 ' $0.00
April 0 2.
May 0 $22.68' $0.00
June 0 $22,68 $0.00'
July 0 ' $22,68' $0.00
August 0 $22.88 $0.00'
September 0 $2268 • $a 00
October 0 $22.68 . $000'
November 0 " $22.86 '$0,00
December 0 $22,$s. $0.00
Subtotal Project 6 $0.10-
City
0 00-City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 2
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension - Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%CPI and reduced scope
Vendor Name---> Macmor Inc.
Location > Puyallup,WA
Amend.#2
Month Quantity Price Total
Project#7 S 324th St-11 PISto18Ave S
January 0 $36.09 $0.00
February 0 $36.09 $0.00:
March 0 $36.09 $0.00
April 0 $36,09 $0.00
May 0 $36.09 $0.00
June 0 $36.09 $9.00
July 0 $36.09 $0.00
August 0 $36.09 $0.00
September 0 $36.09 $0.00
October 0 $36.09 $0.00
November 0 $36.09 $0.00
December 0 $36.09 $0.00
Subtotal Project 7
Project#8 S 336th St-1-5 to 1st Ave S
January $4.6.44 $0.00
February $46.40 $0.
March $48.40 $0.00:
April 11 $46.40 $510,35;
May 15 $46.40 $695.93
June 15 $46.40 $8650.93
July 15 $48.40 $695.93
August 14 $46,40 $649.53
September 13 $46.40 $603.14
October 11 $4$,40 $510,35
November 8 $46.40 $371.16
December 2 $46.40 $92.79:
Subtotal Project 8 - $4,825,08;
Project#9 S 342nd St(Library Lane)
January $24.74 $0.00
February $24.74 $0.00
March $24.74 $0.00
April 3 $24.74 $74.23
May 5 $24.74 $123.72
June 4 $24.74 $98,98
July 5 $24.74 $12172
August 3 $24.74 $74.23
September 4 $24.74 $98.98
October 3 $24.74 $74.23
November 4 $24.74 $98.98
December 1 $24.74 $24.74
Subtotal Project 9
Project#10 S 348th St-16 Ave S to Hoyt
January 0 $216.51 $0.00
February 0 $218.51 $0.00
March 0 $216.51 $0.00
April 0 $216.51 $0.00
May 0 $216.51 $0.00
June 0 $21-6.51 $0,00
July 0 $216.51 $0.00
August 0 $216.51 $0.00
September 0 $216,51 $0.00
October 0 $218.51 $0.00
November 0 $216.51 $0.00
December 0 $216.51 $0.00
Subtotal Project 10 $0.00
Project#11 SW 356th St-1st Ave S to 21st SW
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 3
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2 -Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%.CPI and rediuced acope,
Vendor Name---> Macttorrtnc.
Location > • Puyallup,WA ,
Amend.#2
Month Quantity Price Total
January $30 $0.00
February $30.93 -$0.00
March $30.93 $0.00
April 7 $30.93 $216.51
May 10 $30.93• - $309,30
June 10 $30.93 $309,30
July 12 $30.93 '$371.16
August 10 $30.93 $309.30
September 10 $30.93 $309,30,
October 7 $30.93 $216.51
November 5, $30,93 $164 65
December 2 $30.93 $61.86
Subtotal Project 11 $2,297.$9
Project#12 23rd Ave S-S 316 to S 324
January0" $24.74 $0.00
February 0 - $24,74' $0.00
March 0. . $24.74 $0.03
April 0 $24.74 $0.00
May 0. $24.74 $0,00'
June 0 $24.74 $0.00
July 0 $24,74 -- , -' ' 10.00:
August 0 $24.74" $0.00.
September 0 $24,74 • $000'
October 0 $24.74 $0.00
November 0 $24.74 $0.00
December 0 $24,74 $0,00;
Subtotal Project 12 $000
Project#13 16th Ave S/Ench Pkwy-SR 99 to S 356
January 0 $24.72 $0.00
February 0 $24.72 ":$0.00
March 0 $24,74 . :$0.00.
April 0 $24.74 .-.-_- $000
M/ 0 .$24,74 $0.00'
June 0 . . .. • $24,74 $0.001
July 0 $24.74 ., `-$0.00
August 0' $24.74 :$0,00
September 0 $24.74 $0.00
October 0 $24.74 $0.00
November 0 $24.74 $000;
December 0 $24,74 . . $000
Subtotal Project 13 $0 00
Project#14 SR-99-S 272 to S 283
January 0 $77.33 $0,00
February 0 $77.33 -$0.00
March 0 $77.33 `:$0.00'
April 0 $77.33 $0.00
May 0„ $77,33 ' ';$0.00
June 0 '. $77.33 $0.00
July 0 $77.33 . $0.011
August 0 $77.33 $0.00
September 0 $77.33 $0,00
October 0 $77 33
$0.00
November 0 $77,33 $0.00
December 0 $77.33 $0,00'
Subtotal Project 14 $0 0E
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 4
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%CPt and reducedrscope
Vendor Name---> MacmorInc.
Location > Puyatt9a WA
Amend.#2
Month Quantity Price Total
Project#15 SR-99-S 283 to 18 Ave S
January 0 $97.95 $0.00
February 0 • $97.95 $0,00
March 0 $97.95 $0.00
April 0 $97.95 $0,00
May 0 $97.95 $0.00
June 0 $97.95 $0.00
July 0 $97.95 $0. 00
August 0 $97.95 $0.00
September 0 " $97.95 $0.00
October 0 $97.95 $0.00
November 0 • $97.95 $0.00
December 0 -$97.95
Subtotal Project 15 $0.00
Project#16 SR-9918 Ave S to S 310
January 0 $97,95
February 0 $97.95• $0.00
March 0 $97.95 $040.
April 0 $97.95 $0.00
May 0 $97.95 $0.00,
June 0 $97.95 $0.00
July 0 = $9795 $0.00
August 0 $97.95 $0.00
September 0 $97.95 $0,00
October 0 $97.95 $0.00'
November 0 $97.95 $0.00
December 0 $97.95 $0,00:
Subtotal Project 16 $0.00
Project#17 SR-99 S 310 to S 324
January 0 $97.95 $0.00
February 0 $97.95 $0,00
March 0 $97,95 $0-00
April 0 $97.95 $0,00
May 0 r $97.99 $0.00
June 0 $97.95 $0.00
July 0 $97.95 $0,00
August 0 - $9795" $0.00
September 0 $97,95 $0.00
October 0 $97.95 $0.00
November 0 $97.95 $0.00
December 0 " $97.95 $0.00
Subtotal Project 17 $0.00
Project#18 SR-99-S 324 to S 340
January 0 " $97.96 $0.00:
February 0 $97,95 $0.013.
March 0 $97.95 $0.00
April 0 $97.96 $0.00
May 0 $97.95 $0.00
June 0 $97.95 $0.00
July 0 $97.95 $0.00
August 0 $97,95 $0.00'
September 0 $97-95 $0.00
October 0 $97,95 $0.00
November 0 $97,95 $0.00
December 0 $97,95" $0.00
Subtotal Project 18 $0.00
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 5
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%.Ct'tand reduced'scope
Vendor Name---> fv tar Inc.
Location > , Puyallup-,WA-
Amend.#2
Month Quantity Price Total
Project#19 SR-99-S 348 to S 356
January -0 $36,09 $0.00'
February 0 $38.09 $O.00
March 0 $36,09 $0.00
April 0 $36,09- $0.00
May 0 $36.09 $0.00
June 0 $36,09 $0.00
July 0 $36.09 $0,00
August 0 $36.09 $0.00
September 0 " $36.09 $0.00
October 0 $38.09. $0.00
November 0 $36.09 $000'
December 0 136 08 ;$0.06
Subtotal Project 19 $0,
r..w.a
Project#20 1st Way S-S 356 to S 312
January $101.04 6000
February $101.04 $0.00
March $101.04 ' $0,00
April 0 $101.04 $0,00
May 0 $101.04 • $0.00
June 0 $101,04 $0.00'
July 0 $101.04. $0.00
August 0 $101.04 $0,00
September 0 $101.04 $0,00
1.0400
October 0 $10 $0.00
November 0 $101.04 $0.00;
December 0= $101.04 $0.00
Subtotal Project 20 $.00
Project#21 21st Ave SW-SW 356 to SW 312
January $231.98 $0.00
February $231.98 - $0.00'
March $231.98 '_$0.00
April 8 $23'1.98 $1,856.80
May 13 $231,98 , $3,015.438
June 11 $231.98 $2,651.73
July 13 $231.98 13,015.68'
August 11 1231.98 $2,551.73
September 11 $231.98 $2,55173`
October 8 $231.98 $1,855.$0
November 6 $231.98 $1,391.85
December 2 $231.98 $463,95
Subtotal Project 21 $19,253,96
Project#22 21st Ave S-S 320 to S 316
January 0 $51.55 $0.00
February 0 $51.55 $0,00
March 0 $51.55 $0.00
April 0 " $51.55 $0.00,
May 0 $51.56 . $0.00
June 0 $$51.55' $0.00
July 0 $61,55 $0.011
August 0 $51,55 $0.00
September 0 $61.55." - :$0.110
October 0 $51.55 $0.00
November 0 $51,55 $0.00
December 0 $51,55 $0.00
Subtotal Project 22 $0.001
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 6
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension - Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with 3.1%CPI and reduced scope
Vendor Name---> Macmortnc.
Location > Puyatl,uj WA
Amend.#2
Month Quantity Price Total
Project#23 S 317th St-28 Ave S&Roundabout
January $25.78 $0.00
February $25.78 $0.00
March $25.78 $0.00
April 7 $25.78 $180,43
May 9 $26.78 $231.98
June 12 $25.78 $309.30
July 11 $25,78 $283,53
August 11 $25.78 $283.53
September 11 $25.78 $283,53'
October 8 ' $25,78 $206,20
November 7 $25.78 $180.43
December 2 $25.78 $51.55
Subtotal Project 23 $2,010.45
Project#24 S 333rd St/S 332nd St-Roundabout to 13 PI S
January $41.24 $0.00
February $41.24 $0.00
March $41-.24 $0.00
April 7 $41,24 $288.68
hilpy 11 $41.24 $453.8#.
June 12 $41,24 $494.86
July 11 $41.24 $453.64
August 11 $41.24 $453.64'
September 12 $41.24 $494.88
October 9 $41:.,24 $371.16;
November 6 $41.24 $247,44
December 2 . $41.24 $82.48
Subtotal Project 24 $3,340 44-
Project#25 Roundabout-S 334th at 38th S
January $25.78 $0.00
February $25.7$ - $0,00
March $25.78" $0.00
April 2 $25,78 $51.65
May 2 $25.78 $51.65
June 4 $25.78 $103.10
July 2 $25,78. $51.55
August 3 $25.78 $77.33
September 2 $25.78 $51,55:
October 2 $25.78 $51.55
November 2 ' $25.78 $51,555'
December 0 $25.78 $0.00
Subtotal Project 25 $489.73'
Project#26 13 PI S/S 330th St-S 324 to SR 99
January $30193 $0.00-
February $30.93 $0.00
March $30.93 $0.00
April 7 $30.93 $216,51
May 12 $30.93 "$371.16
June 12 $30,93 $371.16
July 12 $30.93 • $371.16
August 11 $30.93 $340,23:
September 11 $30.93 ,$340,23
October 9 - - $30$$ $27.8.37
November 6 .' $30.93 . $1:85.668
December 2 $30.93 $$1..86
Subtotal Project 26 $2,536.26
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 7
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bid 1 with'31%.CPI and reduced scope
Vendor Name---> fpr inc
Location >
Poyalispx WA
Amend.#2
Month Quantity Price Total
Project#27 Irrigation System
January 0 $0,00 $0..006
February
March 0 $0.00 $0.00
April 0 $0.00 $0.00
May 38 $77,33 - $2;938.35
June 38 $2062 $783.56
0 $20.62 $0.00
July
August
0 $20.62 - $000:
September 0 $20.82 , $0.00
October 0 $20.62 $0.00
November 0 $20.62 $0.00
December $004 $0.00
Subtotal Project 27 33,721,2/
Project#30 S 352nd-Pac Hwy to Enchanted Pkwy
January
0 $30.93
February - $000:
March 0 $35.93 $0.00
$30.93
A 0 $fl.O$0.00pril
0 $30.93 .;$0.00
May
June 0 $30.93 . $0.00
July 0 $30,93 $0.00
0 $30.93 $0.00
August $30 93
September 0 $0.00
October 0 x,93 $0.00
November 0 $0.00
December 0 $30.93 50.00'
-. - 0 $30.93 $0.00
Subtotal Project 30
Project#31 S 356th Pac Hwy to Enchanted Pkwy
January
$30,93 .
February 0 $0.00°
March 0 $30.93 $0,00
$30.93
April 0 $0-00
0 .$30.93 • $0.00
May
June 0 $30.,9$ $0.00
0 $30.93 $0.00
0 53p,93 $0.00
August
September 0 $30.93 _ $0.00'
October 0 $30.9 • $0.00
November 0 $30.93 $0,00
0 $30-93 $0.00'
December 0 $30.93 $0.00
Subtotal Project 31
Monthly Totals _
January
•February $0.00
March $0-00
April $0.00
May $6,750.99
June .$6,754.08
July $5,532.35
August $6,#124.13
September $5,349
October $5,331.30
November • $3.951.82
December $*•920.82
$958.83
Subtotal Monthly Work $43,561.811
200 Extra Hours of Maintenance Labor 20 f $4a.2r
$905-.42
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2
8
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2-Updated Rates-Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April•Sept;tree trimming removed
-Bid I with$.1%CPt and reduced scope
Vendor Name---> Meaner Inc.
Location > Puyallup,WA
Amend.#2
Month Quantity Pr1 _Total
TOTAL Base Bid(Projects plus additional labor) [ $44,467.24
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 9
EXHIBIT B-2A
City of Federal Way
2017-2018 ROW Landscape Maintenance-2019 extension -Macmor
AG 17-107
Bid Schedule-Amendment#2 -Updated Rates -Reduced Scope
Summary:City does all of Pac Hwy,S 320th,East end of S 312th,23rd,S 316th,PVR,21st Ave,16th,Enchanted,S 324th,
352nd,356th,348th,1st Ave/Way(356 to 312)
Mows reduced to 2 per month April-Sept;tree trimming removed
Bad 1 with 3.1%CPI and reduced°scope
Vendor Name---> MacrtwrInc.
Location--------->
Puyallup:WA . .
Amend.#2
Month Quantity Price Total
ADDITIVE ALTERNATE#1
Project#28 Garbage and Recycling Pickup and Disposal
January $128.88 So,00
February $128.88 $0.00
March $128.88 $0.00
April 4 $128.88 $515.50
May 5 $128.88. $644.38
June 4 $128.88 $515.50
July 4 $128.88 $515,50
August 5 $1288.88 $844.38
September 4 $128.88, $51550
October 4 $128.88 $515.50
November 5 $128,88 $644.38;
December 4 $128.88 $815,50
Subtotal Project 28 $5,026.13
Project#29 Litter Pickup and Disposal
January $2,062.00 $0.00
February $2,062.00 $4.00
March $2,062,00 $0.00
April
2 $2,062.00 $4,824.0#1
May 2 $2,062.00 $4,12400
June 2 $2,062.00 $4,124.00:
July 2 $2,062.00 $4,124.00
August 2 $2,062.00. $4,124.00
September 2 $2,062,00 $4,124,00
October 2 $2,062.00 $4,124.00
November 2 $2,062.00 $412400`
December 2 $2,062.00 $41124.00
Subtotal Project 29 $37,116.00
TOTAL Additive Alternate#1 Bid $42,142.13°
!TOTAL Amendment 2 } ( $86,609.361
City of Federal Way
2017 ROW Landscape Maintenance
AG17-107 Amendment 2 10
EXHIBIT C--02
AGORL @ CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY)
kbleo. e' 10/18/2018
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 CONTNAME:ACT Michelle Wetzel
Wagner Insurance NW
PHONE No.Ext): 360-653-3737 (Arc,No):360-659-5828
1375 State Ave n DRESS:
Marysville,Wa 98270 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A: American Fire&Casualty Company 24066
INSURED INSURER B: Ohio Security Insurance Company 24066
MACMOR,INC INSURER C: Ohio Casualty Insurance Company 24074
13710 CANYON RD E STE B INSURER D: Westchester Surplus Lines Ins Co
PUYALLUP,WA 98373 INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 00000000-975479 REVISION NUMBER: 128
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDI SUBR POLICY EFF POLICY EXP UNITSLTR INSR WVn POLICY NUMBER ,(MMIDD/YYYY) (MMIDD/YYYY)
A X COMMERCIAL GENERAL LIABILITY Y Y BLA56967198 10/24/2018 10/24/2019 EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED
CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 1,000,000
MED EXP(Any one person) $ _ 15,000
PERSONAL A.ADV INJURY $ 1,000,000
GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY X JET LOC PRODUCTS-COMP/OP AGG $ 2,000,000
OTHER' $
B AUTOMOBILE LIABILITY Y Y BAS56967198 10/24/2018 10/24/2019 (Ea acclideDno INGLE LIMIT $ 1,000.000
ANY AUTO BODILY INJURY(Per person)- $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY X AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
X AUTOS ONLY X AUTOS ONLY (Per accident)
C X UMBRELLA LIAB X OCCUR Y Y ES056967198 10/24/2018 10/24/2019 EACH OCCURRENCE $ 5,000,000
EXCESS LAB CLAIMS-MADE AGGREGATE $ 5,000,000
DED RETENTION$ $
A WORKERS COMPENSATION BLA56967198 10/24/2018 10/24/2019_ STATUTE X ERH Stop Gap
AND EMPLOYERS'LABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000
OFFICERMIEMBER EXCLUDED? Y N I A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 2,000,000
D Pollution Liabilty G46628275-002 04/10/2018 04/10/2019 Per Pollution Cond 1,000,000
D Errors&Omissions G46628275-002 04/10/2018 04/10/2019 Per Claim 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Certificate Holder is Additional Insured as their interest may appear in work performed by the insured on their behalf per
written contract;Form CG8810 applies. Waiver of Subrogation applies with primary&non-contributory wording per written
contract;Form CG8810 applies.Per Project Aggregate applies;Form CG8870. Umbrella follows form with General Liability.
CERTIFICATE HOLDER CANCELLATION
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
FEDERAL WAY,WA 98003 AUTHORIZED REPRESENTATIVE
AO.t it 1� ?)t,( (MMW)
- ©1988-2015 ACORWCORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Printed by MMW on October 18,2018 at 02:44PM
RETURN TO: PW ADMIN EXT: 2700 ID#: ✓L3
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/StKeet5
2. ORIGINATING STAFF PERSON: 1Je S I Y Q ' �L IV k lQ.4". EXT: x2-7 1( 3. DATE REQ.BY: DeC. ,2o1 g
3. TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE ❑ RESOLUTION
CONTRACT AMENDMENT(AG#): f ❑ INTERLOCAL
o OTHER
4. PROJECT NAME: 201-7,01 w i" 4
kape_
5. NAME OF CONTRACTOR: I" CSLV C-
ADDRESS: r 4_1 , alA /. ♦,. . 1.,1 'Al ` TELEPHONE2r 3412 3 131
E-MAIL: _ FAX:
SIGNATURE NAME: LW s jAg 6.,A £ TITLE: l,p 1t cr�i&
6. EXHIBITS AND ATTACHMENTS: COPE,WORK OR SERVICES.k<OMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO530N ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT ,MENDMENTS
CFW LICENSE# tt.V 2LI18 BL,EXP. 12/31/( UBI#j 3: 3&(;,EXP.'S /3( /19
legi
7. TERM: COMMENCEMENT�DATE: OM/J DCOMPLETION ATE: ' �I I-I
M' YATION�` • e (-12 /2--TS-.. (INCLUDE EXPENSES AND SALES TAX,IF ANY)
TOTAL COMPENSATION:$ �v/(�/ ��) �' ��I
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES Lk—No IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES seStO IF YES,$ PAID BY: o CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: vi/6_ ❑RETAINAGE AGREEMENT(SEES CONTRACT)OR o ' T tAGE OND P OVIDED
an
��PURCHASING: PLEASE CHARGE TO:43�l t :T�j7✓ /_ � `6 324° JY UAW � wj •D,
9.(DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
❑-94J ISIO P1GrAN—AGER "�y
,DEPUTY DIRECTOR ii/�{4�/•
DIRECTOR kl,
o RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT 49 1140 g
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: f I Cj COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: fri/('7 COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
'` SENT TO VENDOR/CONTRACTOR DATE SENT: �I l�� t�JJW�' DATE REC'D: I /41( I J�
t )
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, ICENSES,EXHIBITS
o 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
X.LAW DEPT 41Pli -
,SIGNATORY(MAYOR OR D4ReSCTOR) 41111G_ R1
CITY CLERK ' .7LS1f��
ASSIGNED AG# AG#diriM111- It
„X SIGNED COPY RETURNED DATE SENT: , •1 -1 �.
ARETURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
U2018
CITY OF CITY HALL
Alk, 04 4.4k 60r0 IkA j,ti, • 33325 8th Avenue South
-
•im.yam .r•t tirotlY at it*oak
Niro
(253) 835-7000
tv vw cityoffederalwaycorn
AMENDMENT NO. 1
TO
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2017-2018 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 2017-2018 Right-of-Way Landscape Maintenance("Agreement") dated effective July 3, 2017 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 March 31, 2019 ("Amended Term").
2. 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.
3. 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 - 3/2017
CITY Of ti Y rli L.
re
�/1/y. 33325 Gtr 4 enue Souti'
�,ilk11 eti a +#I 1rttf/�a F�rtcar1 t1rao- Q i L URIV Y.wv),
1,Y4'4V!COO-tit 10129ri.1,0V i;(?,'t7
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY: ATTEST:
. , 4-
By: J (�
Jim ell, ayor S l hanie Courtney, CMC, 4 Clerk
DATE: ,211/t I ' APPROVED AS TO FORM:
1/11,..lhir.rAP"
T-0( J. Ryan Call, City Attorney
MACMOR, INC.:
By: — ^__
Pri' ed Name: Luis M. Macias
Title: President I f
Date: 12` S ( L
STATE OF WASHINGTON )
) ss.
COUNTY OF P I er2-C-- )
On this day personally appeared before me Luis Macia to me known to be the President of Macmor, Inc. that
executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed
of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to
execute said instrument and that the seal affixed, if any, is the corporate seal of said corporatio
n.
GIVEN my hand and official seal this �� day of 01 1Yl/1.-'- .20 16
���9 tnimu o Notary's signature _ i .._- /_--
' Q,gY�Pte":�' '�•,� Notary's printed name ' (, ,,, 1S—"
$� •' `...p''s= Notary Public in and for the Stat f ashington.
t !_ My commission expires 3 (3(, 2-o�
•
15,di 'w...•••' as `.
'4,4*- xpires #0nitimituuaa
AMENDMENT -2 - 3/2017
(ITV o�
(-Try HAI_I_
Federal a 3d3�6 tstn Avenue Sown
Federa
j l Way. VVA 98003-6325
12537 835-7000
, >. .uyliici.aicu4vuy.�,r;;
EXHIBIT B-1
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Services through the extended term,the City shall pay the Contractor
an additional amount not to exceed Forty Thousand Two Hundred Ninety-Three and 54/100 Dollars($40,293.54).
The total amount payable to Contractor pursuant to the original Agreement,and this Amendment shall be an amount
not to exceed Four Hundred Twenty-Eight Thousand Two Hundred Seventy-Five and 54/100 Dollars
($428,275.54).
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 original bid schedule prices plus 3.1% as shown in attached Exhibit B-1 a.
AMENDMENT - 3 - 3/2017
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 Updated Rates
BID OPENING DATE June 7,2017{RPB 17-000}
bid 1 Amendment 1•Bid 1*3.1%
Vendor Name---> Macmor Inc Macmor Inc.
Location-------> Puyallup.WA Puyallup,WA
Month Quantity Price '' Total Price Total
Base Bid
Project el S 288te St-t-5 to SR 99
January 2 $30.00 $60.00 $30.93 $61.86
February 3 $30.00 $90.00' $30.93 $92.79
March 8 $30.00 $240.00 $30.93 $247.44
April 10 $30.00 $300.00
May 14 $30.00 $420.00
June 12 $30.00 $360.00
July 13 $30.00 $390.00t
August 12 $30.00 $360.001
September 12 $30.00 $380.00
October ,, 6 $30.00 $18090;
November 5 $30.00 $150.00
{december 2 : $30.00 $60.00•
r . _
utttota[Pr, .970.00
Project#2 S 312th Sit•SR 99 to 1st Ave 5
January 2 $28.00 $56.00 $28.87 $57.74
February 3 $28.00 $84.00 $28.87 $86.60
March 8 $28.00 $224.00 $28.87 $230.94
April 10 $28.00 $280.00
May 14 $28.00 $392.00
June 12 $28.00 $336.00
July 13 $28.00 $364.00
August 12 $28.00 $33690
September 12 $28.00 $336.00
October 7 $28.00 $196.00.
November 5 $28.00 $140.00
December' 2 $28.00 $56.00
-1 tbtotat $',100.!16 $376,23r,
Project#312th St-Sit 99 to 24th Ave S
January - 1 $32.00 $32.00 $32.99 $32.99
February 1 $32.00 $32.00 $32.99 $32.99
March 3 $32.00 $96.00 $32.99' $98.98
April 4 $32.00 $128.00
may 4 $32.00 $128.00
June 4 $32.00 $128.00
July 4 $32.00 $128.00
;August 3 $32.00 $96.00
September 3 $32.00 $96.00
October 3 $32.00 $96.00
November 4 $32.00 $128.00
December 1 $32.00 $32.00
aXtbtotat Proeect Y� $r1�l20.00 $164.96
Project#3A S 312th St-24th 10'28th
January 2 $28.00 $56.00 $28.87 $57.74
February 4 $26.00 $112.00 $28.87 $115.47
March 10, $28.00 $280.00 $28.87 $288.68
April 13 $28.00 $364.00
May 16 $28.00 $448.00
.June 16 $28.00 $448.00
July 16 $28.00 $448.00
August 15 $28.00 $420.00
September 14 $28.00 $392.00
October 10 $28.00 $280.00
November 8 $28.00 $224.00
December 2 $28,00 $56.00
&ubtota`Nrolect 3A 4 $358 '
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 1
EXHIBIT 8.1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17.107
Bid Schedule-Amendment#1 Updated Rates
BID OPENING DATE June 7,2017(RB 17.00 fl)
Sid 1 9 Amendment 1e Bid f+3.1% `-
Vendor Name-' Macmor`Inc. Macmor Inc.
Location- -> Prallu�7,WA Puyallup.WA
Month Quantity Price>, Total Price Total
Protect#4 SW 320th St-11 Pt S to 47 Ave S
January 2 $210.00 $420.00 $216.51 $433.02
February , 3 $210.00 $630.00 $216.51 $649.53
'March8 $210.00 • $1,680.00 $218,51 $1,732.08'
April 11 $210.00 82,310.00
May 14 $210.00 $2,940.00
June 13 $210.00 $2,730.00
July 14 $210.00 $2,940.00
August 13 $210.00 $2,730.00
September 12 $210.00 $2,520.00
October 8 $210.00 $1,680.00•
November 6 $210,00 $1,260.00 -
December 2 $210.00 $420.00
u Iota 'ro cta ai
Project#5 S 32oth St-11th P1 S to i-5
January 2 $24.00 $48.00 $24.74 $49.49
February 3 $24.00 $72.00 $24.74 $74.23
March 8 $24.00 $192.00 $24.74 ' $197.95
April 9 $24.00 $216.00
May 13 $24.00 $312.00
June 12 $24.00 $288.00
J uly 12 $2400 $288.00•
_August • 11 $24.00 $264.00
'September 10 $24.00 $240.00
October 7: $24.00 $188.00
-November 6 $24.00 $14400
December 2 $24.00 $48.00
u toteroect .2. ll,{r •
•
Project#8 g 320thlt-1-5 to Weyerhaeuser
January 2` $22.00 $44.00 $22.68 w
February 3 $22,00 $66.00 $22.68 $88.05
March 7 $22.00 $154.00 $22.68 $158.77
April 10, •$22.00 $220.00
May 13 $22.00 $286.00
June 12 $22.00 $264.00
July 13 $22.00 $286.00
August • 12 $22.00 $264.00
Se.tember 12 • $22.00 $264.00
October 9 $22.00 $198.00
•November 5'' $22.00 $110.00
December 2' $22.00 44,00
u•total •
,Protect 07 S 324th St-11 PI S to 18 Ave S
'January 1 $35.00 $35.00 $36.09 $36.09
February. 1 $35.00 $35.00 $38.09 $38.09
'March 3 $35.00 $105.00 $36.09 $108.26
April 4 $35.00 $140.00 •
'May 4 $35,00 $140.00 •
June 4 $35,00 $140.00
Jud 4 $35.00 $140.00
August 3 $35.00 • $105.00
September 3 $35.00 $105.00
October 3 $35.00 $105.00
November 4 $35.00 $140,00
December 1'i $35.00 $35.00
u ota `rOect 1*1 ra.,1
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 2
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017(RFS 17.006)
Bid 1 Amendment t=Bid 1'+3.1%
Vendor Name-> Macmorinc. Macmor inc.
Location-------> Puyallup.WA Puyallup,WAlima= '.
Month Quantity Price Total Price Total
Project#8 S 336th St-1-5 to 1st Ave S
January 2 $45.00 $90.00 $48.40: $92.79
'February 5 $45.00 $225.00 $46.40 $231.98
March 10 $45.00 $450.00 $46.40 $463.95+.
April 14 $45.00 $630.00
`May 17 $45.00 $765.00
June17 $45.00 $765.00
+haY . 17 $45.00 $765.00
August 18 $45.00 $720.00
September 15 $45.00 $875.00
October .11 $45.00 $495,00
November 9 ; $45.00 $405.00
December $45.00 $90.00
Subtotal Project 8 ... e--- '1M.d) $788.72
Project t$9 S 342nd St(Library Lane)
January 1 $24:00 $24.00 $24.74 $24.74
c
1 $24.00 $24.00. $24.74 $24.74
-March3 $24.00 $72.00 $24.74 $74.23
April 4 ' $24.00 $96.00
May 5 $24.00 $120.00
June 4 $24.00 $96.00
July 5 $24.00 $120.00
August 3 $24.00 $72.00
...September 4 $24.00 $96.00
October 3 $24.00 $72.00
,November 5 '' $24.00 $120.00
December 1 $24.00 $24.00
Subtotal Pro` 9 $938,f1S $123.72
Project#10 S 348th t-16 Ave S to Hoyt
January 3 $210.00 $630.00, $216.51 $649.53
February 5 $210.00 $1,050.00 $216.51 $1,082.55
March 10 $210,00 $2,100.00 $216.51 $2,165.10
.April 14 $210100 $2,940.00.
May 17 $210.00 $3.570.00
June 17 $210.0 $3,57000
July 17 $210.00 $3,570.00
August 18 $210:00 $3,360.00
September 15 $210.00 $3,150.00
October 11 $210.00 $2,310.00
November 9 $210.00 $1,890.00
December '3 $210.00630.00
Strbtctai P 10 Z9.1Ter s867.fa'
Project#1�356th St 1st Ave S to 21st '
January
February 3 $30.00 $90.00 $30.93 $92.79
March 8 $30.00 $240.00 $30.93 $247.44
April 10 $30.00 $300.00
May 12' $30.00 $360.00
-June 12 ; $30.00 $360.00
Jul 14 $30.00 $420.00
August 12 $30.00 $360.00
September 12 $30.00 $360.00
October 7 $30.00 $210.00
November 6 $30.00 $180.00
December 2 $30,00 $60.00
Subtotal Pro1cct i 1 0.M0 ' 1`46°§.09
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 3
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017 iRFS 17408)
Bid I Amendment 1=Bid 1+3.1%
Vendor Name---> Macmar Inc. Macmor Inc.
Location----> Puyallup,WA Puyallup,WA
Month Quantity Price Total Price Total
1)roject91223rdAve S-S316to3324
January 1 $24.00 $24.00 $24.74 $24.74
February 1 $24.00 $24.00 $24.74 $24.74
-March 3 $24.00 $72.00 $24.74 $74.23
April 4 $24.00 $96.00
May 4 $24.00 $96.00
June 4 $24.00 $96.00
.July 4 $24.00 $96.00
August. $24.00 $72,00
ember 3+ $24.00 $72.00
October 3 $24.00 $72.00
November 4 $24.00 $96.00
December 1 $24.00 ,24.00
.,,•a 'CO' ect : t.e r 1 k
rojectf ve - ch: Awl(•`R 99 to 3 66
January 2 $24,00 $48.00 $24.74 $49.49
February 4 $2400 $96.00 $24.74 $98:96.
March 9 $24.00 $216.00 $24.74 $222.70
April 111, $24.00 $264.00
May 14 $24.00 $336,00
June 14- $24.00 $336.00
July14 $24.00 $336.00
.August 7 ' 13 $24.00 $312.00
`September 13 $24.00 $312.00
October 11; $24.00 $264.00
November 9 $24.00 $216.00
December 2 $24,00 $48.00
Subtotal 16ro ct 13 $2i 4.00 1,
I*roJect 914 Srt-99»S 212 to
January 2 $75.00 $150.00 $77.33 $154.85
February 7 $75.00 $525.00 $77.33 $641.28
March 8 $75.00 $600.00 $77.33 $618.60
11 $75,00 $825.00
May 15 $75,00 $1,125.00
June 13 $75.00 $975.00
July 14 $75.00 $1,050.00
August 14 $75.00 $1,050.00
September 13 $75,00 $975.00
October 11 $75.00 $825,00
November 9 $75.00 $675.00
December2 $75.00 150.00
Subtota Prr.: 4r_. 912`5.00 $4,3'14.53,
Pro ect 915$--'•- -283 to 1$Ave''
January2 $95.00 $190.00 $97,95 $195;89
-February 7 $95.00 $665.00 $97.95 $685.82
March 8 $96.00 $760.00 $97.95 $783.56
April 11 $95.00 $1,045.00
15 $95.00 $1,425.00
June 13 $95.00 $1,235,00
July 14 $95.00 $1,330,00
August 14 $95.00 $1,330.00
September 13 $95.00 $1,235.00
October 11 $95,00 $1,046.00
November 9 $95.00 $855.00
December 2 $95.00 $190,00
aubtota+'lproject 15 $11!305,00 �
, " $1,6 x07
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 4
EXHIBIT B-1A
City of Federal Way
2017.2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017(RFS 17-006)
Biu 1i Amendment 1=BM 1+3.1%
Vendor Name---> Macmor Inc. Macmar Inc,
Location > Puyallup,WA Puyallup,WA
Month Quantity Price Total Price Total
Project#16 SR-9918 Ave S to S 310
January 2 4.00 Ib6 00 $07. $195.89
February 7 $95.00 $965.00 $97.95 $685.62
March 8 $95.00 $780.00 $97.95 $783.56
-April 11 $95.00 $1,045.00
'May 15 $95.00 $1,425.00
June 13 $95.00 $1,235.00
July 14°; $95.00 $1.330.00
August 14 $95.00 $1,330.00
September 13 $95:00 $1,235.00
October 11 $95.00 $1,045.00
*November 9' $95.00 $855.00
December $95.00 $190.00
§ubtotal Pro-0114 $TU,Uo(.od° $1 6es.oF'
Project z -99'8 3 0 to ' 3
January 2 : $95.00 $190.00 $97.95 $195.89
February 7 $95.00 $665.00 $97.95 $665.62
March 8 $95.00 $760.00 $97.95 $783.56
April 11 $95.00 $1,045.00
May 15 $95:00 $1,425.00
June 13 $95.00 $1,235.00
Ju 14 $95:00 $1,330.00
August 14 $95.00 $1.330.00
(September 13 $95.00 $1,235,00
October 11 $95.00 $1,045.00
November $95.00 $855.00
December 2 $95.00 $190.00
Sibtota{Proct17 $ �. 5.t�� , $1.l�85.�!'<
Project#18tR-99-$324 to S 340
January 2 $95.00 $190.00 $97.95 $195.89
February 7 $95.00 $666.00 $97.95' $685.02
March 8 $95.00 $760.00 $97.95 $783.56
J1pdI 11 $95.00 $1,045.00
May 15 $95.00 $1,425.00
June 13 $95.00 $1,235.00
July 16': $95.00 $1,520.00
August 14 $95.00 $1,330.00
September 13 ' $95.00 $1,235.00
October 11 : $95:00 $1,045.00
November 9 $95.00 $855.00
'December $95.00190.00
Subtotal Pro)ect 18 4 Si I.4b 061, $1.664.$1
Project#19 SR-99-S 34/1 to 8 358
January: iJ $35.00 $35.00 $36.09 $36.09
February 2 $35.00 $70.00 $36.09 $72.17?
;March 6 $35.00 $210.00 $36.09 $216.51
April 1 ; $35.00 $245.00
May 1 i $35.00 $385,00
-June 9 $35.00 $315.00
July 11 $35.00 $395.00
August 9, $35.00 $315.00
September 10 $35.00 $350.00
'October 7 $35.00 $245.00
-November 4 $35.00 $140.00
December 1 $35.00 $35.00
u tatsProject $2,730.06'� $32477
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 5
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017 RFB 17.010
and 1 Amendment 1 Bin 1*3.1%
Vendor Name--> Macmor Inc. Macmor ine
Location-- > Pujailue.WA Puyallup,WA
Month , Quantity price Total Price Total
Project#20 1st Way S-S 356 to S 312
,January, 3 $98.00 $294.00 $101.04 $303.11
February ' 5 $98.00 $490.00 $101,04 $505.19
March 10 $98.00 $980.00 $101.04 $1,010.38
April 14 $98.00 $1.372.00
May 15 $98.00 $1,470.00
June 17 $98.00 $1,666.00
July 17) $98.00 $1,666.00
August 16 $98.00 $1,568.00
September 15 $98.00 $1.470.00
October 11. $98.00 $1,078.00
November 4: $98.00 $882.00
December 3 $98.00 $294.00
Subtotal Pro ect` t20 $13'b0.d0 $4,88:88
r. ct 4 s ve '-b f ,to "i 3 !
January 2 00 i,00' 31. ,:3.5
Februe .t $22500 $675.00 $231.98 $695:93
March 8 $225.00 $1,800.00 $231.98 $1,855.80
April 11 $225.00 $2,475.00
•
May 15, $225.00 $3,375.00
June 13 $225.00 $2,925.00
July 15 $225.00 $3,375.00
August 13 $225,00 $2,925.00
September 13 $225.00 $2,925.00
-October 8 $225.00 $1,800.00
November 7 $225.00 $1,575.00
becember 2 $225.00 $450.00
ubtota ect ry, n s `..:
Project A22 1
Pst Ave S-S 320 to 83 6
January 1 t $50.00 $50.00 $51.55 $51.55
February 1 $50.00 $50.00 $51.55 $51.55
March 3 $50.00 $150.00 $51.55 $154.85
,Apnl 4 $5000 $200.00
May 4 $50.00 $200.00
June 4 $50.00 $200.00
-July 4 $50.00 $200.00
August 3 $50.00 $150.00
Se•tember 3 $50.00 $150.00
October 3 $50.00 $150.00
November 4 $50.00 $200.00
December 1 $50.00 $50.00
Subtotal Protect 22 $1,750.00" $2ern
Protect 323 3 317th St-28 Ave &Roundabout
January 2 $25.00 $50.00 $25.78 $51.55
t-ebruary 3 $25.00 $75.00 $25.78 $77.33
March 8` $25.00 $200.00 $25.78 $206.20
\April 9 $25.00 $225.00
May 10 $2500 $250.00
June 13 $25.00 $325.00
July 12 $25.00 $300.00
Au.ust 12 $25,00 $300.00
September 12 $25.00 $300.00
October 9 $25.00 $225.00
November 7 $25.00 $175.00
December 2 $25.00 $50.00
aubtotai Pro ect 2s $2,4:78.60 $338,081
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107 BID SCHEDULE 6
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17-107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017(RFD 17.006)
Bid i`' Amendment i■Sid 1+3.1%
Vendor Name--> Macmor Inc. Mecmorinc.
Location -----> Puyallup;WA Puyallup,WA
Month Quantity Price Total Price Total
,Project,#24 S 333rd SUS 332nd St-Roundabout to 13 P€$.
January ' 2 $40.00 $80.00 $41.24 $82.48
February 3 ' $40.00 $120.00 $41.24 $123.72
March 8 $40.00 $320.00 $41.241 $329.92
April 9 $40.00 $360.00
May 12 $40.00 $480.00
June 13 $40.00 $520.00
July 12 $40.00 $480.00
August 12 $40.00 $480.00
-September 12 $40.00 $480.00
October 9 $40.00 $360.00
November 7 $40.00 $280.00
December a 2 $40.00 $80.00
Subtotal Project 24 14,11.140.6 $538.12
Project#25 Roundabout-S 3334th at 38th S
January 0 $25.00 $0.00 $25.78 $0.00
February 1 $25.00 $25.00 $25.78 $25.78
Lytarch 2 $25.00 $50.00 $25.78 $51.555,
Aprit 2 $25.00 $50.00
May 2 $25.00 $50.00
June 4 $25.00 $100.00
July 2` $25.00 $50.00
August 3 $25.00 $75.00
September 2 $25.00 $50.00
October 2 $25.00 $50.00
November 2 $25.00 $50.00
December 0 $25.00 50.00
'ubtotal Project 26 $8856.83
Project#'2613 PI S 1 330th St-6 324 to SR 99
January 2 $30.00 $80.00 $30.93 $81.88
February 3 $30.00 $90.00 $30.93'` $92.79
march 8 $30.00 $240.00 $30.93 $247.44
April 9 $30.00 $270.00
May 13 ` $30:00 $390.00
June 13 : $30.00 $390.00
July . 13 $30.00 $390.00
August 12 $30.00 $360.00
September 12 $30.00 $360.00
October 9 $30.00 $270.00
November 7 $30.00 $210.00
December 2 $30.00 $80.00
u cola ro ct $3i,i b.06 $46169
Project#27 Irrigation System,
January 0 ' $0.00 $6.00
February 0 $0.00 $0.00
March 0 $0.00 $0.00
Apr:( 38 $75.00 $2,850.00
may 38, $20.00 $760.00
-June 38 $20.00 $760.00
July 38 $20.00 $760.00
August 38 $20.00 $780.00
September 38 $20.00 $760.00
October 38 $20.00 $760.00
November 0 $0.00 $0.00
December 0 $0.00 $0,00
subtotal Project 27 $7,410.010 $0.00
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 7
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17.107
Bid Schedule-Amendment#1 Updated Rates
BID OPENING DATE June 7,2017,RFB 17-006)
9161 -. (Amendment 1 e 8id1+3.1%'
Vendor Name-> Macmor Inc Macmor Inc.
Location >, P all •'WA P - .,WA
Month Quantity Price Total Price Total
'+ro ct#30 S 352nd-Pac Hwy to Enchanted Pkwy
-January 2 $30.00 $60.00 30,93 161.86
.February 3' $30.00 $90.00 $30.93 $92.79
`March 8 $30,00 $240.00! $30.93 $247.44
April 9 $30.00 $270.00
May 13 $30.00 $390.00
June 13 $30.00 $390.00
July 13 $30.00 $390.00
August 12, $30.00 $360.00
Se.tember 12 $30.00 $360.00
October 9 $30.00 $270.00
November 7 $30.00 $210.00
December 2 $30.00 $60.00
Subtotal I ro ct'30 $3,090.0
Prooect Ssi S 356th Pac Hwylo Enchanted Pkwy_ s
January 2, �
$3s.0th $60.00 $30.93 1.86
February 3 $30,00 $90,00 $30.93 $92.79
March 8 $30.00 $240.00 $30.93 $247.44
•iii 9 $30.00 $270.00
May 1.1 $30.00 $390.00
June 13 $30.00 $390.00
July 13 $30.00 $390.00
August 12 $30.00 $380.00
..September 12- $30.00 $360.00
October 9 $30.00 $270,00
November 7 $30.00 $210.00
December 2 $30.00. $60.00
u•total ro ect 1 0 04 i".
ont s
January - $3.676160' $3,784.146
;
F"ebruary,, $7,590.00" $7,625.29
March $14,191.00 $14,630.92
April $21,876.00 $0.00
May $25278.00 $0.04.
June $23,813.00 $0.00
Jul $25,237.00 $0.00
August $23,494.00 $0.00
September $22,458.00 $0.00
October $18,809.00 $0.00
vovember $13,230,00 $0.00
December
3.878.00 $0.00
tfotatotal Monthly Worts $210,326,06"
L 8,,
00'xtra Hours a.M'intenance Labor _ . 200: _. . $43.9 $210,110.60` $0.00 "$ 24b.UO
a
'°bYAL Base SIJ Pro cts ••tus additional tabor }
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 8
EXHIBIT B-1A
City of Federal Way
2017-2018 ROW Landscape Maintenance
AG No-17.107
Bid Schedule-Amendment#1 -Updated Rates
BID OPENING DATE June 7,2017;RF817-006
131d1 Amendment 1 Bio 1+3.1%
Vendor Name—> MaemorInc. Macmor Inc.
Location ----> Puyallup.WA Puyallup.WA
Month Quantity Prig ? Total Price Total
ADDITIVE ALTERNATE#1
Project 028 Garbe and Recycling Pickup and Disposal
January , 4 $121.00 $500.&? $128.8
February 4 $125.00 $500.00 $128.88 $515.50
March 5 $125.90 $625.00 $128.88` $644.38
April 4 $125.00 $500.00
May 5 $125.00 $625.00
June 4 $125;00 $500,00
July 4 $125.00 $500.00
Au,ust 5 $125.00 $$25.00
September 4 $125.00 $500.00,
October T 4 $125.00 $500.00
November 51 $125.00 $625.00
December4 $125.00 $500.00
ubtotal Pro ect 28 _ y 6,54.80 a $1.675,38''
P'roject#29 Litter l is Cup and Disposal
January 2 i2,ot 0.00 $4,0011.00 (2,662.06 $4,124.00
ebrua5r2 $2,000.00 54,000.00. $2062.00 $4.124.00:
March 2 $2,000.00 $4,000.00 $2,062.00 $4.124.00,
April 2 $2,000.00 $4,000.00
May 2~ $2.000.00 $4,000.00
June 2 $2,000.00 $4,000.00
July 2 ; $2,000.00 $4.000.00
August 2 $2,000.00 $4,000.00
September 2 $2.000.00 $4,000.00
October 2 $2,000.00 $4,000.00
November 2 $2,000.00 $4,000.00
December 2 $2.000.00 $4.000.00
subtotal Oraject 29 g48.010,0E 512,372.00
TOTAL Additive Alternate$1 Bid $S ,500_S0, `$14.047.8'8
1AL Preference 1 Base Bid pies Additive Alternate#I Bid $264,610.0a{ $40,291.54.
City of Federal Way
2017.2018 ROW Landscape Maintenance
AG 17-107-BID SCHEDULE 9
RETURN TO: PW ADMIN EXT: 2700 ID #: ftr,
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT /DIV: PUBLIC WORKS / { !
,A�' t/�Nt0
2. ORIGINATING STAFF PERSON: > U V V 11 ► ,r EXT: `711 3. DATE REQ. BY:
3. 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 )k 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
j� j �]
4. PROJECT NAME:'`) ` 1- ,O�t��'�Py ilhl 1 i Wit 1, MS644,� 3e. 11419401 ce.,
5. NAME OF CONTRACTOR: MA� 1�V ( t •
� d �
ADDRESS: • ,/7LD • ► I • i = I 1 • 1 1 ' ' TELEPHONE:zr93. t(D3' 103-7
E-MAIL:Mike eVi1AG ri%9G.CDWI FAx: ?3• 1. 13
SIGNATURE NAME: ji�iS AA - MAr jaS TITLE: 51 2
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS 'A ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES nnP^^RIO�GRiCONTRACT /AMENDMENTS
CFW LICENSE # ,ID W 7.9 BL, EXP. 12/31/ 17 UBI # (1� -4V 330 ,2EXP.�j /31 117
7. TERM: COMMENCEMENT DATE: 1 II 14 COMPLETION DATE: (2/ %11 (l
T/�
8. TOTAL COMPENSATION: $ ` i °1, ✓�• O (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: kYES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $'3, DOD • DO
IS SALES TAX OWED: ❑ YES XNO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: RETAINAGE AGREEMENT (SEE CONTRACT) OR RETAINAGE BOND PROVIDED
4400 �
* PURCHASING: PLEASE CHARGE TO: t 0 ` • AO
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
TM
DIVISION MANAGER
DEPUTY DIRECTOR _ �' IL(
DIRECTOR
'a RISK MANAGEMENT (IF APPLICABLE)
7777��/��
XLAW DEPT MAIM
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: ► Il GL COUNCIL APPROVAL DATE: (MO III
11. CONTRA
SENT TO V ENDOR/CONTRACTOR DATE SENT: WI21111 DATE REC'D: `'C l.1) 1 1
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
-- F1NA - M NT
LAW DEPT %�t► ;.,i 1
SIGNATORY (MAYOROR���/L�r
CITY CLERK '11��0�f
%ASSIGNED AG # A • - - r
❑ SIGNED COPY RETURNED DATE SENT: -
k RETURN (414€ ORIGINAL55
COMMENT % ' I O _L
' �j
,f �A ^_ '
EXECUTE °✓ " ORIGINALS ) ! WAS r -VW -- I�GV ioAd 1 S Cc'' hat.a- ti� . ►✓I d whts-fDY'
-- I 'J 7- nu) but- c .(-- am+- 17 m r4hs u�cry a�} L tp& }n k- .
4/2017
F Federal Way
ORIGINAL CONTRACT # 1 of 3
CITY CLERK
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
2017 -2018 RIGHT OF WAY
LANDSCAPE MAINTENANCE
RFB #17 -006
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003
Mailing Address:
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003 -6325
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2017 -2018 RIGHT OF WAY
LANDSCAPE MAINTENANCE
RFB # 17 -006
Bids Accepted Until 10:00 a.m., June 7, 2017
Bids Opened 10:10 a.m., June 7, 2017
AT:
City of Federal Way
City Hall 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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 2
RFB #17 -006
2017
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 17
NO BID RESPONSE FORM (Attachment A) 23
BID FORM (Attachment B) 24
BID SCHEDULE (Attachment C) 26
BID SIGNATURE PAGE (Attachment D) 30
BID BOND FORM (Attachment E) 31
SUBCONTRACTOR LIST (Attachment F) 32
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 33
CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 35
PUBLIC WORKS MAINTENANCE AGREEMENT (Attachment I) 36
(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 Title VI Assurances
Exhibit F Prevailing Wages
APPENDIX A: TECHNICAL REQUIREMENTS BLUE PAGES
APPENDIX B: DETAILS / ANNUAL MAINTENANCE SERVICES WHITE PAGES
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 3
RFB #17-006
2017
CITY OF FEDERAL WAY
REQUEST FOR BIDS
2017 -2018 RIGHT OF WAY LANDSCAPE MAINTENANCE RFB # 17 -006
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
Wednesday, June 7, 2017, until 10:00 a.m., at the Purchasing Office, City Hall, 33325 8th Avenue
South, Federal Way, Washington 98003, or by US Mail at City of Federal Way, Purchasing Office, 33325
8th Avenue South, Federal Way, Washington 98063 -6325. Proposals received after 10:00 a.m. on said
date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 10:10 a.m. on Wednesday, June 7, 2017, at City Hall
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 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; and
6. Sidewalk Sweeping
7. Garbage and Recycling Pickup and Disposal (Additive Alternate #1)
8. Litter Pickup and Disposal (Additive Alternate #1)
The cost estimate range for this work is $250,000 to $260,000 over a twelve 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 Winkler, P.E., Street Systems Manager by email at
desiree .winkler ©cityoffederalway.com, or by letter addressed to Desiree Winkler, P.E., Street Systems
Manager prior to bid opening date.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 4
RFB #17 -006
2017
ACCESS TO BID 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 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.
Informational copies of maps, plans, and specifications are available for review 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 insure
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, effective July 1, 2017. The contract term will be through December 31, 2018.
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 18th day of May 2017.
Dates of Publication:
Daily Journal of Commerce: May 18, 2017
May 25, 2017
Federal Way Mirror: May 19, 2017
May 26, 2017
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 5
RFB #17 -006
2017
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.
I
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 Form (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 List (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'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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 6
RFB #17 -006
2017
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:
n Public Works Maintenance Agreement (Attachment I)
The successful bidder will fully execute and deliver to the City the Public Works Maintenance
Agreement for 2017 Right of Way Landscape Maintenance (''Contract') from these Bid
Documents.
Performance, Payment, Retainage Bond (Exhibit C)
The successful bidder will provide a Performance, Payment, and Retainage Bond as set forth in
the Contract.
Certificate of Insurance (Exhibit D)
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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 7
RFB #17 -006
2017
SECTION 1: INSTRUCTIONS TO BIDDERS
1 -1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. local time on Wednesday, June 7, 2017, 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, PO Box 9718, Federal Way, Washington 98063 -9718 and will
be publicly opened and read aloud in City Hall Hylebos Conference Room on Wednesday, June
7, 2017, at 10:10 a.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 misdelivery 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 constructing all items included in the Proposal except those
items contained in the Alternate(s).
2. Alternate
a. Alternate 1
Based on constructing Project 28: Garbage and Recycling Pickup and Disposal,
AND Project 29: Litter Pickup and Disposal.
The Bid items for Alternate 1 are as listed in the Bid Proposal.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 8
RFB #17 -006
2017
1
1
1
1
1
1
1
1
1
Bidding Procedures
To be considered responsive the Bidder shall submit a price on each and every Bid item
included in the Base Bid and Alternate.
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 following are
listed in order from highest to lowest Preference:
1. Preference 1: Lowest total for Base Bid plus Alternate 1
2. Preference 2: 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.
1 -3 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 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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 9
RFB ver. 4 -16
RFB #17 -006
2017
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 and 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).
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 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.
d.
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
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 12
RFB #17 -006
2017
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.
d.
4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (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.
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:
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 13
RFB #17 -006
2017
1 -18 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 State 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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 15
RFB #17 -006
2017
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 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 Gene
Greenfield, Streets Maintenance Supervisor. Questions by the Contractor regarding
interpretation of the terms, provisions and requirements of this contract shall be addressed to
Gene Greenfield, Streets Maintenance Supervisor, 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, 2017 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 2017 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
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 17
RFB #17 -006
2017
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 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
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 18
RFB #17-006
2017
1
1
I1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
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 herefrom 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
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 19
RFB #17 -006
2017
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 2.3 of Attachment I, Public Works Maintenance 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.
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.
City of Federal Way RFB #17 -006
2017 -2018 Right of Way Landscape Maintenance Page 20 2017
RFB ver. 4 -16
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.
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 Contract Administrator for decision within
five (5) days of the date in which the Contractor knows or should know of the question or
claim. The Contract Administrator 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 Contract Administrator.
In the event the Contractor disagrees with any determination or decision of the Contract
Administrator, the Contractor shall, within fifteen (15) days of the date of such determination or
decision, appeal the determination or decision in writing to the Mayor. Such written notice or
appeal shall include all documents and other information necessary to substantiate the appeal.
The Mayor 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 Contract Administrator 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 Mayor 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 Contract Administrator 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 Contract Administrator.
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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 21
RFB #17 -006
2017
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
2017 -2018 Right of Way Landscape Maintenance Page 22
RFB ver. 4 -16
RFB #17 -006
2017
Attachment A
NO BID RESPONSE FORM
When submitting a "No Bid ", mail this completed form to Federal Way Purchasing, 33325 8th Avenue
South, Federal Way, Washington 98063 -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
list.
Bid Number: RFB No. 17 -006
Bid Title:
❑ 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: Phone:
Signature Date
Name (Type or Print) Title
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 23
RFB ver. 4 -16
RFB #17 -006
2017
Attachment 8
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; and
6. Sidewalk Sweeping
7. Garbage and Recycling Pickup and Disposal (Additive Alternate #1)
8. Litter Pickup and Disposal (Additive Alternate #1)
Bidder: lAcKc - MOr
Date: � -7- 1
ITEM
BASE BID AMOUNT
A) Total Base Bid Amount: Projects #1 through
#27; Projects #30 - #31 plus extra hours (see
attached Bid Schedule
$
2. i01 1 l G •0
ITEM
PREFERENCE 1 BID AMOUNT
= (BASE BID + ALTERNATE 1)
ALTERNATE 1 BID AMOUNT
B) Total Alternate 1 Bid Amount: Projects #28 and
#29 (see attached Bid Schedule)
$
u i 0 O , OD
ITEM
PREFERENCE 1 BID AMOUNT
= (BASE BID + ALTERNATE 1)
A) TOTAL BASE BID AMOUNT
$ 2 ' 01 1 \ 0 , OC'
B) TOTAL ALTERNATE 1 BID AMOUNT
$ 5 , 500.00
C) TOTAL PREFERENCE 1 BID AMOUNT
(including Washington State sales tax, all other
government taxes, assessments, and charges)
$ Z L/1 L.10 `
i
60
To City Council Members
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98063 -6325
Pursuant to and in compliance with your advertisement for bids for construction of 2017 -2018 Right of
Way Landscape Maintenance, 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 2017 -2018 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 Tess than five percent (5 %) of the total "Preference 1" 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 2017 -2018 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 Dollars ($ )
The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The City
may correct obvious mathematical errors.
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.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. Date Issued:
Addendum No. Date Issued:
Addendum No. Date Issued:
M n (CY1 C r 11C.
Corporation/ ip Firm Name
(Delete Two)
MflcMDIlkcit-i }M LQ
Bidder's State License No.
- 1(0- 0-1-3c1c1 Z 71
Bidder's State Tax No.
gnature
Title
Attachment C
N
0
C
t0
C
to
C
0
co
o��
6 -,73
v-
>, J .0
:
Cow
CD
CO
N
N
N
Project #8
S 336th St
1st Ave to 1 -5 Bridge
= $ 10,00 I
TN
to
x
to
N
(A
u
U,
s3s
to
X
o
6`
to
II
v;
to
X
R
r
to
II
1�,
r
to
X
r-
r
to
II
s
to
X
ti
(-
II
try.
�
u)
X
N-
r
0o
II
5rs
c»
X
co
r
eA
II
u�
vo
X
to
r
u)
u
8_
u\
Z.
EA
X
r
r
!i'N
s
a-
to
II
I = $ '-1 o , .00 I
0
v`
a
to
X
N
0
y
0)
II
0
U�
0
to
Project #7
S 324th St
11 PI S to 18 Ave S
0
0
f
csl
69
X
.,_
0
o
;.n
69
II
o
00
lt■
! \
E9
X
a
lN
/`
to
NI
Q
8
c^
E9
X
C)
°
VI
II
0
O
d
to
E9
X
V'
"--
69
II
O
o
In
,.n
E9
X
S
69
II
O
L
c�
(9
X
V
60
II
0
4 1\
E9
X
V
—,
ea
II
E9
X
co
0
0
—
Ea
II
I = $ IoS.oa I
4
l!�
69
X
o)
g
p
Cfl
II
0
0°
EA
X
V
1-
--
EO
II
OG
0-
c n
69
X
-
C^
II
I,0
O
N1
.__T-
to
Project #6
S 320th St
1 -5 to Weyerhaeuser
0o
N.
N
is
x
N
5
I'
to
u
N
N
to
x
co
to
u
N
Efl
x
ti
N
_
Efl
II
NN
Or'
Ea
x
0
r
EA
u
00
00
co
x
CO
r
8
to
u
N
ON
to
x
N
r
4
to
u
N0
0
to
x
CO
r
0
Efl
NI
NJ
0
e»
x
N
r
c4
to
II
S
14
N
to
X
N
r
°
N
EA
u
N
ti
to
x
Q)
g
to
u
N—
EA
x
to
oo'
o
to
IN
ri
N
to
x
N
o
S
z
EA
IN
;G
O
!j
11
vi
a
S 320th St
11th PI S to 1 -5
= $ q g X, I
$�
�
Ni
to
X
CO
N
r
to
II
�
06
toy)
x
00
II
o
I"
00
to
x
a)
• -
to
II
o8
s
^JcT\
tote
X
co
r
r)
II
g
2r
0
to
x
N
r
Do
NJ
to
II
0
.?
0
to
X
N
T
-
�
N
v)
II
o3-
S
ON
to
x
r
r
efl
II
og
S
00
to
x
0
T-
-3-
EA
II
og
S
0--
to
X
N-
v)
II
8
S
N--
to
x
Co
S
to
II
g8
'�
EA
X
N
to
II
o
p
_ `
0
to
Project #4 I
SW 320th St
47 Ave SW to 11 PIS
o
-
0
to
X
N
v)
NN
o
o
N
to
X
CO
8
to
11
0
o�
N9
to
X
CO
to
u
8
©io
NN
v3
X
r
r
EA
II
N
U)
X
V
r
U)
u
a�
0
00
EA
X
co
r
U)
u
om
0
N
to
X
r
to
u
S
0
to
X
to
r
v)
u
= $ZS?G
8�
oo�o'�
N
to
X
CO
(A
IN
8o
tom►—
v)
X
to
to
u
00'01H$ = I
0
0
�1
NNN�
to
Project #3A
S 312th St
24 Ave S to 28 Ave S
00�8g�o_8
N
U)
X
N
v)
II
�o
EA
X
V
N
v)
II
0Ni
to
X
0
r
to
II
0
to
X
CO
r
to
II
to
X
co
r
°��o°g8g
�
to
II
N�
v)
X
to
r
EA
II
0N
ea
X
co
r
eA
II
N?
to
X
U)
r
EA
II
N.
to
X
V
r
v)
II
$000000
oNo
EA
X
0
r
to
II
0
NON
U) t»
X II
CO
N0
to
X
N
to
II
1 ,
to
Project #3 I
S 312th St
SR99 to 24 Ave S
p
N
c-4\M
to
X
r
t't
to
II
©0
rj
cn
to
X
r
is
tr
to
II
O
N
(-1
to
X
CO
U)
II
N
ice
EA
X
V
t
—
EA
11
= $ Iz$,ov
q
N
0",--
EA
X
o
eA
II
p
N
to
X
V
v)
11
P
N
t^
to
X
Co
EA
II
,
c^
to
X
co
EA
II
fJ
Nl
to
X
co
r
6
to
II
r\►
v)
X
V
to
II
N
to
X
r
o
1.1
cr
to
II
O
o
t�
-j
EA
Project #2 I
S 312th St
1st Ave to SR99
$ rj6,, ©D
2.
Do
0
to
X
CO
ca
3-
01
to
H
�j1{
W
O
to
X
CO
_
Ni
to
II
oC
0
to
X
o
r
4
to
H
0
0
EA
X
V'
EA
u
P4
N
EA
X
N
r
_
EA
II
OQ
SJ
U)
X
CO
to
II
1`,q
O
to
X
N
Q
t"N
t"
eA
u
CA
O
EA
X
N
r
N
v)
II
QD
0
to
X
N-
6
to
II
Q14
0
to
X
U)
T
to
II
I = $ 662,00
cJ
OQ
to
Project #1
S 288th St
SR 99 to 1 -5
EA
X
N
to
II
I o010)0 $ =
o
to
X
CO
8
to
II
Ioo004.$ =
°°
EA
X
V"
Eo
II
U)
X
N
r
EA
II
to
X
M
r
to
II
•
U)
X
N
r
to
II
to
X
N
r
•
U)
II
to
X
(0
to
II
to
X
to
U)
II
U)
X
N
o
°
EA
II
cT
r
to
I
I-
Z
0
2
Z
-D
CO
CC
<
Ce
a.
>-
<
Z
-)
_I
-)
0
D
a
I—
0
>
z
0
0
I TOTAL
0 o
9
co co
L
Q
U
C
t0
C
lU
C
FL
m 32
v a)
J )
CO U tb
0
L
O)
A-
0
N
In
co
o
U
Project #17
SR -99
S 324 to S 310
8a
v-
to
X
N
_
to
II
8
a-
to
X
I—
09
II
a-
69
X
co
U9
II
gl„
cr
69
X
r
r
-
U9
II
8N
0-
0)
X
U)
r
--
69
II
8
0-
09
X
co
r
1
69
II
80
0-
69
X
V
r
•
U9
II
8
a-
U)
X
V
r
01
II
8
Cr
09
X
co
r
V)
II
°
a
to
X
r
r
A
II
I $ =
°$
o
�-
X
N
--
to
II
o
—
to
Project #16
SR -99
S 310 to 18 Ave S
o8
0
Cr
01
X
N
0
_
to
II
g
v
cr
ua
X
IN-
o
z
Jc
ea
I I
8o
t r
a-
69
X
co
!`
V)
I I
°°V
lr
cr
VI
X
r
r
o
•-
VI
II
gt,
U;
5'
e)
X
In
r
-
u)
II
oU
u:0
6"
a
X
co
r
--
II
°
u;
6"
69
X
•V'
r
69
I I
8o
UN
6'
to
X
V
r
-
to
II
$N
vS
0
09
X
co
r
0
_"
63
I I
8�$
'S
09
X
r
r
o
VI
I I
N,
5-
to
X
to
69
II
a
to
X
N
�
-
II
o
0
ON
_
to
Project #15 I
SR -99
18 Ave S to S 283
v∎
s
LA
X
N
6
--
69
II
LA
X
N-
03
II
©°808-
tflU)
X H
a0
els8�
(3—
tflU)
X
r
r
o
—
H
-
U,
T
LA
X
IC)
r
N
3-
—
LA
II
��zZl $ _
to
0—
69
X
v
—
—
09
II
0$o
—
0
LA
X
v
r
0
—
A
II
LA
X
co
r
N
LA
H
o
Lis
0-
t»
X
r
LA
II
c'J
U4
X
co
U)
II
-
,
0-
03
X
N
go
O
—
60
II
o
In
4
Cn
to
0
Q
SR -99
S 283 to S 272
g$
tf)
x
N
to
II
oo'SZ� $
�o
o°
,f
6/4€11
X
CO
4,
II
8
r•
to
X
r
r
ado
to
II
0
r
69
X
l[)
r
69
II
8
r
69
X
co
r
QQ
69
II
0
r
696f)
X
R
r
II
0
r.
to
X
V
r
to
II
$N
r
cote
X
co
r
g
II
8
r�
to
X
r
r
8
to
II
8,
r
U)
X
O)
t»
II
p00
00
r-
to
X
N
to
II
0
N
0-
M \/V
to
Project #13
16th Ave S /
Enchatnted Pkwy
S 35th to SR 99
oa
rjs
to to
X II
N
to
X
U)
II
0
��
LA
X
O)
_
to
II
0
0
to
X
r
r
to
II
to
X
•V'
r
to
II
to
X
•V
r
'
to
H
8
t
to
X
V'
r
0
to
II
to
X
co
r
to
II
$
N
to
X
co
r
M
II
to
X
r
to
II
2_
fio
to
X
O)
t
to
I I
0
e)
X
N
to
II
o
0
0
to
Project #12
23rd Ave S
S 324 to S 316
0,0043
o$ga
LA
X
r
to
II
to
X
r
to
II
0
to
X
co
to
II
ogo
to
X
V
to
II
to
X
V
to
II
o
LA
X
V'
to
II
8
to
X
V'
69
II
o
to
X
co
to
II
8
69.
X
co
09
II
�8o
to
X
co
to
II
to
X
V
to
II
g8
69
X
r
S
L
II
p
to
Project #11 I
SW 356th St
21st SW to 1st Ave S
to
X
N
to
I I
o
to
X
M
o
to
I I
0
0)
X
a0
to
I I
d
to
X
O
N-
Q
to
I I
0°
v)
)(
N
r
LA
II
to
X
N
r
to
II
o
to
X
V
r
to
II
to
X
N
r
to
II
o
to
X
N
r
O
to
II
IOQ'Q12$ =
a�
to
X
co
to
II
0
to
X
N
9
to
I I
04' 000K $
Project #10 I
SW 340th / S 348th St
Hoyt to 16 Ave S
o
X
M
to
II
B0So
o4,
o
X
U)
d
II
O0
o
X
o
r
CA
II
8
o
o
X
Ni-
r
o
II
o
X
1—
r
o
II
to
X
h
r
VI
II
S
O
to
X
h
r
o
II
O
to
X
ID
r
V)
II
0 o
69
X
to
r
to
H
O
a
to
X
r
to
II
to
X
D
to
I I
�O
o�O
t»
X
co
to
II
0
0
o
Project #9 I
S 342nd St
Library Lane
o
t»
X
°
o
t»
1 1
g
c
t»
X
r
�
�
t»
I I
�o
��
wen
X
co
r
H
o•
env,
X
V
I I
DO
�
wen
X
tD
�
H
o
o
r-(1-
env,
X
o
�
I I
g�
��
v)
X
tD
®
t»
I I
°
o
CI
LA
X
co
to
I I
°o
o
,4
env)
X
V
O
6
II
o
�
to
X
co
to
I I
o
��
to
X
if)
-
to
I I
c.)
csO
env)
X
r
'l
II
p
to
I
1—
Z
0
2
z
Q
m
LL.
x
<
CC
a
>-
<
Z
0
<
a
CO
I-
0
>
Z
0
0
I TOTAL
Project #26
13 PI S/
S 330th St
S 324 to SR 99
0�
r5
el
X
N
0
U3
II
0
EA
X
co
S
CA
II
8
!•
EA
X
co
63
II
03
X
0)
63
II
8_
N�
0
X
co
r
�o
EA
II
S
M
63
X
E°)
r
EA
II
CO
X
c')
r
8
63
II
= $ %o (cao
U3
X
(-NI
r
U)
II
.
P'
U3
X
D)
0
63
II
03
X
N-
63
II
oga
EA
X
N
63
II
a
o
I
EA
Project #25
Roundabout
S334th at 38thS
B
U3
X
O
U3
II
o
n
N
03
X
r
a
ifs
N
EA
II
o0
N
EA
X
N
o
N
63
II
I oo' O$ $ =
0
U3
X
N
U)
II
$8
N
0—
U)
X
V'
69
II
8o
us'
N
63
X
N
U3
II
a
u'
N
U)
X
Co
s
r
03
II
U0
N
09
X
N
EA
II
o
lc■
N
69
X
N
63
H
to
U\
0
EA
X
N
U
U)
II
3
U`
N
U3
X
O
Efi
I I
0 O
L, ^
U)
Project #24 I
S 333rd St /
S 332nd St
Roundabout to 13th PI S
O®
X
EA
X
N
8
0a
63
II
= $ 120(00
a
s
U3
X
CO
U3
II
s
63
X
Q)
69
II
O
s
U3
X
N
r
0
69
II
0
ON
S
U3
X
CO
r
!.n
0
II
2
U3
X
Cl
r
EA
II
I oQ'Q h$ =
U3
DC
N
r
el
II
Ef)
X
O)
E9
II
0
O
0
X
I-
°
EA
II
g
O0
Cl)
X
N
o
o
()Q
03
II
©o'9hih
.
Project #23 I
S 317th St
28 Ave S & Roundabout
0
�
U3
X
N
%82
ir
U3
II
NI
-69
X
00
Efl
II
= $ Zoo<co
o
er
69
X
O)
°
09
II
63
X
O
r
69
II
NO
CA
X
C`)
r
03
II
o�
N
U)
X
N
r
AoB°3
69
II
Li,
N
U3
X
N
r
69
II
N8
69 U3
X II
N
r
0�
EA
X
D)
s
U3
II
�oogo
EA
X
C-
EA
II
0r
09
X
N
s
U3
II
o
S
4'�
Cl)
Project #22
21st Ave S
S 320 to S 316
$g
o
A
X
I-
EA
II
88
Q
6-)
69
DC
r
°
Q-
Cl)
II
$0.0
os
�
U3
X
M
°
(1)
II
°,
N
U)
X
.0
©
69
II
°
0
EA
X
d'
EA
II
°
0
EA
X
0
U3
II
as9.
o
1§
CO
X
V
69
II
8
o°
N
CA
X
0')
—
U3
II
EA
X
Cr)
EA
H
Cl)
X
Co
U3
II
00'02 $ = I
oQ'OS $ =
o
o
ifTh
r
_ --
C1)
Project #21 I
21st Ave SW
SW 356 to SW 312
0
V,
r,
U)
X
N
7
U3
II
_ $UPS
0
l!`
N
U3
X
CO
O
04
.-
U)
II
3!n0tp
0
�.`
U)
X
r
r
r
X
0
U3
II
it
N
0�
U3
X
CA
r
r
rrm
CA
II
o�0
1sp
N
N
U3
X
C!)
r
0
r
0
U3
II
0
0
69
X
Cf)
r
r
CA
II
8U`2
u;
0
N
EA
X
CO
r
•J
6
N
CA
II
U`
or
0
U3
X
CO
r
N
U)
II
80
U:
N
U3
X
CO
'p
pp
--
EA
II
2V0
u:
N
CA
X
I-
r
kn
—
0
II
V`
N►
0
EA
X
N
3
CA
II
o
LO
r
ry
1 EA`
Project #20
1st Ave S
S356 to S312
_
I ob\-1 $ _
°o0
IP
Cr
Ui
X
0
r
U3
II
0�0
p°
(Y
CA
X
r
rf`
--
U3
II
Oa
6
69
X
CC)
r
0
II
do
0
X
N-
r
03
II
1:3
oo
CA
X
C`
r
U3
II
$
Cl)
X
co
r
U3
II
o
°
�°
6
co
X
CC)
r
09
II
o.r
o0
69
X
r
r
69
II
6
0
X
O)
U3
II
��g
CA
X
co
6
EA
II
0
N/--
`•
U3
Project #19
SR 99
S 356 to S 348
o
CA
X
r
$
EA
II
S8
ts'
EA
X
N
I`'
CA
II
o
c-r`r4
CA
X
CD
°
U3
II
o
vs`
U3
X
N-
U3
II
°o�
69
X
r
r
69
II
�
EA
X
D)
o
U3
II
°o
69
X
r
r
U3
II
CA
X
D)
0
EA
II
$
rs'
U3
X
O
r
o
4
60
II
$ogo
69
X
N-
EA
II
69
X
Tr
69
II
0
EA
X
r
0 °
Er‘
EA
II
o
°
riN
'A
! ^1�
1 U3_
Project #18 I
SR -99
S 340 to S 324
00_
5
EA
X
N
a
`s
69
I I
9
U'
s
09
X
N-
,
U3
I I
ga
L
rr
EA
X
o0
r
69
I I
o
U`
a-
U)
X
r
r
63
I I
ok.s
.'
EA
X
CC)
r
s
-
EA
I I
O
-
fi
EA
X
co
r
EA
I I
o�
lt`
CY
63
X
CD
r
k.
'-
613
I I
I q4-4,1 $ = I
o�0
tr
6'
EA
X
co
r
—
U)
I I
Lr`
cs
69
X
r
r
'
U3
I I
0
1,r
zs
EA
X
0)
69
I I
p8
LS`
s
E1)
X
N
—
EA
I I
0
0
-_
63
I
I-
0
2
Z
Q
m
Iii_
ct
<
>-
z
-'
0
<
IL
Cl)
I-
0
>
Zz
0
0
I TOTAL
co
a)
a)
C
a)
o
-o aa))
co 0
J (/)
CO D
m
0
L
0)
N-
r
O
N
BID ALTERNATE 1
T
O N
M O WI 0
0
I—
Projects 28 & 29
0
Ul
X II
N
C)
O
rJ
0
0
O
LP
EA
0
EA EA
X H
N
0
EA
0
0
N
EA EA
X II
N
0
EA
0
o _
(/'
X H
N
X II
N
0
0
lS
EA
En NEn
X II
N
2
Ni"
0
S
En U)
X II I x II
N I N
0
8
U)
0
8
U)
0
N
U)
X II
N
EAU)
X II
N
EA EA
x II
N
0
0
o
X II
N
NO
U'
N
U)
tF)
W
C
o ° U
U
O a)
J
a)
3 N
o -0
a m
>0
0
E1'
0
0
EA En
X II
X II
0
0
ILr
0
0
>s
EA U)
X II
U)
0
0
11-\
N
0
0
EA En
X II
o�
00
N y
EA V)
X H
I
E()
S
tj
N
8
8
En U)
X II
0 o
0
t E�
U) U)
EA EA
V I LE)
0
;1°'
U) U)
X II
4 f1
EA ea
X II
x II
E()
N
EA U)
X H
0
I
U)
!1
J
H
0
I-
EA
TOTAL Bid Alternate 1
BASE BID
Total Monthly
Cost **
Projects 1 thru 27,
and Projects 30 & 31
c.
J
U)
l g
O
ti
' EA
8
�
PO
t
N
il\
N
EA
2,
M
NI
Ns
EA
M
N
N
En
S
f
EA
O
do
s
N
t
U)
O 0
C
'
J
EA
V Q
N
N.
CO
O
r
. EA
(xi
EA
D
U)
Q
o
En
Project #31
S 356th Street
SR99 to 16th Ave
0
co
X
N
co
I I
0�8a8043$8g���00$
co
x
CO
co
II
EA
x
U)
U)
II
U)
x
E))
U)
II
U)
x
co
(1)
II
U)
x
co
U)
II
EA
X
co
co
II
U)
X
N
U)
II
U)
X
N
(A
II
U)
X
0)
U)
II
�8
En
X
I-
U)
II
X30
U)
x
N
U)
II
OO' ob9'4. $
BASE BID Total
Project #30
S 352nd Street
SR99 to SR161
00
EA
X
N
U)
II
= $ 90,00
go
EA
X
CO
=r�
U3
II
go
U)
X
0)
U)
II
o
En
X
(h
En
II
EA
X
CO
U)
II
�y
En
X
CO
U)
II
EA
X
N
co
H
�a
EA
X
N
EA
II
En
X
o)
EA
II
U)
X
ti
EA
II
EA
X
N
EA
II
Q
E
U3
tenance
200 hours X
Project #27 1
Irrigation System
o.
.s._‘ti.\.,)k
En
X
O
EA
II
U) EA
X II
0
\'H
EA U)
X II
0
2._
En
X
CO C
o
En
H
°
EA
X
co
EA
II
a_
En
X
co
U)
H
ono
EA
X
a)
En
II
En
X
CO
U)
II
En
X
CO
.s,
U)
II
EA
X
C)
U)
II
EA
X
O
fA
II
EA
X
O
U)
II
o
S
r
/ to
I
I—
Z
0
2
Z
CO
CL
<
IY
a.
>-
<
z
J
0
<
a.
CO
I-
0
>
z
0
o
TOTAL
3
E
m
O
a
a)
a
m
C)
U
J
E
2
E
t
0
0
a
w
m
0
`y
3
Attachment D
BID SIGNATURE PAGE
Date: E- - I�
The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services
pursuant to the 2017 -2018 Right of Way Landscape Maintenance and comply with all other
terms and conditions of the contract and bid documents of RFB 17 -006.
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 "Preference 1 Bid" 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.
Most. v•AG T .
Corpo ration/RA
(Delete Two)
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver 4 -16
Bv:
Company
Its:
L_u N I M otc∎ c4
(Printed Name)
(Title)
3710 — 3 Ca aN ov■ U Ea',-f
P;� ��� �� c� N- °t 337
(Address)
z� 5-
Page 30
(Telephone Number)
RFB #17 -006
2017
Attachment E
BID BOND FORM
Here►vith fi deposit in the form cF a certified check, cashiers check, cash, or bid bond ir- the
amount of $ 5 7p , which amount- is net less than five percent (S %) of the total "Preference
I" bid. 18ID MA
BOND No. 63228930
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Macm or Inc as
Principal, and WESTERN SURETY COMPANY . es Surety, are held and firmly
bound unto the Oty of Federal Way, as Obligee, in the penal sum of W.): 't 140, of and
1100 dofiars ($ 5% ); for the payment of which the Principe `l�Y"`aan. e urety bond
themselves, their heirs and executors, administrators, successor- and assigns, jointly and severalty, by
these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal
for
2017 -2018 [tight of Way Landscape Maintenance
According to the tenor 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 saki proposal or
bid and award and shall give bond for the faithful performance thereof, with Surety cr 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 br 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 7th DAY OF June , 2(00 7
WESPAc SURETY COMPANY
Surety
Date. June 7
Received return of deposit in the sum of $
City of 'c I W y
_U 7-20 N vv %d of Way avn:knancc
RFD 4- t4
, sot 17
Rfa °I ?-O
20:i 7
State of Wash,in9i,on
County of r 6,
This,instrument . s acknowledged befi e this 7 day of JL1N , 24::=/7 , by .
(Luis. r acias, sid9ar, Mffianor, Inc.)
jfipe and # •f I l' AbG/ 111.4C-1 444 24Z01 C,__
( oshua Hatley, POA, Western Surety)
Type and # of ID v■JA - iP a-1 i.EJ/Z275-L%
(Signature of Notary)
(Seal \ J,
[f �e
(Rebecca Veach)
Notary Public, State of Washington
NOTARY PUBLIC •, s
. COMM. VIPtRES •
MAR. 24, 2021 •
•
i�.. OFrWr N ...•`
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
PROJECT NAME: 2017 -2018 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
NAME
ITEM NUMBERS
ESTIMATED AMOUNT
WMBE QUALIFIED?
(Y /N)
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 32
RFB #17 -006
2017
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, workperson, 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 #17-006
2017 -2018 Right of Way Landscape Maintenance Page 33 2017
RFB ver. 4 -16
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.
2017 -2018 Right of Way Landscape Maintenance
1ptlljped and sworn to
QgY PU.B S
:n9 "'�
,??? Op W - .
''il;;• Expires ```.��.
City of Fedeialtfif rono
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Name of Bidder's Fir
■A01111
ture of Au hor -d Repre entative of Bidder
this day of. 4 LA v` e--- , 2017
$
iL
1
yvVilk AIL-447) S
(printed /typed name of notary)
Notary Public in and for the State of Washington
My commission expires: i'V16.4 ,k- E I , 2- 02-1
Page 34
RFB #17 -006
2017
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #112416)
Date: (��' 1 7
This statement relates to a proposal contract with the City of Federal Way named
2017 -2018 Right of Way Landscape Maintenance
I am the undersigned bidder or prospective contractor. I represent that:
I' '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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
VA at =v\ L
Name of Bidder
Its: L..)
Title
V•L&T‘W‘i, "& k CteE� ?3
Addres
Page 35
RFB #17 -006
2017
BUSINESS REGISTRATION
License Number 20 -16- 102678 -00 -BL
Non - Resident Business
Registered: MACMOR, INC
13710 CANYON RD E SUITE B
PUYALLUP WA 98373
Category:
Conditions:
fEDEti
�ti �CpFPORAft
��•• SEAL
4 , °•.
1500 - Contractors- General Building
Expires: 12/31/2017
1. This license is non - transferable.
2. Please notify the City Clerk's office of any change in your business such as a new
location or business name.
This certifies that the above entity has been issued the registration or license listed.
City of Federal Way - Licensing FEDERAL WAY WA 98003
LUIS M MACIAS
MACMOR INC
12624 106TH AVE CT E
PUYALLUP WA 98374
Nonanteef eaAtntite
City Clerk, City of Federal Way
_
4411111111110k
Ev STATES O1 A SIC
_;
c„
.. di. r
ck.s, :: E. .
Mb . 4
1......) tate IA . tta
4. „loaf/Amato
,e," .
Secretary of state
I, SAM REED, Secretary of State of the State of Washington
and custodian of its seal, hereby issue this
CERTIFICATE OF INCORPORATION
to
MACMOR INC
A Washington Profit Corporation. Articles of Incorporation
were filed for record in this office on the date indicated
below
UBI Number: 602 320 380 Date: August 21, 2003
Given under my hand and
the Seal of the State of
STATE Washington at Olympia,
Q the State Capital
ma
O
_ uu
'cL.
tin
�.
"• Sam Reed
y� Secretary of State
��,18 89 1�0
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No. 63228930
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws
of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make,
constitute and appoint Joshua R Hatley
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its
behalf as Surety, bonds for:
Principal: Macmor Inc
Obligee: City of Federal Way
Amount: $1,000,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with
the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s) -in -fact
may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety
Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of
2017 , but until such time shall be irrevocable and in full force and effect.
Iy6£, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its
co ie al't6'be,a this 7th day of June , 2017
�= WEST R► SURE COMPANY
September 5
S1`t„'$'QF SOZTI'H 1'A
ss
COUi`CS`>L'
°s €aEF�i:e 7th On this day of Ju n e , in the year 2017 , before me, a notary public, personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation.
w0000 ses%%%%%%%%% 4,4•440•■•■•
' J. MOHR
NOTARY PUBLIC /a
i— SOUTH DAKOTA \SEAL j
t■oyyvo.%% %%v,tvo 00000,gw
My Commission Expires June 23, 2021
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as
set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 7th day of
June 2017
4_2 77
Paul T. ruflat, Vice President
q--TY)640...)
Notary - South Dakota
WEST SURE T•{ COMPANY
Paul T. $ruflat, Vice President
To validate bond authenticity, go to www.cnasuretv.com > Owner /Obligee Services > Validate Bond Coverage.
Form F5306 -1 -2016
CNA SURETY
PO Box 5077 Sioux Falls SD 57117 -5077
1- 800 -331 -6053
Fax 1- 605 - 335 -0357
www.cnasurety.com
uwservices @cnasurety.com
DATE: June 7, 2017 AGENT CODE: 46 -18437
ATTENTION: Josh
RE:
Bond 63228930 - Macmor Inc
Number of Pages:
City of Federal Way - Landscape Services and Irrigation
5%
Contract Amount: $264, 610.0 0
Company Code: 601 - Western Surety Company
Thank you for placing this business with CNA Surety.
Please execute the requested bond(s) by using the documents sent with this fax /email.
and attach a gold colored seal from your Western Surety Company kit to each bond iss
* ** *Please advise us of the bid results as soon as they are available. Please complete
following:
Contract Price. $
Contract Date.
Next two lowest bidders. $
3
Sign the bond(s)
ued.
and fax /email us the
Was the principal the low bidder? ❑ Yes ❑ No
Do you need approval for the Performance and Payment bond at this time? ❑ Yes ❑ No
Please check your supply of gold seals periodically to ensure you have an adequate amount. To reorder
gold seals, simply visit cnasurety.com and click on the "Order Supplies Here" icon under the
Broker /Agent Services section.
* *IMPORTANT NOTICE AND REMINDER: Approval of the requested Bid Bond is NOT an approval of
any final or other bonds that may be requested by this principal. Further, the Bid Bond approval is limited
to the contract amount approved by the underwriter. If the anticipated bid exceeds this amount, you must
contact the underwriter at 800 - 331 -6053 to inquire about specific approval before filing the bid. Failure to
receive approval could result in declination of any subsequent performance and payment bond(s) requested.
Furthermore, we reserve the right to decline any bond for any reason per the terms of the General
Indemnity Agreement, and shall not be liable to the principal or any person or entity for such declination.
Business Services
CITY OF
... Federal Way
CITY HALL
33325 8th Avenue South
Federal Way. WA 98003 -6325
(253) 835 -7000
www cayoffederaiway com
Attachment I
PUBLIC WORKS MAINTENANCE AGREEMENT
FOR
2017 -2018 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.:
Luis M. Macias
President
13710 Canyon Rd E, Suite B
Puyallup, WA 98373
(253) 468 -1337 (telephone)
(253) 267 -0593 (facsimile)
mike @macmorinc.com
The Parties agree as follows:
CITY OF FEDERAL WAY:
Gene Greenfield
Streets Maintenance Supervisor
33325 8th Avenue S
Federal Way, WA 98003 -6325
(253) 835 -2727
(253) 835 -2709
gene.greenfield@cityoffederalway.com
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, 2018 ( "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" or
"Services "), 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 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Services shall continue for an eighteen (18) month period
unless the Contract is terminated earlier by the City. In the event any of the Services are not completed within
the time specified by the City, Contractor agrees to pay to the City liquidated damages in the amount set forth
below.
2.3 Liquidated Damages. Time is of the essence of the Agreement and each and all of its provisions
in which performance is a factor. Delays inconvenience the public and cost taxpayers undue sums of money,
adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the
actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following
formula for its failure to perform in accordance with Appendix A, or to complete this Contract or required
services on time:
City of Federal Way RFB # 17 -006
2017 -2018 Right of Way Landscape Maintenance Page 36 2017
RFB ver. 4 -16
CITY OF
'�..... Federal Way
CITY HALL
33325 8th Avenue South
Federat Way. WA 98003 -6325
(253) 835-7000
www cityoffederalway com
(1) To pay (according to the following formula) liquidated damages for each working day beyond the number of
working days established for completion of the Contract or required services, and
(2) To authorize the City to deduct these liquidated damages from any money due or coming due to the
Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15MCA
Where: LD = Liquidated damages per working day (rounded to the nearest dollar)
MCA = Monthly Contract amount
When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities,
both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated
damages will not be assessed for any days for which an extension of time is granted. No deduction or payment
of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to
complete this entire Contract.
2.4 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
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.
2.5 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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 37
RFB #17 -006
2017
CITY OF
�... Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cityoffederalway com
2.6 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. The City may terminate this Agreement, with or without cause, upon providing the
Contractor thirty (30) days' written notice at its address set forth on the signature block of this Agreement. The
Contractor may terminate this Agreement, with or without cause, upon providing the City sixty (60) days'
written notice at its address set forth on the signature block of this Agreement. The City may terminate this
Agreement for breach of contract after the City provides a detailed written "Notice of Default" detailing
contract service deficiencies at its address set forth on the signature block of this Agreement and the Contractor
fails to correct the "Notice of Default" within ten (10) days. 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,
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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 38
RFB #17-006
2017
CITY OF
'.- Federal Way
CITY HALL
33325 8th Avenue South
Federal Way. WA 98003 -6325
(253) 835 -7000
www cityoffederalway com
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
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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 39
RFB ver. 4 -16
RFB #17-006
2017
CITY OP
�.. Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www.cityoffederalway.com
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 $1,000,000 for each occurrence and $2,000,000 general aggregate.
b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant
to the laws of the State of Washington;
c. Automobile liability insurance covering all owned, non - owned, hired and leased vehicles
with a minimum combined single limits in the minimum amounts required to drive under Washington State law
per accident for bodily injury, including personal injury or death, and property damage.
6.2. No Limit of Liability. Contractor's maintenance of insurance as required by the agreement shall
not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise
limit the City's 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 shall be excess of the Contractor's insurance and shall 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.
6.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 40
RFB ver. 4 -16
RFB #17-006
2017
CITY OF
'�.....- Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835-7000
www cityoffederalway com
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
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
City of Federal Way RFB #17-006
2017 -2018 Right of Way Landscape Maintenance Page 41 2017
RFB ver. 4 -16
CITY F
a
�... Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835-7000
www cityoffederalway com
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 "F" 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.
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
City of Federal Way RFB #17 -006
2017 -2018 Right of Way Landscape Maintenance Page 42 2017
RFB ver. 4 -16
CITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cityoffederalway com
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 Party prior to the effective date of the Agreement that is consistent with the authority of
the Agreement and compliant with the terms of the Agreement, is hereby ratified as having been performed
under the Agreement. No provision of this Agreement, including this provision, may be amended, waived, or
modified except by written agreement signed by duly authorized representatives of the Parties.
13.2 Assignment and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer
or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent
of the 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
City of Federal Way RFB #17 -006
2017 -2018 Right of Way Landscape Maintenance Page 43 2017
RFB ver. 4 -16
CITY OF
"�.., Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835-7000
www cityofiederalway. com
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 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.
13.5 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.
13.6 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
City of Federal Way RFB #17 -006
2017 -2018 Right of Way Landscape Maintenance Page 44 2017
RFB ver. 4 -16
CITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cityoffederatway corn
this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this
Agreement.
13.7 Execution. Each individual executing this Agreement on behalf of the City and Contractor
represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This
Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with
the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed
together and shall constitute one instrument, but in making proof hereof it shall only be necessary to produce
one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled
together to form a single instrument 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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
[Signature page follows]
Page 45
RFB #17-006
2017
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FED '.• L WAY: ATTEST:
By:
Jim
DATE:
MACMOR, INC.:
DATE: (0121
STATE OF WASHINGTON )
) ss.
COUNTY OF 1 fArCt/ )
out
erk, Stephanie Court r CMC
APPROVED AS TO FORM:
-(2✓ J. Ryan Call, City Attorney
On this day personally appeared before me Luis M. Macias, to me known to be the President of
Macmor, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be
the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned,
and on oath stated that he was authorized to execute said instrument and that the seal affixed, if any,
is the corporate seal of said corporation.
GIVEN my hand and official seal this -'Z day of
4000111INHI
Notary's signature J tWi'-----------
9PK � Notary's printed name f €Lncl.'- l�C,V
PU S'p'% Notary Public in and for the State of Washington.
f� _ •• c� ''�''j: My commission expires 4. c-k. 3 (. 44 7-1
i
t % _R n
ti
gliohnitittotott
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 46
RFB ver. 4 -16
RFB #17-006
2017
EXHIBIT "A"
SERVICES
Description of Work. The Contractor shall do or provide the following: perform all work and
furnish all tools, materials, supplies, equipment, labor, and other items incidental thereto necessary
for the 2017 -2018 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.
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 his
Agreement shall be outlined in Exhibit B, "Compensation."
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 47
RFB ver. 4 -16
RFB #17-006
2017
EXHIBIT "B"
COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor a total
amount not to exceed Three Hundred Eighty -Seven Thousand Nine Hundred Eighty -Two and
00 /100 Dollars ($387,982.00) inclusive of Washington State sales tax.
2. Additional Services Compensation: In consideration of the Contractor performing the
Additional Services pursuant to "Additional Services" which is described in Exhibit A, the City
agrees to pay the Contractor an amount not to exceed Thirteen Thousand One Hundred
Seventy -Three and 00 /100 Dollars ($13,173.00) calculated on the basis of an hourly labor charge of
Forty -Three and 91/100 Dollars ($43.91) per hour.
Reimbursable Expenses.
The actual customary and incidental expenses incurred by Contractor in performing the Services
including irrigation parts, replacement landscape shrubs and plantings, and other reasonable costs;
provided, however, that such costs shall be approved by the City prior to incurring the expense,
deemed reasonable in the City's sole discretion, and shall not exceed Three Thousand and 00 /100
Dollars ($3,000.00).
Reimbursement will be based upon original invoices for irrigation parts and plantings plus 10%
mark -up to cover administrative expenses.
Contractor Responsible for Taxes: 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.
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance Page 48
RFB ver. 4 -16
RFB #17-006
2017
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No 71924710
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws
of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company "), does by these presents make,
constitute and appoint Josh Hatley
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its
behalf as Surety, bonds for:
Principal: Macmor Inc
Obligee: City of Federal Way
Amount: $1,000,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with
the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s) -in -fact
may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety
Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of
2018 , but until such time shall be irrevocable and in full force and effect.
In IIieff Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its
cor ,ae:eal-td-be,athis 29th day of June 2017
__� A te' s e -'e
stult
•
G.-�-
�"�
ST'T bS Tiji s A
CO {UIT+D__
On this 29th day of
December 31 ,
WEST." R►. SURET.,Y COMPANY
June
Paul T. ruflat, Vice President
, in the year 2017 , before me, a notary public, personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation.
+yh -eg000 0000 ..... .000. tibs * 1 +
J. MOHR
NOTARY PUBLIC s
i SOUTH DAKOTA SEAS 1
+a%%%to ltiygtie,hho,hyaa.aalo. +
My Commission Expires June 23, 2021
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as
set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 2 9th day of
June
Notary Public - South Dakota
WEST SURE COMPANY
Paul T. ruflat, Vice President
To validate bond authenticity, go to www.cnasurety.com > Owner /Obligee Services > Validate Bond Coverage.
Form F5306 -1 -2016
EXHIBIT "C" BOND No. 71924710
CITY 01' FEDERAL WAY
PERFORMANCE/PAYit7FNT /RETAINAGE BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Macmor, Inc.. ( "Principal ") and WESTERN SURETY COMPANY
the undersigned corporation organized and existing under the Iaws of the State of South Dakota
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 Four Hundred One 'Thousand One Hundred Nifty -Five and 00/100 (5401,155.00) 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 pursrta.nt to -he statures of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended rir adopted.
The Principal has entered into an Agreement with the City dated Ut , 20 11—for 201.7 -
2018 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 oftivae 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 ltrundess 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 he 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 they Surety.
Within tbrty -five (45) days of receiving notice that the Principal has defaulted on all or part of the
tarns 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
City of Federal Way RFS et 7 -006
2017 -2015 Right of Wily Landscape Maintenance Page 49 2017
R Fri ver. 4-16
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
interpiead. The Surety shill 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. [f the
Surety elects option (h), 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 irtterplead action.
In the event a dispute should arise. between the Parties to this Bond with respect to the City's
declaration or default by the Principal, the Parties agree to participate in at least four hours of
mediation in accordance with the mediation procedures of I lnited Slates Arbitration and Mediation
( "USA&M"). The Parties shall prop.oreionately share in the cost of the mediation. The mediation
shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street,
Seattle. Washington 98101- 2377. The Surety shall not interp[ead prior to completion of the
mediation.
DATED this 29t1y of June
-1017
(signature page follows]
City of Federal Way
201 7 -20I t Right of Way L;utdacupe Mairkt•ttsrice
RF:B ver. 4- E 6
Page 50
RFB t 17-006
CORP01;\ i'h SEAL OF PRINCIPAL:
Prccidc�t
3710 Canaan Rd E, Suite 13
Puyallup, WA 98373
( 253) 468 -1337
CERTIFICATE AS TO CORPORATE SEAT.
1 hereby certify that I am the (Assistant} Secretory of the Corporation named as Principal in
the within bond: that Luis M. Macias. who signed the said bone: on be ha of the Principai, was
f'resi lent of the said Corporation: that 1 know h s signature .hcrelo is genuine, and that said bond
was dtly signed, sealed, and alt stad for and in behalf of said Cor oration by authority of its
bonerning holy.
CORPORATE. SEAT. OF SURETY:
APPROVED AS 10 l'OR.i
J. Ryan Call, City Atto n y
CI), of t'cii -:2I Way
2(11 7,101 Ri ?:nt of Way Lan Escape tdeintrnmu;e
:t1,8 yen 4.IE
By:
gage 51
Secretary ofAssistant S retary
(1nEt' --
SURE'fY WESTERN SURETY COMPANY
Ztahi1t4eax\---
Attorney -in -Fact
(Attach Power of Attorney:)
Stella Bissette
(Name of Person. Executing Bond)
333 S. Wabash Ave., 41st Floor
Chicago, IL 60604
(Address)
605- 336 -0850
(Phone)
RFtt 417 -006
2017
1
EXHIBIT "D"
1 INSURANCE CERTIFICATE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 52
RFB #17-006
2017
ACORE)
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD /YYYY)
06/30/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
INSURED
Wagner Insurance NW
1375 State Ave
Marysville, Wa 98270
MACMOR, INC
13710 CANYON RD E STE B
PUYALLUP, WA 98373
CONTACT
NAME:
PHONE
(NC No Ext):
E -MAIL
ADDRESS:
GLORIA CASTRO
360 -653 -3737
Gloria@vernfonk.com
FAX
INC. No
360 - 659 -5828
INSURER(S) AFFORDING COVERAGE NAIC N
INSURER A: American Fire & Casualty Company 24066
INSURER B : Ohio Security Insurance Company 24066
INSURER C : Ohio Casualty Insurance Company
INSURER D
COVERAGES
INSURER E
INSURER F :
CERTIFICATE NUMBER: 00000000 - 975479
24074
Westchester Surplus Lines Ins Co
REVISION NUMBER: 49
THIS
INDICATED.
CERTIFICATE
EXCLUSIONS
INSR
LTR
IS TO CERTIFY THAT THE POLICIES OF
NOTWITHSTANDING ANY REQUIREMENT,
MAY BE ISSUED OR MAY PERTAIN,
AND CONDITIONS OF SUCH
TYPE OF INSURANCE
INSURANCE
POLICIES.
ADDL
INSD
LISTED BELOW HAVE BEEN ISSUED
TERM OR CONDITION OF ANY CONTRACT
THE INSURANCE AFFORDED BY THE
LIMITS SHOWN MAY HAVE BEEN
SUBR
WVD POLICY NUMBER
TO THE INSURED NAMED
OR OTHER DOCUMENT
POLICIES DESCRIBED HEREIN
REDUCED BY PAID CLAIMS.
POLICY EFF POLICY EXP
(MM /DD /YYYY) (MM/DDIYYYY)
ABOVE FOR THE POLICY PERIOD
WITH RESPECT TO WHICH THIS
IS SUBJECT TO ALL THE TERMS,
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
Y BLA56967198
10/24/2016 10/24/2017
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE I OCCUR
DAMAGE TO
PREMISES (Ea RENTED
$ 1,000,000
MED EXP (Any one person)
$ 15,000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'LAGGREGATELIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
$ 2,000,000
POLICY X l IM ] LOC
I �
OTHER:
PRODUCTS - COMP/OP AGG
$
B
AUTOMOBILE LIABILITY
Y
Y BAA56967198 10/24/2016 10/24/2017
Ea accidentSINGLE LIMIT
$ 1,000,000
$
X
ANY AUTO
BODILY INJURY (Per person)
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
X
x
SCHEDULED
AUTOS
NON -OWNED
AUTOS ONLY
BODILY INJURY (Per accident)
PROPERTY DAMAGE
(Per accident)
$
$
c
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
Y
Y ES056967198
10/24/2016 10/24/2017 EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER /EXECUTIVE Y / N 1
OFFICER/MEMBER EXCLUDED? Y i
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N 1 A
Y BLA56967198
10/24/2016 10/24/2017
PER X ERH-
STATUTE
Stop Gap
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
D
D
Pollution Liabilty
Errors & Omissions
G46628275001
G46628275001
04/10/2017 04/10/2018
04/10/2017 04/10/2018
Per Pollution Cond
Per Claim
1,000,000
1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Certificate Holder is Additional Insured as their interest may appear in work performed by the insured on their behalf per
written contract; Form CG8810 applies. Waiver of Subrogation applies with primary & non - contributory wording per written
contract; Form CG8810 applies. Per Project Aggregate applies; Form CG8870. Umbrella follows form with General Liability.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Ave S
FEDERAL WAY, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED - • RESENTATIVE
■
C_ (GSC)
ACORD 25 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Printed by GSC on June 30, 2017 at 10:19AM
COMMERCIAL GENERAL LIABILITY
CG 85 83 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
CONTRACTORS - PRODUCTS /COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or
organization whom you have agreed to add as an additional insured in a written contract or written
agreement. Such person or organization is an additional insured but only with respect to liability for
"bodily injury" or "property damage ":
1. Caused by your work" performed for that additional insured that is the subject of the written
contract or written agreement; and
2. Included in the "products- completed operations hazard ".
However:
a) The insurance afforded to such additional insured only applies to the extent permitted by law;
and
b) If coverage provided to the additional insured is required by a contract or agreement, the
insurance afforded to such additional insured will not be broader than that which you are
required by the contract or agreement to provide for such additional insured
The insurance provided by this endorsement applies only if the written contract or written agreement is
signed prior to the "bodily injury" or "property damage ".
We have no duty to defend an additional insured under this endorsement until we receive written notice
of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of
Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Conditions.
B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2.
Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply to:
1. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the
location where such "bodily injury" or "property damage" occurs.
2. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any
professional architectural, engineering or surveying services including:
a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawing and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
CG 85 83 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission . Page 1 of 2
C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of
Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability is
replaced by the following:
I. Damage To Your Work
"Property damage" to your work" arising out of it or any part of it and included in the "products -
completed operations hazard ".
D. With respect to the insurance afforded to these additional insureds, the following is added to Section II -
Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
1. Required by contract or agreement; or
2. Available under the applicable Limits of Insurance shown in the Declaration.
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns.
E. With respect to the insurance afforded by this endorsement, Section IV - Commercial General Liability
Conditions is amended as follows:
1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit:
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under
this insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss we
cover under this Coverage Part.
d. We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a "suit" by the additional insured.
2. Paragraph 4. of Section IV - Commercial General Liability Conditions is amended as follows:
a. The following is added to Paragraph a. Primary Insurance:
If an additional insured's policy has an Other Insurance provision making its policy excess,
and you have agreed in a written contract or written agreement to provide the additional
insured coverage on a primary and noncontributory basis, this policy shall be primary and
we will not seek contribution from the additional insured's policy for damages we cover.
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other than a premises lease, facilities rental
contract or agreement, an equipment rental or lease contract or agreement, or permit
issued by a state or political subdivision between you and an additional insured does not
require this insurance to be primary or primary and non - contributory, this insurance is
excess over any other insurance for which the additional insured is designated as a Named
Insured.
CG 85 83 04 13
Regardless of the written agreement between you and an additional insured, this insur-
ance is excess over any other insurance whether primary, excess, contingent or on any
other basis for which the additional insured has been added as an additional insured on
other policies.
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission . Page 2 of 2
COMMERCIAL AUTO
CA 88 10 01 10
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the
endorsement.
COVERAGE INDEX
SUBJECT PROVISION NUMBER
ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3
ACCIDENTAL AIRBAG DEPLOYMENT 12
AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18
AMENDED FELLOW EMPLOYEE EXCLUSION 5
AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13
BROAD FORM INSURED 1
BODILY INJURY REDEFINED 21
EMPLOYEES AS INSUREDS (including employee hired auto) 2
EXTENDED CANCELLATION CONDITION 22
EXTRA EXPENSE — BROADENED COVERAGE 10
GLASS REPAIR — WAIVER OF DEDUCTIBLE 15
HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6
HIRED AUTO COVERAGE TERRITORY 20
LOAN / LEASE GAP 14
PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16
PERSONAL EFFECTS COVERAGE 11
PHYSICAL DAMAGE — ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8
RENTAL REIMBURSEMENT 9
SUPPLEMENTARY PAYMENTS 4
TOWING AND LABOR 7
UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19
SECTION II — LIABILITY COVERAGE is amended as follows:
1. BROAD FORM INSURED
SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the
following as an insured:
d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the
policy period. However, "insured" does not include any organization that:
(1) Is a partnership or joint venture; or
(2) Is an insured under any other automobile policy; or
(3) Has exhausted its Limit of Insurance under any other automobile policy.
Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of
this policy.
e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you
own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days
from the date of acquisition or formation. However, coverage under this provision does not apply:
(1) If there is similar insurance or a self- insured retention plan available to that organization;
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 7
(2) If the Limits of Insurance of any other insurance policy have been exhausted; or
(3) To "bodily injury" or "property damage" that occurred before you acquired or formed the
organization.
2. EMPLOYEES AS INSUREDS
SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the
following as an insured:
f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts
within the scope of their employment by you. Insurance provided by this endorsement is excess over
any other insurance available to any "employee ".
An "employee" of yours while operating an "auto" hired or borrowed under a written contract or
agreement in that "employee's" name, with your permission, while performing duties related to the
conduct of your business and within the scope of their employment. Insurance provided by this
endorsement is excess over any other insurance available to the "employee ".
g.
3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the
following as an insured:
h. Any person or organization with respect to the operation, maintenance or use of a covered "auto ",
provided that you and such person or organization have agreed in a written contract, agreement, or
permit issued to you by governmental or public authority, to add such person, or organization, or
governmental or public authority to this policy as an "insured ".
However, such person or organization is an "insured ":
(1) Only with respect to the operation, maintenance or use of a covered "auto ";
(2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you
executed the written contract or agreement, or the permit has been issued to you; and
(3) Only for the duration of that contract, agreement or permit
4. SUPPLEMENTARY PAYMENTS
SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs
(2) and (4) are replaced by the following:
(2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of
an "accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up
to $500 a day because of time off from work.
5. AMENDED FELLOW EMPLOYEE EXCLUSION
In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the
employer by the workers compensation exclusivity rule, or similar protection, the following provision is
added:
SECTION II — LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results
from the use of a covered "auto" you own or hire.
SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows:
6. HIRED AUTO PHYSICAL DAMAGE
Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended
by adding the following:
If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of
Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own,
then the Physical Damage coverages provided are extended to "autos ":
a. You hire, rent or borrow; or
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 2 of 7
b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but
only if the damage occurs while the vehicle is being used in the conduct of your business,
subject to the following limit and deductible:
A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of:
(1) $50,000; or
(2) The actual cash value of the damaged or stolen property as of the time of the "loss "; or
(3) The cost of repairing or replacing the damaged or stolen property with other property of like kind
and quality,
minus a deductible.
B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that
coverage.
C. Subject to the limit, deductible and excess provisions described in this provision, we will provide
coverage equal to the broadest coverage applicable to any covered "auto" you own.
D. Subject to a maximum of $750 per "accident ", we will also cover the actual loss of use of the hired
"auto" if it results from an "accident ", you are legally liable and the lessor incurs an actual financial
loss.
E. This coverage extension does not apply to:
(1) Any "auto" that is hired, rented or borrowed with a driver; or
(2) Any "auto" that is hired, rented or borrowed from your "employee ".
For the purposes of this provision, SECTION V — DEFINITIONS is amended by adding the following:
"Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash
value.
7. TOWING AND LABOR
SECTION III — PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of
the following:
We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto"
classified and rated as a private passenger type, "light truck" or "medium truck" is disabled:
a. For private passenger type vehicles, we will pay up to $50 per disablement.
b. For "light trucks ", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross
vehicle weight (GVW) of 10,000 pounds or less.
c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a
gross vehicle weight (GVW) of 10,001 — 20,000 pounds.
However, the labor must be performed at the place of disablement.
8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
Paragraph A.4.a., Coverage Extension of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended
to provide a limit of $50 per day and a maximum limit of $1,500
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 3 of 7
9. RENTAL REIMBURSEMENT
SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following:
a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an
"auto" because of "accident" or "loss ", to an "auto" for which we also pay a "loss" under
Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those
expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto."
b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may
be substantially less than $75 per day, and will only be allowed for the period of time it should take to
repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days.
c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and
replace your tools and equipment from the covered "auto ".
d. This coverage does not apply unless you have a business necessity that other "autos" available for
your use and operation cannot fill.
e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under
this coverage only that amount of your rental reimbursement expenses which is not already provided
under Paragraph 4. Coverage Extension.
f. No deductible applies to this coverage.
For the purposes of this endorsement provision, materials and equipment do not include "personal
effects" as defined in provision 11.
10. EXTRA EXPENSE - BROADENED COVERAGE
Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of
returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000.
11. PERSONAL EFFECTS COVERAGE
A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the
following:
If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto"
is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with
the "auto."
The insurance provided under this provision is excess over any other collectible insurance.
B. SECTION V — DEFINITIONS is amended by adding the following:
For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by
an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities.
12. ACCIDENTAL AIRBAG DEPLOYMENT
SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following:
If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss"
relating to mechanical breakdown does not apply to the accidental discharge of an airbag.
Any insurance we provide shall be excess over any other collectible insurance or reimbursement by
manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or
warranty.
13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to
exclusions 4.c. and 4.d. is deleted and replaced with the following:
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 4 of 7
Exclusion 4.c. and 4.d. do not apply to:
a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed
solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at
the time of the "loss" and such equipment is designed to be solely operated by use of the power from
the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are
provided for the covered "auto "; or
If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this
equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be
reduced by a $100 deductible.
14. LOAN / LEASE GAP COVERAGE
A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is
amended by adding the following:
The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one
"accident" is the greater of the:
1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject
at the time of the "loss" less the amount of:
a. Overdue payments and financial penalties associated with those payments as of the date of
the "loss ",
b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal
wear and tear,
c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance
purchased with the loan or lease,
d. Transfer or rollover balances from previous loans or leases,
e. Final payment due under a "Balloon Loan ",
f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a
covered "auto ",
g. Security deposits not refunded by a lessor,
h. All refunds payable or paid to you as a result of the early termination of a lease agreement or
as a result of the early termination of any warranty or extended service agreement on a
covered "auto ",
i. Any amount representing taxes,
j. Loan or lease termination fees; or
2. The actual cash value of the damage or stolen property as of the time of the "loss ".
An adjustment for depreciation and physical condition will be made in determining the actual cash
value at the time of the "loss ". This adjustment is not applicable in Texas.
B. ADDITIONAL CONDITIONS
This coverage applies only to the original loan for which the covered "auto" that incurred the loss
serves as collateral, or lease written on the covered "auto" that incurred the loss.
C. SECTION V — DEFINTIONS is changed by adding the following:
As used in this endorsement provision, the following definitions apply:
"Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual
cash value.
A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term
of the loan, thereby requiring a large final payment.
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 5 of 7
15. GLASS REPAIR - WAIVER OF DEDUCTIBLE
Paragraph D. Deductible of SECTION 111 — PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
No deductible applies to glass damage if the glass is repaired rather than replaced.
16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
The deductible does not apply to "loss" caused by collision to such covered "auto" of the private
passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the
manufacturer as maximum loaded weight the "auto" is designed to carry while it is:
a. In the charge of an "insured ";
b. Legally parked; and
c. Unoccupied.
The "loss" must be reported to the police authorities within 24 hours of known damage.
The total amount of the damage to the covered "auto" must exceed the deductible shown in the
Declarations.
This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or
organization engaged in the automobile business.
SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows:
17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following:
If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception
date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not
be prejudiced.
However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery,
and we have the right to collect additional premium for any such hazard or exposure.
18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the
following:
a. In the event of "accident ", claim, "suit" or "loss ", you must promptly notify us when it is known to:
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. Member, if you are a limited liability company;
4. An executive officer or the "employee" designated by the Named Insured to give such notice, if
you are a corporation.
To the extent possible, notice to us should include:
(1) How, when and where the "accident" or "loss" took place;
(2) The "insureds" name and address; and
(3) The names and addresses of any injured persons and witnesses.
19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against
Others to Us, is amended by the addition of the following:
If the person or organization has waived those rights before an "accident" or "loss ", our rights are waived
also.
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 6 of 7
20. HIRED AUTO COVERAGE TERRITORY
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is
amended by the addition of the following:
f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the
insured's responsibility to pay for damages is determined in a "suit ", on the merits, in the United
States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a
settlement we agree to.
This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a
driver.
SECTION V — DEFINITIONS is amended as follows:
21. BODILY INJURY REDEFINED
Under SECTION V — DEFINTIONS, definition C. is replaced by the following:
"Bodily injury" means physical injury, sickness or disease sustained by a person, including mental
anguish, mental injury, shock, fright or death resulting from any of these at any time.
COMMMON POLICY CONDITIONS
22. EXTENDED CANCELLATION CONDITION
COMMON POLICY CONDITIONS, paragraph A.— CANCELLATION condition applies except as follows:
If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured
written notice of cancellation at least 60 days before the effective date of cancellation. This provision
does not apply in those states which require more than 60 days prior notice of cancellation.
CA 88 10 01 10
©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 7 of 7
COMMERCIAL GENERAL LIABILITY
CG 88 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY EXTENSION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SUBJECT
NON -OWNED AIRCRAFT
INDEX
PAGE
2
NON -OWNED WATERCRAFT 2
PROPERTY DAMAGE LIABILITY - ELEVATORS 2
EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)
MEDICAL PAYMENTS EXTENSION
EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 3
ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 3
PRIMARY AND NON - CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5
ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6
2
3
WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS /MALPRACTICE AND WHO IS AN
INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
LIBERALIZATION CLAUSE
BODILY INJURY REDEFINED
EXTENDED PROPERTY DAMAGE
6
7
7
7
7
7
8
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - 8
WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by
the endorsement.
A. NON -OWNED AIRCRAFT
Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability,
exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided:
1. It is not owned by any insured;
2. It is hired, chartered or loaned with a trained paid crew;
3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of
the United States of America or Canada, designating her or him a commercial or airline pilot; and
4. It is not being used to carry persons or property for a charge.
However, the insurance afforded by this provision does not apply if there is available to the insured other
valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically
in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under
this provision.
B. NON -OWNED WATERCRAFT
Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability,
Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following:
This exclusion does not apply to:
(2) A watercraft you do not own that is:
(a) Less than 52 feet long; and
(b) Not being used to carry persons or property for a charge.
C. PROPERTY DAMAGE LIABILITY - ELEVATORS
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil-
ity, Subparagraphs (3), (4) and (6) of exclusion J. Damage To Property do not apply if such "property
damage" results from the use of elevators. For the purpose of this provision, elevators do not include
vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations.
2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other
Insurance, Paragraph b. Excess Insurance:
The insurance afforded by this provision of this endorsement is excess over any property insurance,
whether primary, excess, contingent or on any other basis.
D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)
If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part:
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability:
a. The fourth from the last paragraph of exclusion J. Damage To Property is replaced by the follow-
ing:
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage
by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to:
(i) Premises rented to you for a period of 7 or fewer consecutive days; or
(II) Contents that you rent or lease as part of a premises rental or lease agreement for a period of
more than 7 days.
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of
premises rented to you for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in Section III - Limits of
Insurance.
CG 88 10 04 13
® 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8
b. The last paragraph of subsection 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage
from automatic fire protection systems to premises while rented to you or temporarily occupied by
you with permission of the owner. A separate limit of insurance applies to Damage To Premises
Rented To You as described in Section III - Limits Of Insurance.
2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following:
6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will
pay under Coverage A for damages because of "property damage" to:
a. Any one premise:
(1) While rented to you; or
(2) While rented to you or temporarily occupied by you with permission of the owner for
damage by fire, lightning, explosion, smoke or leakage from automatic protection sys-
, tems; or
b. Contents that you rent or lease as part of a premises rental or lease agreement.
3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO
YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following:
9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises
s that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or
leakage from automatic fire protection systems to premises while rented to you or temporarily
occupied by you with the permission of the owner, or for damage to contents of such premises
that are included in your premises rental or lease agreement, is not an "insured contract ".
E. MEDICAL PAYMENTS EXTENSION
If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy
are amended as follows:
Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph
(b) of Paragraph a. is replaced by the following:
(b) The expenses are incurred and reported within three years of the date of the accident; and
F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
1. Under Supplementary Payments - Coverages A and B, Paragraph 1.b. is replaced by the following:
b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising
out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have
to furnish these bonds.
2. Paragraph 1.d. is replaced by the following:
d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or
defense of the claim or "suit ", including actual loss of earnings up to $500 a day because of time
off from work.
G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
1. Paragraph 2. under Section 11 - Who Is An Insured is amended to include as an insured any person or
organization whom you have agreed to add as an additional insured in a written contract, written
agreement or permit. Such person or organization is an additional insured but only with respect to
liability for "bodily injury ", "property damage" or "personal and advertising injury" caused in whole
or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance
of your on going operations for the additional insured that are the subject of the written contract or
written agreement provided that the "bodily injury" or "property damage" occurs, or the "per-
sonal and advertising injury" is committed, subsequent to the signing of such written contract or
written agreement; or
CG 88 10 04 13
2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8
b. Premises or facilities rented by you or used by you; or
c. The maintenance, operation or use by you of equipment rented or leased to you by such person or
organization; or
d. Operations performed by you or on your behalf for which the state or political subdivision has
issued a permit subject to the following additional provisions:
(1)
This insurance does not apply to "bodily injury", "property damage ", or "personal and ad-
vertising injury" arising out of the operations performed for the state or political subdivision;
(2) This insurance does not apply to "bodily injury" or "property damage" included within the
"completed operations hazard ".
(3) Insurance applies to premises you own, rent, or control but only with respect to the following
hazards:
(a) The existence, maintenance, repair, construction, erection, or removal of advertising
signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees,
hoist away openings, sidewalk vaults, street banners, or decorations and similar expo-
sures; or
(b) The construction, erection, or removal of elevators; or
(c) The ownership, maintenance, or use of any elevators covered by this insurance.
However:
1. The insurance afforded to such additional insured only applies to the extent permitted by law; and
2. If coverage provided to the additional insured is required by a contract or agreement, the insur-
ance afforded to such additional insured will not be broader than that which you are required by
the contract or agreement to provide for such additional insured.
With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured
under this endorsement ends when:
(1) 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
(2) 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.
With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured
under this endorsement ends when their written contract or written agreement with you for such
premises or facilities ends.
With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes
place after the equipment rental or lease agreement has expired or you have returned such equipment
to the lessor.
s The insurance provided by this endorsement applies only if the written contract or written agreement
is signed prior to the "bodily injury" or "property damage ".
We have no duty to defend an additional insured under this endorsement until we receive written
notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the
Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi-
tions.
CG 88 10 04 13
® 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8
2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2.
Exclusions under Section 1 - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply to:
a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured.
b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the
location where such "bodily injury" or "property damage" occurs.
c. "Bodily injury ", "property damage" or "personal and advertising injury" arising out of the render-
ing of, or the failure to render, any professional architectural, engineering or surveying services,
including:
(1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawings and specifications; or
(2) 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 "occur-
rence" 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.
d. "Bodily injury" or "property damage" occurring after:
(1) 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
(2) 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.
e. Any person or organization specifically designated as an additional insured for ongoing operations
by a separate ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS endorsement is-
sued by us and made a part of this policy.
3. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits Of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns.
H. PRIMARY AND NON - CONTRIBUTORY ADDITIONAL INSURED EXTENSION
This provision applies to any person or organization who qualifies as an additional insured under any form
or endorsement under this policy.
Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend-
ed as follows:
a. The following is added to Paragraph a. Primary Insurance:
If an additional insured's policy has an Other Insurance provision making its policy excess, and you
have agreed in a written contract or written agreement to provide the additional insured coverage on a
primary and noncontributory basis, this policy shall be primary and we will not seek contribution from
the additional insured's policy for damages we cover.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other than a premises lease, facilities rental contract or
agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political
subdivision between you and an additional insured does not require this insurance to be primary or
primary and non - contributory, this insurance is excess over any other insurance for which the addi-
tional insured is designated as a Named Insured.
Regardless of the written agreement between you and an additional insured, this insurance is excess
over any other insurance whether primary, excess, contingent or on any other basis for which the
additional insured has been added as an additional insured on other policies.
I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE"
This provision applies to any person or organization who qualifies as an additional insured under any form
or endorsement under this policy.
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit:
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under
this insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss we
cover under this Coverage Part.
d. We have no duty to defend or indemnify an additional insured under this endorsement until
we receive written notice of a "suit" by the additional insured.
2. The limits of insurance applicable to the additional insured are those specified in a written contract
or written agreement or the limits of insurance as stated in the Declarations of this policy and
defined in Section 111 - Limits of Insurance of this policy, whichever are less. These limits are
inclusive of and not in addition to the limits of insurance available under this policy.
J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE
WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
Paragraph 2.a.(1) of Section I1 - Who Is An Insured is replaced with the following:
(1) "Bodily injury" or "personal and advertising injury":
(a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if
you are a limited liability company), to a co- "employee" while in the course of his or her employ-
ment or performing duties related to the conduct of your business, or to your other "volunteer
workers" while performing duties related to the conduct of your business;
(b) To the spouse, child, parent, brother or sister of that co- "employee" or "volunteer worker" as a
consequence of Paragraph (1) (a) above;
(c) For which there is any obligation to share damages with or repay someone else who must pay
damages because of the injury described in Paragraphs (1) (a) or (b) above; or
(d) Arising out of his or her providing or failing to provide professional health care services. However,
if you are not in the business of providing professional health care services or providing profes-
sional health care personnel to others, or if coverage for providing professional health care ser-
vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not
apply.
Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by
an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means
the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ-
ees" of yours. However, none of these "employees" are insureds for "bodily injury' or "personal and
CG 88 10 04 13
2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8
advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to
cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica-
tion by liquor or controlled substances.
The coverage provided by provision J. is excess over any other valid and collectable insurance available to
your "employee ".
K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
Paragraph 3. of Section 11 - Who Is An Insured is replaced by the following:
3. Any organization you newly acquire or form and over which you maintain ownership or majority
interest, wit qualify as a Named Insured if there is no other similar insurance available to that
organization. However:
a. Coverage under this provision is afforded only until the expiration of the policy period in
which the entity was acquired or formed by you;
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before you acquired or formed the organization.
d. Records and descriptions of operations must be maintained by the first Named Insured.
No person or organization is an insured with respect to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies
as an insured under this provision.
L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre-
sentations:
Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy
shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or
prior "occurrences" is not intentional.
M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties
In The Event of Occurrence, Offense, Claim Or Suit:
Knowledge of an "occurrence ", offense, claim or "suit" by an agent, servant or "employee" of any
insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph
1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of
"occurrences ", offenses, claims or "suits" shall have received such notice from the agent, servant or
"employee ".
N. LIBERALIZATION CLAUSE
If we revise this Commercial General Liability Extension Endorsement to provide more coverage without
additional premium charge, your policy will automatically provide the coverage as of the day the revision is
effective in your state.
O. BODILY INJURY REDEFINED
Under Section V - Definitions, Definition 3. is replaced by the following:
3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes
mental anguish, mental injury, shock, fright or death that results from such physical injury, sick-
ness or disease.
CG 88 10 04 13
2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8
P. EXTENDED PROPERTY DAMAGE
Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the
following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured.
This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of
reasonable force to protect persons or property.
Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A
CONTRACT OR AGREEMENT WITH YOU
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans-
fer Of Rights Of Recovery Against Others To Us:
We waive any right of recovery we may have against a person or organization because of payments we
make for injury or damage arising out of your ongoing operations or your work" done under a
contract with that person or organization and included in the "products- completed operations hazard"
provided:
1. You and that person or organization have agreed in writing in a contract or agreement that you
waive such rights against that person or organization; and
2. The injury or damage occurs subsequent to the execution of the written contract or written agree-
ment.
CG 88 10 04 13
2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8
EXHIBIT "E"
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
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
City of Federal Way
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 53
RFB #17-006
2017
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
2017 -2018 Right of Way Landscape Maintenance
RFB ver. 4 -16
Page 54
RFB #17-006
2017
1
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
Exhibit F
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360 - 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Page 1 of 17
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 5/19/2017
:County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$45.25
5D
1H
King
Boilermakers
Journey Level
$64.54
5N
1C
King
Brick Mason
Journey Level
$54.32
5A
1M
King
Brick Mason
Pointer- Caulker - Cleaner
$54.32
5A
1M
King
Building Service Employees
Janitor
$22.84
5S
2F
King
Building Service Employees
Traveling Waxer /Shampooer
$23.29
5S
2F
King
Building Service Employees
Window Cleaner (Non-
Scaffold)
$24.54
55
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$27.33
5S
2F
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$55.51
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$55.51
5D
4C
King
Carpenters
Carpenter
$55.51
5D
4C
King
Carpenters
Carpenters on Stationary Tools
$55.64
5D
4C
King
Carpenters
Creosoted Material
$55.61
5D
4C
King
Carpenters
Floor Finisher
$55.51
5D
4C
King
Carpenters
Floor Layer
$55.51
5D
4C
King
Carpenters
Scaffold Erector
$55.51
5D
4C
King
Cement Masons
Journey Level
$55.56
7A
1M
King
Divers Et Tenders
Diver
$108.77
5D
4C
8A
King
Divers a Tenders
Diver On Standby
$66.05
5D
4C
King
Divers & Tenders
Diver Tender
$59.88
5D
4C
King
Divers Et Tenders
Surface Rcv & Rov Operator
$59.88
5D
4C
King
Divers & Tenders
Surface Rcv & Rov Operator
Tender
$55.76
5A
4C
King
Dredge Workers
Assistant Engineer
$56.44
5D
3F
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
King
Dredge Workers
Boatmen
$56.44
5D
3F
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 2 of 17
King
Dredge Workers
Mates
$56.44
5D
3F
King
Dredge Workers
Oiler
$56.00
5D
3F
King
Drywall Applicator
Journey Level
$55.51
5D
1H
King
Drywall Tapers
Journey Level
$55.66
5P
1E
King
Electrical Fixture Maintenance
Journey Level
$27.99
5L
1E
Workers
King
Electricians - lnside
Cable Splicer
$73.20
7C
4E
King
Electricians - inside
Cable Splicer (tunnel)
$78.59
7C
4E
King
Electricians - Inside
Certified Welder
$70.75
7C
4E
King
Electricians - Inside
Certified Welder (tunnel)
$75.89
7C
4E
King
Etectricians - Inside
Construction Stock Person
$38.69
7C
4E
King
Electricians - inside
Journey Level
$68.30
7C
4E
King
Electricians - inside
Journey Level (tunnel)
$73.20
7C
4E
King
Etectricians - Motor Shop
Craftsman
$15.37
1
King
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powertine
Cable Splicer
$73.93
5A
4D
Construction
King
Electricians - Powertine
Certified Line Welder
$67.60
5A
4D
Construction
King
Electricians - Powertine
Groundperson
$45.49
5A
4D
l
Construction
King
Electricians - Powerline
Heavy Line Equipment
Operator
$67.60
5A
4D
Construction
King
Electricians - Powerline
Journey Level Lineperson
$67.60
5A
4D
Construction
;King
Electricians - Powerline
Line Equipment Operator
$57.02
5A
4D
Construction
King
Electricians - Powerline
Pole Sprayer
$67.60
5A
4D
Construction
King
Electricians - Powertine
Powderperson
$50.76
5A
4D
Construction
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$85.45
7D
4A
King
Elevator Constructors
Mechanic In Charge
$92.35
7D
4A
King
Fabricated Precast Concrete
All Classifications - In- Factory
Work Only
$17.20
5B
1R
Products
;King
Fence Erectors
Fence Erector
$15.18
1
King
Flaggers
Journey Level
$38.36
7A
31
King
Glaziers
Journey Level
$59.31
7L
11'
King
Heat E Frost Insulators And
Journeyman
$65.68
5J
4H
Asbestos Workers
King
Heating Equipment Mechanics
Journey Levet
575.46
7F
1E
King
Hod Carriers a Mason Tenders
Journey Level
$46.66
7A
31
King
industrial Power Vacuum
Journey Level
$11.00
1
Cleaner
King
Inland Boatmen
Boat Operator
$59.86
5B
1K
King
Inland Boatmen
Cook
$56.18
5B
1K
King
!ntand Boatmen
Deckhand
$56.18
5B
1K
https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 3 of 17
King
Inland Boatmen 1Deckhand Engineer
$57.26
5B
1 1K
King
Inland Boatmen
Launch Operator
$58.59
5B
1K
King
Inland Boatmen
Mate
$58.59
5B
1K
King
Inspection /Cteanin /Seating
Cleaner Operator, Foamer
Operator
$31.49
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Grout Truck Operator
$11.48
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Head Operator
$24.91
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Seating,
Technician
$19.33
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Seating
Tv Truck Operator
$20.45
1
Of Sewer & Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$55.51
5D
4C
King
Ironworkers
Journeyman
$65.48
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$45.25
7A
31
King
Laborers
Airtrac Drill Operator
$46.66
7A
31
King
Laborers
Ballast Regular Machine
$45.25
7A
31
King
Laborers
Batch Weighman
$38.36
7A
31
King
Laborers
Brick Pavers
$45.25
7A
31
King
Laborers
Brush Cutter
$45.25
7A
31
King
Laborers
Brush Hog Feeder
$45.25
7A
31
King
Laborers
Burner
$45.25
7A
31
King
Laborers
Caisson Worker
$46.66
7A
31
King
Laborers
Carpenter Tender
$45.25
7A
31
King
Laborers
Caulker
$45.25
7A
31
King
Laborers
Cement Dumper - paving
$46.09
7A
31
King
Laborers
Cement Finisher Tender
$45.25
7A
31
King
Laborers
Change House Or Dry Shack
$45.25
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$45.25
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$46.09
7A
31
King
Laborers
Choker Setter
$45.25
7A
31
King
Laborers
Chuck Tender
$45.25
7A
31
King
Laborers
Clary Power Spreader
$46.09
7A
31
King
Laborers
Clean -up Laborer
$45.25
7A
31
King
Laborers
Concrete Dumper /chute
Operator
$46.09
7A
31
King
Laborers
Concrete Form Stripper
$45.25
7A
31
King
Laborers
Concrete Placement Crew
$46.09
7A
31
King
Laborers
Concrete Saw Operator /core
Driller
$46.09
7A
31
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 4 of 17
King
Laborers
'Crusher Feeder
$38.36
7A
31
King
Laborers
Curing Laborer
$45.25
7A
31
King
Laborers
Demolition: Wrecking Et
Moving (incl. Charred
Material)
$45.25
7A
31
King
Laborers
Ditch Digger
$45.25
7A
31
King
Laborers
Diver
$46.66
7A
31
King
Laborers
Drill Operator
(hydraulic,diamond)
$46.09
7A
31
King
Laborers
Dry Stack Walls
$45.25
7A
31
King
Laborers
Dump Person
$45.25
7A
31
King
Laborers
Epoxy Technician
$45.25
7A
31
:King
Laborers
Erosion Control Worker
$45.25
7A
31
(King
Laborers
Faller Et Bucker Chain Saw
$46.09
7A
31
King
Laborers
Fine Graders
$45.25
7A
31
King
Laborers
Firewatch
$38.36
7A
31
King
Laborers
Form Setter
$45.25
7A
31
King
Laborers
Gabian Basket Builders
$45.25
7A
31
King
Laborers
General Laborer
$45.25
7A
31
King
Laborers
Grade Checker Et Transit
Person
$46.66
7A
31
King
Laborers
Grinders
$45.25
7A
31
King
Laborers
Grout Machine Tender
$45.25
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$46.09
7A
31
King
Laborers
Guardrail Erector
$45.25
7A
31
King
Laborers
Hazardous Waste Worker
(level A)
$46.66
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$46.09
7A
31
King
Laborers
Hazardous Waste Worker
(level C)
$45.25
7A
31
King
Laborers
High Scaler
$46.66
7A
31
King
Laborers
Jackhammer
$46.09
7A
31
King
Laborers
Laserbeam Operator
$46.09
7A
31
King
Laborers
Maintenance Person
$45.25
7A
31
King
Laborers
Manhole Builder - mudman
$46.09
7A
31
King
Laborers
Material Yard Person
$45.25
7A
31
King
Laborers
Motorman -dinky Locomotive
$46.09
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$46.09
7A
31
King
Laborers
Pavement Breaker
546.09
7A
31
King
Laborers
Pilot Car
$38.36
7A
31
King
Laborers
Pipe Layer Lead
$46.66
7A
31
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 5 of 17
King
Laborers
Pipe Layer /tailor
$46.091 7A
1 31
King
Laborers
Pipe Pot Tender
$46.09
7A
31
King
Laborers
Pipe Reliner
$46.09
7A
31
King
Laborers
Pipe Wrapper
$46.09
7A
31
King
Laborers
Pot Tender
$45.25
7A
31
King
Laborers
Powderman
$46.66
7A
31
King
Laborers
Powderman's Helper
$45.25
7A
31
King
Laborers
Power Jacks
$46.09
7A
31
King
Laborers
Railroad Spike Puller - Power
$46.09
7A
31
King
Laborers
Raker - Asphalt
$46.66
7A
31
King
Laborers
Re- timberman
$46.66
7A
31
King
Laborers
Remote Equipment Operator
$46.09
7A
31
King
Laborers
Rigger /signal Person
$46.09
7A
31
King
Laborers
Rip Rap Person
$45.25
7A
31
King
Laborers
Rivet Buster
$46.09
7A
31
King
Laborers
Rodder
$46.09
7A
31
King
Laborers
Scaffold Erector
$45.25
7A
31
King
Laborers
Scale Person
$45.25
7A
31
King
Laborers
Sloper (over 20 ")
$46.09
7A
31
King
Laborers
Sloper Sprayer
$45.25
7A
31
King
Laborers
Spreader (concrete)
$46.09
7A
31
King
Laborers
Stake Hopper
$45.25
7A
31
King
Laborers
Stock Piler
$45.25
7A
31
King
Laborers
Tamper Et Similar Electric, Air
Et Gas Operated Tools
$46.09
7A
31
King
Laborers
Tamper (multiple & Self-
propelled)
$46.09
7A
31
King
Laborers
Timber Person - Sewer
(lagger, Shorer Et Cribber)
$46.09
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$45.25
7A
31
King
Laborers
Topper
$45.25
7A
31
King
Laborers
Track Laborer
$45.25
7A
31
King
Laborers
Track Liner (power)
$46.09
7A
31
King
Laborers
Traffic Control Laborer
$41.02
7A
31
8R
King
Laborers
Traffic Control Supervisor
$41.02
7A
31
8R
King
Laborers
Truck Spotter
$45.25
7A
31
King
Laborers
Tugger Operator
$46.09
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 0 -30 psi
$83.12
7A
31
N
King
Laborers
Tunnel Work- Compressed Air
Worker 30.01 -44.00 psi
$88.15
7A
31
N.
King
Laborers
Tunnel Work- Compressed Air
Worker 44.01 -54.00 psi
$91.83
7A
31
N.
King
Laborers
Tunnel Work - Compressed Air
Worker 54.01 -60.00 psi
$97.53
7A
31
8N
King
Laborers
Tunnel Work- Compressed Air
Worker 60.01 -64.00 psi
$99.65
7A
31
8N
https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 6 of 17
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
5/19/2017
Laborers
(King Tunnel Work Compressed Air
Worker 64.01 -68.00 psi
$104.75
7A
31
S
King
Laborers
Tunnel Work- Compressed Air
Worker 68.01 -70.00 psi
$106.65
7A
31
84
King
Laborers
Tunnel Work- Compressed Mr
Worker 70.01 -72.00 psi
$108.65
7A
31
8Q.
`King
Laborers
Tunnel Work- Compressed Air
Worker 72.01 -74.00 psi
$110.65
7A
31
8K
King
Laborers
Tunnel Work -Guage and Lock
Tender
$46.76
7A
31
N.
King
Laborers
Tunnel Work -Miner
$46.76
7A
31
8S
King
Laborers
Vibrator
$46.09
7A
31
King
Laborers
Vinyl Seamer
$45.25
7A
31
King
Laborers
Watchman
$34.86
7A
31
King
Laborers
Welder
$46.09
7A
31
King
Laborers
Well Point Laborer
$46.09
7A
31
King
Laborers
Window Washer /cleaner
$34.86
7A
31
King
Laborers - Underground Sewer
General Laborer Et Topman
$45.25
7A
31
a Water
King
Laborers - Underground Sewer
Pipe Layer
$46.09
7A
31
Et Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Lathers
Journey Level
555.51
5D
1H
King
Marble Setters
Journey Level
$54.32
5A
1M
King
Metal Fabrication (In Shop)
Fitter
$15.86
1
King
Metal Fabrication (In Shop)
Laborer
$11.00
1
King
Metal Fabrication (in Shop)
Machine Operator
$13.04
1
King
Metal Fabrication (In Shop)
Painter
$11.10
1
King
Metal Fabrication (In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
557.01
5D
4C
King
Modular Buildings
Cabinet Assembly
$11.56
1
King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$11.00
1
King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$40.60
6Z
2B
King
Pile Driver
Journey Level
$55.76
5D
4C
King
Plasterers
Journey Level
$53.20
7D
1R
King
Playground a Park Eauipment
Journey Level
$11.00
1
Installers
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 7 of 17
King
Plumbers a Pipefitters
'Journey Level
$76.691 6Z
1G
King
Power Equipment Operators
Asphalt Plant Operators
$58.69
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$55.21
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$58.17
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
King
Power Equipment Operators ,
Bobcat
$55.21
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Brooms
$55.21
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$58.17
7A
3C
8P
King
Power Equipment Operators
Cableways
$58.69
7A
3C
8P
King
Power Equipment Operators
Chipper
$58.17
7A
3C
8P
King
Power Equipment Operators
Compressor
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$58.17
7A
3C
8P
King
Power Equipment Operators
Conveyors
$57.72
7A
3C
8P
King
Power Equipment Operators
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$55.21
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
813
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 8 of 17
King
Power Equipment Operators
Crusher
$58.171 7A
3C
8P
King
Power Equipment Operators
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$58.69
7A
3C
8P
King
Power Equipment Operators
Dozers D -9 a Under
$57.72
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$59.28
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$58.17
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$55.21
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$58.17
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. a Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$59.28
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$58.17
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$58.17
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$58.69
7A
3C
8P
King
Power Equipment Operators
$58.691 7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
Page 9 of 17
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$55.21
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Mantifts), Air Tuggers,strato
$57.72
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$59.28
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$55.21
7A
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$55.21
7A
3C
8P
King
Power Equipment Operators
Power Plant
$55.21
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$55.21
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$55.21
7A
3C
8P
King
Power Equipment Operators
Rigger /Signal Person, Bellman
(Certified)
$57.72
7A
3C
8P
King
Power Equipment Operators
Rollagon
$58.69
7A
3C
8P
King
Power Equipment Operators •
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$57.72
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$57.72
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry
All
$57.72
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$57.72
7A
3C
8P
King
Power Equipment Operators
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
King
Power Equipment Operators
$58.69
7A
3C
8P
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 10 of 17
haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
5/19/2017
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
'King
Power Equipment Operators
Slipform Pavers
$58.69
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$58.69
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$58.17
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$57.72
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$58.17
7A
3C
8P
King
Power Equipment Operators
Welder
$58.69
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$58.17
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Bobcat
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$58.17
7A
3C
8P
Underground Sewer & Water
haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 11 of 17
Kin
King
Power Equipment Operators-
Cableways
1 y
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Chipper
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Compressor
$55.21
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Conveyors
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$59.88
7A
3C
813
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
813
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$55.21
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Crusher
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Derricks, On Building Work
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D -9 & Under
$57.72
7A
3C
813
Underground Sewer Et Water
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 12 of 17
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$55.21
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker /stakeman
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Graders
$58.69
7A
3C
8P
Underground Sewer Et Water
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 13 of 17
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators -
Overhead, Bridge Type: 100
Tons And Over
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pavement Breaker
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Power Plant
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pumps - Water
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rigger And Bellman
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rigger /Signal Person, Bellman
(Certified)
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rotlagon
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Saws - Concrete
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
$57.72
7A
3C
8P
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 14 of 17
https://fortress.wa.gov/Ini/wagelookup/prONagelookup.aspx
5/19/2017
Power Equipment Operators-
Scrapers - Concrete ft Carry
All
Underground Sewer a Water
King
Power Equipment Operators-
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Service Engineers - Equipment
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
Underground Sewer E Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Slipform Pavers
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
Screedman
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Bucket Elevators
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$58.17
7A
3C
813
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Yo Yo Pay Dozer
$58.17
7A
3C
8P
Underground Sewer Et Water
https://fortress.wa.gov/Ini/wagelookup/prONagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 15 of 17
King
Power Line Clearance Tree
Journey Level In Charge
$48.54
5A
4A
Trimmers
King
Power Line Clearance Tree
Spray Person
$46.03
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$48.54
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$43.32
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$32.68
5A
4A
Trimmers
King
Refrigeration Et Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$54.32
5A
1M
King
Residential Carpenters
Journey Levet
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
King
Residential Drywall
Journey Level
$41.69
5D
4C
Applicators
King
Residential Drywall Tapers
Journey Level
$55.66
5P
1E
King
Residential Electricians
Journey Level
$30.44
1
:King
Residential Glaziers
Journey Level
$39.40
7L
1H
King
Residential insulation
Journey Level
$26.28
1
Applicators
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers Et
Journey Level
$34.69
1
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level (Field or Shop)
$45.99
7F
1R
Workers
King
Residential Soft Floor Layers
Journey Level
$45.86
5A
3D
King
Residential Sprinkler Fitters
Journey Level
$44.98
5C
2R
(Fire Protection)
King
Residential Stone Masons
Journey Level
$54.32
5A
1M
King
Residential Terrazzo Workers
Journey Level
$50.26
5A
1M
King
Residential Terrazzo /Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$47.51
5A
3H
King
Roofers
Using Irritable Bituminous
Materials
$50.51
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$75.46
7F
1E
King
Shipbuilding Et Ship Repair
Boilermaker
$41.72
7M
1H
King
Shipbuilding Et Ship Repair
Carpenter
$41.06
7T
2B
King
Shipbuilding Et Ship Repair
Electrician
$41.09
7T
4B
King
Shipbuilding Et Ship Repair
Heat Er Frost Insulator
$65.68
5J
4H
King
Shipbuilding Et Ship Repair
Laborer
$41.08
7T
4B
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 16 of 17
King
Shipbuilding, Et Ship Repair
Machinist
$41.32
7T
4B
King
Shipbuilding a Ship Repair
Operator
$41.03
7T
4B
King
Shipbuilding a Ship Repair
Painter
$41.05
7T
4B
King
Shipbuilding, a Ship Repair
Pipefitter
$41.05
7T
4B
King
Shipbuilding & Ship Repair
Rigger
$41.12
7T
4B
King
Shipbuilding a Ship Repair
Sheet Metal
$41.04
7T
4B
King
Shipbuilding a. Ship Repair
Shipfitter
$41.12
7T
4B
King
Shipbuilding a Ship Repair
Trucker
$41.26
7T
4B
King
Shipbuilding a Ship Repair
Warehouse
$41.02
7T
4B
King
Shipbuilding a Ship Repair
Welder /Burner
$41.12
7T
4B
King
Sign Makers £t installers
Sign Installer
$22.92
1
(Electrical)
King
Sign Makers ii installers
Sign Maker
$21.36
1
(Electrical)
King
Sign Makers a Installers (Non-
Sign Installer
$27.28
1
Electrical)
King
Sign Makers a installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Layers
Journey Level
$45.86
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
'King
Sprinkler Fitters (Fire
Journey Level
$72.89
5C
1X
Protection)
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$54.32
54
1M
King
Street And Parking Lot
Journey Level
$19.09
1
Sweeper Workers
King
Surveyors
Assistant Construction Site
Surveyor
$57.72
7A
3C
8P
King
Surveyors
Chainman
$57.17
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$58.69
7A
3C
8P
King
Telecommunication
Journey Level
$22.76
1
Technicians
King
Telephone Line Construction -
Cable Splicer
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Hole Digger /Ground Person
$21.45
5A
2B
Outside
King
Telephone Line Construction -
Installer (Repairer)
$37.21
5A
2B
Outside
King
Telephone Line Construction -
Special Aparatus Installer I
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$38.03
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Heavy)
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Light)
$36.09
5,4
2B
Outside
King
Telephone Line Construction -
Telephone Lineperson
$36.09
5A
2B
Outside
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
5/19/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 17 of 17
King
Telephone Line Construction -
Television Groundperson
$20.33
5A
2B
Outside
King
Telephone Line Construction -
Television
Lineperson /Installer
$27.21
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
$32.55
5A
2B
Outside
King
Telephone Line Construction -
Television Technician
$29.18
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$36.09
5A
2B
Outside
King
Terrazzo Workers
Journey Level
$50.26
5A
1M
King
Tile Setters
Journey Level
$21.65
1
King
Tile, Marble Et Terrazzo
Finisher
$41.09
5A
1B
Finishers
King
Traffic Control Stripers
Journey Level
$44.85
7A
1K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$52.70
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$51.86
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$52.70
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$51.86
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$52.70
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers ft Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 5/19/2017
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
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.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
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.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday
through 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.
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on
Saturday shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half
times the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other
overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
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
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
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.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one -half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one -half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage.
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.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day,
ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten
shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one
and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on
holidays shall be paid at double the hourly rate of wage.
3. 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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 ain Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm
and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer
shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall
be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has
worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate
until such time as the employee has had a break of eight (8) hours or more.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one
and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be p aid
at double the hourly wage rate.
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 on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is
down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work
week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate.
However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
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.
4
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay.
Rates include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2)
times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2)
times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on
Sundays and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal
four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the
first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and
holidays shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be
paid at three times the hourly rate of wage.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
5
1
1
1
1
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
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).
Holiday Codes Continued
5. I. 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).
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).
■
■
■
■
■
1w
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a
Half -Day On Christmas Eve Day. (9 1/2).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
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
6
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall
be observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
Holiday Codes Continued
7. 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.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,
the preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be
observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be
considered a holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
8
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Note Codes
8. A. In addition to the hourly wage and fringe benefits, the following 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 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet
Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet
Over 220' -$5.00 per Foot for Each Foot Over 220 Feet
Note Codes Continued
8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet
Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet
Over 200' - Divers May Name Their Own Price
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.
P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, And Class D Suit $0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31, 2012 - A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance
and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle,
and pedestrian 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.
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.
9
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
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 3 I, 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.
10
APPENDIX A
TECHNICAL REQUIREMENTS
APPENDIX A
TECHNICAL REQUIREMENTS
RFB 17 -006
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 24th Avenue S
3a. S 312th Street, 24th Ave S to 28th Ave S (start 3rd /4th quarter 2017)
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 18th Avenue S
8. S 336th Street, 1st Way S to 1 -5 Bridge
9. S 342nd Street (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, 21st Avenue SW to 1st Avenue S (includes improvements
from 21st Avenue SW at SW 356th Street to 22nd 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 283rd Street to S 272nd Street
15. Pacific Highway S, 18th Ave S to 283rd Street (includes Dash Pt Rd from
Sacajawea Middle School to Pacific Hwy S)
16. Pacific Highway S, S 310th Street to 18th Avenue S
17. Pacific Highway S, S 324th Street to S 310th Street
18. Pacific Highway S, S 340th Street to S 324th Street (includes S 330th Street
and S 332nd Street from Pacific Highway S to 15th Ave S) (includes mow
strips behind sidewalk)
19. Pacific Highway S, S 356th Street to S 348th Street (includes S 356th Street
from Pac Hwy S to end of sidewalk west).
20. 1st Avenue S, S 356th Street to S 312th Street (includes landscape on both
sides of 1st Avenue S, south of S 348th Street)
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 Pt. Rd and 21st
Ave SW)
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
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 1
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, 23rd 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 333rd Street / S 332nd 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 (landscape planter strips to be
similar to Project #30, S 352nd Street) (start 3rd /4th quarter 2017)
Appendix A: Technical Requirements
)n17 -)ni R Rinht of 1A /av 1 AnrIcrana Maintananra
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Table A
RFB 17 -006
Water Meter, Control Panel and Backflow Valve Locations
Project
Description
Meter /Double Check Location
1
S 288th Street, Pacific Highway S to 1 -5
• N side of S 288th St —1800 block
• Control Panel- SW corner of S 288th & 18th Ave S
3
S 312th Street, Pacific Highway S to 24th Avenue
S
• NE corner of S 312th St & 20th Ave S
• Control Panel- same location
3a
S 312th Street, 24th Ave S to 28th Ave S (start
3rd /4th
quarter 2017)
•
• TBD
5
S 320th Street, 11th Place S to 1 -5
• SW comer 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
7
S 324th Street, 11th Place S to 18th Avenue S
• SE corner of SR 99 & S 324th St
'Control Panel- same location
h
• SW comer of SR 99 & S 324th St
• Control Panel- same location
8
S 336th Street, 1st Way S to 1 -5 Bridge
• S side of S 336th St — 2000 block
• Control Panel same location 13th • S side of S 336th- 400 feet west of 13 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)
• 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 1st Ave S & S 348th
13
16th Ave S / Enchanted Pkwy, S 356th Street to S
344th Street
• 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)
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance
3
Water Meter, Control Panel and Backflow Valve Locations
Project
Description
Meter /Double Check Location
14
Pacific Highway S, S 272nd Street to S 284th
Street
• E side of SR 99 at 28300 block
'Control Panel- same location
• E side of SR 99, south of entrance to Park and
Ride
• Control Panel- same location
15
Pacific Highway S, 18th Avenue S to S 284th
Street, and
Dash Point Road — Sacajawea Middle School to
Pacific Hwy
• 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
• Control Panel — SW quadrant of Dash Point Road
and 16th Ave S
16
Pacific Highway S, S 310th Street to 18th Avenue
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
17
Pacific Highway S, S 324th Street to S 310th
Street
• E side of SR 99 at S 31000 block
• Control Panel- SW corner of S 316th & Hwy 99
• SW comer of S 320th & SR 99 behind gazebo
• Control Panel- same location
18
Pacific Highway S, S 340th to S 324th Street
Street (includes S 330th Street and S 332nd
Street from Pacific Highway S to 15th Avenue S)
• SE corner of S 325th St & SR 99
'Control Panel- same location
• SE corner of S 333rd St & SR 99
• Control Panel- SW corner of S 336th & Hwy 99
19
Pacific Highway S, S 356th to S 348th
• 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
• Control Panel- same location
21
21st Avenue SW, SW 356th Street to SW 312th
Street
SW 312tH Street from Dash Pt. Rd to 14th Ave SW
& island at Dash Pt. Rd.and 21st Ave SW
• 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
n
312th Street
22
21st Avenue S, S 320th Street to S 316th Street
(includes S 316th Street, Pacific Highway S to
23rd Avenue S and 20th Avenue S, S 316th
Street to S 314th Street)
• E side of 21st Ave S at 31800 block (below ped rail)
• Control Panel- same location
• E side of 20th Ave S at S 31400 block
• Control Panel- same location
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Water Meter, Control Panel and Backflow Valve Locations
Project
Description
Meter /Double Check Location
30
S 352nd Street, Pacific Hwy to Enchanted Pkwy
• South side of 352nd at Lowe's / Uhaul alley.
• Control Panel — SE corner of 352nd and Pacific
Hwy
31
S 356th Street, Pacific Hwy to 16th Ave S (start
3rd, 4th quarter 2017)
• TBD
2. Definitions
Approved means approved by the Owner or the Contract Administrator.
Approved equal or equivalent, 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, City 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 Specifications
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
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 5
to perform 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. 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:
1. 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.
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.
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 6
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.
E. The Contractors personnel will conduct themselves on site in a professional
manner at all times.
F. 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.
G. The Contract Administrator will inspect work performed by the Contractor on
a regular basis. In the event of work performance 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 2.3 of the
Maintenance /Labor agreement.
ii. Withhold payment;
iii. Require the Contractor to rectify the deficiency within 48 hours,
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 7
H. 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.
I. The Contractor must have a supervisor on site whenever the Contractor's
crews are working.
J. 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.
K. 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.
L. 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.
M. 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.
N. 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
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 8
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
F. 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.
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.
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 9
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.
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:
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 10
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 -
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 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
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 11
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
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
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 12
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
5) S 304th, Pac. Hwy. 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 1st Ave
9) 28th Ave S, S 312th to S 304th St
10) S 312th St, 28th Ave S to 23rd Ave S
11) 23rd Ave S, 312th St to 316th St
12) 8th Ave S, 312th to 320th
13) S 324th St, 23rd Ave S to 18th
14) 17th Ave /20th Wy S, 324th S to 336th S
15) 330th St S, Pac Hwy to 24th Ave S
16) S 333rd St, Pac Hwy to 24th Ave S
17) S 333rd St, 1 Wy S to Community Center
18)10 Ave SW /SW 330th St, SW Campus to 1 Ave S
19) 47th Ave SW, 320th to SW Dash Point
Appendix A: Technical Requirements
2017 -2018 Right of Way Landscape Maintenance 13
20) Hoyt Rd SW, SW 340th to SW 320th
21) 35th Ave SW, SW 344th St to SW 340th St
22) SW 344th St, 35th Ave SW to 21st Ave SW
23) Pac Hwy, S 348th St to S 340th St
24) Dash Point Road, City Limit to 16th Ave S
10. Additional Maintenance Labor
A. Additional work may be requested in writing from the City, limited to a
total of two hundred (200) 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
2017 -2018 Right of Way Landscape Maintenance 14
APPENDIX B
DETAILS AND ANNUAL MAINTENANCE SERVICES
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
V- G =TAT0\ ELv
\ATO\
APPLICATION ARA
,*,. 1
Olv 1
'40 - iii\,..
..- .-t" ‘
1r4
Yt
0 `
,��
• ,. , /,,,
/74/ .
/ -.
FENCE
PROPERTY
LINE
OR
D
HERBICIDE APPLICATION
AREA (TYP)
Existing Tree
IL - -
••
- - 1' TYP.
18" TYP
I
1' TYP.
EX. UTILITY POLES
FIRE HYD'S, CLOSURE
TRIM BOXES, POSTS, STREET
& WEED LIGHTS, ETC.
PLAN VIEW
D
T A
L #2
L: \MsApps \ACAD \Drowinge \PUBWKS \STREETS \MOintenc \Landscape Moint \Rherb.DWG
CITY OF FEDERAL WAY
2017 RIGHT OF WAY LANDSCAPE MAINTENANCE
RFB 16 -009
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(x )- hip
CL
w w
U d
Z Ow
o
o
13
i
u
al
I-
w La
ce ce
Ln
a
o
CITY OF FEDERAL WAY
2017 RIGHT OF WAY LANDSCAPE MAINTENANCE
RFEI 16 -009
w d J
w
CD
■ v. ):,
Y
J
Q
Cep
p
„Jul
Ip
W ?
l,
pJ
w m
—
Q
I—
I
n
i
a
I
pr
G A
iiiiiIIIII'W
0
W
C,
-
_
(/)
ww
oU
I
j 0 w C0
Q
- �� V)
I
Z (L
LLI O O"
>
\OF-wN
(nwO=w
w d CL > C
w w
a Wp o�
° V) < < u_ V)
1
wI J
wm Ww
00
O�
I
w?
o w
i
\// Ia
w
0 1
cr ow
=7U
= Q Z
F- =wD
F- = °
oou_
�J
Q
CL
Wm
•
1��`
�r
Z
Li) cc
o °o
d
`r t
'
OF—
x
Cwjd
Zpw
��
// 'f I
\ \
IJJ
CD -I w
z w
OUQ
Z
W _J 1-
w3Z
7 N Q
(Y I-
w O O
> o z
w U
cr ?w
3pwpw
_ _
Z
u_ Q_ f–
ZZ
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
w iJ
J
OD
O
w
LJ = • U U
CO N z
Q Z r-
Z
O M
O m w
_ — a
N
U to
(A V) z°
Q w
W0 }a
Q
CL
›- 3 Q
U 3
Z aw
Cr Ow W• O
• D o cm
0 w
=o
w o w 1� j� o
n
O } -m
CC Q u °cc
7
a_
(f)
m
i
0
1
0
0
0
0
O
N
0
♦v
0
2
0
= Q�
uj O 0 0
IX F-- 0 I O
w U
Q
- - I > m
0 Z
in 0 n w _ _ m
W _'41-QDO
N
I
NZ�
ct Cr 1J-
Q m 0 OD 0
1
A
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
2017 RIGHT OF WAY LANDSCAPE MAINTENANCE
RFB 16 -009
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
_
|
!
,«
,!
2
41
■!
!■
-
a
!!
,■
!e
e!
!
!!
!Bn
.9,
F,
2i
n
a,
S.
!
0
_
|
gal PCMS
1117-- _ _
®® ® '�— ®F B ® ® B 1 2
® ® ® ® ®
AMIGO /WORK ® ® �- RIONT t WLE
®
LANE ® % /j/ / / /// ® p CLOSURE AHEAD
L/3 L SEE 2.0 SEC 2.0 SEC
Iiii f NOTE
FIELD LOCATE 1 MILE z IN
x
X x L s rs 1s B•z
ADVANCE OF LANE CLOSURE SIGNING.
48' 48'
ROAD
WORK
AHEAD N
48+ 48'
W20-1 W4-2(L)
48'
NOTES:
RIGHT LANE 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
CLOSED
LEGEND AHEAD 2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER.
48"
Di TEMPORARY SIGN LOCATION
3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE.
wze•sR
CO TRAFFIC SAFETY DRUM 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 10130' (FT)
(RECOMMENDED).
SEQUENTIAL ARROW SIGN SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
jDI�10/ TRANSPORTABLE ATTENUATOR 2D'(FT)'
[PC MS PORTABLE CHANGEABLE MESSAGE SIGN 6. ALL SIGNS ARE BLACK ON ORANGE.
NOT TO SCALE
FILE NAME S:IDeelan R PS SIASbndardalbPlan Shaer LIDnany101- P.blehed PSLNTC) Work Cone Traffic Con C -1) SI) / .Lam CbFDn A foD n MA
PROJM.Nne O . R• • • y.TC -341.
Plot
TIME 9:aA6 AM �
DATE 111912016 uaw WASH
PLOTTED BY Well AO TC3
DESIGNED BY s .»R. Washington State can
ENTERED BY p
toms= . Department of Transportation
CHECKED BY �'aar'a' - a
PROD. ENGR. ^ an TRAFFIC CONTROL PLAN Doan
REGIONAL ADM. REVISION DATE BY ......44 .w _ -
■
k
1
a
!
!i
■!
!■
n§§
!!
!!§
!e
e!
!!
!Bn
;&
2i
a,
S.
\\/
2 |$e
;,
g.•g-
gal PCMS
1117-- _ _
®® ® '�— ®F B ® ® B 1 2
® ® ® ® ®
AMIGO /WORK ® ® �- RIONT t WLE
®
LANE ® % /j/ / / /// ® p CLOSURE AHEAD
L/3 L SEE 2.0 SEC 2.0 SEC
Iiii f NOTE
FIELD LOCATE 1 MILE z IN
x
X x L s rs 1s B•z
ADVANCE OF LANE CLOSURE SIGNING.
48' 48'
ROAD
WORK
AHEAD N
48+ 48'
W20-1 W4-2(L)
48'
NOTES:
RIGHT LANE 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
CLOSED
LEGEND AHEAD 2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER.
48"
Di TEMPORARY SIGN LOCATION
3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE.
wze•sR
CO TRAFFIC SAFETY DRUM 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 10130' (FT)
(RECOMMENDED).
SEQUENTIAL ARROW SIGN SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
jDI�10/ TRANSPORTABLE ATTENUATOR 2D'(FT)'
[PC MS PORTABLE CHANGEABLE MESSAGE SIGN 6. ALL SIGNS ARE BLACK ON ORANGE.
NOT TO SCALE
FILE NAME S:IDeelan R PS SIASbndardalbPlan Shaer LIDnany101- P.blehed PSLNTC) Work Cone Traffic Con C -1) SI) / .Lam CbFDn A foD n MA
PROJM.Nne O . R• • • y.TC -341.
Plot
TIME 9:aA6 AM �
DATE 111912016 uaw WASH
PLOTTED BY Well AO TC3
DESIGNED BY s .»R. Washington State can
ENTERED BY p
toms= . Department of Transportation
CHECKED BY �'aar'a' - a
PROD. ENGR. ^ an TRAFFIC CONTROL PLAN Doan
REGIONAL ADM. REVISION DATE BY ......44 .w _ -
■
k
1
a
1
t
1
1
i
rc
2
8
MINIMUM TAPER LENGTH = L (feet)
SIGN SPACING = X (1)
°
Posted Speed (mph)
=oT
gg�
RURAL ROADS & URBAN ARTERIALS
25 MPH OR LESS 100': (2)
1S
f.
N
a
O
Zwz
=
w5°
U U
a
Ca
at - N
0
z
W
Z
}
Z> ce
I-a
~0
W
Z W
Z
W
U
G
Z
<
W
J0
J
W
-J
2. ALL SIGNS ARE
NOT TO SCALE
2
U
a
TRAFFIC CONTROL PLAN
a
0
30 FEET MIN.
TO
100 FEET MAX.
NO SPECIFIED
DISTANCE
REQUIRED
9
e
a
R DA
3UFFE
e
rg
_ AHE
TRANSPORTABLE ATTENUATOR
SHALL BE MOUNTED ON, OR ATTACHED
THAT COMPLIES WITH THE MANUFACTU
WEIGHT RANGE.
PROTECTIVE VEHICLE
MAY BE A WORK VEHICLE STRATEGIC('
THE WORK AREA.
R
L- SPEED (MPH)
LENGTH (feet)
NOT TO SCALE
2
U
a
TRAFFIC CONTROL PLAN
a
0
1
W
J
H
1
1
1
M)
0
a 0
. • y
• S
� k
o
V R
y
co
N
Sao
(
Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
t
- -
F
ni
As Needed '
y
As Needed
18. Additional Maintenance Labor
As requested in writing from the City I
1�
N
r
r
r
r
15. Trees, Shrubs and Ground Cover Beds
lit
As Needed 1 1 1
1 1 --
�i:I�r �.,l�.,i,.1..r�Il� f j(`I fi,. "i �:y. �^ I .111`1.,! "'',, 1l, "�rI prn;Ilrl.
�6?1 �� !�� Vii lll6!�tllhl��l�i� l4dfladP,111111[ � !��G�1p ;1b1I�� 111[II Ii ��I; yII�IIJ����i����l���" II?1111111I(16� :10111 u��illl l V!i�� IF ��h l�ti�l�i9a `�1�u11iIiI�I�jlll��a��l lily i�Ilg�� i�9�J�u�flllil��lll� !V�:11i���6�� II��� � �1�
CO
=
N
a-
N
W.
CO
MrCO
eTs
a-
.J
a-
CO
N
N
N
M
CO
N
N
N
CO
CO
N
N
N
CO
M
a-
a-
N
a- a-
CO
CO
CO
N
r
N
liii
a, m:rHp� 1
dA,i�;IWiuli;Iai h
-CO
SM
M
11111
N
Description of Work
0
C
O
2
Vegetation Elimination
Trimming
C CP
5)
w
Fertilize
Herbicide l
Rough Mow
Weeding and Litter Pickup I
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs I
Tree Pruning
Pre - emergent Herbicide
6A (Sweeping /Blowing
I 7A 'Litter Pickup/Windfall Debris 1
Extra Labor Hours
{111 111111 ril'' lailll1111111.1 11 11i1111
F Vt
m
4C
4D
4E
0
5A
5B 1
0
5E
L.L.
n
co
c o
RFB #17 -006
K: \STREETS \MAINT\ROW Landscape Maintenance \2017 - 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
N
3
o .a%
ca
o
:i
ra
N c
V
Q q a)
C
� y
C
w w
a)
Z�
C
Q V)
Frequency by Month (
U
W
-
Surfaces
As Needed
IA (Litter Pickup/Windfall Debris As Needed
,.,,iri.)d.:, n�;. i! ':Ili U ;'1� •- N; I' 'iN�' �lF ;qi;., haq -' iI // 'p; a,`,, .,j 'fF �I'i ' ii; :.,4h- ;un it (� '�i'' �:f Iii i mT i hfi
ui, I da,;. :,yi:':0 L ii:I"Itil r :Its 9i.iN,: .I 71::i:,,�1:, I I. il., �"tq it i I a. di, W ,i gnir ;..... .
,11111.1'; „� s v� ......: ,...,..... � ,ii i ,a , • ,ii,��� i. ��i gg.l�:al�:g , i�G.;�� I h n n� �I�1!il��;,i;��l.� ui� ; , ��,iEe ,�� u' 1�,� �. E; F7,1f, .'��uYitil�,il i��� �i �::in� :Iii;i!R,�11 > (,044 ;��g i i�, moihisi,i ,111411
As requested in writing from the City
JAN 1 FEB I MAR 1 APR I MAY 1 JUN 1 JUL 1 AUG 1 SEP 1 OCT I NOV
t
3
1-
r
r
r
, Shrubs and Ground Cover Beds
r
_ M
-
-
As Needed
IE
aT
'
:::::
M
N
N
N
M
M
N
N
N
M
t'
a
£3
_
—.
00
N
A-
N
r
.-
r-
r
l-
l-
ter.
IDescription of Work
C:
C
C
2
Vegetation Elimination
C)
C
E
.,
N
C
-0
W
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming _
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
C
C
C
m
Q
C
a
co
Weeds /Pre- emergent -
Extra Labor Hours
11 111, I", LUAI it !' i
otal Items of Work Per Month
QmUo
-1-
Tr
W
-1-
IlU
Tr
<mUaW
in in in U) In
u_
U)
Qm
CO CO
00
K:\STREETS\MAINT\ROW Landscape Maintenance \2017- 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
i
r
1
1
1
i
1
t
1
1
1
1
Frequency by Month
JAN 1 FEB I MAR I APR j MAY 1 JUN 1 JUL AUG 1 SEP I OCT I NOV 1 DEC I
7
1-
Z.
6A 'Sweeping /Blowing [ As Needed
As Needed
111 11 �i , 1��n�„.I J 11 1111 i i ' i '1;,n' "1' ' r 1 I I! ' (' �I i "IH .,lil f ii (P ' i Ili I'i '.i hiNl'I l;
I�I�IIIII�hIIVB1J�G���si��nl�, �` �, ��id1�I�IfI11I�iI11E l�,I�l,�if�l. ,., � 1 ,� I � I iLI��1N�( �f� ),G�I�������;Vl���i�l��l�l� I I ilk.:, : �,.:�',�
As requested in writing from the City
J
15. Trees, Shrubs and Ground Cover Beds
N
As Needed I
M
Mt
M
== V
N
•-
N
I� i� �" :,.y' Llli ii'tiii i VIII II 1911 I� qI. �I I iPN q�'lpt p� 11
:: ;.hi]il;liN� Iliii @'1111V 1011 i!� 1 Ilia 11 i N �IEil�allf n .:!
N
c-
U111II� P-'I-11 1111
I6B 'Weeds /Pre- emergent
gjM
Description of Work
o
2
Vegetation Elimination I
Trimming
m
C
.m
w
Fertilize
Herbicide '
Rough Mow I
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
jent Herbicide
7A Litter Pickup /Windfall Debris
i.111ii'I`�Illii! 7l(li,q;a r1; 1111'1111111111111'.7'i!ai:Ill.i VIlII
8. Additional Maintenance Labor
8A 'Extra Labor Hours
Total Items of Work Per Month
Q
I 4B
4C
4D
W
d-
LL
(9
.
'
..
<
If)
CO
to
OO
LO LO
W
in
11
L[)
RFB #17 -006
K ; \STREETS\MAINT\ROW Landscape Maintenance \2017- 20181RFB1BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
Frequency by Month
JAN I FEB I MAR I APR I MAY _ JUN I JUL J AUG 1 SEP I OCT I NOV I DEC
't
H
r
I 6A Sweeping /Blowing I As Needed I
=-
L
Z
0
ti
I 7A (Litter Pickup/Windfall Debris As Needed
jar: ":11 ^I I 7N11ui'I'. 1 "1 n t !a!ry1111111 1 tli u' I r' !fi'!'rv- ',7 ?M; ":.1'ym,l r ryn' y7'n,n 1' 1; Rah 1 I!!! i!1 ^;I¢!j; 11 p�!v„ 'till fl mil' I'I! �I;i'1 In �: 1 ii ,ra 'I I, i¢J i ;iu, '
f i [ �' ! f 1 I i ' l ,`� .1 , ., .il 'SI�� 1 h 1 I. 1 i !! I h �:[. ..1.7,,.1 I ml l ¢h!
I,..,,. h „1, 4 IG !11., ,I ,1111, 1 , If ,� 17.1 ,1.1 !7G 1 6„ 1141 I ,I
a,•..I I 'u i 1111.��.�.>L!,�! af. .I 1.I '�u I:.1 .111!�;i 111ry !p g�,�ii' ryq'�g.1^g11,.1 111,1!1,: hl � 1111111 n 111, � I1;,!II
vl `i ,:. .,''1•, 'I- 1: II I�I�I''�NI(I G�1,;!1�!!il l�wsr�,4atll'rIW�IWGI f111ilYU6lI1. I�, III�G! N! IIHII! �Ii9�L1! LIy�,�G!,i..�,,:hdGly�l,llia'� � ( III:! N•�IINIILL.��I�Mtl�:1%��u,!i!.al it „G,: ���L!�!!if�Illi llhll!'l!: ,:.I�In 11a 11Li.li 1 +,f, 1'! ��II1;. INi, I!; I!�!
I�LII��: �. 11 � �1 � ! L uu 1 � � ! � ,l>GI !III �I !I!i II .�
8. Additional Maintenance Labor
ETA
r
r
r
r
r
r
r
wg
='r
N
r
r
r
N
N
r
As Needed
CO
r
r
r
r
r(
N
IE
r_
-
=-
MN(N
N
M
N
r
7-7-‘-.
lf)
M
N
N
N
M
N
r
r
As requested in writin!
M
N
N
N
CO
N
r
CO
r
r
N
r
r
CO
N
r
r
M
r
r
r
CO
jl 11 lnl':18�If Iillli11 �
N
r
r
II Nlll 11
I 6B IWeeds /Pre - emergent I _
==
-'
N
r
r
r
N
r
r
r
r
r
r
=
N
N-
=
IDescription of Work I
of
•o
2
Vegetation Elimination I
Cr)
C
E
IE
I-
Edging
Fertilize
Herbicide
Rough Mow
(Weeding and Litter Pickup
'Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
I 8A lExtra Labor Hours
Total Items of Work Per Month
v
m
-
I 4F
I 5A
m
0
I 5E
K:\STREETS \MAINT \ROW Landscape Maintenance\2017- 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
1
i
1
1
1
i
1
1
1
t
1
r
Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
7
I—
r
r
16.1ard Surfaces
As Needed
I 7A I Litter PickupNVindfall Debris As Needed
di 1,11111-1 111111111110.1rahill1111111,111,i( . if' I 111,4,11111111: I 90.r.11,,11.,.11.1711111111111,111.11.1111111,1 ',111j111 !ilt11111111i1!1)111111D 11113111111'lli.,'.11nr , I
_
If
N
CO
A--
r
r
r
r
r
r
r r
N
r
As Needed
r
r
IMINMENNWIIIMI111119511131 Venn KM 11011111111110,
M
N
N N
M
r
CO
N
N N
M
r
As requested in writinc
:::::
r
-- M
r
r
M r
r r
M
011111111
r
r
00
M
_,__= C
r
r r
N
r
r
r
r
r
r
Description of Work
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
ih Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre-emergent Herbicide
'Sweeping/Blowing
1Weeds/Pre-emergent
Extra Labor Hours
Total Items of Work Per Month
QCoOO
V V V -1-
W LLV
V .:1'
<oociow
in
LL
Qm
CD
(D
N
RFB #17-006
K:\STREETS\MAINT\ROW Landscape Maintenance \2017-2018 \RFB \BID SCHEDULE-ROW Landscape Maintenance 2017-2018
Frequency by Month '
14. Turf _ --
N
CO
0
c
o E
N
ca
Surfaces
As Needed
I 7A Litter Pickup /Windfall Debris L As Needed
�: t =' I 1 f In I
r ne� 1f I 1. p h Y 7 I �I .4 :>tl I.. t l I I I�
=nt •�NI :: I" i '1' :� `i`I'i �_��.. ;:I 1 h f 1 I . I�R =�:.1 I 1 � la i�
us I �� It.:l:. �:tiul t n....t e Ids I`�: I, �. I. u II I' . LI .N...
u 'III r. w.. G' I. .I:. =,1. t i
= =gym I I I I
I I. a .t :@ : L..
ia�a: : l :L. . P. I :
u la I I I. � R t I t i I f'�.,:
tl. ::�: i. Ott �:::. s t t I I "N I
;:II.. �"ul =::a 1 ,Il:,::::::nl.. ' „I :t 0 ,:�. i I I ��, I ':�1 t.:
1. t: ...1: t 1 m I= I n..: :i � I� ::� =I . r I � � � tl: : ,, ' :I '�
..I. II I I. I t I :I :.�: .1 .� I�`h.= I!:, I � ( �.�. I u :I� ! :F
i . L,. :I � t� I I II .I .I, :.,..: i . >II .I ! : hh 111 I Itl y i 1 h = I I: h , I I! ,IVJI t�.:t a I i = , . I= t =,�:,
I:I:.. y il... U: ::I= �. I t �. .,I 11 :,.f .tNtl.�t:I�...:...;J �1 Ct. i�( il�iYlll:, ����u�, l,:, >Ilt�al.:�.l4�.:�l:l:tl:�l�: , �I�1 =.I i � Nl ltl l���nmlfllfl IIIIN =1.Nt6 �,:� :.:l.l.,l.tN:t�.::u:� �,�.::,:��u. �� �i�i 1� t� :III �III:Ij�,I�IICIr
:= SIN; 4t1' IgRy�f+ xf1 11t�il� :ili!IIu,N�;;l':i611!:u�ILFl:r tlll..l l:ll�i:Jalllllu.l I�1!::.Ill.l.�lrll,�,:,�.., 1=v., ..IA.r�:�M�!'. Iu �LJI II 1 1 Iq IIIl nt llltl�- I:r�. =.
8. Additional Maintenance Labor
As requested in writing from the City
=
_
=
_
(Q
r
CV
N
x-
CO
Op
r
r
=
r
r
r
N
r
r
=
N
r
As Needed
r
M
r
r
r
r
-4
-.f_7
N
N
N
rr
N
N
ia
N
r
't
N
r
<-
r
N
r
r
M
r
r
N
r
r
N
r
r
r
-
r
r
c
C
>
o
Vegetation Elimination
E
H
Edging
Fertilize
Herbicide
Rough Mow -
=
-
va
_-
_
='s
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre- emergent Herbicide
6A Sweeping /Blowing I
I 8A 'Extra Labor Hours
1
To tal m
ites of Work Per Month
I6B IWeeds /Pre -emerg
..`1C-
co
I 4C
I 4E I
I 4F
LQmU
f- u) IO u)
. . it)
G9
wu
to LO
K: \STREETS \MAINT\ROW Landscape Maintenance \2017- 2018 \ RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
1
1
i
1
i
1
1
Frequency by Month
JAN I FEB I MAR I APR I MAY 1 JUN 1 JUL I AUG 1 SEP I OCT I NOV I DEC I
t
3
F-
As Needed
M
'
(Ni
1-
CO
-
8A Extra Labor Hours As re•uested in writin. from the Cit
I i'11V MR 1 [1
CO
N
N
N
M
CO
N
N
N
M
�—
CO
N
N
N
M
�—
r
N
<—
-
M
M
1
r
r
11111H111111111111111
M1111111,111114
411111111.
iIIfli
<—
N
Description of Work
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre-emergent Herbicide
Surfaces
Sweeping/Blowing
Weeds/Pre-emergent
iI
onmummom
Litter Picku./Windfall Debris
'11111.1111 1114 11111111111416LL, ,
z
Tr
CO ooL1Ju_0
�Tr
R
V V v
¢mUOwu_
If) LC) tnLci LC) U)
RFB #17-006
K:\STREETS\MANflfOW Landscape Maintenance\2017-2018 \RFS \BID SCHEDULE-ROW Landscape Maintenance 2017-2018
Frequency by Month
t
3Q
Hd-
As Needed
I 7A ILitter Pickup/Windfall Debris I As Needed
8. Additional Maintenance Labor
As requested in writing from the City
_
_-M•
-
M
N
,-
As Needed
a-
r
N
a
N
a-
N
r
N
A-
r
�i
11 iUII imiili111
J �it!l'illaii�i�i6i �!u
I-
r
r
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
I Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide J
6A Sweeping /Blowing
I6B IWeeds /Pre- emergent
t
- -.+•
= =0
I 8A i Extra Labor Hours 1
(,: Tri.r !�
I 4hiA'N�:: �t�7,14
Total Items of Work Per Month
COUD W
d- vv�
4F
I 4G
Qm0
LC)
LC) tn
I a5
W L_
LOU)
K: \STREETS\MAINT\ROW Landscape Maintenance12017- 20181RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
e
1
i
1
Frequency by Month
JAN I FEB I MAR I APR I MAY I JUN I JUL I AUG I SEP I OCT I NOV I DEC I
t
3<c000WLLU`
H'
I 7A 'Litter Pickup/Windfall Debris 1 As Needed 1
As requested in writing from the City
N
0)
r
r
In
r
P
O
r
M
r'
r
1.--
r
e-
r
1-
Nr
O
-' to
N
r
r
r
r
r
r
r
r
r
18. Additional Maintenance Labor
N
r
r
r
N
N
r
r
As Needed
IIRMINI1111111111111111113111111111111111111111111111111111II I 111111111I I III 1 1i!II Ill[
As Needed
1
11111340111.111:1141101111111111E112111111111111111
M
r
r
r
r
r
CO
N
r
r
CO
N
CV
CV
M
N
r
r
CO
N
N
N
CO
N
r
r
M
N
N
N
CO
N
r
r
M
T.
•
(N
r
r
M
N
r
r
M
r
r
r
M
N
r
r
r
N
r
r
r
N
t.jirr/hI/ ill If f
r
r
<-
111111111"
r
r
r
r
r
r
r
IDescription of Work
Mowing
Vegetation Elimination
0)
C
Ear
• -
H
�.N
V
W
a)
u_
Herbicide
h Mow
Weeding and Litter Pickup
Edging Ground Cover
1Vegetation Trimming
Trimming Shrubs
Tree Pruning
'Pre-emergent Herbicide
6111111111111111111 MOW
surfaces
Sweeping/Blowing
Weeds/Pre-emergent
NM III1I 11111 .11111 riiIl. V111111111 fliiIIIIIIlIL
I 8A lExtra Labor Hours
• • Aild",41111
Total Items of Work Per Month
V
V
v
v
v Cr v
<
LO
co
Ln
o
LC) In
I 5E
u_
t)
Z CS
KASTREETS \MAINT\ ROW Landscape Maintenanc,e12017-2018 \RFB\BID SCHEDULE-ROW Landscape Maintenance 2017-2018
RFB #17-006
Annual Maintenance Schedule fo
S 342nd Street (Library Lane
Frequency by Month
Description of Work
JAN IFEB I MAR _I APR I MAY 1 JUN [ JUL 1 AUG I SEP I OCT _I NOV 1 DEC
4. Turf
4A Mowing
4B Vegetation Elimination _ _
4C Trimmini _
4D Edging _
4E Fertilize
4F Herbicide _ _
4G Rouih Mow I:I il :*;1: Atafft1111411 IMIDAA'r, ,1,--I;.,1:■:, iv ill i 10'11711110:11011,1Fovvp1T1
IIIIIINA401111111ROWL, 0 ItligVille lq,111 a 41'011141'11111'041 ili114:111. kV, :1111 160'1114:. 0. 11[1. !.::!ikili,., 1 01..,.11.1 il.,...,,, A og.go 11.1:,11. i mot .,:kalatutgkot lit i .01 Ili, 4,441,11,mm 6Nwhivamiplorvilh,.:iiiii,
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
_
5C Vegetation Trimming 1 1 1 1
5D Trimming_Shrubs
5E Tree Pruning 1 - As Needed 1
5F Pre-emer•ent Herbicide 1 1 1
!111}11,1,11„NEfigpfiliffrilinfi1fiEl1 ENEEE111111111111t1IIIIREBENEREI illllintE111111111111111111 i . '- -., tll 114E1 I lit l!'111:041REEN1111111111111111111114111111111111EEN111011111111111,!1,,,I114
6. Hard Surfaces
6A Sweeping/Blowing As Needed
6B Weeds/Pre-emerient 1 1
111111111101illiiililillilliiIMPilillilltliNliiilliiilliiililillliiiiligilil'illilliiiillil'illIMIIIII:i' j,is),.;1113111111EMIEMIEE' 1:il_iiii,41111,1i1IP,Irilli ,IL:r MILLI III (111,1flifEEZIRREEtaliglogilleiv 11.11;Jli ir iii111,1;111111,110101 ,Ilolowollimp:Iinelikimmiktilio..iii4;.1
7. Other
7A Litter Picku •/Windfall Debris As Needed
loillia;,WikillilliqillililililiKtl', VIII E iffleitd '.'iii 41'411:41.10,1iirlafToPhilraWRIZILIEr.r,111111-1,,N,6110110,1whilicidglimPingoliop
8. Additional Maintenance Labor
8A Extra Labor Hours As re•uested in writin• from the Ci
fhiNtitNIIIIIIIIINCIliellil:41I.,iiIiN1111111111111e:.!ii. 1.1');10,1414i$110,101011101101190.iii311.1191141111110
Total Items of Work Per Month 1 1 3 4 5 4 5 3 4 3 5 1
IMO
‚II'
IMF
II fir
Ell
O
to
J
a)
t)
C
t0
C
co
C
co
2
K:\STREETS\MAINT\ROW Landscape Maintenance\2017-2018\RFB\BID SCHEDULE-ROW Landscape Maintenance 2017-2018
RFB #17-006
Frequency by Month I
FEB I FEB 1 MAR I APR I MAY J JUN I JUL I AUG I SEP I OCT I NOV I DEC
4. Turf I
r
r
N
m
o
7
C
R0
h
=
it. H
r
6. Hard Surfaces
As Needed
17. Other
I Litter Pickup/Windfall Debris I As Needed
=
M.
M
la
�1
®_
18. Additional Maintenance Labor
As requested in writing from the City
ii
r
r
r
N_
As Needed
M
r
r
r
r
r
CO
N
•
CO
N
N
N
CO
r
r
M
N
N
N
M
N
r
r
M
r
r
N
r
r
M
4
N
r
r
r
M
r
r
r
M
N
r
r
r
N
r
r
r
(N
a
r
r
r
r
r
o
=
r
Description of Work
Mowing
Vegetation Elimination
07
C
E
Edging
Fertilize
Herbicide
Rough Mow
=
—
Weeding and Litter Pickup I
Edging Ground Cover
Vegetation Trimming
1Trimming Shrubs I
Tree Pruning
lent Herbicide
I 6A (Sweeping /Blowing
I 6B I Weeds /Pre - emergent
I 8A (Extra Labor Hours
Total Items of Work Per Month
�'
co
V
�'
V'
I 5B
IC)
I as
10
I 5F I
VL I
RFB #17 -006
K: \STREETS \MAINT \ROW Landscape Maintenance1201 7- 20 1 81RFB1BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
Frequency by Month
JAN I FEB I MAR 1 APR I MAY I JUN 1 JUL 1 AUG I SEP 1 OCT I NOV 1 NOV
14. Turf
LI
5. Trees, Shrubs and Ground Cover Beds
As Needed
Litter Pickuo/Windfall Debris I As Needed
Iona! Maintenance Labor
As requested in writing from the City
N
r
r
r
—
CO
r
r
r
Tom.
N
r
r
r
As Needed
N
r
M
M
CO
N
N
N
M
r
M
N
N
N
M
r
CO
N
N
N
N
r
co
r
r
N
M
—
M
r
r
r
M
r
r Nd4 AS
r
N
r
r
r
N
==
—
N
Wa
r
r
a
o
m
6
N
Q
CO
I 6B I Weeds/Pre- emergent J
i
0
I
o
crs
J
T.
w
co
I ' i! p!i i i j li4 lin;i ill 6 idla !.i' Il,,lp "!lid pp iih °1:1"1,'1111101.g Ii�ill i'.
�� ,i i. iI �: .II ��� i•Jt n�u ���::
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
o
2
Vegetation Elimination
Trimming
c
a
w
Fertilize
Herbicide
Rough Mow
W
: =a
=
=-
Description of Work
Q
N-
■
<MOO W
IC) IC) 10 I() IC)
<
't
OOw1L
.1-
V
I 4G
_
' =
: \STREETS \MAINT\ROW Landscape Maintenance \2017 - 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
t
t
1
1
N
w
J
CO
H
1
1
Q)
i
r..
N
ti
C7
U)
C)
(/J
M
CD
U)
C)
Q
M
N
Frequency by Month
JAN I FEB _I MAR I APR I MAY JUN I JUL I AUG I SEP I OCT I NOV I DEC
1-
16. Hard Surfaces I
As Needed
17. Other
7A 'Litter Pickup /Windfall Debris As Needed
'4111114,1,1A .
.iI �I l! . I I1 , 4 !!,
As requested in writing from the City I
ES
MII
=V.-
As Needed 1
•--
l
N
,-
I
M
+II411111 i,Ir�f111!;pl!
IH!� ��ll r,�I�l I�! N:191i!
iiv
-
1
r_
1pnrrl IM
�
Description of Work
2
Vegetation Elimination
Trimming
- - - -- - - - --
.5
W
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
C
c
p
m
- m
C
U)
<0
I 6B fWeeds /Pre- emergent
I 8A 'Extra Labor Hours
_
-'-
Total Items of Work Per Month
d-md-d-d-�lW-�
Lom�LDInLC,
RFB #17 -006
K: \STREETS \MAINT\ROW Landscape Maintenance12017- 2018 \RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
TABLE 13
E
0
C)
0
V
i
ca
a)
d
0
CO
E
0
CD
a'
V'
0
d
Q.
ns
v
as
Cl)
.3
a)
C
r
C
w
0
r
a)
V
M
Frequency by Month U o
JAN I FEB I MAR I APR I MAY 1 JUN U JUL I AUG I SEP I OCT I NOV I DEC U
14. Turf U
,----;, Shrubs and Ground Cover Beds
----'--'--- U
—'-- U
Surfaces
As Needed U
I 7A Litter Pickup/Windfall Debris | As Needed U
liiiiili pi Illmi pip NO AP il en 144011 rli g "Milli RUMP NW IN ill PO iliM I
1 IP
8. Additional Maintenance Labor
� As resuested in writin. from the Cit
0)
M
6)
r
r
r
N
r
r
r
r
N
1
As Needed |
r
M
r
r
N
CO
r
r
N
r
r
N
r
r
CO
N
N
N
N
r
N
r
r
CO
N
N
N
N
r
r
M
N
N
N
N
r
r
co
r
r
N
�'
CO
r
r
r
N
r
r
r
N
r
r
r
N
r
r
N
r
r
r
r
I 'Extra |
IWeeding and Litter Pickup
|
Edaing Ground Cover
' |
-- |
VoontadonThmminn
- |
Trimming Shrubs .
Tree Pruning
- |
- |
Pre-emergent Herbicide
Sweeping/Blowing
Weeds/Pre-emergent
a
c
o
2
'Vegetation � |
BiminaUon
0)
.0
f`
cm
W
| |
.Fo�Uzo
|Herbicide
'Rough Mow
Total Items of Work Per Month
Description of Work
Qm
CO CO
<c7OO
LO LC) LO it)
W
it)
w
it)
<co
� V
O
V
W
-
u-
0
xASTnsers Mwwn ROW Landscape Maintenance 12onm1mnpammSCHEDULE-ROW Landscape Mainten nce 2017-2018
RFB #17-006
1
t
1
1
TABLE 14
1
w
w
gt
CD ▪ (NI
O
N
a�
k 0
cu
V
M
w co
V
C
c
C
• V
a
Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
k
3
1-
1Sweeping/Blowing I As Needed
Litter Pickup/Windfall Debris I As Needed
11111,,1101111,1.1111,1111,10111111111ineptmoillialiprii 711,111110111iPliit"11111111111111111 111111'1;1'1' '21111111:1"11191111111.,1 1.11"11"11.'11111111 ' 13111111111111111A1111111111111111111101 .11.111111 -111' 1111;,11.1 hi.1,,',11,11i1,1111,1.11 11,1111111 ,1;,1111,1i1
As requested in writing from the City
r
r
r
N
r
r
r
r
::::
15. Trees, Shrubs and Ground Cover Beds The items listed below will be added in 2011.
As Needed 1
I-
r
N
r
N-
CO
N
N
N
CO
N
N
(N
N
r
r
M
N
N
N
M
r
r
N
r
r
N
r
r
r�
oggit lllllllllllllllllllll
M
r
r
r
N
r
r
r
J1,1111111111111111111111111111111i
N
r
r
r
I-
r
r
N
r
r
r
r
r
Weeds/Pre-emergent
N
Description of Work
Mowing
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre-emergent Herbicide
Fertilizer
Extra Labor Hours
Total Items of Work Per Month
<
V'
V
OOwu
d' V'
-(D
d' -
<
LI)
Ca
LI)
O
LO
ag
WLL
LI) IC)
(D
Li)
Qm
CID
CID
Q
N
Q
00
RFB #17-006
K:\5TREETS\MAINT\ROW Landscape Maintenance \2017-20181RF131131D SCHEDULE-ROW Landscape Maintenance 2017-2018
Frequency by Month
JAN I FEB I MAR 1 APR I MAY 1 JUN 1 JUL I AUG I SEP I OCT I NOV I DEC
H
v
Shrubs and Ground Cover Beds
Surfaces
I 6A I Sweeping/Blowing As Needed
7. Other
p /Windfall Debris As Needed
8. Additional Maintenance Labor I
I 8A I Extra Labor Hours _ As requested in writing from the City
Total Items of Work Per Month 2 ( 7 t 8 I 11 I 15 I_ 13 I 14 I 14 j 13 I 11 I 9 I 2 I
r
r
r
N
r
r
r
r
r
r
As Needed
r
r
r
(N
r
r
N
r
N-
CO
N
N
N
N
r
r
CO
N
N
N
N
r
r
CO
N
N
N
N
r
r
r
r
N
r
r
N
r
r
r
r
r
N
r
N-
N.--
r
N
r
r
r
N
r
r
6B Weeds /Pre - emergent
Description of Work
C
C
o
Vegetation Elimination
Trimming
C
a
w
Fertilize _ 1
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
Fertilizer
v
CO
v
I 4E
r v
ic
I 5B
a in
in
�
K: \STREETS \MAINT\ROW Landscape Maintenance12 01 7- 2 01 81RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
t
1
co 1
TABLE 16
1
1
Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
t
=Qo000
I—
15. Trees, Shrubs and Ground Cover Beds
r
6. Hard Surfaces
As Needed
I 7A 'Litter Pickup/Windfall Debris I As Needed
1,„;11 eljEthrighl,,,111,11, ET ;f1! ", 111';',1,',11 1q1',1111r,111011;,!INIJ 1111111111110111111"IN olfiTeg 11111111h1g11011111'111111.1T,'Ldliiiiii11111111firlitilt Ililli EMI! iliiii,;11,111.11111MVItisi II
As requested in writing from the City
r
r
r
N
r
r
1-
r
- --
MN
..
r
.-
r
N
N
r
r
As Needed
r
r
N
r
r
N
r
r
r
1111111111110111,11111111111111111111111110111111111MUININIHNIVIIIIIIIIIIIIININIAtilig
CO
N
r
r
r
::::
N
r
r
::::::
N
M
r
r
r
N
r
r
r
= OD
--_ N-
N
r
r
r
N
r
r
r
N
r
r
r
r
Sweeping/Blowing
IWeeds/Pre-emergent
N
Description of Work
Mowing
Vegetation Elimination
�r
H
Edging
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre-emergent Herbicide
�_
N
•
cll
LL
I 8A 'Extra Labor Hours
Total Items of Work Per Month
d' 7-
V
V
W
LL_O
V
F 5A
ODOOW
U) t..0 U) LO
L-0
tl)
to
Qm
CO
(D
RFB #17-006
K:\STREETS\MAlNT\fOW Landscape Maintenance\2017-2018\RFB \BID SCHEDULE-ROW Landscape Maintenance 2017-2018
TABLE 17
F
*k
4)
O
Q.
4▪ )
C▪ .)
V 4)
RS
w
c
Ztt
! Frequency by Month I
JAN I FEB I MAR I APR I MAY I JUN I JUL I AUG I SEP I OCT I NOV I DEC
I—
v
T-
Sweeping /Blowing I _ As Needed I
I 7A (Litter Pickup/Windfall Debris I As Needed
As requested in writing from the City
_
~M
N
r
r
r
r
A-
r
r
As Needed
CO
r
r
N
I
-
-
CO
r
r
N
r-
r
N
r
,-
r
,-
r
C\1,--
r
r
M
N
N
N
N
r
r
M
N
N
N
—'M
F
In
N
r
r
M
N
N
N
r
'z.
N
r
r
r
CO
r
r
N
r
r
N
r
r.
11111111111111 111111
CO
r
r
r
Weeds /Pre - emergent I
N
r
r
r
N
r
r
r
r
ional Maintenance Labor
Extra Labor Hours
lIli;lll igl111i;1r,lll, ! ;IV 1' i
otal Items of Work Per Month
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
[Trimming Shrubs
C
0
I-
Pre - emergent Herbicide I
L
C
0
2
Vegetation Elimination I
E
f `-
Edging
Fertilize
Herbicide
Rough Mow
Description of Work
I¢
_
co
¢m,=;"
co co
I.-
w
=¢mU0w�C7
= O
v'`
¢mOOwLC7
in in Ln In
�n in
in
'- v
v
v v
K: \STREETS \MAINT\ROW Landscape Maintenance\2017- 2018\RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
t
Fri
0
a)
co 10
0
0 y
V. N,
� � 3
w 0Y
R
O M V d
0 V . U)
a.
0 C) C
CO 3 0 E a
W .0
CO 0 O CD
'C
F" V M y N
C y
C V) C C
0 � M E
3 y a0
D
o C
Frequency by Month
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
3Qm0❑W
F-
A-
-
�5. Trees, Shrubs and Ground Cover Beds
r
Sweeping /Blowing I As Needed
Weeds /Pre- emergent I I 1 1 1 I I I I
I.,11.! 1 1 lI1'
'I U l. ',.: '. h i::I1111 i1 1 !1i 1I. 11 !: 1! I.. .6l, . .1 i s :: 11 4d11 NI 1 I ' Iul I IU'I !:iy 1I 4u ' iY I,!I I j i l' GINa I I I!li 1+ I:lij l: 4 fl: !i'I! �' 11' t i :g l I !F I I{ 11I 11i l! � V ry ' I[1 li N.l, Il'!�i4 i Pr � i I!I1 i i !'T 4,:� ,II!1I1 'il + ,n ::: t t�! ' �iii 1:I1i !!: . ::I' ::
i�' I l !li1x'1 1 + . 1i' '
ul ,!!x '(ih. �1 l aI
4
I I 4
1. I
I 7A (Litter Pickug/Windfall Debris As Needed
18. Additional Maintenance Labor
r
N•-••
r
_ --
N
r
r
r
r
Ch
r
r
N
N
r
r
As Needed
r
r
C+')
r
r
N
r
r
N
r
r
CO
N
N
N
Mgi
CV
r
r
r
I 8A lExtra Labor Hours I As requested in writing from the City
�
CO
N
N
N
r
r
Y-
N
r
r
CO
N
N
N
N
r
r
CO
r
r
N
r
r
=_
N
r
r
I!I�il.j151 Ial'�il`: I!I 1i :,l� �I l fl,i.l4ii1 .11ti ' Pt I1 ' ILIi11 l �..:.. ;' .u1.1161u aeiil illw i I lul',�,'I t''I :aili !,
liu:.:
Total Items of Work Per Month 2 7 8 11 15
C`)
r
r
r
-
N
r
r
r
ul11111 111 ilillGlillll l ?I
N
r
r
r
N
r
A-
r
- -=
N
r
r
Description of Work
Mowing I
Vegetation Elimination
Trimming
Edging
Fertilize
Herbicide I
Rough Mow I
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
Fertilizer
V
d-
d- d- d-
Li-
d-
-IJ
0
tt s- T
<COU❑Ww
tC) Cf') Lo U) Cf) LC)
0
in
•:::C
CO
on
(0
RFB #17 -006
K: \STREETS \MAINTIROW Landscape Maintenance12017- 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
U)
a)
w�
*c7)a
r
1 CO 0
0 0
L
W .= y =
Z
CD co 03
C y O
c V j
C CO C))
= V
C
Q co H
a.
Itt
Frequency by Month
JAN I FEB 1 MAR 1 APR I MAY I JUN I JUL 1 AUG I SEP 1 OCT I NOV 1 DEC I
14. Turf
15. Trees, Shrubs and Ground Cover Beds
As Needed
I 7A ILitter Pickup /Windfall Debris ( As Needed
I8 Additional Maintenance Labor I
I 8A I Extra Labor Hours I As requested in writing from the City
M
r
.-
N
As Needed
r
r
r
N
r
r
Ott.: ��:o !...ti '!3 .i! T t.::i .li Ligtl. L!I h!y i ! : I .iilil . w`d I,,� ,. hIl�il ll c t .'i il'0d
�IIIGI170U Wyk i��:l:�y ":n „1,1M1 ' ..I� �::hi o,:In �I` !i, �;i ��i y. �. :s.:�: h1��41i1.�i .1.. . °` ua iU��II'�Uih:���u�i1661.n�,I�n. iA�a:II�:1.�nu�IL:.L ILo�J �:e,.L.iu.i�.., �; 1. ,: .hi���LuI�1�ai..v,.,J,.:aN vrG: lr;,,lbwi� ,�:.�.IG i; ... ,I����
Total Items of Work Per Month 1 2 6 7 11 9 11 9 10
co
N
N
N
M
N
N
N
r
M
N
N
N
M
r
r
N
r
r
M
r
r
r
N
r
r
r
Description of Work
c
o
Vegetation Elimination
•
E
E
`
a
Q
w
Fertilize
Herbicide
0
2
a
D
(°
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
bulnno18/buloaaMS
Weeds /Pre- emergent
<COUOww(D
vvvvvv•cl-
<CO
U) U)
I 5C
Ow
U) U)
LL
10
QCC)
CD CD
K: \STREETS \MAINT\ROW Landscape Maintenance \2017 - 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
1
1
1
1
1
y
N
M
0
co
vi
m
Q
N
Frequency by Month
JAN 1 FEB I MAR APR 1 MAY I JUN 1 JUL 1 AUG 1 SEP 1 OCT 1 NOV 1 DEC
t
7
I—
r
r
=_
As Needed
7A 'Litter Pickup/Windfall Debris I As Needed
=
M
r
r
r
r
r
r
r
r
r
16. Hard Surfaces
I7. Other
8. Additional Maintenance Labor
uested in writing from the City
N
r
r
r
N
N
r
r
As Needed
:::::
i
N
r
r
r~
N
r
r
r
M
N
N
N
M
N
r
r
E
_=
7.
r
r
CO
N
N
N
M
N
r
r
r
r
r
N
M
N
r
r
M
r
r
r
M
N
r
r
r
N
r
r
r
N
r
r
r
_ O
s M
r
r
r
r
r
r
r
r
Description of Work
Mowing
Vegetation Elimination
0)
C_
E
H
Edging
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning I
Pre - emergent Herbicide
C
0
CO
C
N
s
U)
Q
co
I8A lExtra Labor Hours
Total Items of Work Per Month
I 6B Weeds /Pre -emerg
QCO0❑Lil
vvvvvd"
II_
0
•71*
vs
COU
u) U)
❑LL
U) U)
IL
U)
RFB #17 -006
K: \STREETS \MAINT\ROW Landscape Maintenance120 1 7- 2 01 81RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
Frequency by Month
Jan I FEB I MAR I APR 1 MAY I JUN I JUL I AUG 1 SEP 1 OCT I NOV 1 DEC
14. Turf 1
r
15: Trees, Shrubs and Ground Cover Beds 1
co
=
CO
As Needed
:.'
..+
0
.
I 7A ILitter Pickup/Windfall Debris I As Needed
18: Additional Maintenance Labor
As requested in writing from the City
r
r
r
r
r
r
=M
N
r
r
As Needed
CO
r
r
r
r
r
r
r
M
N
N
N
M
r
£ -s_`7.
M
M
N
N
N
C)
r
r
—
'i L0
M
N
N
N
M
r
—
M
r
r
N
r
r
M
r
r
r�
a
I
s-
r
r
CO
r
r
r
M
r
r
proqiitinoR
N
r
r
r
— CO
CO
-
r
r
r
c
E
N
t
a-
k;T
=.
* -;
..
Description of Work
o
Veaetation Elimination
c)
F—
c
W
Fertilize
Herbicide
lh Mow
Weeding and Litter Pickup
Edging Ground Cover
Veaetation Trimming
`
(J.)
c
H
Tree Pruning
Pre-emergent Herbicide
ISweepina/Blowing
I 8A lExtra Labor Hours
IrlIllibilidi1011,11111611111111111101.1;511114.1111111'!*1941,111111411111111Ullikkill'.
Total Items of Work Per Month
<
V
on
o
'Cr
o
'
W
'V'
u-
'r
(7
-
Q
UC)
CO U
to in
0
to
W
.0
LL = a
L0,.
Q
CO
m
CO
c ==
-_c=
_
K:\STREETS\MAINT\ROW Landscape Maintenance12017-2018\RFB\BID SCHEDULE-ROW Landscape Maintenance 2017-2018
RFB #17-006
1
1
1
1
1
S 317th Street,
Frequency by Month
JAN I FEB 1 MAR I APR 1 MAY _ JUN JUL _ AUG 1 SEP I OCT I NOV 1 DEC
14. Turf
r-
--
r
As Needed
I Litter Pickup/Windfall Debris I As Needed
tonal Maintenance Labor
As requested in writing from the City
_
r
r-
r-
r
r
r
-
CO
e-
e-
As Needed
e-
"
-
N
N
r-
M
N
r-
r-
e-
N
e-
e-
M
N
N
N
M
N
N
N
N
r
N
e-
CO
N
N
N
N
t
::::
CO
e-
%111111111111111111101
e-
r
e-
N
e-
e-
r-
N
•
e—
N
r-
•
Extra Labor Hours
1m I i 11lu'ir: uI N ij;�i �! 11 i111i di(c,I `'fil ,j�I Ii li ibi, l,10 1 1N r
d� .;�:i7irl,"' i,�� i�,ul Ii� i��i �;, J � �� ail,.., it
otal Items of Work Per Month
I 6A Sweeping /Blowing
6B (Weeds /Pre - emergent
Weeding and Litter Pickup
Edaina Ground Cover
CM
C
E u
E -2
H
c u)
o a
C
a .6 E
N
> 1-
Tree Pruning
Pre - emeraent Herbicide
c
C
2
Vegetation Elimination
Trimming
C
w
Fertilize
Herbicide
IRouah Mow
Description of Work
Q
N-
QooU0W
U7 IC)
If) U) If)
Il
IC)
<0]U0
W
V
11
V
C9
- =_
I_
V)
a)
I-
I-
K: \STREETS \MAINT\ROW Landscape Maintenance \2017 - 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
1
1
TABLE 24
1
q)
O
a`w
vt
cNI
Z
w 1- 0
c O w
Z▪ . PD
0. .
L c0 0
CD
O
C
Q y M
C) ▪ CD
w C
C.) itsa
N
• v
G
ca
w s
z�a
a
M
Q M 6.
Frequency by Month
JAN 1 FEB 1 MAR 1 APR 1 MAY 1 JUN 1 JUL 1 AUG 1 SEP 1 OCT 1 NOV 1 DEC
m
H
5. Trees, Shrubs and Ground Cover Beds
r
As Needed
17. Other
Litter Pickup/Windfall Debris As Needed
,,;'mrl° ! '� it I I iNUIi 1 q!M,i" ; li 1'!' II PI'' MNiI! !'i i'lip I'!IIN "!' !i!I I'I !! II' P'i� -i I IIN!IU .'! I'I!I li I ! �m-n I''' X411! ;�, r, ;
li '4.3,1 410111 111411 11111 111$11 1111 1 1 ! !,11,1,4. x,111111 II I i II I,�II II I IIII I 11 I ,! f I ,h !, i , 1 '1 11 I i .I !
I�1If111.!' s i.lr !il! II I��. isl.�rl!;1�.14!,�,1� 1 lli �„ 1�la,i,�i1�!III� 11 �!' 1,1111 ,11 i�liuryl�hlo�i..�`Igli I�J (1111. !!'V;. �lii!i 111, Ir1r111i1 !f!illli!!111i�1!`1:i�ll.i'�I i� 1 I !� lnl,k�11 l� ■1� i � w.' a II J 1 ri u. I ;LI�II.U� r1 i , (i nF.
As requested in writing from the City 1
rr
rr
r
r
N
r
As Needed I
�
.--
C,J
N
•
CO
N
N
N
N
r
CO
N
N
N
N
r'
CO
N
N
�
N
N
r
OA
iM
.- -r-N,-
I
r
r
r
r
<-
.-
6)
r
r
r
r
r
I
V
4
r
r
M
r
r
la
Description of Work
C
O
2
Vegetation Elimination
07
E
•C-C
F-
m
w
Fertilize
Herbicide
Rough Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
cent Herbicide
Sweeping /Blowing
Weeds /Pre - emergent
I 8A !Extra Labor Hours
I1,, iI l�
Total Items of Work Per Month
d•
co
d•
o
-71'
0
V'
w
V'
u_0
V
Q
I 5B
U
Ln
I a5
LU
Ili
LL
LC)
Qm
CO CO
\STREETS \MAINT\ROW Landscape Maintenance12017- 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
U
w
O
Z
F-
U
O
a
w
z
7
Q
S
cc
a
S
z
NOM
u
MEE
EMI,
IMO
NMI
MI"
•
O
0
C
E
W
C
O
\a)
a)
a)
N
LL
a)
O
2
L
LL
N
a)
CO
d
0
U
O
C7
lC
a)
a)
a)
a)
z
N
IS
m
Ir
Im
im
1
mor
NMI
MN
0
U
•
d
4)
C
a)
•
C
E
E
H
C
O
a)
.0
2
•
E
Tree Pruninc
Pre - emergent Herbicide
L
U)
m
7 QCoUDW LL (7 "i) QmOD W LL
F- v v v V V V' ' " I- 111 u) ▪ U) tf) U)
G
W
a)
a)
a)
m
N
z
N
O
C
a)
N±
a) _._.
U
-o
a)
a)
a)
z
N
Litter Pickuo/Windfall Debris
N-
a)
_C
O
3
N
O
CO
-J
O
(.)
C
to
C
a)
r
S
C
0
Extra Labor Hours
C
0
2
d
O
N
w
F-
K \STREETS \MAINT\ROW Landscape Maintenance\2017- 2018 \RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
CD
N
w
J
m
1
Frequency by Month
Jan I FEB 1 MAR I APR I MAY J JUN I JUL I AUG I SEP I OCT I NOV I DEC I
1-�m�
11011
I 6A Isweeping/Blowing As Needed
0
p/Windfall Debris I As Needed
..111 , 1;1 leilip,11101111141111111111111,11111111 11111 111111111 111111' 101111 11111i1 1Ji 011111.. 111111±,11 1111111 I ItIII 11111 llIII
I 8A I Extra Labor Hours As requested in writing from the City
N.
N-
O)
r
r
r
r
r
r r"
r
r
=
m
-
c3
M.
M
r
r
N
r
r
As Needed
0
0
M
r
r
N
r
r
N
r
�
M
N
N
N
',
N
r
M
M
CO
N
N
N
N
r
CO
N
N
N
N
r
'IL] ID 111411
Total Items of Work Per Month 2 3 8 9 I 13 13
M
,--c-
CV
r
r
N
r
M
r
r
r
FMB
r
r
r
N
r
r
r
r
r
r
r
r
0,1111111111111
r
lent
Description of Work
Mowing
Vegetation Elimination
m
Edging
Fertilize
Herbicide
lh Mow
1111111A.4l1i11m,b ,Im4I1 rmompormigq 4
ibs and Ground Cover Beds
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
FL
°d-��'
LomLO
°�
RFB #17-006
KASTREETS\MAINT\ROW Landscape Maintenance\2017-2018\RFB\BID SCHEDULE-ROW Landscape Maintenance 2017-2018
Frequency by Month
JAN I FEB I MAR I APR I MAY I JUN j JUL I AUG I SEP I OCT I NOV I DEC I
14. Turf -
5. Trees, Shrubs and Ground Cover Beds
7. Other
18. Additional Maintenance Labor _ 1
As requested in writin• from the Cit
0
o
CO
co
o
co
c0
co
oo
co
co
co
,-) co
co
o
=
co
CO
co
co
o0
co
co
co
co
co
co
I
co
o
0
IDescription of Work
Mowing
Vegetation Elimination _
II-
Fertilize
Herbicide
Rough Mow
=
=
=
=
-°
n
Y
ii
J
C
CO
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
,Tree Pruning
Pre- emergent Herbicide
I 6A Sweeping /Blowing
I 6B (Weeds /Pre- emergent
Litter Pickup /Windfall Debris
Irrigation System Startup
Monthly Testing
C
N
c
.§
C
C
O
3
_c
E
O
T
cn
c
o
-.m
cm
..m
C
.O
0
O
J
CO
m
0
C
O
N
N
11
0
Y
0
I 8A Extra Labor Hours
lTotal Items of Work Per Month
QmU❑UJU
dd-
d-
-0
d - d'd•d
j
QC000
cnLCi1.0LO
W
LC)
I1
LO
Qmmmm
N-•f---f---N-N-
\STREETS \MAINT \ROW Landscape Maintenance12017- 2018 \RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
1
1
1
a
m
w
a
z
Description of Work
t
H
14 -16 (Addendum #1)
11111 11!
HEE
NMI
10011-3
MEI0
111111
0)
0
0
U)
E
W
O
U)
a)
m
O)
m
D
W
Q CO C.) O W U 0
. V
N
a)
a)
m
a)
U
0
0
0
A
N
y
IMO
Ell
NM
NMI
C
C
z
a
a)
H
a)
.0
Ia)
C
Fl)
a)
a)
a
N
a)
a)
to W tl
— to u') it) In to
o)
0
Q]
m
C
m
3
Wgg
C
a)
a
E
d
d
F)
a)
a)
CO
CO CO
G)
t
N-
a
0
U
RFB #17 -006
Frequency by Month
JAN I FEB I MAR I APR I MAY I JUN U JUL I AUG I SEP I OCT I NOV I DEC I
14. Turf
Shrubs and Ground Cover Beds
M
N
N
N:
As requested in writing from the City
N
° N
M,
N
N
�W
N_
N'N
r
f
ffat
=
W
M
I 9A I Litter Pickup & Disposal - Select Areas 2 2 1 2 1 2 1
10. Additional Maintenance Labor
M
N
M.-
11i11111P1119111■111
I 7A I Litter Pickup/Windfall Debris
I 10A I Extra Labor Hours
111,11117""l.'" Ho; RN; lin IN
Sweeping/Blowing
Weeds/Pre-emergent
=_
s
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
-
ITrimming Shrubs
Tree Pruning
Pre-emergent Herbicide
Mowing
Vegetation Elimination
Trimming
"O
WLL
N
N
'Herbicide
Rough Mow
Description of Work
<
In
CO
In
CHOW
LO LO In
LL
LO
Q[0
CO CO
=__"-'
_s_
r
<caOOwLL
V dr V
Q'
dr dr
I 4G
\STREETS \MAINTAROW Landscape Maintenance \2017-2018 \RFB1 BID SCHEDULE-ROW Landscape Maintenance 2017-2018
RFB #17-006
1
1
1
1
1
1
1
Frequency by Month
Jan I FEB 1 MAR I APR I MAY I JUN 1 JUL I AUG I SEP I OCT I NOV I DEC
t
I-vmv
ei
15. Trees, Shrubs and Ground Cover Beds
I 6A 'Sweeping /Blowing As Needed
I 7A 'Litter Pickup/Windfall Debris As Needed
' ii I Ir I ir ! 11 I;I" x, FI t i l' I . 11111' ;:I1 ' II 11111111111 .,l y '1'1111:4'"I'771111111011111111/ - 1 : i .
, i� iI . " 1'" � . ivll � • I' '' ! !
Ii'i I ,1i i� I, II L !
8. Additional Maintenance Labor
I 8A 'Extra Labor Hours I As requested in writing from the City
=.
N
r
c-
N
As Needed
M
C-
-
N
l-
e-
N
I
r
�i!jl "jFljyly;i!i�li!iljlitii ?i !`I,`i (,4'!I'I IFI'i8'!I'II III'�l�l' ilhN'I il' � iill�ll i iI I L. :u ": ii ":Iii IY'ih ". "M1I'j' "P!i 'I I' I !plOill' I'I Pil it I " ilj y 'I'II ' III!!
4!; ,�I, I II,, IU,I :, I , �I u i i:lp! 111 �' IIh?�II INI ' 111 " 1f mku . ! :qli lum , q!I Ijl,:i 'III I: f �I iI i 1 .II
I � ! I ! F ''Fri 1't!�IIL "i1 6 �', 10:I:��il:;jIF17�i,ll.l 11. I: III 1, !1 11 Ii h:ih� � li l�i +r
CO
N
N
N
N
-
M
5 r
- 0)
MNNN
CO
N
N
N
N'
M
•-
e-
(N
I-
N-
N
M
j.b11!illliIM hill!!liII1
M
r
r
r
I
6B 'Weeds /Pre- emergent
���! I' 1, ii 'ikid!IIill;:!d:llpliiiI�IH�Q! rlkihll�iGlili ��4i
:
Total Items of Work Per Month I 2
Description of Work
Mowing
Vegetation Elimination I
Trimming
Edging
Fertilize I
Herbicide
Ih Mow
Weeding and Litter Pickup
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
v-
v�v
10m�inIn
RFB #17 -006
K: \STREETS\MAINT \ROW Landscape Maintenance\2017- 2018 \RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
ve-
V
•a)a
0a
a2
c
0L
a) 0
'0 W
w
C.)
v/
F- V
a)a
ra
w
M
Q
Frequency by Month
Jan 1 FEB I MAR I APR I MAY 1 JUN 1 JUL 1 AUG 1 SEP 1 OCT 1 NOV 1 DEC
t
H
r
I _ As Needed
L
L_
I 7A I Litter Pickup/Windfall Debris I As Needed
agy,'1,10dmilifoillIbillir.ohiroil.KrisT71:: • voi,„;
r
r
r
r
r
r
Cr)
r
r
N
!I
I
r
r
As Needed
-.
CO
r
r
N
r
r
N
r
()
N
N
N
N
r
r
C'')
N
N
N
N
r
1
As r- •uested in w
• •
3 8 9 13 13
:::
r
r
N
r
CO
r
r
r
r
r
r
1111111,111111
N
r
r
r
r
r
r
2
r
r
=
r
r
IDescription of Work
Er
2
Vegetation Elimination
C)
t
F-w
c
Fertilize
Herbicide
Rouah Mow
Weedina and Litter Pickup
Edaina Ground Cover
CJ)
C=
E
E.Q
~
C
O
a�
' >H
N
.
in
CJ
-
1
Tree Pruning
IPre-emeraent Herbicide
6
p
co Q
C
a
co
<
I 6B Weeds/Pre-emergent
=_
=
_ =
m
4r
t<C)
m
V)
C
)
co
o '
N
C)
N
U
C
Ca
C
a)
C
t0
0
W
J
a
W '
S
0
Cn
a
m
cCm '
U-
65
O
c";4
NNCO
a)
U
Co
a)
a.
8
(I)
a
co
0
H '
z
2
I-
W
W
H
RFB #117-006
1
1
N
N
CD m
In U
C
U C
C o
C N
•d
C y
Ri
j
N
In
RFB 17-006
Project #9
S 342nd St
Library Lane
Start I Insp.
Date Date
Trees, Shrubs and Ground Cover Beds
Hard Surfaces I
t
Litter Pickup /Windfall Debris
Litter Pickup and Disposal
Litter Pickup and Disposal
IGarbage & Recycle PU _
Project #8
S 336th St
1st Way S to 1 -5
Start
Date
Project #7
S 324th St
11 PIStol8 AveS
Insp
Date
i
Project #6
SW 320th St
1 -5 to Weyerhaeuser
Insp
Date
t
Project #5
SW 320th St
11 PIStol -5
i
Start
Date
Project #4
SW 320th St
47 Ave SW to 11th PI
Start
Date
Project #3A
S 312th St
24th to 28th
Insp.
Date
I
1
_
1
Project #3
' S 312th St
SR99 to 24th Ave S
t.'
Start
Date
N
s
C
it
S 312th St
15th to SR99
Start
Date
Project #1
S 288th St
SR 99 to I -5
Start
Date
MAINTENANCE ITEMS
Mowing
Vegetation Elimination
a,
c
E
• 1-
En
w
Fertilize
Herbicide
IRough Mow
y
Edging Ground Cover
I
Vegetation Trimming
Trimming Shrubs I
Tree Pruning
Pre - emergent Herbicide I
Sweeping /Blowing
Weeds /Pre- emergent
Litter Pickup /Windfall Debris _
Ilrrigation System Startup
Monthly Testing
IIrrigation System Shutdown and winterizing
Backftow Prevention Testing (31 Locations)
Start Date = Date work is to be done
Insp. Date = Date work is inspected by the City
E
E
U
K: \STREETS \MAINT\ROW Landscape Maintenance \2017- 2018 \ RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
Insp. Date = Date work is inspected by the City
U
K: \STREETS \MAINT\ROW Landscape Maintenance \2 01 7- 201 81RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
SR -99
S 340 to 5324
Insp
Date
Garbage & Recycle PU
Litter Pickup/Windfall Debris
Litter Pickup and Disposal
Litter Picks. and Disposal
Trees, Shrubs and Ground Cover Beds
a
u
0
i
SR -99
8324 to S310
Insp
Date
't
F--
Hard Surfaces
Other
to
m
'Q
a
C y
N
y
Insp
Date
I Project #15
N
¢ o
N =
Start
Date
L_ Project #14
SR -99
S 283 to 5272
Start
Date
Project #13
SR 161
S356 to SR99
Start
Date
N
d
O
EL
23rd Ave S
S324 to S316
Insp
Date
Project #11
S 356th St
21st Ave SW to 1st
Insp.
Dale
l._ Project #10
SW 340th I S 348th
Hoyt to 16 Ave
Insp
Date
MAINTENANCE ITEMS
O1
c
3
m
(Vegetation Elimination
W
C
E
E
H
m
m
W
Fertilize
Herbicide
Rough Mow
m
2
Edging Ground Cover
Vegetation Trimming I
Trimming Shrubs
U
C
N
Pre - emergent Herbicide
Sweeping /Blowing I
Weeds /Pre- emergent
Litter Pickup/Windfall Debris
Irrigation System Startup
Monthly Testing
Irrigation System Shutdown and winterizing
Backflow Prevention Testing (31 Locations)
Insp. Date = Date work is inspected by the City
U
K: \STREETS \MAINT\ROW Landscape Maintenance \2 01 7- 201 81RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
1
Via)
0. 0
3 U
U C
•
C O
C
C N
2
y 0
1
Project # 27
Irrigation System
Iasi)
Date
J
Project # 26
13th PL I S 330th
S324 to SR99
Start
Date
■
Project # 25
Roundabout
533rd Stand 38th
Ave S
Start
Date
f Project #24
S 333rd
Roundabout to S333
St
Trees, Shrubs and Ground Cover Beds
IHard Surfaces
`m
s
5
Garbage & Recycle PU I
Litter Pickup /Windfall Debris
litter Pickup and Disposal _
ILitter Pickup and Disposal
Start
Date
Project #23
S 317th St
28 Ave S Roundabou
Start
Date
I
Project #22
21st Ave S
S320 to S316
Start
Date
Project #21
21st Ave SW
SW356 to SW312
■
Start
Date
1
Project #20
1st Ave S
5356 to S312
t
F'-
■
Start
Date
Project #19
SR -99
S 356 to 5348
I
Start
Date
MAINTENANCE ITEMS
m
3
0
!Vegetation Elimination
C
E
E
F=
!Edging
a)
_
°
u..
Herbicide
IRough Mow
Weeding
Edging Ground Cover
Vegetation Trimming
Trimming Shrubs
Tree Pruning
Pre - emergent Herbicide
ISweeping /Blowing
Weeds /Pre- emergent I
ILitter Pickup/Windfall Debris 1 _
Irrigation System Startup
Monthly Testing
Irrigation System Shutdown and winterizing
IBackflow Prevention Testing (31 Locations)
c
g
2
3
0
insp. Date = Date work is inspected by the City
E
U
K: \STREETS\MAINT\ROW Landscape Maintenance \ 2017- 2018 \RFB\BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
It
RFB 17 -006
C C
a
—
N
N
a
CI
a
r P/U & Dispose
N
a`
Garbage 8 Recycle
c p
MAINTENANCE ITEMS
t
H
rn
0
rn
E
>_ H
0
- r
a
W LL
x
00
U
rn 5
W
rn
E
E
H
rn
rn
E
H
m 0)
a
H
E
CL
t
0
0
a.
0
a
a
H
rn
0
9
a
E
a
H
a
a
O
a
61
A
a
0.
C
J
w
0
7
Start Date = Date work is to be done
Insp. Date = Date work Is inspected by the City
K: \STREETS \MAINT\ROW Landscape Maintenance \2017 - 2018 \RFB \BID SCHEDULE -ROW Landscape Maintenance 2017 -2018
RFB #17 -006
General Map!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!"#$5
!"#$5
509
18
509
509
509
!"#$5
99
99
99
161
!"#$5
!O2
!O3
!O1
67T
HAVECT
E
66TH AVECT E1 ST CT E
1 ST CT NE
65TH AVE E2 ST CT E
3 R D S T CTE
68TH AVE E5TH ST E 70 AV E1 STCT EEMERALD ST
4TH AVE1ST ST E
1ST ST CT E
1ST ST E
EMERALD ST
FIR ST 11 AVBIRCH ST
COMETST
DIAMOND CT 21ST AVE CT21ST AVE CTFIR CT FIR CT EM E RAL D ST
COMET S TDIAMOND LP
DIAMONDLP28TH AVE SALDER ST MERIDIAN RD2 ST E
105 AV E104 AV E 107 AV CT E109 AVCT E
109 AV CT E111 AV E116 AV CT E117AVE
118 AV E4 ST E 51 AV SS 3 8 4 S T47 AV SS 382 ST
45 AV S44 AV S114 AV E110 AV CT E3 PL SW1 AV SWS 352 ST33 PL SW33PLSWPL
SW317
SW
11 PL SWSW
310 ST
311th CT KINGAR THUR289
LANCE LOT
GALA H AD
S290
ROSS WYS 331 ST 47 CT S52 AVE SS 318 PL51 CT S44TH
PLSS 275PL
S 277 PL
S 280 PL33AV S39 AV SS 301 PL
SWT
H
O
R
N
E
R
D
LINCOLN AVPORT OF TACOMA RD
MAXWELL WAYS
AMBER
A L D E R
263
28 AV SLN
RD
S 364 ST
S 315 ST
H A M P TON WY
E 11 STIN DIANTERNA N A IM OCT
TAYLOR WAY
KE NTCT
LINCOLN AV9AVSS 3 2 1 S T
20
W
Y
S
ALDER ST18AVS50PL33AV 291
S 301 ST28 PLS28 AV4328
3 PL 6PL SPLSW313STSW
51 NE RIDGEPL NES277 PL
STMARINE VIEW DRDR SMANCHESTERAVHIGHLANDAVS 376 ST
ALDER C T CT
CT
BALSA
CYPRESS
ALDE
RPL
BACCHANTCT
S 380 PL
B I RCHST
NORPOINT WY MI
LI
TARY RDMARINEVIEWDR WATER
S
T
N
ESW DASH P O IN T R D
SIDESTMANIOCTNAHAN EEASTBROWNSPOINTBLVDNERIDGENENO
R
P
OI
N
TWYNE5 AV SW
S 372 ST
39 AV S38 AV SS 279 S T
S 268 ST
15 PLS
276PLWOODMONTBEACHDRS 14 AV S15 AV S13 AV S13 AV S14PL S34 CT SPL1718 PL
PL309
16 PL12 AV SW21 AV SW21 AV SWSW335ST
323LN
9 AV SCAMELOTDRAGRA-VAINESIRAVA-LONPL
S 351
350
S 352 ST
S 350
ST
S 354 ST
S 350 ST
S 349 ST
45 AV S46 AV SS 352 ST38 AV S38 AV S42 AV SS
TSW 32751 PL SW50 CTS
W
49 PL
PL
330 CTSW
53 P
L
PL47AVSW328 PL
327 PL
48CTSW 327 PL49
CT
SW
SW 348 PL SW3 4 5
SW 347 ST
14 PL SW15 PL SW10PLSW3 4 7
11SW11 CTS W 345 P L
4 P
L
PL
SW 25 AV S11 PL SS 324 ST
S 336 ST
SR 18
28 AV S29 ST NE
S 280 ST
S 272 ST
PACIFIC HWY SS 320 STS 320 ST
S319 PL
G A TEWAYBLVD21AVSWSW 320 ST SW 320 ST
2
2A
V 1 AV SSW 312 ST
SW 320 ST
1 AV SS 320 ST
S 312 ST
OLYMPIC WY
SE M I NOLE LN
S 320 ST
INTERSTATE5INTERSTATE 5INTERSTATE 5AGUSTANATIONALLNTHEDUNES19
PL
S
S 333 ST5 AV S329LNLNLN
4
P
L
S
S 315 LN
S 316 LN
25 PL SS 317 ST INTERSTATE528 AV SMILITARYRDS S 299ST
301ST
302ST
303ST3PL2PLS 299 PL
1 PL2 AV299ST
300ST 3 AV S1PL2 CT301ST3 AV S299PL2 AV SW2 AVSW2 PL SWS 288
287S 287 ST
45 PL S25 ST NE
27 ST NE50 AV NE53 AV NE54 AV NE55 AV NE56 AV NE57 AV NE58 AV NE58 AV NECENTENNIAL52AVNE54 AV NE35
ST NE
36 11 PL SW11 PL12 AV SW12thSW 314 PL
SW 316 PLSW10 PLSW14WYSW2 LNSWSW 317 PL319 PL
SW 318 PL 14 AV SWS W 319 PL SW 3 1 2 P L
31825AVSW2
7
A
V
S
WPL
SWPL28PLSW
S W 3 1 4 ST
2
6
3
6
AVSWS T 40SW 325 S T45PL
329S T
CT
SW 340 PL
SW37 AVSW 342 ST
342PL
38 32 AV31 AVSW 341PL
PL
SW 339 STCT
SW 338 S T
3
2
302
29AVSCT29REDOND
O
WY
SS 288 ST S 288 STS 288 ST
S 288
G
A
WAI
NPL MERLYNEL A INE
SAGRAMORES 336 ST
PACIFICHWYS9AV
S
SWCAMPUSDR
1 AV SS 348 ST (SR 99)ENCHANTED PKWY1 AV SPACIFIC HWY SS 356 ST
NORTHWOODCTCEDARW
O
O
D
C
TS W 3 5 6 S T7AVSWSW 356 ST21 AV SWS
WCAMP US DR10AVSW SW330 S T
21 PL SW
(SR509)33AV SWS
W
DASHP
O
I
NT
RDS W D A SH PO IN TR D
48LN47LN47 AV SWSW3 2 0ST31 AV SW314 ST
316ST317ST317PL32 AV SWS W321S T
3 2 6ST
330 PL
H
O
Y
T
R
D
S
W
N O R THSH O RE PKWY HOYTRDS
WHO
Y
T
RD
SW 37 PLSW 340 ST
SW 344 ST 21 AV SW29 ST NE
8AVSW6AV7AVSWMERIONWY
WINGED FOOT WY
1 AV S21 AV SWSW310ST
S DASH POINT RD SDASHPOINTRD10 AV SR
E
DOND
O
WYSMILITARY RD SSTA
R L
K R
DSSTARLAKER
D
S 272 STS 272 ST
PACIFICHWYSPACIFICHWYS51 AV SS 288 ST
51 AV S314CT
51 AV SPEASLEYCANYONRDMILITARYRDSSTANFORD
53 PLNE28SW 350 PL
SW 350 ST
SW 351 ST
SW 350ST
SW 343 PL
28 PLSWSWSW26 PLSW31 CTCT 10AVS10AV10PLS
S 324PLST
S 332PLS330 S T
S 328 PL
S330PLS 3 2 9 P L1PLS S 3 2 71LNSW1
L
NSWS 325ST
S 321 ST
AV324S T
4
0PLSWS W 3 2 2 ST
43PL
42S W 325WY40CT
SW 328 PLCT
SW 328 ST
3
2
7P
L39AVS W
40 AVSWS
W328ST 327PL
C TSW 3 5 218 AVSW 349 PL17CT SW20 AV SW18 AV SW12 AV SW10 AV SW8AVSW6 AV SW(JOHNSON RD NE)
S 380 ST S 374CTS 3 7 6 S T2
5
P
L
S
14 AV16AV17 AV18 AV16AV17AV12AV13 AVTAYLOR WAY
4 ST
7 AV NE
6 ST NE
CT NE58 AV NE5 AVCOMET ST
BIRCH STBIRCH ST
NORPOINT WY NE 41PLS41WYS
40 AV SS 331 PL
42 AV SS330 PL
S329 ST
41 LN SSW 309 ST
SW 310 ST
SW 311 ST32 AV SW30 AV SW30 AV SW29CT SW52 NE
29
S W 325S T
S 3 7 9 S T 23PLS
3
4 P
L S
S 314 ST
333 CT
SW
325
20 PL SWS 354ST
41 AV S39 AV S39 AV SS 356 ST36 PL SS 356 ST
S 360 ST
S 362 ST
S 366 PL
S 364 PL S 365CT
53 CT NERIDGE23AVNE56ST
ORC
A
DRNEGA
LLEONDRNE
S
H
O
R
E
CL
I
F
F
DR41 ST
INVER
N
E
S
S
D
R NORTH SHORE BLVDLARCHMONTAVBLOSSOMDROAKM O NT ST
44 PL
S 268 ST
10 AV SS 270 ST
7 PL SS 2 7 0 S 270 ST
12 AV S8AVS16 PL SS 266PL
38 AV NE39 AV NE47 AV NENE
34
NE33 CT STONEGATE NECT NE42STNE
MEEKER
A
V
32 ST NE
30 ST NE 31 ST NE 335 CTST
S371
19WAYSPL
S372
17AVSS 373PL
18 AVSS37 0CTS371
19PLSS 374PL
S 370S T
20AVSMILITARYRDSC
ANTERBU R YLNSTRATFORDCT
MAN
C
HESTERWY
S336STHWY 18WEYERHAEUSER WAY SH W Y18WEYERHAEUSERWAYSM
ILIT
A
R
Y R
D
S 321 ST
MILITARY RD SMILITARY RDMARINEVIEWDR S10 AV SPACIFIC HWY SS 272 ST
16 AV S16 AV SM A R IN E VIEWS 349 ST
28 AV S28 AV S28 AV SE
N
C
H
A
N
T
E
D
P
K
WY
VIRG
I
NIACTHYLEBOS AV
HYLEBOSAVDOUGLAS
CT
S
O
U
T
H B
A
Y
D
R N
E DRNE
MAR
I
NEVI
E
WD
R
BROW
NS
POINT
B
L
V
D33 ST NE 33 ST NE
M A R I NE VIEWDR
McMURRAYRD
MARINEVIEW
DR
NORPOINTWYNEPACIFICHWYS(SR 99)13 AV S302ST
9AVSS 304 ST
S303 ST
S 302 ST
1 PL SS 304 PL2 AVS6 AV4 AV3 AV2 AV1PLPL
SW 313 ST 2 AV SW2 PL SW3AVSWS 2 9 8STS297P LS
3
0
1
ST 8 AV SS 296 PL13AVSS 295PL1
0 P
L S
9 P
L S
1
1
PL
S
S 299 PL8PL
S
8SW 316 ST
SW 317 PL
S 331 ST
S 327 ST
S 332 ST17 PL S18 PL SS 330 ST
PLS 322
S 330ST
S332ST
S328ST8 AV S9 AV SS 3 2 5
SW 335
PL
335ST
SW 332 PL
SW 331 PL
36 AV SW37 AV SWSW 335CT
36AV37AVSW 336 ST 37 PL SW38AVSW39AVSWST
S
PL301
302ST
S 304 ST
5AVSW4AVSW3AVSW2AVSW1PLSWSW 308 ST
S 3 0 9S T1PLS7 AV SW6 PL SW31 AV SS 271ST
274 ST
S S TAR LAKERD
32 PL S32 PLS276ST 42 PL46 AV S45 PL SCARDIFF AVSAXONCTBRISTOLCTAVONCTA
RDENCTCARNABY ST
CO M E T ST
NORTHSHORE PKWY
JOVITA BLVD
E
S 344 ST
339 CR
S 351 ST4 PL SSW 350
346 ST
SW 348
SW
2 LN S4 AV SS 346 LN
34 7PL11PL SS 352 ST
S 351 ST
S 359 ST
SW313 ST
4
9
P
LSW50AVSW
312 PL
48 PLSWSW 314 PL47 PLSW 311PL315 ST SW 314 PLSW
SW 317 LN
313 PL51 AV SW47 PLCT4
6
CT
SW 327 ST
SW 324 PL
AV49SW 324 PLSW326P L 51 AV50 PL SW48 AV SWSW 329WY
S W 329WY45 CTS
W326ST
S
W 326 ST
54 AV E4 ST E
MARINEVIE
W
D
RINTERSTATE5I
NTERSTATE5E
N
C
H
A
N
T
E
D
P
K
WY HWY 18MILITARY RD S51 AV S23AVS28 AV S22AVSS291ST
289 ST
ST
19AVS20PL21AV302 PL
S 298 ST
S 333 ST10 PL S6 AV S1 PL SSW 332PLS 344 ST
S 343 STSW334PL32 AVSW36AVSW33 AV SW
32AVSW
321PL
27AVSW 320 PL
28 AV26 AV SWSW 331ST
S302 ST
S300 PL47 AV S47PLS4
8
P
LS
S 269STS 268 PL 33AV SS 270 ST
S 270ST35 PL S35 AV SF E N -W I C KCT
HAMPTON WY
CARNABY WY DOVER CT48AV SS 273 PL
S 351 ST
24 AV S25 S26 S27 S29 AV S30 AV SS 352 ST
S 354 LN
S 355 ST
26 AV S26 PL SS 356 ST S 355 PL25PLS27 CT S45 ST46 ST NE
4346AVNENE
NENASSAUPL
N E43 P L
45 ST NE
ST40 AV NE43PLN E
E 11 ST24 ST NE
SW339
339 PL41
AV
S
W 327ST
SW 360 ST
SW 361 ST
S 298 STS296ST30 AV S296PL PRINCETONAV324 P L49 AV SWS W 3 1 1
P L 48 AVSW 312 ST
31 ST NE
SW 326 ST
SW 322 PL
2 3 AVS W 323 ST
PL
PL3 3 3 PL34PL SWS 309 ST
306
S 308 ST
ST 8 AV9 AVS 281 ST
3
2
6
8 AV SSW 374 STNORTHWOOD AV NESW 360 ST
14 AV SWSW353PL
SW 353 ST
SW355PLSW 356PL11 AV SW12 CT11 CT11 CTSWSW 350 PL
SWPL12317 ST
318 ST
SW 317 PL
24 AVSWSW 318
ST
18AVSW321 LNSW
20 LNSW15PLS W 3 2 1 STSW 320 PL
2 PL SW2 AV SWSW371 2 PL2 AV SW2 AV6 AV SW12 ST NE
S 376 ST
S 373 ST
S 3 7 2 ST
S373PL12 AV SW13 PL SW13 CTSW36PLS33 AV SS 273 PL
S 272 PL
S 376 ST
ST
S 3
7
8 S
T
S 381 STS 381 WY
30 CT S31 CT S
S 376 ST
S 376 PL 33 PL S36 PL S37 PL SS 348 ST
PORT OF TACOMA RD
PORT OF TACO
MA RDE 11 STE 11 STMERIDIAN ST EREDONDOBEACHDRSSW CAMPUS DRSW336ST
SW336WYSW 340 ST
SW 325 PL
SW 330STSW
SW332STSW330ST24AVSW323ST
LINCOLN AV25AVSW4 PLSW 332ST1 PL S5AVSWSW 333CTSW 334CT6 AVSW5 PLSWSTSW 331SW 331ST
2 P L S W1PLSW3CT3AVSW3931536AVSWS
TSW319STSW317ST
S T42AVSW41AVSW40AVSW316 S T
SW
314
ST
CTST
36AVS
W
SW 319ST
S 308 ST
42 AV S44 AV S47 AV S48 AV S49AVSS 313 ST
S 308
311S 315 PL47 AV S48 AV S49 AV S52 AV SS 316 ST
S 325PL
S 323 ST
38 AV SS 328 ST
S 325 ST 49 PL S44 AV S46 AV S47 AV SS 317 ST
S 324 PL
42PLSS 326 PL
21 PL SMILTON RD SS 367 PL25CT26CT 27 CTS 372 PL
373 PL
S 376 PL 25 AV S27 PL ST H E ACTS379PL
17AVS19 AV CT20AV
CT52
AV49LN313PL
313ST
32 AV
SW 344 ST 17AV19PLSW 308 PL SW309 ST
20 AV SW2 CT
5 AVS T9 AV SS 316 PL S 316 PL
6 AVS 318 PL
7 A VS3 1 7 ST
6 AV9 AVPLS 31826 AV SS 305 PL
344PL
SW346ST28PLSW27AV
SW 352 STSW 351 PL
SW 351 ST
SW350PL 23 AVSWSW 346 ST
SW 348 ST
SW 353 PL
S W 3 5 4S T
59 AV NE351 ST 46 AV SS 328 ST
S 329 PL44AVSS 325STS 370 ST
S 289ST S 289ST S 289ST
S8 AV2 9 3P L14 AV SS 284CT279PL
2
7
8C
T
S 278S
T
10AVS 317 ST8 AV SS 315 ST
SW326ST 326
P L
STSW 304
3
1 A
V
SW311 LN
42PLSWSW 315
STSW 314PL
PL46321 ST
322 ST
GUINE-VERE PL
CANTEBURY DR
292ST 28 PL SPL S27PL
S T
S 299 S T
25 LNCENTERCOLONIAL WYS 328 PL
22 AV17 AVS 324 PL
20 AV SS 3 2 7LN
S 322 ST
OAK-MONT
CT
299PL
S297 PL
35 AVSW1 AV SSW307ST
SW DASH POINT RDCHERRYHILLS PL BURNINGTREEBLVD1
W
Y
S
1
WY
S
49 AV NE51 ST NE
SW 320 ST 1 AV S289
291
ST
ST
22 LN S13 PL S4 PL32 7PLS 3 2 8 S T19 PL SW311 ST
S 312 ST S 312 ST 28 AV SNIMUE
M
O
R
G
AN
DINA
DAN
SIR G
A
HERIS
SIR
M
O
RDED
SIR ECTO
R SIR GA RETHMILITARYRDSS 324ST
OAKLANDHILLSBLVD1WYS30 AV SWSW 346 PL
SW344 PL 24PL349 PL S
W SW 349PL
AVSW 348 PL
SW 347 PL
SW350ST
34 ST LP AV NE26SW 3 49 PL
24CTSW22 AV CT27 AV CT26 AV SS 377 ST
26
D
R
S
2
7
P
L
S25AVCTS 383
23 C
T 24CTS380ST
25 AV S15 AV22 AV23 AV13AV6 AVS4 AV S301ST
297 ST
S 301 ST
S 300 ST
14 AV S11 PL S14CTSST
S287
PLS 285 19 PL S21 AV6AVSWJOVITA B LVD E 42AVS41 PL S43 PL S44 AV S45WYSS 333PL
S 332 PL
S 333 STPACIFICHWYSS 304 ST
NASSAUAVNENASSAUAVN
E
PEASLEY CANYON WY SSW329
PL330PLPL
323 S T
20 PL SW7 PL SWST16PLSW
PLS37219 WAYS
MILTONRDSMILTONRDSSW 3 2 3 S T
SW
S 308 ST
S 309 PL
S 310 PL5 PL S3 0 6
S309ST 4 PL SC
TS
W
20
24 PLSW 334 ST
SW 333 ST26PL 18 PL4PLS6PLSS308PLS 312 ST
S 308 ST
308
20 CT S20 PL2
1PLS2
1
C
T
S
S 380 PL 49 CT4
8
CT
S309STS 312 ST
S313PLS310 P L3 CT SS 317 ST
S 316 ST
S 319S3 PL1 PL S7 PL SS 316 ST7A
V
3 PL2 CT2 AVS 3 1 7 P L 314S
7 PL S
W8 AV SWSW 312
318 PL
SW
317 CT
3LNSWAV SW313 ST
314ST
316 ST13 AV SWSW
1 2 P
LSWSW 318 ST
317 ST
317PL
SW 316 ST
8 PL SW10 CT SW6 AV SWSW 316 ST
30 AV SWS 321PL
S325PL
PARK RDS
322 PL
S330 PL 7PL
S
ST
S 321
2PLS4PLS
S 3 3 1 P L
S
8 CT3PLS S 316 STS 316 ST
S 316 PL 24CT SS 310 ST
S 308 ST
S311 ST
S310 ST
S309 ST26 PL S21 AV S22AVS21 PL SS 300 ST26 AVS 298 ST
S 296 PL
20 AV26 PL27 AV S24 PL S25 PL SPL2527AV
S 304ST20 AV SS 302 PL
290
20 AV SS293ST
S 288 PL 28 PL S25 PL SS
2
9
2
S
T
S 292 ST
21 PL S
20 WAY S 23 PL S26 PL S19 PL SS295
18 AV S2 94P L
S 296 STS19 AVS 291ST
18 PL SS 340 ST
S338 S T
6 A
V
13 PL S17LN S337
S 3421C R S
1 PL SS 333 LN1 LN S
S334ST1 LN SS 358S T
S 356 ST5A
V
SW 352 ST
6AV
14 PL S2 AV S3 PL SS 364 ST
11PLSS 3 64 WY 16 AV SSW 368 ST9 AV SWSW 357 ST
SW 358 ST
SW 363 PL 1 PL SSW 366 ST
S 363 PL
1 AV S1 PL SW1CTSWSW 368 ST
58 AV NE1 AV SWSW 372 ST11 ST NE
10 ST
19 ST NE
14 ST CT NE
12 ST NE SWSW10 PLSW 354 ST354PL13 WY SW13P LS W SW 3 5 2ST11PL12 AV SW13 PLSW 349 ST
333 ST 332
4CTST
SWSW 332CT
7W Y S WSW 337CT7 CTSW
7PL
SW5PLSW
SW 336ST
SW 335 ST
4AVSWSW336CT SW331 PL20 PL SWSW 297 ST
SW 298 PL
SW 292 ST
SW 298 ST
SW 296 ST
SW 293 ST
SW295 ST
2 PL SW19 PL SW17 AV SWSW 304 ST11 AV SW10 AV SW8 AV SWSW 301 ST
16 AV SW300 ST 6 AVSWSW 299 ST
6 AVSW5 AV SW301PL
SW 299 PL
SW 298 ST
SWMARIN E VIEWDR
SW300PL 5 AVSW7 AVSWST
SW301
2 PL SWSW303STSW303SW302ST4AVSW
3 PL SW4 PL SW21 AV SW301SWSW 307 ST
SW 3 0 8
SW
30912 PL SWSW
PL
111 AV SW305 ST
16 AV SW10 AV SWSW 304 ST23 AV SWSW300ST
SW305ST
SW 307 ST
SW305PL
SW 306ST24AVSW25AVSW24AVSWSW 3 0 0 P L
SW308PL15 AVSWSW309CT
308CT
SW
2
6
A
V
S
WP L309ST SWAV22SW308ST
SW 3 0 6 P L
3
0 A
V
S
W28 AV SW30AV PL37 PL SWCT
SW 310
SW 310 STSW ST
36 PL SW36CTSWSW 30 9AV
SW39PL39
47 AV SW5
3
AVSW53 AV
50 AV SWSW 315 PL
SW 320 ST
SW 318 ST50LN50TRSW316PL
53AVSW54 AV SW319 LN 49 TR SW51 LN SW46AVSW 319 PL
SW 317 PL 45 PL SWS W316
318
C
T
317
42AVSWS
W
318STSW 317SWSW 313 ST41PL
37AVSWS W
SW32 5 S T
39PLSW40 CTSW45PL44PL3 2 3 40PLSW 326 ST
S W 32842PLSW46PL43 PL SW41PL41AVSW
321ST
PLSW42STSW33142PLSW 38 AV SWSW 331STCT SW3739AVSW39 PLSW38 CTSWS
W
52PL49PLSWCT
SW330
SW330S T4
9
A
V
S
W
53 NE 4
2
NESW333PL
43 AV SWSW 335ST
SW337PL
S
W338ST
PL S W 336
SW 337ST
38 PL4038PLST
S
W 339
ST
S T
SW335ST 32PL34334S T333ST
40AVSWP L3 34S TSW3 3 3PL332
41 AV SWCTSW37AVSW39AV
338 PL
SW35 PL37 PL SWSW337ST 28PL33PLSWSW 339 ST
SW 342 P L31AVSW339ST29CTSW3
6
AV35 AV SW27 PL SWSW 3 4 0 26 AVSTSW 33726CTSW
28PL30AVSW29P
L
SW
28AVSW 342 ST
SW 342
342 ST23 AVSW 337PL
SW 338ST
SW 341 PL
334 PL
19 AV SW25 LN335PL
25 P LSWAVNELOOP
55 AV NE
38 ST NE
38 ST CT NE
39 ST NE 23 AV SW55 PL NE5557 AV NE5334ST34 CT
10 A
V S
W
9 A
V
8
A
V8 CTSWSW344PLST19 LN14AVSW
SW 3 23S T
ST322
16AVSW8 AV SW8 AV SW6AVSW328 STSW327ST
8 PLSW325 CT326 ST
5AV4AVSW 326
PLSW 325 P
L32 8CTSW 329 ST 2 AV3AV2 P
L3AVSW2 AV SWSW 327 PL5 AVSWSW322ST 4AVSW 3 2 1 ST
7AVSW7AVSW1
8
AV17 CTSW20 AV SW19AVSW17AVSW16 CT13 AV SWSW327S T
16PL
S
W
19 CTSWSW328CT
SW328CT
CTSW 330330
331 ST12 AVSWPL
11 AVS W 332PL10PLSWS
W
334ST10CTS W12 CTSWSW 333 ST
S W 333P
L
1
2
A
V
S
W334PLSW327 PL
329CT329
SW 330 S T19 CT11 AV SW22 AV SW22 AVSW24AVSW23AVSW
322 PL
329PL23 AVSW 328 STSW 329 ST26 AV SW26AVSW26 AV SW26PLSW 328 ST
27AVSW 327 ST
330
3 3 132 9
S T
AV3 3 2 33AVSWCT 32AVSW33AVSWAV3
0
A
V
S
W
AVSW
PL32535 AV SW35 AV SW30AV30S T329
29AV
28AV3 31 S T
S W 332 PL
27AV28PL332CT29AVSW30 AV SW28 AV2
6SW332ST
26P
L8AVSW307ST
306ST
307PL
1 PL S2 AV S3 AV S4 AV S3 PL S3PLS 306 P L4 PL S5 PL SS 306 ST
S 305 ST
8 AV S9 AV S5
W
Y S309CT 310PLS 309 ST
3PL S8 PL S9 AV S14 AV S11 AV S10 AV SS T 14 AV S15 CT S16 AV SS 303 ST
S 2 9 5
S 29 4 PL
S 293 PL
S 297 PL
S291ST7 PL S
S
T
S
S 2 9 1 P L
13 PL S
S 291
12 PL SS 289 PL290S 287S 2 8 7
8
P
L
S
S28 8PLS28 8 LNS286PL3 AV SW2 AV SWS 2 9 3 S T
S 296 PL
PL
4AVSS 295PL
S 2 9 4 P L
S 294 PL S 295P L 11AVS11 PL S1
2
AVS11AVS
S 293 PL
7
AVS6 AV5 AV S9 PL SA
V S
9S286ST
8AVSSTP L
13 AV S12 AV S15 AV S15 PL SS 284 ST
ST
288
PLST 1
4 A
V
S
1
4
AVS 286
16 AV S15 PL SS284 LN
18 AV SS 286LN
S 282
S 285 STS 279 PLS 281PLS282PLS 283 ST
287PL18 AV S13 AV S15 AV SS 282P
L
S 280 PL
S 286 ST
S 287 ST 26 AV SS 286 ST
2 8 7ST 27 PL SS 286 PLMILIT. RDS284P LS284
22AV23 AV24 AVOLD20 AV S23 AV S282ST283ST
S 284ST
S 2 8 3 PL
S 2 80 PL
28 AV S29 AV S29 AV S24PL S2
5 P
L S
2
6
AVPL
2
1
AV281 ST
282 ST20PLSS277P L
2 5 D RS26
AVS
S276
S
T
27
AVS12 PL SS 275 PL
S 273 ST
24 PLS 280 ST
S 276 ST
S 273PL
301S T
S 304 ST
S 301 PL
S 3 0 6 PLS305PLS300PL
S 301ST
S 303 ST S 301 DR43 PLS 300 ST
45 CTS 298
38 PLS29 9 S T
S 298 ST 45 PL S36 PL S41 PL S40 PL S39 PL S4
9
S 288 PL
S 290 PL
46 PL S45 PL S2 9 0
S293S 290 ST
S 293 ST 45PLSS 291ST
38PLSS295 37S 292ST
S 2 9 4 ST39AVS40 AV41 AV289 PL
303 CT
S 302 ST 41 AV S32 AV SS 302 PL
S 289 PL
50 PLP L
S29 3 S T
2 9 7S 298 ST
S 298 PL
S 301 DR 50LNSS 304ST33 PL S34 AV SS292 ST
S 291 ST 37 AV S38 AV S39 AV S40 AV S41 AV S43 PLS 290 ST
42 AV S42 AV SS292S T
294ST 35 AV SS 294 ST295 ST
S 295 PL
S 290 ST
S292 PL
33AV SS 296 ST
34 AV SPLS 299
PL
32 AV SS 2 99 S T
S 3 00PL 42AVS43AVS43PL40PL
S 293 ST
45AV44 CT46 CT44PL S42PLS 302PL
S 300 ST
296CT 42 PL S45 AV S48 AV S47 AV S41 A
V
S 300PL
S 300 PLP
L
S 50 AV S45PL 48 PL47 PL S37 AV S46 AV S 50AV
S 289 PL
4
9
AVS
47A
V
SS316S T
32 AV S31 AV S38 AV S38 AV S 44 PL289PL
S 2 9 1 ST
S 296 PL S29 5 PL
S2 9 6 S T
S 282 ST
S 285
S 284 PL
286
S 283ST
S 284 ST
S 285PL
36 AV SS 282 ST
S 281 ST S 28 1 ST
48 AV SS 2 7 9 PL
S 278 ST18 S20 AV S19 S263P L
8 AV SS
S 263 ST
STS 264 13PL
S296PL297PL32 PL S32 PL S39 AV S41CTS 292 PL
3 0 7 P L
S 310 ST
45 AV46 AVS 338 PL
S 337 LN
AV10 PL SW14 AVSWSW 350ST
SW 351ST
SW 353 ST
SW 344 PL SW 344 PL14 W
Y
346ST
SW347 PL
19CTSW19 AVSW 352 ST SW 352PL
S W 3 5 4ST
SW 355 PL SW 355 PL
15 AV SW14 AV SW13 AV SW12 AV SW11 AV SW9AVSWSW 361ST
SW 363 PL
SW 364PL 46 AV S47 AV S48 AV S49 AV S50 AV S32 AV S33 AV S40 AV S37AVSS 280 ST
S 279 ST 49 AV S36AVS38 P L S
46 AV S37 AV S48 AV S40AV39AVS286ST 46 AV S45 AV S27 AV S29
P
LS285STPL
274
S2 7 5 P L
43 AV S37 AV S41 PL SS 271 PL30 AV SS 271ST S271 PL36PL S43 CT43 PL SS STAR LAKE RD
42 AV S42 AV S33 PL S32 PL SS273ST
S 270 ST
40 AV SS 274 PL
S 272 PL
4 6 A VS46 CT SS 275 CT
S 265 ST ETONCTS 263 ST
33AVSS262S T
S 263 ST
S 262 STS 262 ST
3 9PLSS262 PL
S 268 ST
269ST 41PL42 AV S43PL44PL46AVSSOMERSETLN40 AV S41 AV SS 340 ST
S 337 ST
S 336 PL S 336 ST
45 PL SS 342
S 343ST
S344 44 S35 AV SS 336
4
6
P
L
S
S 334 ST
33 PL SS 326PL
S 51 AV S50 AV SS 336 ST
S 338 ST
S 342 ST
S 344 ST45 AV S44 AV SS 340 PL
43AV S42 AV SS 340 PL
40 AV S39 AV SS341 ST
42 AVS 344 WYS 344 ST
S 348 PL
S 345 S TS 3 4 8 ST
S 347 ST
S 348 ST 46 AV S43 SS 352 ST37 AV SS 351 ST
S 348 ST
42 AVS 349 ST
S 346 ST
52 AV SS 348 ST
34 AV S52 AV S51 AV S42 AV S44 AV S25 PL SS 359 ST
26PL SS 365 PL
S 3 62PLS 357PL31 PL S30 AV SS 360 ST
2
7
A
V
S26 AV S26AVS32 AV SS 364 ST
S 365 ST
S 364 ST
365PL 363STS 360 ST
S 369 PL
S 372ST
S 368 PL
S375PL
S 372
43 PL49 AV S48 AV S50 AV S32 AV SS 366 ST
31
A
V
SS 366 ST
S 367 ST
S 368 ST
32 AV S34 AV S35 AV35 AV S37 AV S40 AV S40 AV S42 AV SS 372 ST 44 AV S45 AV SS 368 ST
34 AV S33 AV SS 276 PL
ST276 17 AV SP L
1 0PLS18 AV S19 PL SS 265 PL
S 26 4 P L
27 AV S26 CT SPL
353 STST
354
23 PL S2
0
P
L
S 22PLS24 PL S23 PL362 ST
2
1
C
T
S 35925 PL SS362CT
21 PL S24CTSS 361 ST S 361 ST
S 360 ST22PLS
DI A M ONDBIR CH
25 AV26 AVS 380 STBEVERLY AVBEVERLY AV57 ST
61 NE
R IDGENORMARDAGNESRD21 AV NE24 AV NES
C
E
N
I
C
D
R
SW D AS H P O I N T BL VDDOGWOOD ST
BROWNSPTBLV
D
N
E
WATCHTOWE
R
RDP
A
N
O
RAMADROVERVIEW
D
RHI
LLSIDE
DRNE
COPALIS ST RIDGEDR NEST NEPARKVIEW
DRNE
BAYDR NE DUMA S CR N
ENAHAN E W E ST
GREEN HILLS AV21 AV NE22 AV NEC
HIN
O
O
K
WYCIR
C
L
EDRGALLEONDR3 2 3 ST55 AV SWSPRINGST NESW308 ST
SW305 ST
SW306 ST
26 AV SWSW306 ST
SW307 ST 8 AV SW7 AV SW6 PL SWSW 307ST
SW 304 ST12 AV SW62 AV6668 AV NE21 ST NE
16 ST NE 65 AV NE67 AV NENE1 5 S TNE19 ST NEAV20 ST NE
63 AV NE64 AV NETAYLOR WAY
FIFE HEIGHTS DR57 AV E55 AV E58 AV E4 ST E 63AV CT9 ST CT NE 12 AV S15 AV S21AVS21AVS23
A
V
S 23AVS23 AV S24 AV S24 AV S24 AV S24 AV S17 AV S14 AV SW OODMONTWOODMONTDR S
S 263 ST
S 272 ST
L
A
K
E
F
ENWICKRDLAKEFENWI
C
KRDSW 340 ST
DIAMONDEMERALD STGALLE
O
N
CT
NE57BAYDRNEBAYPL N E
B
R
A
E
B
U
R
N
DR
52 AV S52 AV S50 AV SS 358 ST
S 376 ST
S 374 ST
S 368 ST
S 376 ST
S 380 ST
S 382 STS 382 ST
S 378 ST378S37 AV SS 380 ST44 AV S47 AV S47 AV S48 AV S42 AV S43 AV S49 AV S51 AV S51 AV S49 AV S46 AV SS 384 ST43 AV S42 AV S50 AV S3 AV S W
S 381 STCT24 ST NE SW18S
W
24
ST
N
E49 AV50 AV NESW 358
20 AV
CT
25 ST NE
28 ST NE
64 AV NENE 45 ST46 AV NESW22 PL38 PL
SW 35
9
ST
43 ST NE
41 ST NE
25 AV SWVI
STAPL
I
NEFAIRWOODBLVDNE340PL280WY
S 318 PL
314ST 23 AV S20 AV S30 AV21 AVS 347 PL 47 LN38 AV50 CTPL296
PL
8AVSWSW 365 ST
S 357 ST
2 AV S3 AV SW4 AV SW4 PL SW4 AV SW2 AV SW3 AV SS 361PL1 AV S1WYS7 AV SW6 AV SW5 AV SW320 PL
S W 327 S T
327PL41AVSW333ST
SW
SW 342 ST
33 PLSW31AVSWAVSW30STSW343
ST
SW 341
SW 306 LN
SW 306 PL
SW 310 ST
SW 308 ST 6AVSWSW305 ST
12 LN SW 10AVSW 296 ST 9 AVSW7 AV SW9 PL3 1 8 P L 318 ST 6 PL319 PL
PL13AV
SW 3 2 4S T11AVSW12PL
2524232223AV22CT332PL
AVSW 334 PL
SW 331 PL
23 AV SWSWSW PLSW118 PLSW349WY
295 PL
8 PL8 AVSWSW7 AV5 AVS 319 LN
3PLSWS334STS 3 3 5 S T
323 ST
PL6 AV SSW 353ST
12 PL SS 375 ST3 AV SWOLDMILIT.RD.8AVS
S 284 PL22AVS
18 AV S16 AV SS 302 ST
10 AV S302ST
19AVSS W 331P L
316CT 2 LN3 1 3 LN
315 ST
PLS 34150 AV S46 PL SS 318 ST
S 312 ST
S 314 PL
S312PL
S 3 1 7
S T
S 346 ST
347PL275S 276 PLPLSSTSW 343 34 AV SW320 PLSW321ST7AVSW SW 305 ST 2 AVSW300 PL
2PLS3 PLSS302PL2
CT S 5 AV S6AV S7AV15PLSW
21 AV SWS 325ST
15CTSW25 AV SW27 AV SWCT345
SW 347 ST
346ST
345PL
SW 341 ST33AV SW 342 ST
SW 341CT
36 PL SW48 PLSW46 PL44 AV SWSW 310ST
SW 307 ST
SW 308 ST
43 AVSWSW 304 ST
23 AV3
1 A
V
S
WS W 3 0 2 P L
SW 298 PL
SW 294 ST
12 AV SW12 AV SW9 AV SW299P
L
S
WSW 346PL5 PLSWSW347 WY
SW 347 ST
CT5AV
SW8 AV SWSW 347 PL
9
CT346C
T
346ST
9PLSWC T
S 334 LN18 LN S19 LN S22 Pl SS 331 LN
18 AV SS 327 STS 331 PLS323PL
S32 6 ST
9 PL
S
S
323 ST
L N
S 325 LNS 324 PL
2 AVSWSW324CT
8 CTSWSW 328PL7 AV SW6 AV SW328S T 2 PLSW324 ST
SW
S
T
3
2
5
PL
SW5 AVSW4 AVSW3 AVSW2 AVSW328CT 7 CTS
W
326ST SW326CT
SW324PL 11 PLSW12AVSW12 PL SW13 PLSWS
W3
2
2C
T
18AVSW328CT
S W32 0CT
SW 320
SW322
SW 322 ST
26PLSW 322PL
322 ST
S W 330 S TSW 329 PL
SW331SW 329PL
PL47AVSW 43PL42AVP
L
46 CTSW 11 PL SS 313 ST6 AV S4 AV S7 AV S313ST
S 314 ST
S 316 ST12 PL S13 AV SS308 CT
18 AV S19 PL S22 AV S20 AV SS 301 ST
S 301 PL
S 300 ST 21 AV S S 299ST 24 PL SS 299 PL 21AVS 284 ST
S 282 ST
S 285 PL
PLS 28425DRS
S 3 3 6 S T
S 340 ST
S341PL
4 AV SW3 AV SWSW 342PL
SW 344 ST
13AV12 AV SWSW 347 PLSW 348 ST
13CT14PLSW11 AV SW10 CTSWAV18SWSW 347 ST
S W 3 4 6 PL SW18 AVSW16 AVSW20 AVSW 345 PL
S 321 ST
S 322 PL37 PL S32 AV S39 AV S39 AV SSW 344 ST24 AV SW25PLSW34 PL SW17 PL S11AV SSW 325 PL
SW 315 S T 23AV
S21PLS
16 AV SS 3 3 6 S T
371 ST
371 PL
370 PL
26 PL S25 AV SS 37 0 S T
C HINOOK DRHYLEBOSCTMAKAHCT
CHIM A C UM
HAIDACT
COWICHANCTBELLACOOLADRKWAKIUT
L
DRSUQUAMISHCT
N O O T K AC T
S369 ST
S 370
CT
S37 1ST
CT
S373
S 3 7 4
C T 22AVS2 1 A V SS375ST
18PLS17PLSPL
S
3
68PLSW 363 ST 13 AV SWS 337 ST42CT S42AVSS 335 PL
39A
V
S38A
V
S38AVS
SW355CT
S 2 8 3 P L
SW 357ST CAMBRIDGEDR40 AV S40AVSS 277 PL
13 AV SS 278PL
30
W
Y
S
S279PL
31P
L
S30PLSS 279 ST
S 296 PL42 AV S44 AV SS 331 PL
38 AV S35 WY S35 WY SS 379 CT
S 374 PL
S 375 PL26 DR S2
7
P
L
S 48 AV S50 AV S4PLSW42AVESWS W 332PL
S W33 5 PL
SW 310 PL
SW 311 PL2 PLSW1 PLSW21 AV S27 PL S27 AV SS 268 ST
S 269 ST
36 CT S19 AV SC
A
M
B
R
I
D
G
E
P
L DOWNINGAV43 AV S52 AV S50 AV SS 362 ST
45 AV S44 AV S51 AV SS 366 ST
45 AV S46 AV S45 AV S47 AV S20 AV SSW 342PL19 PL SWAVSW10 CTSWSW339 STSW 341 ST
SW338 ST
8 AVSW912AVSW12 PL SW1
3 C
T S
W
SW 340 ST
30 AV SSW 357CT
10 CTSWSW 365 PL
MARSHALL AV
E ALEXANDER AV
MARSHALL AV
MI
L
WAUKEEWY32 CT SWSW 311 PL
S356ST
27 ST NE
21 ST NE
23 ST NE
22 ST NE
26 ST NE39AVSW35 PL SWS 341 PL S 341 PL
BROWNS POINTBLVD
BROWNSPO IN T BLVD
PL
32 PL SS 375 PL2 PL10AVSW20 AV S8 PL316 LNSW 315 PL
SW 362 PL
4TH STCT NE
5TH ST NE
66 AV NEA ST CT NE67TH AVE CT E1
2
3
4
5
6
A B C D E F
A B C D E F
Exit 142 A and B
Exit 147
Exit 143
HOV Only Exit(S 317th St)
Exit
67T
HAVECT
E
66TH AVECT E1 ST CT E
1 ST CT NE
65TH AVE E2 ST CT E
3 R D S T CTE
68TH AVE E5TH ST E 70 AV E1 STCT EEMERALD ST
4TH AVE1ST ST E
1ST ST CT E
1ST ST E
EMERALD ST
FIR ST 11 AVBIRCH ST
COMETST
DIAMOND CT 21ST AVE CT21ST AVE CTFIR CT FIR CT EM E RAL D ST
COMET S TDIAMOND LP
DIAMONDLP28TH AVE SALDER ST MERIDIAN RD2 ST E
105 AV E104 AV E 107 AV CT E109 AVCT E
109 AV CT E111 AV E116 AV CT E117AVE
118 AV E4 ST E 51 AV SS 3 8 4 S T47 AV SS 382 ST
45 AV S44 AV S114 AV E110 AV CT E3 PL SW1 AV SWS 352 ST33 PL SW33PLSWPL
SW317
SW
11 PL SWSW
310 ST
311th CT KINGAR THUR289
LANCE LOT
GALA H AD
S290
ROSS WYS 331 ST 47 CT S52 AVE SS 318 PL51 CT S44TH
PLSS 275PL
S 277 PL
S 280 PL33AV S39 AV SS 301 PL
SWT
H
O
R
N
E
R
D
LINCOLN AVPORT OF TACOMA RD
MAXWELL WAYS
AMBER
A L D E R
263
28 AV SLN
RD
S 364 ST
S 315 ST
H A M P TON WY
E 11 STIN DIANTERNA N A IM OCT
TAYLOR WAY
KE NTCT
LINCOLN AV9AVSS 3 2 1 S T
20
W
Y
S
ALDER ST18AVS50PL33AV 291
S 301 ST28 PLS28 AV4328
3 PL 6PL SPLSW313STSW
51 NE RIDGEPL NES277 PL
STMARINE VIEW DRDR SMANCHESTERAVHIGHLANDAVS 376 ST
ALDER C T CT
CT
BALSA
CYPRESS
ALDE
RPL
BACCHANTCT
S 380 PL
B I RCHST
NORPOINT WY MI
LI
TARY RDMARINEVIEWDR WATER
S
T
N
ESW DASH P O IN T R D
SIDESTMANIOCTNAHAN EEASTBROWNSPOINTBLVDNERIDGENENO
R
P
OI
N
TWYNE5 AV SW
S 372 ST
39 AV S38 AV SS 279 S T
S 268 ST
15 PLS
276PLWOODMONTBEACHDRS 14 AV S15 AV S13 AV S13 AV S14PL S34 CT SPL1718 PL
PL309
16 PL12 AV SW21 AV SW21 AV SWSW335ST
323LN
9 AV SCAMELOTDRAGRA-VAINESIRAVA-LONPL
S 351
350
S 352 ST
S 350
ST
S 354 ST
S 350 ST
S 349 ST
45 AV S46 AV SS 352 ST38 AV S38 AV S42 AV SS
TSW 32751 PL SW50 CTS
W
49 PL
PL
330 CTSW
53 P
L
PL47AVSW328 PL
327 PL
48CTSW 327 PL49
CT
SW
SW 348 PL SW3 4 5
SW 347 ST
14 PL SW15 PL SW10PLSW3 4 7
11SW11 CTS W 345 P L
4 P
L
PL
SW 25 AV S11 PL SS 324 ST
S 336 ST
SR 18
28 AV S29 ST NE
S 280 ST
S 272 ST
PACIFIC HWY SS 320 STS 320 ST
S319 PL
G A TEWAYBLVD21AVSWSW 320 ST SW 320 ST
2
2A
V 1 AV SSW 312 ST
SW 320 ST
1 AV SS 320 ST
S 312 ST
OLYMPIC WY
SE M I NOLE LN
S 320 ST
INTERSTATE5INTERSTATE 5INTERSTATE 5AGUSTANATIONALLNTHEDUNES19
PL
S
S 333 ST5 AV S329LNLNLN
4
P
L
S
S 315 LN
S 316 LN
25 PL SS 317 ST INTERSTATE528 AV SMILITARYRDS S 299ST
301ST
302ST
303ST3PL2PLS 299 PL
1 PL2 AV299ST
300ST 3 AV S1PL2 CT301ST3 AV S299PL2 AV SW2 AVSW2 PL SWS 288
287S 287 ST
45 PL S25 ST NE
27 ST NE50 AV NE53 AV NE54 AV NE55 AV NE56 AV NE57 AV NE58 AV NE58 AV NECENTENNIAL52AVNE54 AV NE35
ST NE
36 11 PL SW11 PL12 AV SW12thSW 314 PL
SW 316 PLSW10 PLSW14WYSW2 LNSWSW 317 PL319 PL
SW 318 PL 14 AV SWS W 319 PL SW 3 1 2 P L
31825AVSW2
7
A
V
S
WPL
SWPL28PLSW
S W 3 1 4 ST
2
6
3
6
AVSWS T 40SW 325 S T45PL
329S T
CT
SW 340 PL
SW37 AVSW 342 ST
342PL
38 32 AV31 AVSW 341PL
PL
SW 339 STCT
SW 338 S T
3
2
302
29AVSCT29REDOND
O
WY
SS 288 ST S 288 STS 288 ST
S 288
G
A
WAI
NPL MERLYNEL A INE
SAGRAMORES 336 ST
PACIFICHWYS9AV
S
SWCAMPUSDR
1 AV SS 348 ST (SR 99)ENCHANTED PKWY1 AV SPACIFIC HWY SS 356 ST
NORTHWOODCTCEDARW
O
O
D
C
TS W 3 5 6 S T7AVSWSW 356 ST21 AV SWS
WCAMP US DR10AVSW SW330 S T
21 PL SW
(SR509)33AV SWS
W
DASHP
O
I
NT
RDS W D A SH PO IN TR D
48LN47LN47 AV SWSW3 2 0ST31 AV SW314 ST
316ST317ST317PL32 AV SWS W321S T
3 2 6ST
330 PL
H
O
Y
T
R
D
S
W
N O R THSH O RE PKWY HOYTRDS
WHO
Y
T
RD
SW 37 PLSW 340 ST
SW 344 ST 21 AV SW29 ST NE
8AVSW6AV7AVSWMERIONWY
WINGED FOOT WY
1 AV S21 AV SWSW310ST
S DASH POINT RD SDASHPOINTRD10 AV SR
E
DOND
O
WYSMILITARY RD SSTA
R L
K R
DSSTARLAKER
D
S 272 STS 272 ST
PACIFICHWYSPACIFICHWYS51 AV SS 288 ST
51 AV S314CT
51 AV SPEASLEYCANYONRDMILITARYRDSSTANFORD
53 PLNE28SW 350 PL
SW 350 ST
SW 351 ST
SW 350ST
SW 343 PL
28 PLSWSWSW26 PLSW31 CTCT 10AVS10AV10PLS
S 324PLST
S 332PLS330 S T
S 328 PL
S330PLS 3 2 9 P L1PLS S 3 2 71LNSW1
L
NSWS 325ST
S 321 ST
AV324S T
4
0PLSWS W 3 2 2 ST
43PL
42S W 325WY40CT
SW 328 PLCT
SW 328 ST
3
2
7P
L39AVS W
40 AVSWS
W328ST 327PL
C TSW 3 5 218 AVSW 349 PL17CT SW20 AV SW18 AV SW12 AV SW10 AV SW8AVSW6 AV SW(JOHNSON RD NE)
S 380 ST S 374CTS 3 7 6 S T2
5
P
L
S
14 AV16AV17 AV18 AV16AV17AV12AV13 AVTAYLOR WAY
4 ST
7 AV NE
6 ST NE
CT NE58 AV NE5 AVCOMET ST
BIRCH STBIRCH ST
NORPOINT WY NE 41PLS41WYS
40 AV SS 331 PL
42 AV SS330 PL
S329 ST
41 LN SSW 309 ST
SW 310 ST
SW 311 ST32 AV SW30 AV SW30 AV SW29CT SW52 NE
29
S W 325S T
S 3 7 9 S T 23PLS
3
4 P
L S
S 314 ST
333 CT
SW
325
20 PL SWS 354ST
41 AV S39 AV S39 AV SS 356 ST36 PL SS 356 ST
S 360 ST
S 362 ST
S 366 PL
S 364 PL S 365CT
53 CT NERIDGE23AVNE56ST
ORC
A
DRNEGA
LLEONDRNE
S
H
O
R
E
CL
I
F
F
DR41 ST
INVER
N
E
S
S
D
R NORTH SHORE BLVDLARCHMONTAVBLOSSOMDROAKM O NT ST
44 PL
S 268 ST
10 AV SS 270 ST
7 PL SS 2 7 0 S 270 ST
12 AV S8AVS16 PL SS 266PL
38 AV NE39 AV NE47 AV NENE
34
NE33 CT STONEGATE NECT NE42STNE
MEEKER
A
V
32 ST NE
30 ST NE 31 ST NE 335 CTST
S371
19WAYSPL
S372
17AVSS 373PL
18 AVSS37 0CTS371
19PLSS 374PL
S 370S T
20AVSMILITARYRDSC
ANTERBU R YLNSTRATFORDCT
MAN
C
HESTERWY
S336STHWY 18WEYERHAEUSER WAY SH W Y18WEYERHAEUSERWAYSM
ILIT
A
R
Y R
D
S 321 ST
MILITARY RD SMILITARY RDMARINEVIEWDR S10 AV SPACIFIC HWY SS 272 ST
16 AV S16 AV SM A R IN E VIEWS 349 ST
28 AV S28 AV S28 AV SE
N
C
H
A
N
T
E
D
P
K
WY
VIRG
I
NIACTHYLEBOS AV
HYLEBOSAVDOUGLAS
CT
S
O
U
T
H B
A
Y
D
R N
E DRNE
MAR
I
NEVI
E
WD
R
BROW
NS
POINT
B
L
V
D33 ST NE 33 ST NE
M A R I NE VIEWDR
McMURRAYRD
MARINEVIEW
DR
NORPOINTWYNEPACIFICHWYS(SR 99)13 AV S302ST
9AVSS 304 ST
S303 ST
S 302 ST
1 PL SS 304 PL2 AVS6 AV4 AV3 AV2 AV1PLPL
SW 313 ST 2 AV SW2 PL SW3AVSWS 2 9 8STS297P LS
3
0
1
ST 8 AV SS 296 PL13AVSS 295PL1
0 P
L S
9 P
L S
1
1
PL
S
S 299 PL8PL
S
8SW 316 ST
SW 317 PL
S 331 ST
S 327 ST
S 332 ST17 PL S18 PL SS 330 ST
PLS 322
S 330ST
S332ST
S328ST8 AV S9 AV SS 3 2 5
SW 335
PL
335ST
SW 332 PL
SW 331 PL
36 AV SW37 AV SWSW 335CT
36AV37AVSW 336 ST 37 PL SW38AVSW39AVSWST
S
PL301
302ST
S 304 ST
5AVSW4AVSW3AVSW2AVSW1PLSWSW 308 ST
S 3 0 9S T1PLS7 AV SW6 PL SW31 AV SS 271ST
274 ST
S S TAR LAKERD
32 PL S32 PLS276ST 42 PL46 AV S45 PL SCARDIFF AVSAXONCTBRISTOLCTAVONCTA
RDENCTCARNABY ST
CO M E T ST
NORTHSHORE PKWY
JOVITA BLVD
E
S 344 ST
339 CR
S 351 ST4 PL SSW 350
346 ST
SW 348
SW
2 LN S4 AV SS 346 LN
34 7PL11PL SS 352 ST
S 351 ST
S 359 ST
SW313 ST
4
9
P
LSW50AVSW
312 PL
48 PLSWSW 314 PL47 PLSW 311PL315 ST SW 314 PLSW
SW 317 LN
313 PL51 AV SW47 PLCT4
6
CT
SW 327 ST
SW 324 PL
AV49SW 324 PLSW326P L 51 AV50 PL SW48 AV SWSW 329WY
S W 329WY45 CTS
W326ST
S
W 326 ST
54 AV E4 ST E
MARINEVIE
W
D
RINTERSTATE5I
NTERSTATE5E
N
C
H
A
N
T
E
D
P
K
WY HWY 18MILITARY RD S51 AV S23AVS28 AV S22AVSS291ST
289 ST
ST
19AVS20PL21AV302 PL
S 298 ST
S 333 ST10 PL S6 AV S1 PL SSW 332PLS 344 ST
S 343 STSW334PL32 AVSW36AVSW33 AV SW
32AVSW
321PL
27AVSW 320 PL
28 AV26 AV SWSW 331ST
S302 ST
S300 PL47 AV S47PLS4
8
P
LS
S 269STS 268 PL 33AV SS 270 ST
S 270ST35 PL S35 AV SF E N -W I C KCT
HAMPTON WY
CARNABY WY DOVER CT48AV SS 273 PL
S 351 ST
24 AV S25 S26 S27 S29 AV S30 AV SS 352 ST
S 354 LN
S 355 ST
26 AV S26 PL SS 356 ST S 355 PL25PLS27 CT S45 ST46 ST NE
4346AVNENE
NENASSAUPL
N E43 P L
45 ST NE
ST40 AV NE43PLN E
E 11 ST24 ST NE
SW339
339 PL41
AV
S
W 327ST
SW 360 ST
SW 361 ST
S 298 STS296ST30 AV S296PL PRINCETONAV324 P L49 AV SWS W 3 1 1
P L 48 AVSW 312 ST
31 ST NE
SW 326 ST
SW 322 PL
2 3 AVS W 323 ST
PL
PL3 3 3 PL34PL SWS 309 ST
306
S 308 ST
ST 8 AV9 AVS 281 ST
3
2
6
8 AV SSW 374 STNORTHWOOD AV NESW 360 ST
14 AV SWSW353PL
SW 353 ST
SW355PLSW 356PL11 AV SW12 CT11 CT11 CTSWSW 350 PL
SWPL12317 ST
318 ST
SW 317 PL
24 AVSWSW 318
ST
18AVSW321 LNSW
20 LNSW15PLS W 3 2 1 STSW 320 PL
2 PL SW2 AV SWSW371 2 PL2 AV SW2 AV6 AV SW12 ST NE
S 376 ST
S 373 ST
S 3 7 2 ST
S373PL12 AV SW13 PL SW13 CTSW36PLS33 AV SS 273 PL
S 272 PL
S 376 ST
ST
S 3
7
8 S
T
S 381 STS 381 WY
30 CT S31 CT S
S 376 ST
S 376 PL 33 PL S36 PL S37 PL SS 348 ST
PORT OF TACOMA RD
PORT OF TACO
MA RDE 11 STE 11 STMERIDIAN ST EREDONDOBEACHDRSSW CAMPUS DRSW336ST
SW336WYSW 340 ST
SW 325 PL
SW 330STSW
SW332STSW330ST24AVSW323ST
LINCOLN AV25AVSW4 PLSW 332ST1 PL S5AVSWSW 333CTSW 334CT6 AVSW5 PLSWSTSW 331SW 331ST
2 P L S W1PLSW3CT3AVSW3931536AVSWS
TSW319STSW317ST
S T42AVSW41AVSW40AVSW316 S T
SW
314
ST
CTST
36AVS
W
SW 319ST
S 308 ST
42 AV S44 AV S47 AV S48 AV S49AVSS 313 ST
S 308
311S 315 PL47 AV S48 AV S49 AV S52 AV SS 316 ST
S 325PL
S 323 ST
38 AV SS 328 ST
S 325 ST 49 PL S44 AV S46 AV S47 AV SS 317 ST
S 324 PL
42PLSS 326 PL
21 PL SMILTON RD SS 367 PL25CT26CT 27 CTS 372 PL
373 PL
S 376 PL 25 AV S27 PL ST H E ACTS379PL
17AVS19 AV CT20AV
CT52
AV49LN313PL
313ST
32 AV
SW 344 ST 17AV19PLSW 308 PL SW309 ST
20 AV SW2 CT
5 AVS T9 AV SS 316 PL S 316 PL
6 AVS 318 PL
7 A VS3 1 7 ST
6 AV9 AVPLS 31826 AV SS 305 PL
344PL
SW346ST28PLSW27AV
SW 352 STSW 351 PL
SW 351 ST
SW350PL 23 AVSWSW 346 ST
SW 348 ST
SW 353 PL
S W 3 5 4S T
59 AV NE351 ST 46 AV SS 328 ST
S 329 PL44AVSS 325STS 370 ST
S 289ST S 289ST S 289ST
S8 AV2 9 3P L14 AV SS 284CT279PL
2
7
8C
T
S 278S
T
10AVS 317 ST8 AV SS 315 ST
SW326ST 326
P L
STSW 304
3
1 A
V
SW311 LN
42PLSWSW 315
STSW 314PL
PL46321 ST
322 ST
GUINE-VERE PL
CANTEBURY DR
292ST 28 PL SPL S27PL
S T
S 299 S T
25 LNCENTERCOLONIAL WYS 328 PL
22 AV17 AVS 324 PL
20 AV SS 3 2 7LN
S 322 ST
OAK-MONT
CT
299PL
S297 PL
35 AVSW1 AV SSW307ST
SW DASH POINT RDCHERRYHILLS PL BURNINGTREEBLVD1
W
Y
S
1
WY
S
49 AV NE51 ST NE
SW 320 ST 1 AV S289
291
ST
ST
22 LN S13 PL S4 PL32 7PLS 3 2 8 S T19 PL SW311 ST
S 312 ST S 312 ST 28 AV SNIMUE
M
O
R
G
AN
DINA
DAN
SIR G
A
HERIS
SIR
M
O
RDED
SIR ECTO
R SIR GA RETHMILITARYRDSS 324ST
OAKLANDHILLSBLVD1WYS30 AV SWSW 346 PL
SW344 PL 24PL349 PL S
W SW 349PL
AVSW 348 PL
SW 347 PL
SW350ST
34 ST LP AV NE26SW 3 49 PL
24CTSW22 AV CT27 AV CT26 AV SS 377 ST
26
D
R
S
2
7
P
L
S25AVCTS 383
23 C
T 24CTS380ST
25 AV S15 AV22 AV23 AV13AV6 AVS4 AV S301ST
297 ST
S 301 ST
S 300 ST
14 AV S11 PL S14CTSST
S287
PLS 285 19 PL S21 AV6AVSWJOVITA B LVD E 42AVS41 PL S43 PL S44 AV S45WYSS 333PL
S 332 PL
S 333 STPACIFICHWYSS 304 ST
NASSAUAVNENASSAUAVN
E
PEASLEY CANYON WY SSW329
PL330PLPL
323 S T
20 PL SW7 PL SWST16PLSW
PLS37219 WAYS
MILTONRDSMILTONRDSSW 3 2 3 S T
SW
S 308 ST
S 309 PL
S 310 PL5 PL S3 0 6
S309ST 4 PL SC
TS
W
20
24 PLSW 334 ST
SW 333 ST26PL 18 PL4PLS6PLSS308PLS 312 ST
S 308 ST
308
20 CT S20 PL2
1PLS2
1
C
T
S
S 380 PL 49 CT4
8
CT
S309STS 312 ST
S313PLS310 P L3 CT SS 317 ST
S 316 ST
S 319S3 PL1 PL S7 PL SS 316 ST7A
V
3 PL2 CT2 AVS 3 1 7 P L 314S
7 PL S
W8 AV SWSW 312
318 PL
SW
317 CT
3LNSWAV SW313 ST
314ST
316 ST13 AV SWSW
1 2 P
LSWSW 318 ST
317 ST
317PL
SW 316 ST
8 PL SW10 CT SW6 AV SWSW 316 ST
30 AV SWS 321PL
S325PL
PARK RDS
322 PL
S330 PL 7PL
S
ST
S 321
2PLS4PLS
S 3 3 1 P L
S
8 CT3PLS S 316 STS 316 ST
S 316 PL 24CT SS 310 ST
S 308 ST
S311 ST
S310 ST
S309 ST26 PL S21 AV S22AVS21 PL SS 300 ST26 AVS 298 ST
S 296 PL
20 AV26 PL27 AV S24 PL S25 PL SPL2527AV
S 304ST20 AV SS 302 PL
290
20 AV SS293ST
S 288 PL 28 PL S25 PL SS
2
9
2
S
T
S 292 ST
21 PL S
20 WAY S 23 PL S26 PL S19 PL SS295
18 AV S2 94P L
S 296 STS19 AVS 291ST
18 PL SS 340 ST
S338 S T
6 A
V
13 PL S17LN S337
S 3421C R S
1 PL SS 333 LN1 LN S
S334ST1 LN SS 358S T
S 356 ST5A
V
SW 352 ST
6AV
14 PL S2 AV S3 PL SS 364 ST
11PLSS 3 64 WY 16 AV SSW 368 ST9 AV SWSW 357 ST
SW 358 ST
SW 363 PL 1 PL SSW 366 ST
S 363 PL
1 AV S1 PL SW1CTSWSW 368 ST
58 AV NE1 AV SWSW 372 ST11 ST NE
10 ST
19 ST NE
14 ST CT NE
12 ST NE SWSW10 PLSW 354 ST354PL13 WY SW13P LS W SW 3 5 2ST11PL12 AV SW13 PLSW 349 ST
333 ST 332
4CTST
SWSW 332CT
7W Y S WSW 337CT7 CTSW
7PL
SW5PLSW
SW 336ST
SW 335 ST
4AVSWSW336CT SW331 PL20 PL SWSW 297 ST
SW 298 PL
SW 292 ST
SW 298 ST
SW 296 ST
SW 293 ST
SW295 ST
2 PL SW19 PL SW17 AV SWSW 304 ST11 AV SW10 AV SW8 AV SWSW 301 ST
16 AV SW300 ST 6 AVSWSW 299 ST
6 AVSW5 AV SW301PL
SW 299 PL
SW 298 ST
SWMARIN E VIEWDR
SW300PL 5 AVSW7 AVSWST
SW301
2 PL SWSW303STSW303SW302ST4AVSW
3 PL SW4 PL SW21 AV SW301SWSW 307 ST
SW 3 0 8
SW
30912 PL SWSW
PL
111 AV SW305 ST
16 AV SW10 AV SWSW 304 ST23 AV SWSW300ST
SW305ST
SW 307 ST
SW305PL
SW 306ST24AVSW25AVSW24AVSWSW 3 0 0 P L
SW308PL15 AVSWSW309CT
308CT
SW
2
6
A
V
S
WP L309ST SWAV22SW308ST
SW 3 0 6 P L
3
0 A
V
S
W28 AV SW30AV PL37 PL SWCT
SW 310
SW 310 STSW ST
36 PL SW36CTSWSW 30 9AV
SW39PL39
47 AV SW5
3
AVSW53 AV
50 AV SWSW 315 PL
SW 320 ST
SW 318 ST50LN50TRSW316PL
53AVSW54 AV SW319 LN 49 TR SW51 LN SW46AVSW 319 PL
SW 317 PL 45 PL SWS W316
318
C
T
317
42AVSWS
W
318STSW 317SWSW 313 ST41PL
37AVSWS W
SW32 5 S T
39PLSW40 CTSW45PL44PL3 2 3 40PLSW 326 ST
S W 32842PLSW46PL43 PL SW41PL41AVSW
321ST
PLSW42STSW33142PLSW 38 AV SWSW 331STCT SW3739AVSW39 PLSW38 CTSWS
W
52PL49PLSWCT
SW330
SW330S T4
9
A
V
S
W
53 NE 4
2
NESW333PL
43 AV SWSW 335ST
SW337PL
S
W338ST
PL S W 336
SW 337ST
38 PL4038PLST
S
W 339
ST
S T
SW335ST 32PL34334S T333ST
40AVSWP L3 34S TSW3 3 3PL332
41 AV SWCTSW37AVSW39AV
338 PL
SW35 PL37 PL SWSW337ST 28PL33PLSWSW 339 ST
SW 342 P L31AVSW339ST29CTSW3
6
AV35 AV SW27 PL SWSW 3 4 0 26 AVSTSW 33726CTSW
28PL30AVSW29P
L
SW
28AVSW 342 ST
SW 342
342 ST23 AVSW 337PL
SW 338ST
SW 341 PL
334 PL
19 AV SW25 LN335PL
25 P LSWAVNELOOP
55 AV NE
38 ST NE
38 ST CT NE
39 ST NE 23 AV SW55 PL NE5557 AV NE5334ST34 CT
10 A
V S
W
9 A
V
8
A
V8 CTSWSW344PLST19 LN14AVSW
SW 3 23S T
ST322
16AVSW8 AV SW8 AV SW6AVSW328 STSW327ST
8 PLSW325 CT326 ST
5AV4AVSW 326
PLSW 325 P
L32 8CTSW 329 ST 2 AV3AV2 P
L3AVSW2 AV SWSW 327 PL5 AVSWSW322ST 4AVSW 3 2 1 ST
7AVSW7AVSW1
8
AV17 CTSW20 AV SW19AVSW17AVSW16 CT13 AV SWSW327S T
16PL
S
W
19 CTSWSW328CT
SW328CT
CTSW 330330
331 ST12 AVSWPL
11 AVS W 332PL10PLSWS
W
334ST10CTS W12 CTSWSW 333 ST
S W 333P
L
1
2
A
V
S
W334PLSW327 PL
329CT329
SW 330 S T19 CT11 AV SW22 AV SW22 AVSW24AVSW23AVSW
322 PL
329PL23 AVSW 328 STSW 329 ST26 AV SW26AVSW26 AV SW26PLSW 328 ST
27AVSW 327 ST
330
3 3 132 9
S T
AV3 3 2 33AVSWCT 32AVSW33AVSWAV3
0
A
V
S
W
AVSW
PL32535 AV SW35 AV SW30AV30S T329
29AV
28AV3 31 S T
S W 332 PL
27AV28PL332CT29AVSW30 AV SW28 AV2
6SW332ST
26P
L8AVSW307ST
306ST
307PL
1 PL S2 AV S3 AV S4 AV S3 PL S3PLS 306 P L4 PL S5 PL SS 306 ST
S 305 ST
8 AV S9 AV S5
W
Y S309CT 310PLS 309 ST
3PL S8 PL S9 AV S14 AV S11 AV S10 AV SS T 14 AV S15 CT S16 AV SS 303 ST
S 2 9 5
S 29 4 PL
S 293 PL
S 297 PL
S291ST7 PL S
S
T
S
S 2 9 1 P L
13 PL S
S 291
12 PL SS 289 PL290S 287S 2 8 7
8
P
L
S
S28 8PLS28 8 LNS286PL3 AV SW2 AV SWS 2 9 3 S T
S 296 PL
PL
4AVSS 295PL
S 2 9 4 P L
S 294 PL S 295P L 11AVS11 PL S1
2
AVS11AVS
S 293 PL
7
AVS6 AV5 AV S9 PL SA
V S
9S286ST
8AVSSTP L
13 AV S12 AV S15 AV S15 PL SS 284 ST
ST
288
PLST 1
4 A
V
S
1
4
AVS 286
16 AV S15 PL SS284 LN
18 AV SS 286LN
S 282
S 285 STS 279 PLS 281PLS282PLS 283 ST
287PL18 AV S13 AV S15 AV SS 282P
L
S 280 PL
S 286 ST
S 287 ST 26 AV SS 286 ST
2 8 7ST 27 PL SS 286 PLMILIT. RDS284P LS284
22AV23 AV24 AVOLD20 AV S23 AV S282ST283ST
S 284ST
S 2 8 3 PL
S 2 80 PL
28 AV S29 AV S29 AV S24PL S2
5 P
L S
2
6
AVPL
2
1
AV281 ST
282 ST20PLSS277P L
2 5 D RS26
AVS
S276
S
T
27
AVS12 PL SS 275 PL
S 273 ST
24 PLS 280 ST
S 276 ST
S 273PL
301S T
S 304 ST
S 301 PL
S 3 0 6 PLS305PLS300PL
S 301ST
S 303 ST S 301 DR43 PLS 300 ST
45 CTS 298
38 PLS29 9 S T
S 298 ST 45 PL S36 PL S41 PL S40 PL S39 PL S4
9
S 288 PL
S 290 PL
46 PL S45 PL S2 9 0
S293S 290 ST
S 293 ST 45PLSS 291ST
38PLSS295 37S 292ST
S 2 9 4 ST39AVS40 AV41 AV289 PL
303 CT
S 302 ST 41 AV S32 AV SS 302 PL
S 289 PL
50 PLP L
S29 3 S T
2 9 7S 298 ST
S 298 PL
S 301 DR 50LNSS 304ST33 PL S34 AV SS292 ST
S 291 ST 37 AV S38 AV S39 AV S40 AV S41 AV S43 PLS 290 ST
42 AV S42 AV SS292S T
294ST 35 AV SS 294 ST295 ST
S 295 PL
S 290 ST
S292 PL
33AV SS 296 ST
34 AV SPLS 299
PL
32 AV SS 2 99 S T
S 3 00PL 42AVS43AVS43PL40PL
S 293 ST
45AV44 CT46 CT44PL S42PLS 302PL
S 300 ST
296CT 42 PL S45 AV S48 AV S47 AV S41 A
V
S 300PL
S 300 PLP
L
S 50 AV S45PL 48 PL47 PL S37 AV S46 AV S 50AV
S 289 PL
4
9
AVS
47A
V
SS316S T
32 AV S31 AV S38 AV S38 AV S 44 PL289PL
S 2 9 1 ST
S 296 PL S29 5 PL
S2 9 6 S T
S 282 ST
S 285
S 284 PL
286
S 283ST
S 284 ST
S 285PL
36 AV SS 282 ST
S 281 ST S 28 1 ST
48 AV SS 2 7 9 PL
S 278 ST18 S20 AV S19 S263P L
8 AV SS
S 263 ST
STS 264 13PL
S296PL297PL32 PL S32 PL S39 AV S41CTS 292 PL
3 0 7 P L
S 310 ST
45 AV46 AVS 338 PL
S 337 LN
AV10 PL SW14 AVSWSW 350ST
SW 351ST
SW 353 ST
SW 344 PL SW 344 PL14 W
Y
346ST
SW347 PL
19CTSW19 AVSW 352 ST SW 352PL
S W 3 5 4ST
SW 355 PL SW 355 PL
15 AV SW14 AV SW13 AV SW12 AV SW11 AV SW9AVSWSW 361ST
SW 363 PL
SW 364PL 46 AV S47 AV S48 AV S49 AV S50 AV S32 AV S33 AV S40 AV S37AVSS 280 ST
S 279 ST 49 AV S36AVS38 P L S
46 AV S37 AV S48 AV S40AV39AVS286ST 46 AV S45 AV S27 AV S29
P
LS285STPL
274
S2 7 5 P L
43 AV S37 AV S41 PL SS 271 PL30 AV SS 271ST S271 PL36PL S43 CT43 PL SS STAR LAKE RD
42 AV S42 AV S33 PL S32 PL SS273ST
S 270 ST
40 AV SS 274 PL
S 272 PL
4 6 A VS46 CT SS 275 CT
S 265 ST ETONCTS 263 ST
33AVSS262S T
S 263 ST
S 262 STS 262 ST
3 9PLSS262 PL
S 268 ST
269ST 41PL42 AV S43PL44PL46AVSSOMERSETLN40 AV S41 AV SS 340 ST
S 337 ST
S 336 PL S 336 ST
45 PL SS 342
S 343ST
S344 44 S35 AV SS 336
4
6
P
L
S
S 334 ST
33 PL SS 326PL
S 51 AV S50 AV SS 336 ST
S 338 ST
S 342 ST
S 344 ST45 AV S44 AV SS 340 PL
43AV S42 AV SS 340 PL
40 AV S39 AV SS341 ST
42 AVS 344 WYS 344 ST
S 348 PL
S 345 S TS 3 4 8 ST
S 347 ST
S 348 ST 46 AV S43 SS 352 ST37 AV SS 351 ST
S 348 ST
42 AVS 349 ST
S 346 ST
52 AV SS 348 ST
34 AV S52 AV S51 AV S42 AV S44 AV S25 PL SS 359 ST
26PL SS 365 PL
S 3 62PLS 357PL31 PL S30 AV SS 360 ST
2
7
A
V
S26 AV S26AVS32 AV SS 364 ST
S 365 ST
S 364 ST
365PL 363STS 360 ST
S 369 PL
S 372ST
S 368 PL
S375PL
S 372
43 PL49 AV S48 AV S50 AV S32 AV SS 366 ST
31
A
V
SS 366 ST
S 367 ST
S 368 ST
32 AV S34 AV S35 AV35 AV S37 AV S40 AV S40 AV S42 AV SS 372 ST 44 AV S45 AV SS 368 ST
34 AV S33 AV SS 276 PL
ST276 17 AV SP L
1 0PLS18 AV S19 PL SS 265 PL
S 26 4 P L
27 AV S26 CT SPL
353 STST
354
23 PL S2
0
P
L
S 22PLS24 PL S23 PL362 ST
2
1
C
T
S 35925 PL SS362CT
21 PL S24CTSS 361 ST S 361 ST
S 360 ST22PLS
DI A M ONDBIR CH
25 AV26 AVS 380 STBEVERLY AVBEVERLY AV57 ST
61 NE
R IDGENORMARDAGNESRD21 AV NE24 AV NES
C
E
N
I
C
D
R
SW D AS H P O I N T BL VDDOGWOOD ST
BROWNSPTBLV
D
N
E
WATCHTOWE
R
RDP
A
N
O
RAMADROVERVIEW
D
RHI
LLSIDE
DRNE
COPALIS ST RIDGEDR NEST NEPARKVIEW
DRNE
BAYDR NE DUMA S CR N
ENAHAN E W E ST
GREEN HILLS AV21 AV NE22 AV NEC
HIN
O
O
K
WYCIR
C
L
EDRGALLEONDR3 2 3 ST55 AV SWSPRINGST NESW308 ST
SW305 ST
SW306 ST
26 AV SWSW306 ST
SW307 ST 8 AV SW7 AV SW6 PL SWSW 307ST
SW 304 ST12 AV SW62 AV6668 AV NE21 ST NE
16 ST NE 65 AV NE67 AV NENE1 5 S TNE19 ST NEAV20 ST NE
63 AV NE64 AV NETAYLOR WAY
FIFE HEIGHTS DR57 AV E55 AV E58 AV E4 ST E 63AV CT9 ST CT NE 12 AV S15 AV S21AVS21AVS23
A
V
S 23AVS23 AV S24 AV S24 AV S24 AV S24 AV S17 AV S14 AV SW OODMONTWOODMONTDR S
S 263 ST
S 272 ST
L
A
K
E
F
ENWICKRDLAKEFENWI
C
KRDSW 340 ST
DIAMONDEMERALD STGALLE
O
N
CT
NE57BAYDRNEBAYPL N E
B
R
A
E
B
U
R
N
DR
52 AV S52 AV S50 AV SS 358 ST
S 376 ST
S 374 ST
S 368 ST
S 376 ST
S 380 ST
S 382 STS 382 ST
S 378 ST378S37 AV SS 380 ST44 AV S47 AV S47 AV S48 AV S42 AV S43 AV S49 AV S51 AV S51 AV S49 AV S46 AV SS 384 ST43 AV S42 AV S50 AV S3 AV S W
S 381 STCT24 ST NE SW18S
W
24
ST
N
E49 AV50 AV NESW 358
20 AV
CT
25 ST NE
28 ST NE
64 AV NENE 45 ST46 AV NESW22 PL38 PL
SW 35
9
ST
43 ST NE
41 ST NE
25 AV SWVI
STAPL
I
NEFAIRWOODBLVDNE340PL280WY
S 318 PL
314ST 23 AV S20 AV S30 AV21 AVS 347 PL 47 LN38 AV50 CTPL296
PL
8AVSWSW 365 ST
S 357 ST
2 AV S3 AV SW4 AV SW4 PL SW4 AV SW2 AV SW3 AV SS 361PL1 AV S1WYS7 AV SW6 AV SW5 AV SW320 PL
S W 327 S T
327PL41AVSW333ST
SW
SW 342 ST
33 PLSW31AVSWAVSW30STSW343
ST
SW 341
SW 306 LN
SW 306 PL
SW 310 ST
SW 308 ST 6AVSWSW305 ST
12 LN SW 10AVSW 296 ST 9 AVSW7 AV SW9 PL3 1 8 P L 318 ST 6 PL319 PL
PL13AV
SW 3 2 4S T11AVSW12PL
2524232223AV22CT332PL
AVSW 334 PL
SW 331 PL
23 AV SWSWSW PLSW118 PLSW349WY
295 PL
8 PL8 AVSWSW7 AV5 AVS 319 LN
3PLSWS334STS 3 3 5 S T
323 ST
PL6 AV SSW 353ST
12 PL SS 375 ST3 AV SWOLDMILIT.RD.8AVS
S 284 PL22AVS
18 AV S16 AV SS 302 ST
10 AV S302ST
19AVSS W 331P L
316CT 2 LN3 1 3 LN
315 ST
PLS 34150 AV S46 PL SS 318 ST
S 312 ST
S 314 PL
S312PL
S 3 1 7
S T
S 346 ST
347PL275S 276 PLPLSSTSW 343 34 AV SW320 PLSW321ST7AVSW SW 305 ST 2 AVSW300 PL
2PLS3 PLSS302PL2
CT S 5 AV S6AV S7AV15PLSW
21 AV SWS 325ST
15CTSW25 AV SW27 AV SWCT345
SW 347 ST
346ST
345PL
SW 341 ST33AV SW 342 ST
SW 341CT
36 PL SW48 PLSW46 PL44 AV SWSW 310ST
SW 307 ST
SW 308 ST
43 AVSWSW 304 ST
23 AV3
1 A
V
S
WS W 3 0 2 P L
SW 298 PL
SW 294 ST
12 AV SW12 AV SW9 AV SW299P
L
S
WSW 346PL5 PLSWSW347 WY
SW 347 ST
CT5AV
SW8 AV SWSW 347 PL
9
CT346C
T
346ST
9PLSWC T
S 334 LN18 LN S19 LN S22 Pl SS 331 LN
18 AV SS 327 STS 331 PLS323PL
S32 6 ST
9 PL
S
S
323 ST
L N
S 325 LNS 324 PL
2 AVSWSW324CT
8 CTSWSW 328PL7 AV SW6 AV SW328S T 2 PLSW324 ST
SW
S
T
3
2
5
PL
SW5 AVSW4 AVSW3 AVSW2 AVSW328CT 7 CTS
W
326ST SW326CT
SW324PL 11 PLSW12AVSW12 PL SW13 PLSWS
W3
2
2C
T
18AVSW328CT
S W32 0CT
SW 320
SW322
SW 322 ST
26PLSW 322PL
322 ST
S W 330 S TSW 329 PL
SW331SW 329PL
PL47AVSW 43PL42AVP
L
46 CTSW 11 PL SS 313 ST6 AV S4 AV S7 AV S313ST
S 314 ST
S 316 ST12 PL S13 AV SS308 CT
18 AV S19 PL S22 AV S20 AV SS 301 ST
S 301 PL
S 300 ST 21 AV S S 299ST 24 PL SS 299 PL 21AVS 284 ST
S 282 ST
S 285 PL
PLS 28425DRS
S 3 3 6 S T
S 340 ST
S341PL
4 AV SW3 AV SWSW 342PL
SW 344 ST
13AV12 AV SWSW 347 PLSW 348 ST
13CT14PLSW11 AV SW10 CTSWAV18SWSW 347 ST
S W 3 4 6 PL SW18 AVSW16 AVSW20 AVSW 345 PL
S 321 ST
S 322 PL37 PL S32 AV S39 AV S39 AV SSW 344 ST24 AV SW25PLSW34 PL SW17 PL S11AV SSW 325 PL
SW 315 S T 23AV
S21PLS
16 AV SS 3 3 6 S T
371 ST
371 PL
370 PL
26 PL S25 AV SS 37 0 S T
C HINOOK DRHYLEBOSCTMAKAHCT
CHIM A C UM
HAIDACT
COWICHANCTBELLACOOLADRKWAKIUT
L
DRSUQUAMISHCT
N O O T K AC T
S369 ST
S 370
CT
S37 1ST
CT
S373
S 3 7 4
C T 22AVS2 1 A V SS375ST
18PLS17PLSPL
S
3
68PLSW 363 ST 13 AV SWS 337 ST42CT S42AVSS 335 PL
39A
V
S38A
V
S38AVS
SW355CT
S 2 8 3 P L
SW 357ST CAMBRIDGEDR40 AV S40AVSS 277 PL
13 AV SS 278PL
30
W
Y
S
S279PL
31P
L
S30PLSS 279 ST
S 296 PL42 AV S44 AV SS 331 PL
38 AV S35 WY S35 WY SS 379 CT
S 374 PL
S 375 PL26 DR S2
7
P
L
S 48 AV S50 AV S4PLSW42AVESWS W 332PL
S W33 5 PL
SW 310 PL
SW 311 PL2 PLSW1 PLSW21 AV S27 PL S27 AV SS 268 ST
S 269 ST
36 CT S19 AV SC
A
M
B
R
I
D
G
E
P
L DOWNINGAV43 AV S52 AV S50 AV SS 362 ST
45 AV S44 AV S51 AV SS 366 ST
45 AV S46 AV S45 AV S47 AV S20 AV SSW 342PL19 PL SWAVSW10 CTSWSW339 STSW 341 ST
SW338 ST
8 AVSW912AVSW12 PL SW1
3 C
T S
W
SW 340 ST
30 AV SSW 357CT
10 CTSWSW 365 PL
MARSHALL AV
E ALEXANDER AV
MARSHALL AV
MI
L
WAUKEEWY32 CT SWSW 311 PL
S356ST
27 ST NE
21 ST NE
23 ST NE
22 ST NE
26 ST NE39AVSW35 PL SWS 341 PL S 341 PL
BROWNS POINTBLVD
BROWNSPO IN T BLVD
PL
32 PL SS 375 PL2 PL10AVSW20 AV S8 PL316 LNSW 315 PL
SW 362 PL
4TH STCT NE
5TH ST NE
66 AV NEA ST CT NE67TH AVE CT EPavillionsCenter
CelebrationCenter
SeaTacVillage
Pal-doWorldPlaza
The Commons atFederal Way
GatewayCenter
Twin LakesVillage
CampusSquare
Federal WayMarketplace
Federal WayCrossings
Safeway
Safeway
FredMeyer
HomeDepot
Walmart
Costco
Safeway
Safeway
Winco
Sears
Target
BestBuy
Ross
Walmart
QFC
H Mart
Albertsons
Marlene's
Cinemas
Christian Faith Center
Lowe's
Macy's
TraderJoe's
Vacant
ABAMWeyerhaeuserTechnologyCenter
GroupHealth
WorldVision
Devry
WeyerhaeuserHeadquarters
SmithBarney
U.S.P.S. BulkMail Center
TOTE WEA
Lakehaven
Dow Jones SafranMorpho Trak
VirginiaMason
LakehavenTreatmentCenter(Redondo)
LakehavenTreatmentCenter (Lakota)LakeGroveElem.
LakeDolloffElem.
LakelandElem
ValhallaElem.
SilverLakeElem.
WildwoodElem.
BrigadoonElem.
Twin LakesElem.
AdelaideElem.
SherwoodForestElem.
PantherLakeElem.
CamelotElem.
NautilusElem.
Mark TwainElem.
Rainier ViewElem.
OlympicViewElem.GreenGablesElem.
EnterpriseElem.
MirrorLakeElem.
Star LakeElem.
WoodmontElem.
IllaheeMiddle School
LakotaMiddleSchool
SacajaweaMiddle School
KiloMiddleSchool
SaghalieMiddleSchool
SequoyahMiddleSchool
PublicAcademy
DecaturHigh School
Federal WayHigh School
ThomasJeffersonHigh School
Todd BeamerHigh School
TrumanH.S.
TotemMiddle School
Golf
Golf
Twin
Course
Course
Lakes
NorthshoreGolf Course
Star LakePark &Ride
Federal Way/S 320th StreetPark & Ride
Twin LakesPark &Ride
South FederalWay Park &Ride
RedondoHeightsPark & Ride
TransitCenter
Federal WayCommunityCenter
SteelLakeAnnex
CityHall
Dumas BayCentre
KnutzenTheatre
ParkLakota
SacajaweaPark
FrenchParkLakePark
AdelaidePark
CamelotPark
Dash PointState Park
SaghaliePark
LakeGenevaPark
GlenNelsonPark
WestHylebosWetlandsPark
FiveMileLakePark
BingamanPond Park
B.P.A. TrailB.P.A. TrailWestCampusTrailB.P.A.TrailDumas Bay Sanctuary Park
Brooklake CommunityCenter
TownSquarePark
Steel LakePark
South CountyBallfields
ParkCelebration
Alderbrook Park
Dash PointHighlands Park
LaurelwoodPark
Spring ValleyOpen Space
Fisher'sPond
Panther LakeOpen SpacePark
PovertyBayOpenSpace
Center atNorpoint
KingCountyAquaticCenter
Pacific RimBonsai Collection
Rhododendron SpeciesBotanical Garden
EnchantedPark
Pierce County
King County
Pierce County
King County
Pierce County King CountyPierce County
King County
Federal WayChamber ofCommerce
FireStation 73(Kent)
FireStation65
FireStation 61
FireStation 64
FireStation 63
TrainingCenter
FireStation62
FireStation66
St. FrancisHospital
VirginiaMasonPost Office(98023)
Post Office(98003)
Federal WayRegional Library
320thStreetLibrary
VehicleLicensing
DriverLicensing
GethsemaneCemetery
Fife
Milton
Tacoma
DesMoines
Edgewood
Pacific
Kent
FederalWay
FederalWay
Adelaide
Dash Point
Kitts Corner
Port of Tacoma
Mirror Lake
City Center
West Campus
Panther Lake
Twin Lakes
Lakota
East Campus
Northeast Tacoma
Redondo
RedondoCr.Co
l
d
CreekWestHylebosCreekLakot
a
Cre
e
k
Joes CreekEastHylebosCr.Exit 142 A and B
Exit 147
Exit 143
HOV Only Exit(S 317th St)
Exit
Hylebos Creek WaterwayBlair Waterway
P
uyallu
p
R
i
v
erPuget Sound
BayDumas
PovertyBay
Sitcu
m W
aterw
ay
CommencementBay
LakeSteel
Star
Lake
MirrorLake
GenevaLake
North
Lake
EasterLake
Dolloff
LakeLakeFenwi
ckTroutLake
FiveMileLakeLakeKillarneyLake Lorene
JeaneLake
24
24
11 11
24
11
7
24
12
14
14
16
16
2 2
10
15
9
10
23
23
17
17
15
15
8 8 8
4 4 44
4
4 4
10
10 10
10
10
10
18
19
3A
18
19
3
19
18
18
5 5
25
25
30
6
31
22
26
13
13
13
13
13
1 1
20
20
20
20
20
20
21
21
21
21
21
21
City of Federal Way Map #1 Landscaping Maintenance Schedule2017
Map Date: September 2016City of Federal Way,GIS Division33325 8th Ave SFederal Way, WA 98003(253) 835-7000www.cityoffederalway.com
´
This map is accompanied by NO warranties, and is simply a graphic representation.
KingCounty
Vicinity Map0 0.5 10.25
Miles
Scale:Legend
Freeway Ramp
Divided Freeway
Arterial Street
Collector Street
Local Street
Private Street
Paved Trails
!!
!King County Boundary
Legend
AG# 14-193
Site Number, Street Name
1, S 288TH ST
2, S 312TH ST
3, S 312TH ST
4, SW 320TH ST
5, S 320TH ST
6, S 320TH ST
7, S 324TH ST
8, S 336TH ST
9, S 342ND ST
10, S 348TH ST
11, SW 356TH ST
12, 23RD AVE S
13, ENCHANTED PKWY S
14, PACIFIC HWY S
15, S DASH POINT RD
15, PACIFIC HWY S
16, PACIFIC HWY S
17, PACIFIC HWY S
18, PACIFIC HWY S
19, PACIFIC HWY S
20, 1ST AVE S
21, 21ST AVE SW
22, 21ST AVE S
23, S 317TH ST
24, S 333RD ST
25, S 334TH ST
26, S 13TH PL
30, S 352ND ST
31, S 356TH ST
R:\erike\PW\Streets\Projects\ROW\Landscaping\Maps\AG_14-193_V10_r2.mxd
P.V.R. WY
P.V.R. WY
33 PL SW
3
3
PLSW
PL
SW317
SW
11 PL SW
SW
310 ST
311th CT
KIN G A R THUR289
LA N C E LOT
G A L A H AD
S290
S 331 ST
47 CT S
52 AVE S
S 318 PL
51
CT S
S 301 PL
SW
S
LN
S 315 ST
9AVS
S 3 2 1 S T
20
W
Y
S
33AV
291
S 301 ST28 PLS
28 AV
4328
3 PL 6 P L S
PL
SW3 13ST S
W
M
I
L
I
T
A
R
Y
R
D
PL
17
18 PL
PL
309
16 PL
12 AV SW
21 AV SW
21 AV SW
SW335ST
323LN
9 AV S
CA M E L O T D R
A G R A-
V AIN ESIR
AVA-LONPL
38 AV S
SW
SW 348 PL
SW 3 4 5
SW 347 ST
14 PL SW
15 PL SW
10
PLS W
3 4 7
11
SW
11 CT
S W 3 4 5 PL
4 P
L
PL
SW
25 AV S
11 PL S
S 324 ST
S 336 ST
SR 18
PACIFIC HWY S
S 320 STS 320 ST
S319 PL
G A T E W A Y BLVD
21
AV
S
W
SW 320 ST SW 320 ST
2
2A
V
1 AV S
SW 312 ST
SW 320 ST
1 AV S
S 320 ST
S 312 ST
OLYMPIC WY
SE M I NOLE LN
S 320 ST
INTERSTATE 5
AGU
STA
NAT
I
ONA
L
L
N
THE
DUNES
19PL
S
S 333 ST
5 AV S
3 2 9 L NLNLN
4
P
L
S
S 315 LN
S 316 LN
25 PL S
S 317 ST
INTERSTATE
5
28 AV S
M
I
L
I
T
A
R
Y
RD
S
S 299ST
301ST
302ST
303
ST
3PL
2PL
S 299 PL
1 PL
2 AV
299ST
300ST3 AV S
1PL 2 CT 301ST
3 AV S
299PL
2 AV SW
2 AV
SW
2 PL SW
S 288
287S 287 ST
45 PL S
CENTENNIAL
52
AV
NE
ST NE
36
11 PL SW
11 PL
12 AV SW
12th
SW 314 PL
SW 316 PL
S W10 P L
SW
1
4
WYSW
2 LN
SW
SW 317 PL319 PL
SW 318 PL
14 AV SW
S W 319 PL
S W 3 1 2 P L
31825AVSW
2
7
A
V
S
W
P
L
S
W
PL
28 P L S W
S W 3 1 4 ST
2
6
3
6
A
V
SW
3 2 9 S T
CT
SW 340 PL
SW
SW 342 ST
342
32 AV
31 AV SW 341PL
PL
SW 339 ST
C
T
SW 338 S T
3
2
302
29AVS
CT
29
REDOND
O
W
Y
S
S 288 ST S 288 STS 288 ST
S 288
G
A
W
A
I
N
P
L
M
E
R
LYN
E L A INE
S
A
G
RAMORE
S 336 ST
PACIFICHWY
S
9
A
V
S
SWCAMPUSDR
1 AV S
S 348 ST (SR 99)
ENCHANTED PKWY
S
WCAMPUS DR
10AVS W SW330 S T
21 PL SW
(
S
R
5
0
9
)
33AV SW
S
W
D
A
S
H
P
O
I
N
T
R
D
SW3 2 0 ST
31 AV SW
314 ST
316ST317ST317PL
32 AV SW
37 PL
SW 340 ST
SW 344 ST
21 AV SW
6
AV
7
AV
SW
MERIONWY
WINGED FOOT WY
1 AV S
21 AV SW
SW310ST
S DASH POINT RD
S D A S H P O I N T R D
R
E
D
ON
D
O
W
Y
S
51 AV S
S 288 ST
51 AV S
314CT
51 AV S
P
E
A
S
L
E
Y
C
A
N
Y
O
N
R
D
28 SW 350 ST SW 350
SW 343 PL
28 PL
SW
SW SW
26 PL
SW
31 CT
CT
10AVS
10AV
10
P
LS
S 324PLST
S 3 32 P L
S330 S T
S 328 PL
S 3 30 P L
S 3 2 9 P L
1
PL
S
S 3 2 7
1
LNS
W
1
L
N
SW
S 325ST
S 321 ST
18 AV
SW 349 PL17CTSW
41PLS
4
1
WYS
40 AV S
S 331 PL
42
AV
S
S330 PL
S329 ST
41
L
N S
SW 309 ST
SW 310 ST
SW 311 ST32 AV SW
30 AV SW
30 AV SW
29CT SW
29
S W 3 2 5 S T
3
4 P
L S
S 314 ST
325
20 PL SW
STONEGATE NE
335 CT
ST
S336 ST
H W Y 18
WEYERHAEUSER WAY S
H W Y 18
WEYER H AEUSER
WAY
S
M
ILIT
A
R
Y R
D
S 321 ST
MILITARY RD SS 349 ST
13 AV S
302ST
9
AVS
S 304 ST
S303 ST
S 302 ST
1 PL S
S 304 PL
2 AV
S6
A
V
4 AV
3 AV
2 AV
1
P L PL
SW 313 ST
2 AV SW
2 PL
SW3
AVSW
S 2 9 8 S T S 2 9 7 P L
S
3
0
1
ST
8 AV S
S 2 9 6 P L 13AV
S
S 295PL1
0
P
L S
9 P
L S
1
1
P
L
S
S 2 9 9 P L
8P
L
S
8
SW 316 ST
SW 317 PL
S 331 ST
S 327 ST
S 332 ST
17 PL S
18 PL S
S 330 ST
PLS 322
S 330ST
S332ST
S328ST
8 AV S
9 AV S
S 3 2 5
335ST
SW 332 PL
SW 331 PL
36 AV SW
37 AV SW
36AV37AV
37 PL SW
ST
S
PL301
302ST
S 304 ST
5AVSW
4
AV
SW
3
AV
SW
2
AV
SW
1
PL
SW
SW 308 ST
S 3 0 9 S T1
P
LS
7 AV SW
6 PL SW
S 344 ST
339 CR
4 PL S
SW 350
346 ST
SW 348
SW
2 LN S
4 AV S
S 346 LN
3 4 7 P L11PL S
H W Y 18
51 AV S
23
AV
S
22AVS
S291ST
289 ST
ST
1
9
A
V
S
20PL
21
AV
302 PL
S 298 ST
S 333 S T
10 PL S
6
A
V
S
1 PL S
SW 332 PL
S 344 ST
S 343 ST
S W 334PL
32 AV
SW
3
6
AVSW
3 3 A V S W
32 A V S W
321PL
2
7
AV
SW 320 PL
28 AV
26 AV SW
SW 331ST
S302 ST
S300 PL
SW339
339 PL
S 298 ST
S 29 6 ST
30 AV S
296PL
3 2 4 P L
SW312 ST
SW 326 ST
SW 322 PL
2 3AV
S W 32 3 ST
PL
PL333PL
34PL SW
S 309 ST
306
S 308 ST
ST
3
2
6
11 CTSW
PL
12
317 ST
318 ST
SW 317 PL
24 AV
SW
SW 318
ST
18AVSW321 LNSW
20 LN
SW
15PL
S W 3 2 1 S T
SW 320 PL
12 AV SW
13 PL SW
13 CT
SW
36
PL
S
S 348 ST
R E D O N D O B E A C H DR S
SW CAMPUS DRSW336ST
SW336WY
SW 340 ST
SW 325 PL
SW 330ST
SW
SW332ST
S W 3 3 0 ST
24
AVSW323ST
2
5
A
V
SW
4 PL S W 3 32S T
1 PL S
5
AVSW
SW 333CTSW 334CT
6 AV
SW
5 PL
SW
STSW 331SW 331ST
2 P L S W
1PL S W3
C
T
3AVS
W
3 1 5
36
AV
SW
ST
ST
36AV
S
W
SW 319ST
S 308 ST
42 AV S
44 AV S 47 AV S
48 AV S
49
AV
S
S 313 ST
S 308
3 1 1
S 315 PL
47 AV S
48 AV S
49 AV S
S 316 ST
S 325PL
S 323 ST
38 AV S
S 328 ST
S 325 ST
49 PL S
44 AV S
46 AV S
47 AV S
S 317 ST
S 324 PL
42PLS
S 326 PL
313PL
313ST
32 AV
SW 344 ST
17AV
19P L
SW 308 PL SW309 ST
20 AV SW
2 CT
5 AV S T
9 AV S
S 316 PL S 316 PL
6 AV
S 318 PL
7 AV
S 3 1 7 ST
6 AV
9 AV
PLS 318
26 AV S
S 305 PL
344PL
SW346ST
28
PL
SW
27AV
SW350PL 23 AV
SW
SW 346 ST
SW 348 ST
46 AV S
S 328 ST
S 329 PL
4
4
A
V
S
S 325
S T
S 289ST S 289ST S 289ST
S
8 AV
2 9 3 P L
14 AV S
10
AVS 317 ST
8 AV S
S 315 ST
STSW 304
3
1 A
V
SW311 LN
GUINE-VERE PL
CANTEBURY DR
292ST
28 PL S
PL S
27
PL
S T
S 299 S T
25 LN
C E N T E R
COLONIAL WYS 328 PL
22 AV
17 AV
S 324 PL
20 AV S
S 3 2 7LN
S 322 ST
OAK-MONT
CT
299PL
S297 PL
35 AV
SW
1 AV S
SW307ST
SW DASH POINT RD
CHERRYHILLS PL
BURNING
TREE
BLVD
1
W
Y
S
1
W
Y
S
1 AV S
289
291
ST
ST
22 LN S
13 PL S
4 PL
3 2 7 P L
S 3 2 8 S T19 PL SW
311 ST
S 312 ST S 312 ST
28 AV S
NIM
UE
M
O
R
G
ANDI
N
A
D
AN
SIR G
AH
ERIS
SIR
M
O
RDED
SIR ECTO
R SIR GARETH
M
I
L
I
T
A
R
Y
R
D
S
S 324ST
OAKLANDHILLSBLVD
1 W YS
30 AV SW
SW 346 PL
SW344 PL
24PL
349 PL S
W SW 349PL
AV
SW 348 PL
SW 347 PL
SW350ST
AV NE
26
SW 3 49 PL
24CTSW
6 AV
S
4 AV S
301ST
297 ST
S 301 ST
S 300 ST
14 AV S
11 PL S
14CTS
ST
S287
21 AV
6AVSW
42AVS
41 PL S
43 PL S
44 AV S
45 W Y S
S 333PL
S 332 PL
S 333 ST
PACIFICHWYS
S 304 ST
PEASLEY CANYON WY S
SW329
PL330PL
PL
323 ST
20 PL SW
7 PL SW
ST16
PL
SW
SW 3 2 3 S T
SW
S 308 ST
S 309 PL
S 310 PL5 PL S
3 0 6
S
309ST
4 PL S
C
TS
W
20
24 PL
SW 334 ST
SW 333 ST26PL
18
P
L
4 P L S
S 308PL
S 308 ST
308
49 CT
4
8
C
T
S 3 0 9 S T
S 312 ST
S313PL
S 3 1 0 P L
3 CT S
S 317 ST
S 316 ST
S 319
S3 PL
1 PL S
7 PL S
S 316 ST7A
V
3 PL
2 CT
2 AV
S 3 1 7 P L
314
S
7 PL S
W
8 AV SW
SW 312
318 PL
SW
31 7 CT
3
LN
SW
AV S W313 ST
314ST
316 ST13 AV SW
S W
1 2 P
L
SW
SW 318 ST
317 ST
317PL
SW 316 ST
8 PL SW
10 CT SW
6 AV SW
SW 316 ST
30 AV SW
S 321PL
S325PL
PARK RD
S
322 PL
S33 0 PL
7
P
L
S
STS 321
2PL
S
4
P
LS
S 3 3 1 P L
S
8 CT
3
PL
S
S 316 STS 316 ST
S 316 PL
24CT S
S 310 ST
S 308 ST
S311 ST
S310 ST
S309 ST
26 PL S
21 AV S
22AV
S
21 PL S
S 300 ST26 AV
S 298 ST
S 296 PL
20 AV
26 PL
27 AV S
24 PL S
25 PL S
PL25
27
A V
S 304ST
20 AV S
S 302 PL
290
20 AV S
S293ST
S 288 PL
28 PL S
2
5
P
L
S
S
2
9
2
S
T
S 292 ST
21 PL S
20 WAY S
23 PL S
26 PL S
19 PL S
S295
18 AV S
294
P L
S 296 ST
S19 AV
S 291ST
18 PL S
S 340 ST
S338 S T
6 A
V
13 PL S
17LN S
337
S 3 4 2
1 C R S
1 PL SS 333 L N
1 L
N S
S 3 34 S T
1 LN S
12 AV SW
SW 349 ST
333 ST 332
4CT
ST
SWSW 332CT
7 W Y S W
SW337
CT
7 CTSW
7PL
S
W
5
PLS W
SW 336ST
SW 335 ST
4 A V S W
SW336CT
SW
331 PL
20 PL SW
SW 297 ST
SW 298 PL
SW 292 ST
SW 298 ST
SW 296 ST
SW 293 ST
SW295 ST
2 PL SW
19 PL SW
17 AV SW
SW 304 ST
11 AV SW
10 AV SW
8 AV SW
SW 301 ST
16 AV SW
300 ST
6 AV
SW
SW 299 ST
6 AV
SW 5 AV SW
301PL
SW 299 PL
SW 298 ST
S
WMARI N E VIEWDR
SW300PL
5 AV
SW
7
A
V
S
W
ST
SW301
2 PL SW SW303STSW303SW302ST
4
AV
SW
3 PL SW
4 PL SW
21 AV SW
301SW
SW 307 ST
S W 3 08
SW
309
12 PL SW
SW
PL
111 AV SW
305 ST
16 AV SW
10 AV SW
SW 304 ST23 AV SW
SW300ST
SW305ST
S W 307 ST
SW305PL
SW 306ST
2
4
A
V
SW
25
AV
SW
24AVSW
S W 3 0 0 P L
SW308PL
15 AV
SW
SW309CT
308CT
SW
2
6
A
V
S
W
P L
309S T
SW
AV
22
SW308ST
SW 3 0 6 P L
3
0 A
V
S
W
28 AV SW
3
0
A
V PL
37 PL SW
CT
SW 310
ST
36 PL SW
36CTSWSW309
318
C
T
317
S
W
318ST
SW32 5 S T
SW 326 ST
SW 331ST
CTSW37
ST
S T
32P
L
3
4
3 3 4 S T333ST
SW
35 PL
S
W
337ST
2
8
PL
3
3
PL
SW
SW 339 ST
SW 342 P L
31
AV
SW
339ST
2
9
CTSW
3
6
A
V
35 AV SW
27 PL SW
SW 3 4 0
26 AV
STSW 33726CTSW
28PL
30AVSW
2
9
P
L
SW
28AV
SW 342 ST
SW 342
342 ST
23 AV
SW 337PL
SW 338ST
SW 341 PL
334 PL
19 AV SW
25 L N
335PL
25 PL
SW
AV
NE
LOOP
55 AV NE
38 ST NE
38 ST CT NE
39 ST NE
23 AV SW
5553
34
ST
34 CT
10 A
V S
W
9 A
V
8
A
V
8 CT
SW
S W 344 P L
ST
19 LN
1
4
AVS W
SW 3 23 S T
ST322
16AV
S
W
8 AV SW
8 AV SW
6AVSW
328 ST
S
W327ST
8 PL
SW
325 CT326 ST
5AV 4AV
SW 326
P
L
SW 325 P
L
328CT
SW 329 ST 2 AV3AV
2 P
L
3AV
SW
2 AV SW
SW 327 PL5 AV
SW
S
W
322ST4AV
S W 3 2 1 ST
7
AVSW
7AV
SW
1
8
A
V
17 CTSW
20 AV SW
19
AVS W
17
AVS W
16 CT
13 AV SW
SW327S T
16
PL
S
W
19 CT
SW
SW328CT
SW328CT
CTSW 330330
331 ST
12 AV
SW
PL
11 AV
S W 332PL
10
PL
SW
S
W
334ST10CTSW12 CT
SW
S W 3 3 3 ST
S W 333P
L
1
2
A
V
S
W334PL
SW327 PL
329
CT 329
SW 330 S T
19 CT
11 AV SW
22 AV SW
22 AV
SW
24
A
V
S
W
2
3
A
V
SW
322 PL
329PL
23 AVSW 328 STSW 329 ST
26 AV SW
2
6
A
V
S
W
26 AV SW
26
P
L
SW 328 ST
27AV
SW 327 ST
330
3 3 1
3 2 9
S T
A
V
3 3 2 3
3
A
V
SW
CT
3
2
A
V
S
W
3
3
A
V
S
W
AV
3
0
A
V
S
W
AVS
W
P L325
35 AV SW
35 AV SW
30
AV30
S T329
29AV
28 AV
3 3 1 S T
S W 332 PL
27AV
28PL
3 3 2 CT
2
9
AV
SW
30 AV SW
28 AV
2
6
S W 3 3 2 ST
26P
L
8
AV
SW
307ST
306ST
307PL
1 PL S
2 AV S
3 AV S
4 AV S
3 PL S
3PL
S 306 P L 4 PL S
5 PL S
S 306 ST
S 305 ST
8 AV S
9 AV S
5
W
Y S
309CT
310PL
S 309 ST
3PL S
8 PL S
9 AV S
14 AV S
11 AV S
10 AV S
S T
14 AV S
15 CT S
16 AV S
S 303 ST
S 2 9 5
S 2 9 4 PL
S 293 PL
S 297 PL
S291ST7 PL S
S
T
S
S 2 9 1 P L
13 PL S
S 291
12 PL S
S 289 PL290
S 2 8 7
S 2 8 7
8
P
L
S
S288P LS288LN S
286 P L
3 AV SW
2 AV SW S 2 9 3 S T
S 296 PL
PL
4
AV
S
S 295PL
S 2 9 4 P L
S 294 PL S 2 95 P L
11
AV
S
1
1
P
L
S
1
2
A
V
S
11
AV
S
S 293 PL
7
A
V
S
6
A
V
5
AV
S
9
P
L S
8
A
V
S S T
P L
13 AV S
12 AV S
15 AV S
288
P L
ST 1
4 A
V S
16 AV
S
15 PL S
S 286LN
287PL
18 AV S
S 287 ST 2 8 7ST
27 PL S
22AV
24 AV
30 1 S T
S 304 ST
S 301 PL
S 3 0 6 P LS305PL
S300PL
S 301ST
S 303 ST S 301 D R
43 PL
S 300 ST
45 CT
S 298
38 PL
S29 9 S T
S 298 ST 45 PL S36 PL S
41 PL S
40 PL S
39 PL S
4
9
S 288 PL
S 290 PL
46 PL S
45 PL S
2 9 0
S 29
3
S 290 ST
S 293 ST 4 5PLS
S 291ST
38PLSS295
37
S 292ST
S 2 9 4 ST
39AVS
4
0
A
V
4
1
A
V
289 PL
303 CT
S 302 ST 41 AV S
32 AV S
S 302 PL
S 289 PL
50 PL
P L
S29 3 S T
2 9 7
S 298 ST
S 298 PL
S 301 DR
5
0
L
N
S
S 304ST
33 PL S
34 AV S
S292 ST
S 291 ST
37 AV S
38 AV S
39 AV S
40 AV S
41 AV S
43 PL
S 290 ST
42 AV S
42 AV S
S
2
92 S T
294ST
35 AV S
S 294 ST295 ST
S 295 PL
S 290 ST
S292 PL
33AV S
S 296 ST
34 AV S
PLS 299
PL
32 AV S
S 2 99 S T
S 3 00PL
42AVS
4
3
AVS 43PL
40PL
S 293 ST
45AV
44 CT
46 CT
44PL S42PLS302PL
S 300 ST
296CT
42 PL S
45 AV S
48 AV S
47 AV S
41 A
V
S 300PL
S 300 PL
P
L
S
50 AV S
45PL
48 PL
47 PL S
37 AV S
46 AV S
5
0
A
V
S 289 PL
4
9
AVS
47A
V
S
S31 6 S T
32 AV S
31 AV S
38 AV S
38 AV S
44 PL
289PL
S 2 9 1 ST
S 296 PL
S 2 9 5 PL
S 2 96 S T
286
36 AV S
296PL297PL
32 PL S
32 PL S
39 AV S
41CT
S 292 PL
3 0 7 P L
S 310 ST
45 AV
46 AV
S 338 PL
S 337 LN
AV
10 PL SW
14 AV
SWSW 350ST
SW 344 PL SW 344 PL
14 W
Y
346ST
SW347PL
19CTSW
46 AV S 47 AV S
48 AV S
49 AV S
50 AV S
3
7
AV
S
S286ST
29
P
L
S
41 AV S
S 340 ST
S 337 ST
S 336 PL S 336 ST
45 PL S
S 342
S 343STS344
44 S
35 AV S
S 336
4
6
P
L
S
S 334 ST
33 PL S
S 326PL
51 AV S
50 AV S
S 336 ST
S 338 ST
S 342 ST
S 344 ST
45 AV S
44 AV S
S 340 PL
43AV S
42 AV S
S 340 PL
40 AV S
39 AV S S341 ST
42 AV
S 344 W Y
S 344 ST
S 348 PL
S 3 4 5 S T
S 3 4 8 ST
S 347 ST
S 348 ST
46 AV S
43 S
S 348 ST
42 AV
S 346 ST
52 AV S
S 348 ST
SW308 ST
SW305 ST
SW306 ST
26 AV SW SW306 ST
SW307 ST 8 AV SW
7 AV SW
6 PL SW
SW 307ST
SW 304 ST
12 AV SW
15 AV S
2
1
AV
S
21AV
S
2
3
AV
S
23
AV
S
23 AV S
24 AV S
24 AV S
24 AV S
SW 340 STSW
22 PL 340PL
S 318 PL
314ST
23 AV S
30 AV
21 AV
S 347 PL
4
7
L
N
38 AV
50 CT
PL296
PL
S W 327 S T
327
PL
333ST
SW
SW 342 ST
33 PL
SW 31AVSW
AV
SW
30
STSW343
ST
SW 341
SW 306 LN
SW 306 PL
SW 310 ST
SW 308 ST
6AV
SW
SW305 ST
12 LN SW
10AV
SW 296 ST
9 AV
SW 7 AV SW
9 PL
3 1 8 P L 318 ST 6 PL
319 PL
PL13AV
SW 3 2 4 S T
11AV
SW
12PL
25 24 23 22
23AV 22CT
332PL
AV
SW 334 PL
SW 331 PL
PL
SW
11
SW 349WY
295 PL
8 PL
8 AVSW
SW
7 AV
5 AV
S 319 LN
3PLSW
S 334 S T
S 3 3 5 S T
323 ST
PL
6 AV S
8
AVS
18 AV S
16 AV S
S 302 ST
10 AV S
302ST
19AV
S
316CT
2 LN
3 1 3 LN
315 ST
PL
S 3 4 1
50 AV S
46 PL S
S 318 ST
S 312 ST
S 314 PL
S312
PL
S 3 1 7
S T
S 346 ST
347PL
STSW 343 34 AV SW
320 PLSW321ST
7
AV
S
W
SW 305 ST
2 AV
SW
300 PL
2PLS 3 PLSS302PL2
CT S
5 AV S
6AV S
7AV
15PLSW
21 AV SW
S 325ST
15CT
SW
25 AV SW
27 AV SW
CT
345
SW 347 ST
346ST
345PL
SW 341 ST33AV
SW 342 ST
SW 341CT
SW 304 ST
23 AV
3
1 A
V
S
W S W 3 0 2 P L
SW 298 PL
SW 294 ST
12 AV SW
12 AV SW
9 AV SW 299P
L
S
WSW 346
P L
5
P
L
SW
SW347 WY
SW 347 ST
CT
5
AV
S
W
8 AV SW
SW 347 PL
9
C
T
346C
T
346ST
9
P
L
S
W
C T
S 334 LN18LN S
19 LN S
22 Pl S
S 331 LN
18 AV S
S 327 S T
S 331 P L
S323PL
S 3 2 6 ST
9 PL
S
S
323 ST
L N
S 325 LNS 324 PL
2 AV
SW
SW324CT
8 CT
SW
S W 328
PL
7 AV SW
6 AV SW
328 S T
2 PL
SW324 ST
SW
S
T
3
2
5
PL
SW
5 AV
SW 4 AV
SW
3 AV
SW2 AV
SW
328CT 7 CTS
W
326ST SW326CT
SW324PL
11 PL
SW
12AV
SW
12 PL SW
13 PL
SW
S
W3
2
2C
T
1
8AV
SW328CT
S W32 0CT
SW 320
SW322
SW 322 ST
26PL
SW 322PL
322 ST
S W 330 S T
11 PL S
S 313 ST6 AV S
4 AV S
7 AV S 313ST
S 314 ST
S 316 ST
12 PL S
13 AV S
S308 CT
18 AV S
19 PL S
22 AV S
20 AV S
S 301 ST
S 301 PL
S 300 ST
21 AV S
S 299ST 24 PL S
S 299 PL
21AV
S 3 3 6 S T
S 340 ST
S
3
41PL
SW 342PL
SW 344 ST
13AV
12 AV SWSW 347 PLSW 348 ST
13CT
14 P L S W
AV
18SWSW 347 ST
SW 3 4 6 PL
SW
18 AV
SW
16 AV
SW
20 AV
SW 345 PL
S 321 ST
S 322 PL37 PL S
32 AV S
39 AV S
39 AV S
SW 344 ST
24 AV SW
25
PL
SW
34 PL SW
11AV S
SW 315 S T
16 AV S
S 3 3 6 S T
S 337 S T
42CT S
42
A
V
SS 335 PL
3
9
A
V
S
3
8
A
V
S
3
8
A
V
S
S 296 PL
42 AV S
44 AV S
S 331 PL
SW 310 PL
SW 311 PL2 PL
SW
1 PL
SW
21 AV S
52 AV S
45 AV S
20 AV S
SW 342PL
19 PL SW AVSW
10 CT
SW
SW339 STSW 341 ST
SW338 ST
8 A V
S W
9
12AVS W
12 PL SW
1
3 C
T S
W
SW 340 ST
32 CT SW
SW 311 PL
39AV
S
W
35 PL SW
S 341 PL S 341 PL
PL
2 PL
1 0 A V S W
8 PL
316 LNSW 315 PL
Dumas
LakeSteel
Lake
MirrorLake
GenevaLake
North
EasterLake
Dolloff
L
a
k
e
ParkLakota
SacajaweaPark
FrenchParkLakePark
AdelaidePark
CamelotPark
SaghaliePark
LakeGenevaPark
B.P.A. Trail
B.P.A. Trail
West
Ca
m
pusTrail
Steel LakePark
CelebrationPark
LaurelwoodPark
TownSquarePark
Alderbrook Park
Fisher'sPond
Panther LakeOpen SpacePark
PovertyBayOpenSpace
LakeGroveElem.
LakeDolloffElem.
SilverLakeElem.
WildwoodElem.
BrigadoonElem.
AdelaideElem.
SherwoodForestElem.
PantherLakeElem.
CamelotElem.
NautilusElem.
OlympicViewElem.
MirrorLakeElem.
LakotaMiddleSchool
SacajaweaMiddle School
KiloMiddleSchool
SaghalieMiddleSchool
PublicAcademy
DecaturHigh School
Federal WayHigh School
TrumanH.S.
Federal Way/S 320th StreetPark & Ride
Twin LakesPark &Ride
South FederalWay Park &Ride
TransitCenter
FireStation65
FireStation 64
FireStation 63
TrainingCenter
FireStation62
PavillionsCenter
CelebrationCenter
SeaTacVillage
Pal-doWorldPlaza
The Commons a tFederal Way
GatewayCenter
Twin LakesVillage
Federal WayMarketplace
Federal WayCrossings
Federal WayCommunityCenter
SteelLakeAnnex
CityHall
Dumas BayCentre
KnutzenTheatre
))))
)
)
)
)
)))""""
"
"
"
"
"""gg g g
g
g
g
g
ggg )
))
)
)
"
""
"
"
g
gg
g
g
*
**
*
*
"
""
"
"
"
"
"
"
"
"
"
C
CC
C
C
C
C
C
C
C
C
C
)
))
)
)
)
)
)
)
)
)
)
2017
Garbage &RecyclingPickup & Disposal
Map #2
City ofFederal Way
´0 0.25 0.5
Miles
Legend:
"C)Adopt-A-Spot(Pole Can)
)"g Garbage/Recycle Stations
)"g*Garbage Can
This map is accompanied by NO warranties.
Map Date: October 2016
R:\erike\PW\SWR\Projects\ROW Facilities\BusStopPickupC_V10_R4.mxd
General Map
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!
!
!
!
!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!
!
!
!
!!!!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!!
!
!
!
!
!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!
!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!
!"#$5
!"#$5
509
18
509
509 161
509
509
161
99
99
!"#$5
99
!"#$5
!O2
!O3
!O1
67T
H
AVE
C
T
E
66TH AVE
CT E
1 ST CT E
1 ST CT NE
65TH AVE E
2 ST CT E
3 R D S T CTE
68TH AVE E
5TH STCT E
5TH ST E
70 AV E
1
S
T
C
T
E
4TH AVE CT
EMERALD ST
4TH
AVE
1ST ST E
1ST ST CT E
1ST ST E
EMERALD ST
FIR ST
GARY ST
11 AV
H EMLOCK
C
T
BIRCH ST
COMETST
DIAMOND CT
21ST
AVE CT
21ST
AVE CT FIR CT FIR CT
GARY CT
EM E R A L D ST
HEMLOCKDR
COMET S TDIAMOND LP
DIAMOND
LP
28TH AVE S
ALDER ST MERIDIAN RD
2 ST E
105
AV E
104 AV E
5 STCT E
106
AV CT E
107 AV
CT E
109 AVCT E
10
9
AV
CT
E
111 AV E
5 S T
C T E 5 S T E
116 AV CT E
11
7
AV
E
117AV E
11
8 AV E
11
8
AV
E
4 ST E
6 ST E
118 AV E
5
1
AV
S
S 3 8 4 S T47 AV S
S 382 ST
45 AV S
44 AV S
11
4
AV
E
11
0
AV
C
T
E
S 382 ST
3 PL SW
1 AV SW
S 352 ST
33 PL SW
33
PLSW
PL
SW317
SW
11 PL SW
SW
310 ST
311th CT
KIN G A R THUR289
LA N C E LOT
G A L A H AD
S290
ROSS WY
S 331 ST
S 303 ST
47 CT S
S 319 ST
S 318 ST
52 AVE S
S 320 ST53
PL
S
S 318 PL
51
CT S
4
4
T
H
P
LS
S 275PL
S 286CT
S 277 PL
S 280 PL33AV S
39 AV S
S 301 PL
SW
T
H
O
R
N
E
R
D
LINCOLN AV
PORT OF TACOMA RD
MAX W ELL WAY
S
AMBER
A L D E R
28 AV S
LN
RD
S 364 ST
S 315 ST
H A M P TON WY
E 11 ST
I N DIAN
T
E
R
NA N A I M OCT
TAYLOR WAY
KE NTCT
LINCOLN AV
9AVS
S 3 2 1 S T
20
W
Y
S
ALDER ST18AV
S
50
PL
33AV
291
S 301 ST28 PLS
28 AV
4328
3 PL 6 P L S
PL
SW3 13ST S
W
RIDGE
PL NE
SSTARLAKE RD
S277 PL
S 296 ST
D R S
M
A
N
C
H
E
S
T
E
R
AV
HIGHLANDAV
S 376 ST
ALD E R C T CT
CT
BALSA
CYPRESS
ALDE
RPL
BACCHANTCT
S 380 PL
11 AV
K E N T ST
B I RCHST
NORPOINT WY
M
I
L
I
T
A
R
Y
R
D
MARINEVIEWDR
W
A
T
E
R
S
T
N
E
SWD ASH P O I N T R D
SIDE
ST
M A NI O
C T
NAH A N E EAST
BRO
W
N
S
POINT
BLVD
NE
R
I
D
GE
NE
NO
R
P
OI
N
T
W
Y
NE
5 AV SW
S 372 ST
39 AV S
38 AV S
54 AV S
S 279 S T
S 268 ST
15 PLS
276PL
W O O D M ONTBEACHDRS
14 AV S
15 AV S
13 AV S
13 AV S
14PL S
34 CT S
PL
17
18 PL
PL
309
16 PL
12 AV SW
21 AV SW
21 AV SW
SW335ST
323LN
9 AV S
C A M E L O T D R
A G R A-
V AIN ESIR
AVA-LONPL
S 351
350
S 352 ST
S 350
ST
S 354 ST
S 350 ST
S 349 ST
45 AV S
46 AV S
S 352 ST
38 AV S
38 AV S
42 AV S
S
T
S W 327
51
P
L
S
W
50 CT
S
W
49 PL
PL
330 CTSW
53 P
L
PL
4
7
AV
S
W
328 PL
327 PL
48
CT
SW 327 PL
49
CT
SW
SW 348 PL
SW 3 4 5
SW 347 ST
14 PL SW
15 PL SW
10
PLS W
3 4 7
11
SW
11 CT
S W 3 4 5 PL
4 P
L
PL
SW
25 AV S
11 PL S
S 324 ST
S 336 ST
SR 18
PORTER WY
28 AV S
PORTERW
Y
29 ST NE
S 280 ST
S 272 ST
PACIFIC HWY S
S 320 STS 320 ST
S319 PL
G A T E W AY BLVD
21
AV
SW
SW 320 ST SW 320 ST
2
2A
V
1 AV S
SW 312 ST
SW 320 ST
1 AV S
S 320 ST
S 312 ST
OLYMPIC WY
SE M I NOLE LN
S 320 ST
INTERSTATE5
INTERSTATE 5
INTERSTATE 5
AG
U
STA
N
AT
IO
N
AL
LN
THE
DUNES
19PL
S
S 333 ST
5 AV S
3 2 9 L NLNLN
4
P
L
S
S 315 LN
S 316 LN
25 PL S
S 317 ST
INTERSTATE
5
28 AV S
M
I
L
I
T
A
R
Y
RD
S
S 299ST
301ST
302ST
303
ST
3PL
2PL
S 299 PL
1 PL
2 AV
299ST
300ST3 AV S
1PL
2 CT 301ST
3 AV S
299PL
2 AV SW
2 AV
SW
2 PL SW
S 288
287S 287 ST
45 PL S
S 292ST
S 291ST
25 ST NE
27 ST NE
50 AV NE
53 AV NE
54 AV NE
55 AV NE
56 AV NE
57 AV NE
58 AV NE
58 AV NE
CENTENNIAL
52
AV
NE
54 AV NE
35
ST NE
36
11 PL SW
11 PL
12 AV SW
12th
SW 314 PL
SW 316 PL
S W10 P L
SW
1
4
WYSW
2 LN
SW
SW 317 PL319 PL
SW 318 PL
14 AV SW
S W 319 PL
S W 3 1 2 P L
31825AVSW
2
7
A
V
S
W
P
L
S
W
PL
28 P L S W
S W 3 1 4 ST
2
6
3
6
A
V
SW
S T 40
SW 325 S T
45PL
3 2 9 S T
CT
SW 340 PL
SW
37 AV
SW 342 ST
342PL
38
32 AV
31 AV SW 341PL
PL
SW 339 ST
C
T
SW 338 S T
3
2
302
29AVS
CT
29
REDOND
O
W
Y
S
S 288 ST S 288 STS 288 ST
S 288
G
A
W
A
I
N
P
L
M
E
R
LYN
E L A INE
S
A
G
RAMORE
S 336 ST
PACIFICHWY
S
9
A
V
S
SWCAMPUSDR
1 AV S
S 348 ST (SR 99)
ENCHANTED PKWY
1 AV S
PACIFIC HWY S
S 356 ST
N O R T H
W O O D
C T
CEDARW
O
O
D
C
T
S W 3 5 6 S T
7AVSW
SW 356 ST21 AV SW
S
WCAMP US DR
10AVS W SW330 S T
21 PL SW
(
S
R
5
0
9
)
33AV SW
S
W
D
A
S
H
P
O
I
N
T
R
D
S W D A S H P O I N T R D
48
LN
4
7
L
N
47 AV SW
SW3 2 0 ST
31 AV SW
314 ST
316ST317ST317PL
32 AV SW
S W 3 2 1 S T
3 2 6ST
330 PL
H
O
Y
T
R
D
S
W
N O R T H S H O RE PKWY
H
O
Y
T
R
D
S
W
H
O
Y
T
RD
S
W
37 PL
SW 340 ST
SW 344 ST
21 AV SW
29 ST NE
8
AV
SW
6
AV
7
AV
SW
MERIONWY
WINGED FOOT WY
1 AV S
21 AV SW
SW310ST
S DASH POINT RD
S D A S H P O I N T R D
10 AV S
R
E
D
ON
D
O
W
Y
S
MILITARY RD S
STA
R L
K R
D
S
S
TARLAKER
D
S 272 STS 272 ST
PACIFICHWYS
PACIFIC
HWY
S
51 AV S
S 288 ST
51 AV S
314CT
51 AV S
P
E
A
S
L
E
Y
C
A
N
Y
O
N
R
D
MILITARYRDS
STA
N
F
ORD
53 PL
NE
28
SW 350 PL
SW 350 ST
SW 351 ST
SW 350ST
SW 343 P L
28 PL
SW
SW SW
26 PL
SW
31 CT
CT
10AVS
10AV
10
P
LS
S 324PLST
S 3 32 P L
S330 S T
S 328 PL
S 3 30 P L
S 3 2 9 P L
1
PL
S
S 3 2 7
1
LNS
W
1
L
N
S
W
S 325ST
S 321 ST
AV
3 2 4 S T
4
0
P
L
S
W
S W 3 2 2 ST
43 P L
42SW325WY
40CT
SW 328 PLCT
SW 328 ST
3
2
7P
L39AVS W
40 AV
SW
S
W328ST 327PL
C TSW 3 5 2
18 AV
SW 349 PL17CT
SW
20 AV SW
18 AV SW
12 AV SW
10 AV SW 8
AV
SW
6 AV SW
(JOHNSON RD NE)
S 380 ST
S 374
CT
S 3 7 6 S T
2
5
P
L
S
14 AV
1
6
A
V
1
7
AV
18 AV
16AV
17AV
23 AV
HEMLOCK ST
15 AV
10 AV 12AV
13 AV
TAYLOR WAY
66 AV NE
4 ST
7 AV NE
6 ST NE
CT NE
58 AV NE
5 AV
7 AV
COMET ST
BIRCH STBIRCH ST
NORPOINT WY NE
41PLS
4
1
WYS
40 AV S
S 331 PL
42 AV S
S330 PL
S329 ST
41 L
N S
SW 309 ST
SW 310 ST
SW 311 ST32 AV SW
30 AV SW
30 AV SW
29CT SW
52 NE
29
S W 3 2 5 S T
S 3 7 9 S T 23PLS
3
4 P
L S
S 314 ST
S 310 ST
333 CT
SW
325
20 PL SW
S 354ST
41 AV S
39 AV S
39 AV S
S 356 ST36 PL S
S 356 ST
S 360 ST
S 362 ST
S 366 PL
S 364 PL S 365CT
53 CT NE
RID
G
E
23
AV
NE 56ST
ORC
A
D
R
N
E
G
A
LLEONDRNE
S
H
O
R
E
C
L
I
F
F
D
R
41 ST
INVER
N
E
S
S
D
R
NORTH SHORE BLVD
LARCHMON T A V
B
L
O
S
S
O
M
D
R OAK M O NT ST
44 PL
S 268 ST
10 AV S
S 270 ST
7
P
L
S
S 2 7 0 S 270 ST
12 AV S
8AVS
16 PL S
S 266PL
38 AV NE
39 AV NE
47 AV NE
NE
34
NE33 CT
STONEGATE NE
CT NE
42STNE
MEEKER
A
V
32 ST NE
30 ST NE 31 ST NE
335 CT
ST
S371
19
WAYS
PL
S372
17AVS
S 373PL
18AVS
S37 0CTS371
1
9
P
L
S
S 374PL
S 3 7 0
S T
2
0
A
V
S
MILITARYRD S
C
ANTERBU RYLN
STRATFORDCT
MAN
C
H
E
STER
WY
S336 ST
H W Y 18
WEYERHAEUSER WAY S
H W Y 1 8
WEYER H AEUSER
WAY
S
M
ILIT
A
R
Y R
D
S 321 ST
MILITARY RD S
MILITARY RD
MARINE
VIEW
DR S
10 AV S
PACIFIC HWY S
S 272 ST
16 AV S
16 AV S
M A R I N E VIE W
S 349 ST
28 AV S
28 AV S
28 AV S
E
N
C
H
A
N
T
E
D
P
K
W
Y
VIRG
I
N
IA
CT
HYLEBOS AV
HYLEBOSAV DOUGLAS
CT
S
O
U
T
H B
A
Y
D
R N
E DR NE
M
A
R
I
N
E
V
I
E
W
D
R
BRO
WNS
POINT
B
L
V
D
33 ST NE 33 ST NE
M A R INE VIEWDR
McMURRAYRD
MARINEVIEW
DR
NORPOINTWYNE
PACIFICHWYS
(
S
R
9
9
)
13 AV S
302ST
9
AVS
S 304 ST
S303 ST
S 302 ST
1 PL S
S 304 PL
2 AV
S6
A
V
4 AV
3 AV
2 AV
1
P L PL
SW 313 ST
2 AV SW
2 PL
SW3
AVSW
S 2 9 8 S T S 2 9 7 P L
S
3
0
1
ST
8 AV S
S 2 9 6 P L 13AV
S
S 295PL1
0 P
L S
9 P
L S
1
1
P
L
S
S 2 9 9 P L
8P
L
S
8
SW 316 ST
SW 317 PL
S 331 ST
S 327 ST
S 332 ST
17 PL S
18 PL S
S 330 ST
PLS 322
S 330ST
S332ST
S328ST
8 AV S
9 AV S
S 3 2 5
SW 335
PL
335ST
SW 332 PL
SW 331 PL
36 AV SW
37 AV SW
SW 335CT
36AV37AV
SW 336 ST
37 PL SW
38AV
S
W
39
AV
S
W
ST
S
PL301
302ST
S 304 ST
5AVSW
4
AV
SW
3
AV
SW
2
AV
SW
1
PL
SW
SW 308 ST
S 3 0 9 S T1
P
LS
7 AV SW
6 PL SW
31 AV S
S 271ST
274 ST
S S TAR LAKERD
32 PL S
32 PL
S 276ST
4
2
P
L
46 AV S
45 PL S
CARDIFF AV
SAXON
CT
BRISTOL
CT
AVON
CT
A
R
DEN
CT
CARNABY ST
CO M E T ST
NORTHSHORE PKWY
JOVITA BLVD
E
S 344 ST
339 CR
S 351 ST
4 PL S
SW 350
346 ST
SW 348
SW
2 LN S
4 AV S
S 346 LN
3 4 7 P L11PL S
S 352 ST
S 351 ST
S 359 ST
SW313 ST
4
9
P
L
S
W50
AV
S
W
312 PL
48
P
L
S
W
SW 314 PL
47 PL
S W 3 1 1 P L
315 ST SW 314 PLSW
SW 317 LN
313 PL51 AV SW
47 PL
CT
4
6
C
T
SW 327 ST
SW 324 PL
AV49SW 3 2 4 P L
S W 326 P L
51 AV
50 PL SW
48 AV SW
SW 329WY
S W329 W Y
45 CT
S
W326ST
S
W 326 ST
54 AV E
4 ST E
MARINEVIE
W
D
R
INTERSTATE5
I
N
T
E
R
S
T
A
T
E
5
E
N
C
H
A
N
T
E
D
P
K
W
Y
H W Y 18
MILITARY RD S
51 AV S
23
AV
S
28 AV S
22AVS
S291ST
289 ST
ST
1
9
A
V
S
20PL
21
AV
302 PL
S 298 ST
S 333 S T
10 PL S
6
A
V
S
1 PL S
SW 332 PL
S 344 ST
S 343 ST
S W 334PL
32 AV
SW
3
6
AVSW
3 3 A V S W
32 A V S W
321PL
2
7
AV
SW 320 PL
28 AV
26 AV SW
SW 331ST
S302 ST
S300 PL
47 AV S
4
7
PL
S
4
8
P
LS
S 269STS 268 PL 33AV S
S 270 ST
S 270ST
35
PL S
35 AV S
F E N -W I C KCT
HAMPTON WY
C
ARNABY WYDOVER CT
48AV S
S 273 PL
S 351 ST
24 AV S
25 S
26 S
27 S
29 AV S
30 AV S
S 352 ST
S 354 LN
S 355 ST
26 AV S
26 PL S
S 356 ST S 355 PL
25PLS
27 CT S
45 ST46 ST NE
4 3 4 6AV
NE NE
NENASSAU
P L
N E43 P L
45 ST NE
S T
40 AV NE
43P L N E
E 11 ST
24 ST NE
SW339
339 PL
4
1
AV
S
W 327ST
SW 360 ST
SW 361 ST
S 298 ST
S 29 6 ST
30 AV S
296PL
PRINCETON
AV
32 4 P L
49 AV SW
S W 3 1 1
P L
48 AV
SW 312 ST
31 ST NE
SW 326 ST
SW 322 PL
2 3AV
S W 32 3 ST
PL
P
L333PL
34PL SW
S 309 ST
306
S 308 ST
ST
8 AV
9 AV
S 281 ST
3
2
6
8 AV S
SW 374 ST
NORTHWOOD AV NE
SW 360 ST
14 AV SW
SW353PL
SW 353 ST
SW355PLSW 356PL11 AV SW
12 CT
11 CT
11 CTSW
SW 350 PL
SW
PL
12
317 ST
318 ST
SW 317 PL
24 AV
SW
SW 318
ST
18AVSW321 LNSW
20 LN
SW
15PL
S W 3 2 1 S T
SW 320 PL
2 PL SW
2 AV SW
SW371
2 PL
2 AV SW
2 AV
6 AV SW
12 ST NE
S 376 ST
S 373 ST
S 3 7 2 ST
S 373 P L
12 AV SW
13 PL SW
13 CT
SW
36
PL
S
33 AV S
S 273 PL
S 272 PL
S 376 ST
ST
S 3
7
8 S
T
S 3 8 1 S T
S 381 WY
30 CT S
31 CT S
S 376 ST
S 376 PL 33 PL S
36 PL S
37 PL S
S 348 ST
PORT OF TACOMA RD
PORT OF TACO
MA RD
E 11 ST
E 11 ST
MERIDIAN ST E
R E D O N D O B E A C H DR S
SW CAMPUS DRSW336ST
SW336WY
SW 340 ST
SW 325 PL
SW 330ST
SW
SW332ST
S W 3 3 0 S T
24AVSW323ST
LINCOLN AV
2
5
A
V
54 AV S
SW
4 PL S W 3 32S T
1 PL S
5
AVSW
SW 333CTSW 334CT
6 AV
SW
5 PL
SW
STSW 331SW 331ST
2 P L S W
1PL S W3
C
T
3AVS
W
39 3 1 5
36
AV
SW
S
TSW319ST
S W 3 1 7 S T
S T
42
AV
SW
4
1
AV
SW
4
0
AVSW
316 S T
SW
314
ST
C T ST
36AVS
W
SW 319ST
S 308 ST
42 AV S
44 AV S 47 AV S
48 AV S
49
AV
S
S 313 ST
S 308
3 1 1
S 315 PL
47 AV S
48 AV S
49 AV S
52 AV S
54 AV S
S 316 ST
S 325PL
S 323 ST
38 AV S
S 328 ST
S 325 ST
49 PL S
44 AV S
46 AV S
47 AV S
S 317 ST
S 324 PL
42PLS
S 326 PL
21 PL S
MILTON RD S
S 367 PL25
CT
26
CT
27 CT
S 372 PL
373 PL
S 376 PL
25 AV S
27 PL S
T H EA
CT
S379PL
17AV
S
19 AV CT
20
A
V
C
T
5
2
A
V
49
LN
313PL
313ST
32 AV
SW 344 ST
17AV
19P L
SW 308 PL SW309 ST
20 AV SW
2 CT
5 AV S T
9 AV S
S 316 PL S 316 PL
6 AV
S 318 PL
7 A V
S 3 1 7 ST
6 AV
9 AV
PL
S 318
26 AV S
S 305 PL
344PL
SW346ST
28
PL
SW
27AV
SW 352 STSW 351 PL
SW 351 ST
SW350PL 23 AV
SW
SW 346 ST
SW 348 ST
SW 353 PL
S W 3 5 4S T
59 AV NE
351 ST
46 AV S
S 328 ST
S 329 PL
52 AV S
54 AV S
S 329 PL
4
4
A
V
S
S 3 25
S T
S 370 ST
S 289ST S 289ST S 289ST
S
8 AV
2 9 3 P L
14 AV S
S 284
CT
279PL
2
7
8C
T
S 278S
T
10
AVS 317 ST
8 AV S
S 315 ST
SW326ST 326
P L
STSW 304
3
1 A
V
SW311 LN
42PLSW
SW 315
ST
S W 314PL
PL46
321 ST
322 ST
GUINE-VERE PL
CANTEBURY DR
292ST
28 PL S
PL S
27
PL
S T
S 299 S T
25 LN
C E N T E R
COLONIAL WYS 328 PL
22 AV
17 AV
S 324 PL
20 AV S
S 3 2 7LN
S 322 ST
OAK-MONTCT
299PL
S297 PL
35 AV
SW
1 AV S
SW307ST
SW DASH POINT RD
CHERRYHILLS PL
BURNING
TREE
BLVD
1
W
Y
S
1
W
Y
S
49 AV NE
51 ST NE
SW 320 ST
1 AV S
289
291
ST
ST
22 LN S
13 PL S
4 PL
3 2 7 P L
S 3 2 8 S T19 PL S
W
311 ST
S 312 ST S 312 ST
28 AV S
NIMUE
M
O
R
G
ANDI
N
A
DAN
SIR G
A
HERIS
SIR
M
O
RDED
SIR ECTO
R SIR GARETH
M
I
L
I
T
A
R
Y
R
D
S
S 324ST
OAKLANDHILLSBLVD
1 W YS
30 AV SW
SW 346 PL
SW344 PL
24PL
349 PL S
W SW 349PL
AV
SW 348 PL
SW 347 PL
SW350ST
34 ST LP
AV NE
26
SW 3 49 PL
24CT
SW
22 AV CT
27 AV CT
26 AV S
S 377 S T
26
D
R
S
2
7
P
L
S
25
AV
CT S 383
23 C
T24
CT S380ST
25 AV S
15 AV
22 AV
23 AV
13
AV
6 AV
S
4 AV S
301ST
297 ST
S 301 ST
S 300 ST
14 AV S
11 PL S
14CT
S
ST
S287
PLS 285
19 PL S
21 AV
6AVSW
J O VIT A B LVD E
42AVS
41 PL S
43 PL S
44 AV S
45 W Y S
S 333PL
S 332 PL
S 333 ST
PACIFICHWYS
S 304 ST
NASSAU
AV
NE
NASS
A
U
A
V
N
E
PEASLEY CANYON WY S
SW329
PL330PL
PL
323 ST
20 PL SW
7 PL SW
ST16
PL
SW
PLS372
19 W A Y S
MILTONRDS
MILTONRD S
SW 3 2 3 S T
SW
S 308 ST
S 309 PL
S 310 PL5 PL S
3 0 6
S
309ST
4 PL S
C
TS
W
20
24 PL
SW 334 ST
SW 333 ST26PL
18
P
L
4 P L S
6 PL S
S 368 ST
S 308PL
S 312 ST
52 AV SS 308 ST
308
S 3 1 4 S T
2
0
C
T
S20 P
L
2
1
P
L
S
2
1
C
T
S
S 380 PL
49 CT
4
8
C
T
S 3 0 9 S T
S 312 ST
S313PL
S 3 1 0 P L
3 CT S
S 317 ST
S 316 ST
S 319
S3 PL
1 PL S
7 PL S
S 316 ST7A
V
3 PL
2 CT
2 AV
S 3 1 7 P L
314
S
7 PL S
W
8 AV SW
SW 312
318 PL
SW
31 7 CT
3
LN
SW
AV S W313 ST
314ST
316 ST13 AV SW
S W
1 2 P
L
SW
SW 318 ST
317 ST
317PL
SW 316 ST
8 PL SW
10 CT SW
6 AV SW
SW 316 ST
30 AV SW
S 321PL
S325PL
PARK RD
S
322 PL
S33 0 PL
7
P
L
S
STS 321
2PL
S
4
P
LS
S 3 3 1 P L
S
8 CT
3
PL
S
S 316 STS 316 ST
S 316 PL
24CT S
S 310 ST
S 308 ST
S311 ST
S310 ST
S309 ST
26 PL S
21 AV S
22AV
S
21 PL S
S 300 ST26 AV
S 298 ST
S 296 PL
20 AV
26 PL
27 AV S
24 PL S
25 PL S
PL25
27
A V
S 304ST
20 AV S
S 302 PL
290
20 AV S
S293ST
S 288 PL
28 PL S
2
5
P
L
S
S
2
9
2
S
T
S 292 ST
21 PL S
20 WAY S
23 PL S
26 PL S
19 PL S
S295
18 AV S
294
P L
S 296 ST
S19 AV
S 291ST
18 PL S
S 340 ST
S338 S T
6 A
V
13 PL S
17LN S
337
S 3 42
1 C R S
1 PL SS 333 L N
1 LN S
S 334 S T
1 LN S
S 35 8 S T
S 356 ST
5
A
V
SW 352 ST
6
A
V
14 PL S
2 AV S
3 PL S
S 364 ST
11
PL
S
S 3 64 WY
16 AV S
SW 368 ST9 AV SW
SW 357 ST
SW 358 ST
SW 363 PL 1 PL S
SW 366 ST
S 363 PL
1 AV S
1 PL SW
1
CT S W
SW 368 ST
58 AV NE
1 AV SW
SW 372 ST11 ST NE
10 ST
19 ST NE
14 ST CT NE
12 ST NE
SW
SW
10 PL
SW 354 ST354PL
13 WY SW13PLSW SW 3 5 2ST11PL
12 AV SW
13 PL
SW 349 ST
333 ST 332
4CT
ST
SWSW 332CT
7 W Y S W
SW337
CT
7 CTSW
7PL
S
W
5
PLS W
SW 336ST
SW 335 ST
4 A V S W
SW336CT
SW
331 PL
20 PL SW
SW 297 ST
SW 298 PL
SW 292 ST
SW 298 ST
SW 296 ST
SW 293 ST
SW295 ST
2 PL SW
19 PL SW
17 AV SW
SW 304 ST
11 AV SW
10 AV SW
8 AV SW
SW 301 ST
16 AV SW
300 ST
6 AV
SW
SW 299 ST
6 AV
SW 5 AV SW
301PL
SW 299 PL
SW 298 ST
S
WMARI N E VIEWDR
SW300PL
5 AV
SW
7
A
V
S
W
ST
SW301
2 PL SW SW303STSW303SW302ST
4
AV
SW
3 PL SW
4 PL SW
21 AV SW
301SW
SW 307 ST
S W 3 08
SW
309
12 PL SW
SW
PL
111 AV SW
305 ST
16 AV SW
10 AV SW
SW 304 ST23 AV SW
SW300ST
SW305ST
SW 307 ST
SW305PL
SW 306ST
2
4
A
V
SW
25
AV
SW
24AVSW
S W 3 0 0 P L
SW308PL
15 AV
SW
SW309CT
308CT
SW
2
6
A
V
S
W
P L
309S T
SW
AV
22
SW308ST
SW 3 0 6 P L
3
0 A
V
S
W
28 AV SW
3
0
A
V P L
37 PL SW
CT
SW 310
SW 310 ST
SW
ST
36 PL SW
36CTSWSW309A
V
SW
39PL39
47 AV SW
5
3
A
V
S
W
53 AV
50 AV SW
SW 315 PL
SW 320 ST
SW 318 ST
50LN
50TRSW316PL
53
AVSW
54 AV SW
319 LN 49 TR SW
51 LN SW
46AV
SW 319 PL
SW 317 PL45 PL SWSW316
318
C
T
317
42
AV
S W S
W
318ST
S W 3 1 7
SW
SW 313 ST
4
1
PL
37 A V S W
S W
SW3 2 5 S T
3 9 P L S W
40 CT
SW
45PL
44PL 3 2 3
40PL
SW 326 ST
S W 328
42
PL
SW
4
6
P
L
43 PL SW
41
PL
41AV
SW
321ST
PLSW
42
STSW331
42
P
L
S
W 38 AV SW SW 331ST
CTSW37
3
9
AV
SW
39 PL
SW
38 CT
SW
S
W
52
PL
49PLSW
CT
SW330
S W 3 3 0S T 4
9
A
V
S
W
53 NE 4
2
NE
SW333PL
43 AV SW
SW 335ST
S
W
337
P
L
S
W338ST
PL S W 336
SW337ST
38 PL
40
38PL
ST
S
W 339
ST
S T
SW335ST
32P
L
3
4
3 3 4 S T333ST
40AVSW
P L334
S TSW3 3 3 PL332
4
1
A
V
S
W
CT
SW
37AV
SW
39
A
V
338 PL
SW
35 PL
37 PL SW
S
W
337ST
2
8
PL
3
3
P
L
SW
SW 339 ST
SW 342 P L
31
AV
SW
339ST
2
9
CTSW
3
6
A
V
35 AV SW
27 PL SW
SW 3 4 0
26 AV
STSW 33726CTSW
28PL
30AVSW
2
9
P
L
SW
28AV
SW 342 ST
SW 342
342 ST
23 AV
SW 337PL
SW 338ST
SW 341 PL
334 PL
19 AV SW
25 L N
335PL
25 PL
SW
AV
NE
LOOP
55 AV NE
38 ST NE
38 ST CT NE
39 ST NE
23 AV SW
55 PL NE
55
57 AV NE
53
34
ST
34 CT
10 A
V S
W
9 A
V
8
A
V
8 CT
SW
S W 344 P L
ST
19 LN
14
AVS W
SW 3 23 S T
ST322
16AV
S
W
8 AV SW
8 AV SW
6AVSW
328 ST
S
W327ST
8 PL
SW
325 CT326 ST
5AV 4AV
SW 326
P
L
SW 325 P
L
328CT
SW 329 ST 2 AV3AV
2 P
L
3AV
SW
2 AV SW
SW 327 PL5 AV
SW
S
W
322ST4A
V
S W 3 21 ST
7
AVSW
7AV
SW
1
8
A
V
17 CTSW
20 AV SW
19
AVSW
17
AVS W
16 CT
13 AV SW
SW327S T
16
PL
S
W
19 CT
SW
SW328CT
SW328CT
CTSW 330330
331 ST
12 AV
SW
PL
11 AV
S W 332PL
10
PL
SW
S
W
334ST10
CTSW12 CT
SW
S W 3 3 3 ST
S W 333P
L
1
2
A
V
S
W334
PL
SW327 PL
329
CT 329
SW 330 S T
19 CT
11 AV SW
22 AV SW
22 AV
SW
24
A
V
S
W
2
3
A
V
SW
322 PL
329PL
23 AVSW 328 STSW 329 ST
26 AV SW
2
6
A
V
S
W
26 AV SW
26
P
L
SW 328 ST
27AV
SW 327 ST
330
3 3 1
3 2 9
S T
A
V
3 3 2 3
3
A
V
SW
CT
3
2
A
V
S
W
3
3
A
V
S
W
AV
3
0
A
V
S
W
AVS
W
P L325
35 AV SW
35 AV SW
30
AV30
S T329
29AV
28 AV
3 3 1 S T
S W 332 PL
27AV
28PL
3 3 2 CT
2
9
AV
SW
30 AV SW
28 AV
2
6
S W 3 3 2 ST
26P
L
8
AV
SW
307ST
306ST
307PL
1 PL S
2 AV S
3 AV S
4 AV S
3 PL S
3PL
S 306 P L 4 PL S
5 PL S
S 306 ST
S 305 ST
8 AV S
9 AV S
5
W
Y S
309CT
310PL
S 309 ST
3PL S
8 PL S
9 AV S
14 AV S
11 AV S
10 AV S
S T
14 AV S
15 CT S
16 AV S
S 303 ST
S 2 9 5
S 2 9 4 PL
S 293 PL
S 297 PL
S291ST7 PL S
S
T
S
S 2 9 1 P L
13 PL S
S 291
12 PL S
S 289 PL290
S 2 8 7
S 2 8 7
8
P
L
S
S288P LS288LN S
286 P L
3 AV SW
2 AV SW S 2 9 3 S T
S 296 PL
PL
4
AV
S
S 295PL
S 2 9 4 P L
S 294 PL S 2 95 P L
11
AV
S
11
P
L
S
1
2
A
V
S
11
AV
S
S 293 PL
7
A
V
S
6
A
V
5
AV
S
9
PL S
A
V S
9S286ST
8
A
V
S S T
P L
13 AV
S
12 AV S
15 AV S
15 PL S
S 284 ST
ST
288
P L
ST 1
4 A
V
S
1
4
A
VS 286 16
AV
S
15 P
L S
S284 LN
18 AV S
S 286LN
S 282
S 285 ST
S 279 P L
S 281PLS282PLS 283 ST
287PL
18 AV S
13 AV S
15 AV SS282P
L
S 280 PL
S 286 ST
S 287 ST
2
6
A
V
SS 286 ST
2 8 7ST
27 PL SS 286 PL
M
I
L
I
T
.
R
D
S284P L S284
22AV
23 AV
24 AV
O
L
D
20 AV S
23 AV S282ST283ST
S 284ST
S 2 8 3 PL
S 2 80 PL
28 AV S
29 AV S
2
9
A
V
S
24PL S
2
5 P
L S
2
6
A
V
PL
2
1
A
V
281 ST
282 ST
2
0
PL
S
S 2 7 7 P L
2 5 D R S
2
6
A
V
S
S276
S
T
27
A
V
S
12 PL S S 275 PL
S 273 ST
24 PL
S 280 ST
S 276 ST
S 273PL
30 1 S T
S 304 ST
S 301 PL
S 3 0 6 P LS305PL
S300PL
S 301ST
S 303 ST S 301 D R
43 PL
S 300 ST
45 CT
S 298
38 PL
S29 9 S T
S 298 ST 45 PL S36 PL S
41 PL S
40 PL S
39 PL S
4
9
S 302 PL
S 300PL
299
298
300PL
S
301
S 288 PLS 288 PL
S 290 PL
46 PL S
45 PL S
2 9 0
S 29
3
S 290 ST
S 293 ST 4 5PLS
S 291ST
38PLSS295
37
S 292ST
S 2 9 4 ST
39AVS
4
0
A
V
4
1
A
V
289 PL
303 CT
S 302 ST 41 AV S
32 AV S
S 302 PL
S 289 PL
50 PL
P L
S29 3 S T
2 9 7
S 298 ST
S 298 PL
S 301 DR
5
0
LN
S
S 297
52
PLS
51 PL S
S 304ST
33 PL S
34 AV S
S292 ST
S 291 ST
37 AV S
38 AV S
39 AV S
40 AV S
41 AV S
43 PL
S 290 ST
42 AV S
42 AV S
S
2
92 S T
294ST
35 AV S
S 294 ST295 ST
S 295 PL
S 290 ST
S292 PL
33AV S
S 296 ST
34 AV S
PLS 299
PL
32 AV S
S 2 99 S T
S 3 00PL
42AVS
4
3
AVS 43PL
40PL
S 293 ST
45AV
44 CT
46 CT
44PL S42PLS302PL
S 300 ST
296CT
42 PL S
45 AV S
48 AV S
47 AV S
41 A
V
S 300PL
S 300 PL
P
L
S
50 AV S
45PL
48 PL
47 PL S
37 AV S
46 AV S
S 305 ST
5 3 AVS
52A
V
S
52 AV S
5
0
A
V
S 289 PL
4
9
AVS
47A
V
S
S31 6 S T
32 AV S
31 AV S
38 AV S
38 AV S
44 PL
289PL
S 2 9 1 ST
S 296 PL
S 2 9 5 PL
S 2 96 S T
S 282 ST
S 285
S 284 PL
286
S 283ST
S 284 ST
S 285PL
36 AV S
S 282 ST
S 281 ST
50 PL S
52 AV
S
S 2 8 1 ST
48 AV S
S 2 7 9 PL
S 278 ST
20 AV S
8 AV S
ST
296PL297PL
32 PL S
32 PL S
39 AV S
41CT
S 292 PL
51
CT
C
T
CT
3 0 7 P L
S 310 ST
45 AV
46 AV
S 338 PL
S 337 LN
AV
10 PL SW
14 AV
SWSW 350ST
SW 351ST
SW 353 ST
SW 344 PL SW 344 PL
14 W
Y
346ST
SW347 PL
19CT
SW
19 AV
SW 352 ST SW 352PL
S W 3 5 4ST
SW 355 PL SW 355 PL
15 AV SW
14 AV SW
13 AV SW
12 AV SW
11 AV SW
9
AV
SW
SW 361ST
SW 363 PL
SW 364PL
46 AV S 47 AV S
48 AV S
49 AV S
50 AV S
32 AV S
33 AV S
40 AV S
3
7
AV
S
S 280 ST
S 279 ST49 AV S
3
6
A
V
S
38 P L S
46 AV S
37 AV S 48 AV S
40AV
39AV
S286ST
46 AV S
45 AV S
27 AV S
2
9
P
L
S
2 8 5ST
PL
274
S2 7 5 P L
43 AV S
37 AV S
41 PL S S 271 PL
30 AV S
S 271ST S271 PL
36PL S
43 CT
43 PL S
S STAR LAKE RD
42 AV S
42 AV S
33 PL S
32 PL S
S273ST
S 270 ST
40 AV S
S 274 PL
S 272 PL
4 6 A V S46 CT S
S 275 CT
S 265 ST ETON
CT
33
AVS
S 263 ST39PLS
S 268 ST
269ST
41PL 42 AV S
4
6
AV
S
SOMERSETLN40 AV S
41 AV S
S 340 ST
S 337 ST
S 336 PL S 336 ST
45 PL S
S 342
S 343ST
S344
44 S
35 AV S
S 336
4
6
P
L
S
S 334 ST
33 PL S
S 326PL
S
53 AV S
53 AV S
51 AV S
50 AV S
S 336 ST
S 338 ST
S 342 ST
S 344 ST
45 AV S
44 AV S
S 340 PL
43AV S
42 AV S
S 340 PL
40 AV S
39 AV S S341 ST
42 AV
S 344 W Y
S 344 ST
S 348 PL
S 3 4 5 S T
S 3 4 8 ST
S 347 ST
S 348 ST
46 AV S
43 S
S 352 ST
37 AV S
S 351 ST
S 348 ST
42 AV
S 349 ST
S 346 ST
52 AV S
53 AV S
54 AV SS 348 ST
54 AV S
S 352 ST
34 AV S
52 AV S
51 AV S
42 AV S
44 AV S
25 PL S
S 359 ST
26PL S
S 365 PL
S 3 62 PL
S 3 5 7
P L
31 PL S
30 AV S
S 360 ST
2
7
A
V
S
26 AV S
26AV
S
32 AV S
S 364 ST
S 365 ST
S 364 ST
365PL
3 6 3ST
S 360 ST
S 369 PL
S 372ST
S 368 PL
S375PL
S 372
43 PL
49 AV S
48 AV S
50 AV S
32 AV S
S 366 ST
31
A
V
S
S 366 ST
S 367 ST
S 368 ST
32 AV S
34 AV S
35 AV
35 AV S
37 AV S
40 AV S
40 AV S
42 AV S
S 372 ST 44 AV S
45 AV S
S 368 ST
34 AV S
33 AV S
S 276 PL
ST276
17 AV S
P L
1 0 PLS
18 AV S
19 PL S
S 265 PL
S 26 4 P L
27 AV S
26 CT S
PL
353 STST
354
23 PL S
2
0
P
L
S
22
PL
S
24 PL S
23 PL
362 ST
2
1
C
T
S 359
25 PL S
S362CT
21 PL S
24CTS
S 361 ST S 361 ST
S 360 ST22
PLS
DI A M ON D
B I R CH
25 AV
26 AV
27 AV
S 380 ST
11
9 AV E
57 ST
61 NE
R IDGE
NORMARDAGNES
RD
21 AV NE
24 AV NE
SW DA S H P O I N T BL V D DOGWOOD ST
BROWNSPTBLV
D
N
E
WATCHTO
W
E
R
R
D
OVERVIEW
D
R
HI
LLSIDE
DRNE
COPALIS ST
RIDGE
DR NE
ST NE
PARKVIEW
DRNE
BAYDR NE
DU M A S CR N
E
N
AH A N E W E ST
GREEN HILLS AV
21 AV NE
22 AV NE
C
HIN
O
O
K
W
Y
CIR
C
L
E
D
R
GALLE O N D R
3 2 3 ST
55 AV SW
SPRING
ST NE
SW308 ST
SW305 ST
SW306 ST
26 AV SW SW306 ST
SW307 ST 8 AV SW
7 AV SW
6 PL SW
SW 307ST
SW 304 ST
12 AV SW
62 AV
66
68 AV NE
21 ST NE
16 ST NE
65 AV NE
67 AV NE
NE 1 5 S T NE
19 ST NE
AV
20 ST NE
63 AV NE
64 AV NE
TAYLOR WAY
FIFE HEIGHTS DR
57 AV E
55 AV E
58 AV E
4 ST E
63AV CT
9 ST CT NE
12 AV S
15 AV S
2
1
AV
S
21AV
S
2
3
A
V
S
23
AV
S
23 AV S
24 AV S
24 AV S
24 AV S
24 AV S
WOODMONT D R S
S 272 ST
L
A
K
E
F
E
NWIC
K
R
D
LAKE
F
E
N
W
I
C
K
R
D
52 A
V S
51
PL
S
SW 340 ST
DIAMONDEMERALD ST
G
A
L
L
E
O
N
CT
N
E
57
B AYDRNE
BAY P L NE
B
R
A
E
B
U
R
N
DR
55 AV S
52 AV S
55AVS
52 AV S
50 AV S
S 358 ST
S 376 ST
S 374 ST
S 368 ST
S 376 ST
S 380 ST
S 382 STS 382 ST
S 378 ST378S37 AV S
S 380 ST
44 AV S
47 AV S
47 AV S
48 AV S
42 AV S
43 AV S
49 AV S
51 AV S
51 AV S
53 AV S
49 AV S
46 AV S
S 384 ST
55 AV S
43 AV S
42 AV S
55 AV S
50 AV S 3 AV S W
S 381 ST
CT
24 ST NE
SW
18
S
W
24
ST
N
E
49 AV
50 AV NE
SW 358
20 AV
CT
25 ST NE
28 ST NE
64 AV NE
NE 45 ST
46 AV NE
SW
22 PL
38 PL
SW 35
9
S
T
43 ST NE
41 ST NE
25 AV SW
VI
S
T
A
P
L
I
N
E
FA
I
RWOODBLVDNE
340PL
280WY
S 318 PL
314ST
23 AV S
20 AV S
30 AV
21 AV
S 347 PL
4
7
L
N
38 AV
50 CT
PL296
PL
8
AV
SW
SW 365 ST
S 357 ST
2 AV S
3 AV SW
4 AV SW
4 PL SW
4 AV SW
2 AV SW
3 AV SS361PL
1 AV S
1W Y S
7 AV SW
6 AV SW
5 AV SW
320 PL
S W 327 ST
327
PL
41AVSW
333ST
SW
SW 342 ST
33 PL
SW 31AVSW
AV
SW
30
STSW343
ST
SW 341
SW 306 LN
SW 306 PL
SW 310 ST
SW 308 ST
6AV
SW
SW305 ST
12 LN SW
10AV
SW 296 ST
9 AV
SW 7 AV SW
9 PL
3 1 8 P L 318 ST 6 PL
319 PL
PL13AV
SW 3 2 4 S T
11AV
SW
12PL
25 24 23 22
23AV 22CT
332PL
AV
SW 334 PL
SW 331 PL
23 AV SW
SW
SW
PL
SW
11
8 P L
SW 349WY
295 PL
8 PL
8 AVSW
SW
7 AV
5 AV
S 319 LN
3PLSW
S 33 4 S T
S 3 3 5 S T
323 ST
PL
6 AV S
SW 353ST
12 PL S
S 375 ST
3 AV SW
OLDMILIT.
R D.
8
AVS
S 284 PL22AVS
18 AV S
16 AV S
S 302 ST
10 AV S
302ST
19AV
S
S W 331P L
316CT
2 LN
3 1 3 LN
315 ST
PL
S 3 4 1
50 AV S
46 PL S
S 318 ST
S 312 ST
S 314 PL
S312
PL
S 3 1 7
S T
S 346 ST
347PL
275S 276 P LPLS
STSW 343 34 AV SW
320 PLSW321ST
7AV
S
W
SW 305 ST
2 AV
SW
300 PL
2PLS 3 PLSS302PL2
CT S
5 AV S
6AV S
7AV
15PLSW
21 AV SW
S 325ST
15CT
SW
25 AV SW
27 AV SW
CT
345
SW 347 ST
346ST
345PL
SW 341 ST33AV
SW 342 ST
SW 341CT
36 PL SW
48 PL
SW 46 PL
44 AV SW
SW 310ST
SW 307 ST
SW 308 ST
43 AV
SW
SW 304 ST
23 AV
3
1 A
V
S
W S W 3 0 2 P L
SW 298 PL
SW 294 ST
12 AV SW
12 AV SW
9 AV SW 299P
L
S
WSW 346
P L
5
PL
SW
SW347 WY
SW 347 ST
CT
5
AV
S
W
8 AV SW
SW 347 PL
9
C
T
346C
T
346ST
9
P
L
S
W
C T
S 334 LN18LN S
19 LN S
22 Pl S
S 331 LN
18 AV S
S 327 S T
S 331 P L
S323PL
S 3 2 6 ST
9 PL
S
S
323 ST
L N
S 325 LNS 324 PL
2 AV
SW
SW324CT
8 CT
SW
S W 328
PL
7 AV SW
6 AV SW
32 8 S T
2 PL
SW324 ST
SW
S
T
3
2
5
PL
SW
5 AV
SW 4 AV
SW
3 AV
SW2 AV
SW
328CT 7 CTS
W
326ST SW326CT
SW324PL
11 PL
SW
12AV
SW
12 PL SW
13 PL
SW
S
W3
2
2C
T
1
8A
V
SW328CT
S W32 0CT
SW 320
SW322
SW 322 ST
26PL
SW 322PL
322 ST
S W 330 S T
SW 329 PL
SW33
1
SW 329PL
PL
47
AV
S
W
43PL
42AV
P
L
46 CT
SW
11 PL S
S 313 ST6 AV S
4 AV S
7 AV S 313ST
S 314 ST
S 316 ST
12 PL S
13 AV S
S308 CT
18 AV S
19 PL S
22 AV S
20 AV S
S 301 ST
S 301 PL
S 300 ST
21 AV S
S 299ST 24 PL S
S 299 PL
21AV
S 284 ST
S 282 ST
S 285 PL
PLS 284
25
DR S
S 3 3 6 S T
S 340 ST
S
3
41PL
4 AV SW
3 AV SW
SW 342PL
SW 344 ST
13AV
12 AV SWSW 347 PLSW 348 ST
13CT
14 P L S W
11 AV SW
10 CT
SW
AV
18SWSW 347 ST
S W 3 4 6 PL
SW
18 AV
SW
16 AV
SW
20 AV
SW 345 PL
S 321 ST
S 322 PL37 PL S
32 AV S
39 AV S
39 AV S
SW 344 ST
24 AV SW
2
5
PL
SW
34 PL SW
17 PL S
11AV S
SW 325 PL
SW 315 S T
2 3 AV
S
21
PL
S
16 AV S
S 3 3 6 S T
371 ST
371 PL
370 PL
26 PL S
25 AV S
S 37 0 S T
C HINOOK DRHYLEBOSCTMAKAHCT
CHIM A C UM
HAIDACT
COWICHANCT
B
E
LLA
C
O
O
L
A
DR
KWAKIUT
L
DR
SUQUAMISHCT
N O O T K AC T
S369 STS 370
CT
S37 1ST
CT
S373
S 3 7 4
C T
22AV
S
2 1 A V SS375ST
18
PLS17PLS
PL
S
3
6
8
P
L
SW 363 ST13 AV SW
S 337 S T
42CT S
42
A
V
SS 335 PL
3
9
A
V
S
3
8
A
V
S
3
8
A
V
S
SW355CT
S 2 8 3 PL 52
AVS
51
PLS
S 284 PL
S 283 CT
SW 357ST
S 282WY
CAMBRIDGE
DR
40 AV S
40AVS
S 277 PL
13 AV S
S 278PL
30
W
Y
S
S279PL
31P
L
S
30PLS
S 279 ST
S 296 PL
42 AV S
44 AV S
S 331 PL
38 AV S
35 WY S
35 WY SS 379 CT
S 374 PL
S 375 PL26 DR S
2
7
P
L
S
48 AV S
50 AV S
4PL
S
W
4
2
A
V
E
S
W
S W 332PL
S W33 5 PL
SW 310 PL
SW 311 PL2 PL
SW 1 PL
SW
21 AV S
27 PL S
27 AV S
S 268 ST
S 269 ST
36 CT S
19 AV S
C
A
M
B
R
I
D
G
E
P
L
DOWNING
AV
53 AV S
54 AV S
52 AV S
50 AV S S 362 ST
45 AV S
44 AV S
51 AV S
S 366 ST
54 AV S
53 AV S
45 AV S
46 AV S
45 AV S
47 AV S
20 AV S
SW 342PL
19 PL SW AV
SW
10 CT
SW
SW339 STSW 341 ST
SW338 ST
8 A V
S W
9
12AVS W
12 PL SW
1
3 C
T S
W
SW 340 ST
30 AV S
SW 357CT
10 CT
SW
SW 365 PL
MARSHALL AV
E ALEXANDER AV
MARSHALL AV
M
I
L
W
A
U
K
E
E
W
Y
32 CT SW
SW 311 PL
S356ST
27 ST NE
21 ST NE
23 ST NE
22 ST NE
26 ST NE
39AV
S
W
35 PL SW
S 341 PL S 341 PL
BROWNS POINTBLVD
BRO W N S P O I N T BLVD
PL
32 PL S
S 375 PL
2 PL
1 0 A V S W
20 AV S
8 PL
316 LNSW 315 PL
SW 362 PL
4TH STCT NE
5TH ST NE
66 AV NE
A ST CT NE
67TH AVE
CT E
1
2
3
4
5
6
A B C D E F
Exit 142 A and B
Exit 147
Exit 143
HOV Only Exit(S 317th St)
Exit
67T
H
AVE
C
T
E
66TH AVE
CT E
1 ST CT E
1 ST CT NE
65TH AVE E
2 ST CT E
3 R D S T CTE
68TH AVE E
5TH STCT E
5TH ST E
70 AV E
1
S
T
C
T
E
4TH AVE CT
EMERALD ST
4TH
AVE
1ST ST E
1ST ST CT E
1ST ST E
EMERALD ST
FIR ST
GARY ST
11 AV
H EMLOCK
C
T
BIRCH ST
COMETST
DIAMOND CT
21ST
AVE CT
21ST
AVE CT FIR CT FIR CT
GARY CT
EM E R A L D ST
HEMLOCKDR
COMET S TDIAMOND LP
DIAMOND
LP
28TH AVE S
ALDER ST MERIDIAN RD
2 ST E
105
AV E
104 AV E
5 STCT E
106
AV CT E
107 AV
CT E
109 AVCT E
10
9
AV
CT
E
111 AV E
5 S T
C T E 5 S T E
116 AV CT E
11
7
AV
E
117AV E
11
8 AV E
11
8
AV
E
4 ST E
6 ST E
118 AV E
5
1
AV
S
S 3 8 4 S T47 AV S
S 382 ST
45 AV S
44 AV S
11
4
AV
E
11
0
AV
C
T
E
S 382 ST
3 PL SW
1 AV SW
S 352 ST
33 PL SW
33
PLSW
PL
SW317
SW
11 PL SW
SW
310 ST
311th CT
KIN G A R THUR289
LA N C E LOT
G A L A H AD
S290
ROSS WY
S 331 ST
S 303 ST
47 CT S
S 319 ST
S 318 ST
52 AVE S
S 320 ST53
PL
S
S 318 PL
51
CT S
4
4
T
H
P
LS
S 275PL
S 286CT
S 277 PL
S 280 PL33AV S
39 AV S
S 301 PL
SW
T
H
O
R
N
E
R
D
LINCOLN AV
PORT OF TACOMA RD
MAX W ELL WAY
S
AMBER
A L D E R
28 AV S
LN
RD
S 364 ST
S 315 ST
H A M P TON WY
E 11 ST
I N DIAN
T
E
R
NA N A I M OCT
TAYLOR WAY
KE NTCT
LINCOLN AV
9AVS
S 3 2 1 S T
20
W
Y
S
ALDER ST18AV
S
50
PL
33AV
291
S 301 ST28 PLS
28 AV
4328
3 PL 6 P L S
PL
SW3 13ST S
W
RIDGE
PL NE
SSTARLAKE RD
S277 PL
S 296 ST
D R S
M
A
N
C
H
E
S
T
E
R
AV
HIGHLANDAV
S 376 ST
ALD E R C T CT
CT
BALSA
CYPRESS
ALDE
RPL
BACCHANTCT
S 380 PL
11 AV
K E N T ST
B I RCHST
NORPOINT WY
M
I
L
I
T
A
R
Y
R
D
MARINEVIEWDR
W
A
T
E
R
S
T
N
E
SWD ASH P O I N T R D
SIDE
ST
M A NI O
C T
NAH A N E EAST
BRO
W
N
S
POINT
BLVD
NE
R
I
D
GE
NE
NO
R
P
OI
N
T
W
Y
NE
5 AV SW
S 372 ST
39 AV S
38 AV S
54 AV S
S 279 S T
S 268 ST
15 PLS
276PL
W O O D M ONTBEACHDRS
14 AV S
15 AV S
13 AV S
13 AV S
14PL S
34 CT S
PL
17
18 PL
PL
309
16 PL
12 AV SW
21 AV SW
21 AV SW
SW335ST
323LN
9 AV S
C A M E L O T D R
A G R A-
V AIN ESIR
AVA-LONPL
S 351
350
S 352 ST
S 350
ST
S 354 ST
S 350 ST
S 349 ST
45 AV S
46 AV S
S 352 ST
38 AV S
38 AV S
42 AV S
S
T
S W 327
51
P
L
S
W
50 CT
S
W
49 PL
PL
330 CTSW
53 P
L
PL
4
7
AV
S
W
328 PL
327 PL
48
CT
SW 327 PL
49
CT
SW
SW 348 PL
SW 3 4 5
SW 347 ST
14 PL SW
15 PL SW
10
PLS W
3 4 7
11
SW
11 CT
S W 3 4 5 PL
4 P
L
PL
SW
25 AV S
11 PL S
S 324 ST
S 336 ST
SR 18
PORTER WY
28 AV S
PORTERW
Y
29 ST NE
S 280 ST
S 272 ST
PACIFIC HWY S
S 320 STS 320 ST
S319 PL
G A T E W AY BLVD
21
AV
SW
SW 320 ST SW 320 ST
2
2A
V
1 AV S
SW 312 ST
SW 320 ST
1 AV S
S 320 ST
S 312 ST
OLYMPIC WY
SE M I NOLE LN
S 320 ST
INTERSTATE5
INTERSTATE 5
INTERSTATE 5
AG
U
STA
N
AT
IO
N
AL
LN
THE
DUNES
19PL
S
S 333 ST
5 AV S
3 2 9 L NLNLN
4
P
L
S
S 315 LN
S 316 LN
25 PL S
S 317 ST
INTERSTATE
5
28 AV S
M
I
L
I
T
A
R
Y
RD
S
S 299ST
301ST
302ST
303
ST
3PL
2PL
S 299 PL
1 PL
2 AV
299ST
300ST3 AV S
1PL
2 CT 301ST
3 AV S
299PL
2 AV SW
2 AV
SW
2 PL SW
S 288
287S 287 ST
45 PL S
S 292ST
S 291ST
25 ST NE
27 ST NE
50 AV NE
53 AV NE
54 AV NE
55 AV NE
56 AV NE
57 AV NE
58 AV NE
58 AV NE
CENTENNIAL
52
AV
NE
54 AV NE
35
ST NE
36
11 PL SW
11 PL
12 AV SW
12th
SW 314 PL
SW 316 PL
S W10 P L
SW
1
4
WYSW
2 LN
SW
SW 317 PL319 PL
SW 318 PL
14 AV SW
S W 319 PL
S W 3 1 2 P L
31825AVSW
2
7
A
V
S
W
P
L
S
W
PL
28 P L S W
S W 3 1 4 ST
2
6
3
6
A
V
SW
S T 40
SW 325 S T
45PL
3 2 9 S T
CT
SW 340 PL
SW
37 AV
SW 342 ST
342PL
38
32 AV
31 AV SW 341PL
PL
SW 339 ST
C
T
SW 338 S T
3
2
302
29AVS
CT
29
REDOND
O
W
Y
S
S 288 ST S 288 STS 288 ST
S 288
G
A
W
A
I
N
P
L
M
E
R
LYN
E L A INE
S
A
G
RAMORE
S 336 ST
PACIFICHWY
S
9
A
V
S
SWCAMPUSDR
1 AV S
S 348 ST (SR 99)
ENCHANTED PKWY
1 AV S
PACIFIC HWY S
S 356 ST
N O R T H
W O O D
C T
CEDARW
O
O
D
C
T
S W 3 5 6 S T
7AVSW
SW 356 ST21 AV SW
S
WCAMP US DR
10AVS W SW330 S T
21 PL SW
(
S
R
5
0
9
)
33AV SW
S
W
D
A
S
H
P
O
I
N
T
R
D
S W D A S H P O I N T R D
48
LN
4
7
L
N
47 AV SW
SW3 2 0 ST
31 AV SW
314 ST
316ST317ST317PL
32 AV SW
S W 3 2 1 S T
3 2 6ST
330 PL
H
O
Y
T
R
D
S
W
N O R T H S H O RE PKWY
H
O
Y
T
R
D
S
W
H
O
Y
T
RD
S
W
37 PL
SW 340 ST
SW 344 ST
21 AV SW
29 ST NE
8
AV
SW
6
AV
7
AV
SW
MERIONWY
WINGED FOOT WY
1 AV S
21 AV SW
SW310ST
S DASH POINT RD
S D A S H P O I N T R D
10 AV S
R
E
D
ON
D
O
W
Y
S
MILITARY RD S
STA
R L
K R
D
S
S
TARLAKER
D
S 272 STS 272 ST
PACIFICHWYS
PACIFIC
HWY
S
51 AV S
S 288 ST
51 AV S
314CT
51 AV S
P
E
A
S
L
E
Y
C
A
N
Y
O
N
R
D
MILITARYRDS
STA
N
F
ORD
53 PL
NE
28
SW 350 PL
SW 350 ST
SW 351 ST
SW 350ST
SW 343 P L
28 PL
SW
SW SW
26 PL
SW
31 CT
CT
10AVS
10AV
10
P
LS
S 324PLST
S 3 32 P L
S330 S T
S 328 PL
S 3 30 P L
S 3 2 9 P L
1
PL
S
S 3 2 7
1
LNS
W
1
L
N
S
W
S 325ST
S 321 ST
AV
3 2 4 S T
4
0
P
L
S
W
S W 3 2 2 ST
43 P L
42SW325WY
40CT
SW 328 PLCT
SW 328 ST
3
2
7P
L39AVS W
40 AV
SW
S
W328ST 327PL
C TSW 3 5 2
18 AV
SW 349 PL17CT
SW
20 AV SW
18 AV SW
12 AV SW
10 AV SW 8
AV
SW
6 AV SW
(JOHNSON RD NE)
S 380 ST
S 374
CT
S 3 7 6 S T
2
5
P
L
S
14 AV
1
6
A
V
1
7
AV
18 AV
16AV
17AV
23 AV
HEMLOCK ST
15 AV
10 AV 12AV
13 AV
TAYLOR WAY
66 AV NE
4 ST
7 AV NE
6 ST NE
CT NE
58 AV NE
5 AV
7 AV
COMET ST
BIRCH STBIRCH ST
NORPOINT WY NE
41PLS
4
1
WYS
40 AV S
S 331 PL
42 AV S
S330 PL
S329 ST
41 L
N S
SW 309 ST
SW 310 ST
SW 311 ST32 AV SW
30 AV SW
30 AV SW
29CT SW
52 NE
29
S W 3 2 5 S T
S 3 7 9 S T 23PLS
3
4 P
L S
S 314 ST
S 310 ST
333 CT
SW
325
20 PL SW
S 354ST
41 AV S
39 AV S
39 AV S
S 356 ST36 PL S
S 356 ST
S 360 ST
S 362 ST
S 366 PL
S 364 PL S 365CT
53 CT NE
RID
G
E
23
AV
NE 56ST
ORC
A
D
R
N
E
G
A
LLEONDRNE
S
H
O
R
E
C
L
I
F
F
D
R
41 ST
INVER
N
E
S
S
D
R
NORTH SHORE BLVD
LARCHMON T A V
B
L
O
S
S
O
M
D
R OAK M O NT ST
44 PL
S 268 ST
10 AV S
S 270 ST
7
P
L
S
S 2 7 0 S 270 ST
12 AV S
8AVS
16 PL S
S 266PL
38 AV NE
39 AV NE
47 AV NE
NE
34
NE33 CT
STONEGATE NE
CT NE
42STNE
MEEKER
A
V
32 ST NE
30 ST NE 31 ST NE
335 CT
ST
S371
19
WAYS
PL
S372
17AVS
S 373PL
18AVS
S37 0CTS371
1
9
P
L
S
S 374PL
S 3 7 0
S T
2
0
A
V
S
MILITARYRD S
C
ANTERBU RYLN
STRATFORDCT
MAN
C
H
E
STER
WY
S336 ST
H W Y 18
WEYERHAEUSER WAY S
H W Y 1 8
WEYER H AEUSER
WAY
S
M
ILIT
A
R
Y R
D
S 321 ST
MILITARY RD S
MILITARY RD
MARINE
VIEW
DR S
10 AV S
PACIFIC HWY S
S 272 ST
16 AV S
16 AV S
M A R I N E VIE W
S 349 ST
28 AV S
28 AV S
28 AV S
E
N
C
H
A
N
T
E
D
P
K
W
Y
VIRG
I
N
IA
CT
HYLEBOS AV
HYLEBOSAV DOUGLAS
CT
S
O
U
T
H B
A
Y
D
R N
E DR NE
M
A
R
I
N
E
V
I
E
W
D
R
BRO
WNS
POINT
B
L
V
D
33 ST NE 33 ST NE
M A R INE VIEWDR
McMURRAYRD
MARINEVIEW
DR
NORPOINTWYNE
PACIFICHWYS
(
S
R
9
9
)
13 AV S
302ST
9
AVS
S 304 ST
S303 ST
S 302 ST
1 PL S
S 304 PL
2 AV
S6
A
V
4 AV
3 AV
2 AV
1
P L PL
SW 313 ST
2 AV SW
2 PL
SW3
AVSW
S 2 9 8 S T S 2 9 7 P L
S
3
0
1
ST
8 AV S
S 2 9 6 P L 13AV
S
S 295PL1
0 P
L S
9 P
L S
1
1
P
L
S
S 2 9 9 P L
8P
L
S
8
SW 316 ST
SW 317 PL
S 331 ST
S 327 ST
S 332 ST
17 PL S
18 PL S
S 330 ST
PLS 322
S 330ST
S332ST
S328ST
8 AV S
9 AV S
S 3 2 5
SW 335
PL
335ST
SW 332 PL
SW 331 PL
36 AV SW
37 AV SW
SW 335CT
36AV37AV
SW 336 ST
37 PL SW
38AV
S
W
39
AV
S
W
ST
S
PL301
302ST
S 304 ST
5AVSW
4
AV
SW
3
AV
SW
2
AV
SW
1
PL
SW
SW 308 ST
S 3 0 9 S T1
P
LS
7 AV SW
6 PL SW
31 AV S
S 271ST
274 ST
S S TAR LAKERD
32 PL S
32 PL
S 276ST
4
2
P
L
46 AV S
45 PL S
CARDIFF AV
SAXON
CT
BRISTOL
CT
AVON
CT
A
R
DEN
CT
CARNABY ST
CO M E T ST
NORTHSHORE PKWY
JOVITA BLVD
E
S 344 ST
339 CR
S 351 ST
4 PL S
SW 350
346 ST
SW 348
SW
2 LN S
4 AV S
S 346 LN
3 4 7 P L11PL S
S 352 ST
S 351 ST
S 359 ST
SW313 ST
4
9
P
L
S
W50
AV
S
W
312 PL
48
P
L
S
W
SW 314 PL
47 PL
S W 3 1 1 P L
315 ST SW 314 PLSW
SW 317 LN
313 PL51 AV SW
47 PL
CT
4
6
C
T
SW 327 ST
SW 324 PL
AV49SW 3 2 4 P L
S W 326 P L
51 AV
50 PL SW
48 AV SW
SW 329WY
S W329 W Y
45 CT
S
W326ST
S
W 326 ST
54 AV E
4 ST E
MARINEVIE
W
D
R
INTERSTATE5
I
N
T
E
R
S
T
A
T
E
5
E
N
C
H
A
N
T
E
D
P
K
W
Y
H W Y 18
MILITARY RD S
51 AV S
23
AV
S
28 AV S
22AVS
S291ST
289 ST
ST
1
9
A
V
S
20PL
21
AV
302 PL
S 298 ST
S 333 S T
10 PL S
6
A
V
S
1 PL S
SW 332 PL
S 344 ST
S 343 ST
S W 334PL
32 AV
SW
3
6
AVSW
3 3 A V S W
32 A V S W
321PL
2
7
AV
SW 320 PL
28 AV
26 AV SW
SW 331ST
S302 ST
S300 PL
47 AV S
4
7
PL
S
4
8
P
LS
S 269STS 268 PL 33AV S
S 270 ST
S 270ST
35
PL S
35 AV S
F E N -W I C KCT
HAMPTON WY
C
ARNABY WYDOVER CT
48AV S
S 273 PL
S 351 ST
24 AV S
25 S
26 S
27 S
29 AV S
30 AV S
S 352 ST
S 354 LN
S 355 ST
26 AV S
26 PL S
S 356 ST S 355 PL
25PLS
27 CT S
45 ST46 ST NE
4 3 4 6AV
NE NE
NENASSAU
P L
N E43 P L
45 ST NE
S T
40 AV NE
43P L N E
E 11 ST
24 ST NE
SW339
339 PL
4
1
AV
S
W 327ST
SW 360 ST
SW 361 ST
S 298 ST
S 29 6 ST
30 AV S
296PL
PRINCETON
AV
32 4 P L
49 AV SW
S W 3 1 1
P L
48 AV
SW 312 ST
31 ST NE
SW 326 ST
SW 322 PL
2 3AV
S W 32 3 ST
PL
P
L333PL
34PL SW
S 309 ST
306
S 308 ST
ST
8 AV
9 AV
S 281 ST
3
2
6
8 AV S
SW 374 ST
NORTHWOOD AV NE
SW 360 ST
14 AV SW
SW353PL
SW 353 ST
SW355PLSW 356PL11 AV SW
12 CT
11 CT
11 CTSW
SW 350 PL
SW
PL
12
317 ST
318 ST
SW 317 PL
24 AV
SW
SW 318
ST
18AVSW321 LNSW
20 LN
SW
15PL
S W 3 2 1 S T
SW 320 PL
2 PL SW
2 AV SW
SW371
2 PL
2 AV SW
2 AV
6 AV SW
12 ST NE
S 376 ST
S 373 ST
S 3 7 2 ST
S 373 P L
12 AV SW
13 PL SW
13 CT
SW
36
PL
S
33 AV S
S 273 PL
S 272 PL
S 376 ST
ST
S 3
7
8 S
T
S 3 8 1 S T
S 381 WY
30 CT S
31 CT S
S 376 ST
S 376 PL 33 PL S
36 PL S
37 PL S
S 348 ST
PORT OF TACOMA RD
PORT OF TACO
MA RD
E 11 ST
E 11 ST
MERIDIAN ST E
R E D O N D O B E A C H DR S
SW CAMPUS DRSW336ST
SW336WY
SW 340 ST
SW 325 PL
SW 330ST
SW
SW332ST
S W 3 3 0 S T
24AVSW323ST
LINCOLN AV
2
5
A
V
54 AV S
SW
4 PL S W 3 32S T
1 PL S
5
AVSW
SW 333CTSW 334CT
6 AV
SW
5 PL
SW
STSW 331SW 331ST
2 P L S W
1PL S W3
C
T
3AVS
W
39 3 1 5
36
AV
SW
S
TSW319ST
S W 3 1 7 S T
S T
42
AV
SW
4
1
AV
SW
4
0
AVSW
316 S T
SW
314
ST
C T ST
36AVS
W
SW 319ST
S 308 ST
42 AV S
44 AV S 47 AV S
48 AV S
49
AV
S
S 313 ST
S 308
3 1 1
S 315 PL
47 AV S
48 AV S
49 AV S
52 AV S
54 AV S
S 316 ST
S 325PL
S 323 ST
38 AV S
S 328 ST
S 325 ST
49 PL S
44 AV S
46 AV S
47 AV S
S 317 ST
S 324 PL
42PLS
S 326 PL
21 PL S
MILTON RD S
S 367 PL25
CT
26
CT
27 CT
S 372 PL
373 PL
S 376 PL
25 AV S
27 PL S
T H EA
CT
S379PL
17AV
S
19 AV CT
20
A
V
C
T
5
2
A
V
49
LN
313PL
313ST
32 AV
SW 344 ST
17AV
19P L
SW 308 PL SW309 ST
20 AV SW
2 CT
5 AV S T
9 AV S
S 316 PL S 316 PL
6 AV
S 318 PL
7 A V
S 3 1 7 ST
6 AV
9 AV
PL
S 318
26 AV S
S 305 PL
344PL
SW346ST
28
PL
SW
27AV
SW 352 STSW 351 PL
SW 351 ST
SW350PL 23 AV
SW
SW 346 ST
SW 348 ST
SW 353 PL
S W 3 5 4S T
59 AV NE
351 ST
46 AV S
S 328 ST
S 329 PL
52 AV S
54 AV S
S 329 PL
4
4
A
V
S
S 3 25
S T
S 370 ST
S 289ST S 289ST S 289ST
S
8 AV
2 9 3 P L
14 AV S
S 284
CT
279PL
2
7
8C
T
S 278S
T
10
AVS 317 ST
8 AV S
S 315 ST
SW326ST 326
P L
STSW 304
3
1 A
V
SW311 LN
42PLSW
SW 315
ST
S W 314PL
PL46
321 ST
322 ST
GUINE-VERE PL
CANTEBURY DR
292ST
28 PL S
PL S
27
PL
S T
S 299 S T
25 LN
C E N T E R
COLONIAL WYS 328 PL
22 AV
17 AV
S 324 PL
20 AV S
S 3 2 7LN
S 322 ST
OAK-MONTCT
299PL
S297 PL
35 AV
SW
1 AV S
SW307ST
SW DASH POINT RD
CHERRYHILLS PL
BURNING
TREE
BLVD
1
W
Y
S
1
W
Y
S
49 AV NE
51 ST NE
SW 320 ST
1 AV S
289
291
ST
ST
22 LN S
13 PL S
4 PL
3 2 7 P L
S 3 2 8 S T19 PL S
W
311 ST
S 312 ST S 312 ST
28 AV S
NIMUE
M
O
R
G
ANDI
N
A
DAN
SIR G
A
HERIS
SIR
M
O
RDED
SIR ECTO
R SIR GARETH
M
I
L
I
T
A
R
Y
R
D
S
S 324ST
OAKLANDHILLSBLVD
1 W YS
30 AV SW
SW 346 PL
SW344 PL
24PL
349 PL S
W SW 349PL
AV
SW 348 PL
SW 347 PL
SW350ST
34 ST LP
AV NE
26
SW 3 49 PL
24CT
SW
22 AV CT
27 AV CT
26 AV S
S 377 S T
26
D
R
S
2
7
P
L
S
25
AV
CT S 383
23 C
T24
CT S380ST
25 AV S
15 AV
22 AV
23 AV
13
AV
6 AV
S
4 AV S
301ST
297 ST
S 301 ST
S 300 ST
14 AV S
11 PL S
14CT
S
ST
S287
PLS 285
19 PL S
21 AV
6AVSW
J O VIT A B LVD E
42AVS
41 PL S
43 PL S
44 AV S
45 W Y S
S 333PL
S 332 PL
S 333 ST
PACIFICHWYS
S 304 ST
NASSAU
AV
NE
NASS
A
U
A
V
N
E
PEASLEY CANYON WY S
SW329
PL330PL
PL
323 ST
20 PL SW
7 PL SW
ST16
PL
SW
PLS372
19 W A Y S
MILTONRDS
MILTONRD S
SW 3 2 3 S T
SW
S 308 ST
S 309 PL
S 310 PL5 PL S
3 0 6
S
309ST
4 PL S
C
TS
W
20
24 PL
SW 334 ST
SW 333 ST26PL
18
P
L
4 P L S
6 PL S
S 368 ST
S 308PL
S 312 ST
52 AV SS 308 ST
308
S 3 1 4 S T
2
0
C
T
S20 P
L
2
1
P
L
S
2
1
C
T
S
S 380 PL
49 CT
4
8
C
T
S 3 0 9 S T
S 312 ST
S313PL
S 3 1 0 P L
3 CT S
S 317 ST
S 316 ST
S 319
S3 PL
1 PL S
7 PL S
S 316 ST7A
V
3 PL
2 CT
2 AV
S 3 1 7 P L
314
S
7 PL S
W
8 AV SW
SW 312
318 PL
SW
31 7 CT
3
LN
SW
AV S W313 ST
314ST
316 ST13 AV SW
S W
1 2 P
L
SW
SW 318 ST
317 ST
317PL
SW 316 ST
8 PL SW
10 CT SW
6 AV SW
SW 316 ST
30 AV SW
S 321PL
S325PL
PARK RD
S
322 PL
S33 0 PL
7
P
L
S
STS 321
2PL
S
4
P
LS
S 3 3 1 P L
S
8 CT
3
PL
S
S 316 STS 316 ST
S 316 PL
24CT S
S 310 ST
S 308 ST
S311 ST
S310 ST
S309 ST
26 PL S
21 AV S
22AV
S
21 PL S
S 300 ST26 AV
S 298 ST
S 296 PL
20 AV
26 PL
27 AV S
24 PL S
25 PL S
PL25
27
A V
S 304ST
20 AV S
S 302 PL
290
20 AV S
S293ST
S 288 PL
28 PL S
2
5
P
L
S
S
2
9
2
S
T
S 292 ST
21 PL S
20 WAY S
23 PL S
26 PL S
19 PL S
S295
18 AV S
294
P L
S 296 ST
S19 AV
S 291ST
18 PL S
S 340 ST
S338 S T
6 A
V
13 PL S
17LN S
337
S 3 42
1 C R S
1 PL SS 333 L N
1 LN S
S 334 S T
1 LN S
S 35 8 S T
S 356 ST
5
A
V
SW 352 ST
6
A
V
14 PL S
2 AV S
3 PL S
S 364 ST
11
PL
S
S 3 64 WY
16 AV S
SW 368 ST9 AV SW
SW 357 ST
SW 358 ST
SW 363 PL 1 PL S
SW 366 ST
S 363 PL
1 AV S
1 PL SW
1
CT S W
SW 368 ST
58 AV NE
1 AV SW
SW 372 ST11 ST NE
10 ST
19 ST NE
14 ST CT NE
12 ST NE
SW
SW
10 PL
SW 354 ST354PL
13 WY SW13PLSW SW 3 5 2ST11PL
12 AV SW
13 PL
SW 349 ST
333 ST 332
4CT
ST
SWSW 332CT
7 W Y S W
SW337
CT
7 CTSW
7PL
S
W
5
PLS W
SW 336ST
SW 335 ST
4 A V S W
SW336CT
SW
331 PL
20 PL SW
SW 297 ST
SW 298 PL
SW 292 ST
SW 298 ST
SW 296 ST
SW 293 ST
SW295 ST
2 PL SW
19 PL SW
17 AV SW
SW 304 ST
11 AV SW
10 AV SW
8 AV SW
SW 301 ST
16 AV SW
300 ST
6 AV
SW
SW 299 ST
6 AV
SW 5 AV SW
301PL
SW 299 PL
SW 298 ST
S
WMARI N E VIEWDR
SW300PL
5 AV
SW
7
A
V
S
W
ST
SW301
2 PL SW SW303STSW303SW302ST
4
AV
SW
3 PL SW
4 PL SW
21 AV SW
301SW
SW 307 ST
S W 3 08
SW
309
12 PL SW
SW
PL
111 AV SW
305 ST
16 AV SW
10 AV SW
SW 304 ST23 AV SW
SW300ST
SW305ST
SW 307 ST
SW305PL
SW 306ST
2
4
A
V
SW
25
AV
SW
24AVSW
S W 3 0 0 P L
SW308PL
15 AV
SW
SW309CT
308CT
SW
2
6
A
V
S
W
P L
309S T
SW
AV
22
SW308ST
SW 3 0 6 P L
3
0 A
V
S
W
28 AV SW
3
0
A
V P L
37 PL SW
CT
SW 310
SW 310 ST
SW
ST
36 PL SW
36CTSWSW309A
V
SW
39PL39
47 AV SW
5
3
A
V
S
W
53 AV
50 AV SW
SW 315 PL
SW 320 ST
SW 318 ST
50LN
50TRSW316PL
53
AVSW
54 AV SW
319 LN 49 TR SW
51 LN SW
46AV
SW 319 PL
SW 317 PL45 PL SWSW316
318
C
T
317
42
AV
S W S
W
318ST
S W 3 1 7
SW
SW 313 ST
4
1
PL
37 A V S W
S W
SW3 2 5 S T
3 9 P L S W
40 CT
SW
45PL
44PL 3 2 3
40PL
SW 326 ST
S W 328
42
PL
SW
4
6
P
L
43 PL SW
41
PL
41AV
SW
321ST
PLSW
42
STSW331
42
P
L
S
W 38 AV SW SW 331ST
CTSW37
3
9
AV
SW
39 PL
SW
38 CT
SW
S
W
52
PL
49PLSW
CT
SW330
S W 3 3 0S T 4
9
A
V
S
W
53 NE 4
2
NE
SW333PL
43 AV SW
SW 335ST
S
W
337
P
L
S
W338ST
PL S W 336
SW337ST
38 PL
40
38PL
ST
S
W 339
ST
S T
SW335ST
32P
L
3
4
3 3 4 S T333ST
40AVSW
P L334
S TSW3 3 3 PL332
4
1
A
V
S
W
CT
SW
37AV
SW
39
A
V
338 PL
SW
35 PL
37 PL SW
S
W
337ST
2
8
PL
3
3
P
L
SW
SW 339 ST
SW 342 P L
31
AV
SW
339ST
2
9
CTSW
3
6
A
V
35 AV SW
27 PL SW
SW 3 4 0
26 AV
STSW 33726CTSW
28PL
30AVSW
2
9
P
L
SW
28AV
SW 342 ST
SW 342
342 ST
23 AV
SW 337PL
SW 338ST
SW 341 PL
334 PL
19 AV SW
25 L N
335PL
25 PL
SW
AV
NE
LOOP
55 AV NE
38 ST NE
38 ST CT NE
39 ST NE
23 AV SW
55 PL NE
55
57 AV NE
53
34
ST
34 CT
10 A
V S
W
9 A
V
8
A
V
8 CT
SW
S W 344 P L
ST
19 LN
14
AVS W
SW 3 23 S T
ST322
16AV
S
W
8 AV SW
8 AV SW
6AVSW
328 ST
S
W327ST
8 PL
SW
325 CT326 ST
5AV 4AV
SW 326
P
L
SW 325 P
L
328CT
SW 329 ST 2 AV3AV
2 P
L
3AV
SW
2 AV SW
SW 327 PL5 AV
SW
S
W
322ST4A
V
S W 3 21 ST
7
AVSW
7AV
SW
1
8
A
V
17 CTSW
20 AV SW
19
AVSW
17
AVS W
16 CT
13 AV SW
SW327S T
16
PL
S
W
19 CT
SW
SW328CT
SW328CT
CTSW 330330
331 ST
12 AV
SW
PL
11 AV
S W 332PL
10
PL
SW
S
W
334ST10
CTSW12 CT
SW
S W 3 3 3 ST
S W 333P
L
1
2
A
V
S
W334
PL
SW327 PL
329
CT 329
SW 330 S T
19 CT
11 AV SW
22 AV SW
22 AV
SW
24
A
V
S
W
2
3
A
V
SW
322 PL
329PL
23 AVSW 328 STSW 329 ST
26 AV SW
2
6
A
V
S
W
26 AV SW
26
P
L
SW 328 ST
27AV
SW 327 ST
330
3 3 1
3 2 9
S T
A
V
3 3 2 3
3
A
V
SW
CT
3
2
A
V
S
W
3
3
A
V
S
W
AV
3
0
A
V
S
W
AVS
W
P L325
35 AV SW
35 AV SW
30
AV30
S T329
29AV
28 AV
3 3 1 S T
S W 332 PL
27AV
28PL
3 3 2 CT
2
9
AV
SW
30 AV SW
28 AV
2
6
S W 3 3 2 ST
26P
L
8
AV
SW
307ST
306ST
307PL
1 PL S
2 AV S
3 AV S
4 AV S
3 PL S
3PL
S 306 P L 4 PL S
5 PL S
S 306 ST
S 305 ST
8 AV S
9 AV S
5
W
Y S
309CT
310PL
S 309 ST
3PL S
8 PL S
9 AV S
14 AV S
11 AV S
10 AV S
S T
14 AV S
15 CT S
16 AV S
S 303 ST
S 2 9 5
S 2 9 4 PL
S 293 PL
S 297 PL
S291ST7 PL S
S
T
S
S 2 9 1 P L
13 PL S
S 291
12 PL S
S 289 PL290
S 2 8 7
S 2 8 7
8
P
L
S
S288P LS288LN S
286 P L
3 AV SW
2 AV SW S 2 9 3 S T
S 296 PL
PL
4
AV
S
S 295PL
S 2 9 4 P L
S 294 PL S 2 95 P L
11
AV
S
11
P
L
S
1
2
A
V
S
11
AV
S
S 293 PL
7
A
V
S
6
A
V
5
AV
S
9
PL S
A
V S
9S286ST
8
A
V
S S T
P L
13 AV
S
12 AV S
15 AV S
15 PL S
S 284 ST
ST
288
P L
ST 1
4 A
V
S
1
4
A
VS 286 16
AV
S
15 P
L S
S284 LN
18 AV S
S 286LN
S 282
S 285 ST
S 279 P L
S 281PLS282PLS 283 ST
287PL
18 AV S
13 AV S
15 AV SS282P
L
S 280 PL
S 286 ST
S 287 ST
2
6
A
V
SS 286 ST
2 8 7ST
27 PL SS 286 PL
M
I
L
I
T
.
R
D
S284P L S284
22AV
23 AV
24 AV
O
L
D
20 AV S
23 AV S282ST283ST
S 284ST
S 2 8 3 PL
S 2 80 PL
28 AV S
29 AV S
2
9
A
V
S
24PL S
2
5 P
L S
2
6
A
V
PL
2
1
A
V
281 ST
282 ST
2
0
PL
S
S 2 7 7 P L
2 5 D R S
2
6
A
V
S
S276
S
T
27
A
V
S
12 PL S S 275 PL
S 273 ST
24 PL
S 280 ST
S 276 ST
S 273PL
30 1 S T
S 304 ST
S 301 PL
S 3 0 6 P LS305PL
S300PL
S 301ST
S 303 ST S 301 D R
43 PL
S 300 ST
45 CT
S 298
38 PL
S29 9 S T
S 298 ST 45 PL S36 PL S
41 PL S
40 PL S
39 PL S
4
9
S 302 PL
S 300PL
299
298
300PL
S
301
S 288 PLS 288 PL
S 290 PL
46 PL S
45 PL S
2 9 0
S 29
3
S 290 ST
S 293 ST 4 5PLS
S 291ST
38PLSS295
37
S 292ST
S 2 9 4 ST
39AVS
4
0
A
V
4
1
A
V
289 PL
303 CT
S 302 ST 41 AV S
32 AV S
S 302 PL
S 289 PL
50 PL
P L
S29 3 S T
2 9 7
S 298 ST
S 298 PL
S 301 DR
5
0
LN
S
S 297
52
PLS
51 PL S
S 304ST
33 PL S
34 AV S
S292 ST
S 291 ST
37 AV S
38 AV S
39 AV S
40 AV S
41 AV S
43 PL
S 290 ST
42 AV S
42 AV S
S
2
92 S T
294ST
35 AV S
S 294 ST295 ST
S 295 PL
S 290 ST
S292 PL
33AV S
S 296 ST
34 AV S
PLS 299
PL
32 AV S
S 2 99 S T
S 3 00PL
42AVS
4
3
AVS 43PL
40PL
S 293 ST
45AV
44 CT
46 CT
44PL S42PLS302PL
S 300 ST
296CT
42 PL S
45 AV S
48 AV S
47 AV S
41 A
V
S 300PL
S 300 PL
P
L
S
50 AV S
45PL
48 PL
47 PL S
37 AV S
46 AV S
S 305 ST
5 3 AVS
52A
V
S
52 AV S
5
0
A
V
S 289 PL
4
9
AVS
47A
V
S
S31 6 S T
32 AV S
31 AV S
38 AV S
38 AV S
44 PL
289PL
S 2 9 1 ST
S 296 PL
S 2 9 5 PL
S 2 96 S T
S 282 ST
S 285
S 284 PL
286
S 283ST
S 284 ST
S 285PL
36 AV S
S 282 ST
S 281 ST
50 PL S
52 AV
S
S 2 8 1 ST
48 AV S
S 2 7 9 PL
S 278 ST
20 AV S
8 AV S
ST
296PL297PL
32 PL S
32 PL S
39 AV S
41CT
S 292 PL
51
CT
C
T
CT
3 0 7 P L
S 310 ST
45 AV
46 AV
S 338 PL
S 337 LN
AV
10 PL SW
14 AV
SWSW 350ST
SW 351ST
SW 353 ST
SW 344 PL SW 344 PL
14 W
Y
346ST
SW347 PL
19CT
SW
19 AV
SW 352 ST SW 352PL
S W 3 5 4ST
SW 355 PL SW 355 PL
15 AV SW
14 AV SW
13 AV SW
12 AV SW
11 AV SW
9
AV
SW
SW 361ST
SW 363 PL
SW 364PL
46 AV S 47 AV S
48 AV S
49 AV S
50 AV S
32 AV S
33 AV S
40 AV S
3
7
AV
S
S 280 ST
S 279 ST49 AV S
3
6
A
V
S
38 P L S
46 AV S
37 AV S 48 AV S
40AV
39AV
S286ST
46 AV S
45 AV S
27 AV S
2
9
P
L
S
2 8 5ST
PL
274
S2 7 5 P L
43 AV S
37 AV S
41 PL S S 271 PL
30 AV S
S 271ST S271 PL
36PL S
43 CT
43 PL S
S STAR LAKE RD
42 AV S
42 AV S
33 PL S
32 PL S
S273ST
S 270 ST
40 AV S
S 274 PL
S 272 PL
4 6 A V S46 CT S
S 275 CT
S 265 ST ETON
CT
33
AVS
S 263 ST39PLS
S 268 ST
269ST
41PL 42 AV S
4
6
AV
S
SOMERSETLN40 AV S
41 AV S
S 340 ST
S 337 ST
S 336 PL S 336 ST
45 PL S
S 342
S 343ST
S344
44 S
35 AV S
S 336
4
6
P
L
S
S 334 ST
33 PL S
S 326PL
S
53 AV S
53 AV S
51 AV S
50 AV S
S 336 ST
S 338 ST
S 342 ST
S 344 ST
45 AV S
44 AV S
S 340 PL
43AV S
42 AV S
S 340 PL
40 AV S
39 AV S S341 ST
42 AV
S 344 W Y
S 344 ST
S 348 PL
S 3 4 5 S T
S 3 4 8 ST
S 347 ST
S 348 ST
46 AV S
43 S
S 352 ST
37 AV S
S 351 ST
S 348 ST
42 AV
S 349 ST
S 346 ST
52 AV S
53 AV S
54 AV SS 348 ST
54 AV S
S 352 ST
34 AV S
52 AV S
51 AV S
42 AV S
44 AV S
25 PL S
S 359 ST
26PL S
S 365 PL
S 3 62 PL
S 3 5 7
P L
31 PL S
30 AV S
S 360 ST
2
7
A
V
S
26 AV S
26AV
S
32 AV S
S 364 ST
S 365 ST
S 364 ST
365PL
3 6 3ST
S 360 ST
S 369 PL
S 372ST
S 368 PL
S375PL
S 372
43 PL
49 AV S
48 AV S
50 AV S
32 AV S
S 366 ST
31
A
V
S
S 366 ST
S 367 ST
S 368 ST
32 AV S
34 AV S
35 AV
35 AV S
37 AV S
40 AV S
40 AV S
42 AV S
S 372 ST 44 AV S
45 AV S
S 368 ST
34 AV S
33 AV S
S 276 PL
ST276
17 AV S
P L
1 0 PLS
18 AV S
19 PL S
S 265 PL
S 26 4 P L
27 AV S
26 CT S
PL
353 STST
354
23 PL S
2
0
P
L
S
22
PL
S
24 PL S
23 PL
362 ST
2
1
C
T
S 359
25 PL S
S362CT
21 PL S
24CTS
S 361 ST S 361 ST
S 360 ST22
PLS
DI A M ON D
B I R CH
25 AV
26 AV
27 AV
S 380 ST
11
9 AV E
57 ST
61 NE
R IDGE
NORMARDAGNES
RD
21 AV NE
24 AV NE
SW DA S H P O I N T BL V D DOGWOOD ST
BROWNSPTBLV
D
N
E
WATCHTO
W
E
R
R
D
OVERVIEW
D
R
HI
LLSIDE
DRNE
COPALIS ST
RIDGE
DR NE
ST NE
PARKVIEW
DRNE
BAYDR NE
DU M A S CR N
E
N
AH A N E W E ST
GREEN HILLS AV
21 AV NE
22 AV NE
C
HIN
O
O
K
W
Y
CIR
C
L
E
D
R
GALLE O N D R
3 2 3 ST
55 AV SW
SPRING
ST NE
SW308 ST
SW305 ST
SW306 ST
26 AV SW SW306 ST
SW307 ST 8 AV SW
7 AV SW
6 PL SW
SW 307ST
SW 304 ST
12 AV SW
62 AV
66
68 AV NE
21 ST NE
16 ST NE
65 AV NE
67 AV NE
NE 1 5 S T NE
19 ST NE
AV
20 ST NE
63 AV NE
64 AV NE
TAYLOR WAY
FIFE HEIGHTS DR
57 AV E
55 AV E
58 AV E
4 ST E
63AV CT
9 ST CT NE
12 AV S
15 AV S
2
1
AV
S
21AV
S
2
3
A
V
S
23
AV
S
23 AV S
24 AV S
24 AV S
24 AV S
24 AV S
WOODMONT D R S
S 272 ST
L
A
K
E
F
E
NWIC
K
R
D
LAKE
F
E
N
W
I
C
K
R
D
52 A
V S
51
PL
S
SW 340 ST
DIAMONDEMERALD ST
G
A
L
L
E
O
N
CT
N
E
57
B AYDRNE
BAY P L NE
B
R
A
E
B
U
R
N
DR
55 AV S
52 AV S
55AVS
52 AV S
50 AV S
S 358 ST
S 376 ST
S 374 ST
S 368 ST
S 376 ST
S 380 ST
S 382 STS 382 ST
S 378 ST378S37 AV S
S 380 ST
44 AV S
47 AV S
47 AV S
48 AV S
42 AV S
43 AV S
49 AV S
51 AV S
51 AV S
53 AV S
49 AV S
46 AV S
S 384 ST
55 AV S
43 AV S
42 AV S
55 AV S
50 AV S 3 AV S W
S 381 ST
CT
24 ST NE
SW
18
S
W
24
ST
N
E
49 AV
50 AV NE
SW 358
20 AV
CT
25 ST NE
28 ST NE
64 AV NE
NE 45 ST
46 AV NE
SW
22 PL
38 PL
SW 35
9
S
T
43 ST NE
41 ST NE
25 AV SW
VI
S
T
A
P
L
I
N
E
FA
I
RWOODBLVDNE
340PL
280WY
S 318 PL
314ST
23 AV S
20 AV S
30 AV
21 AV
S 347 PL
4
7
L
N
38 AV
50 CT
PL296
PL
8
AV
SW
SW 365 ST
S 357 ST
2 AV S
3 AV SW
4 AV SW
4 PL SW
4 AV SW
2 AV SW
3 AV SS361PL
1 AV S
1W Y S
7 AV SW
6 AV SW
5 AV SW
320 PL
S W 327 ST
327
PL
41AVSW
333ST
SW
SW 342 ST
33 PL
SW 31AVSW
AV
SW
30
STSW343
ST
SW 341
SW 306 LN
SW 306 PL
SW 310 ST
SW 308 ST
6AV
SW
SW305 ST
12 LN SW
10AV
SW 296 ST
9 AV
SW 7 AV SW
9 PL
3 1 8 P L 318 ST 6 PL
319 PL
PL13AV
SW 3 2 4 S T
11AV
SW
12PL
25 24 23 22
23AV 22CT
332PL
AV
SW 334 PL
SW 331 PL
23 AV SW
SW
SW
PL
SW
11
8 P L
SW 349WY
295 PL
8 PL
8 AVSW
SW
7 AV
5 AV
S 319 LN
3PLSW
S 33 4 S T
S 3 3 5 S T
323 ST
PL
6 AV S
SW 353ST
12 PL S
S 375 ST
3 AV SW
OLDMILIT.
R D.
8
AVS
S 284 PL22AVS
18 AV S
16 AV S
S 302 ST
10 AV S
302ST
19AV
S
S W 331P L
316CT
2 LN
3 1 3 LN
315 ST
PL
S 3 4 1
50 AV S
46 PL S
S 318 ST
S 312 ST
S 314 PL
S312
PL
S 3 1 7
S T
S 346 ST
347PL
275S 276 P LPLS
STSW 343 34 AV SW
320 PLSW321ST
7AV
S
W
SW 305 ST
2 AV
SW
300 PL
2PLS 3 PLSS302PL2
CT S
5 AV S
6AV S
7AV
15PLSW
21 AV SW
S 325ST
15CT
SW
25 AV SW
27 AV SW
CT
345
SW 347 ST
346ST
345PL
SW 341 ST33AV
SW 342 ST
SW 341CT
36 PL SW
48 PL
SW 46 PL
44 AV SW
SW 310ST
SW 307 ST
SW 308 ST
43 AV
SW
SW 304 ST
23 AV
3
1 A
V
S
W S W 3 0 2 P L
SW 298 PL
SW 294 ST
12 AV SW
12 AV SW
9 AV SW 299P
L
S
WSW 346
P L
5
PL
SW
SW347 WY
SW 347 ST
CT
5
AV
S
W
8 AV SW
SW 347 PL
9
C
T
346C
T
346ST
9
P
L
S
W
C T
S 334 LN18LN S
19 LN S
22 Pl S
S 331 LN
18 AV S
S 327 S T
S 331 P L
S323PL
S 3 2 6 ST
9 PL
S
S
323 ST
L N
S 325 LNS 324 PL
2 AV
SW
SW324CT
8 CT
SW
S W 328
PL
7 AV SW
6 AV SW
32 8 S T
2 PL
SW324 ST
SW
S
T
3
2
5
PL
SW
5 AV
SW 4 AV
SW
3 AV
SW2 AV
SW
328CT 7 CTS
W
326ST SW326CT
SW324PL
11 PL
SW
12AV
SW
12 PL SW
13 PL
SW
S
W3
2
2C
T
1
8A
V
SW328CT
S W32 0CT
SW 320
SW322
SW 322 ST
26PL
SW 322PL
322 ST
S W 330 S T
SW 329 PL
SW33
1
SW 329PL
PL
47
AV
S
W
43PL
42AV
P
L
46 CT
SW
11 PL S
S 313 ST6 AV S
4 AV S
7 AV S 313ST
S 314 ST
S 316 ST
12 PL S
13 AV S
S308 CT
18 AV S
19 PL S
22 AV S
20 AV S
S 301 ST
S 301 PL
S 300 ST
21 AV S
S 299ST 24 PL S
S 299 PL
21AV
S 284 ST
S 282 ST
S 285 PL
PLS 284
25
DR S
S 3 3 6 S T
S 340 ST
S
3
41PL
4 AV SW
3 AV SW
SW 342PL
SW 344 ST
13AV
12 AV SWSW 347 PLSW 348 ST
13CT
14 P L S W
11 AV SW
10 CT
SW
AV
18SWSW 347 ST
S W 3 4 6 PL
SW
18 AV
SW
16 AV
SW
20 AV
SW 345 PL
S 321 ST
S 322 PL37 PL S
32 AV S
39 AV S
39 AV S
SW 344 ST
24 AV SW
2
5
PL
SW
34 PL SW
17 PL S
11AV S
SW 325 PL
SW 315 S T
2 3 AV
S
21
PL
S
16 AV S
S 3 3 6 S T
371 ST
371 PL
370 PL
26 PL S
25 AV S
S 37 0 S T
C HINOOK DRHYLEBOSCTMAKAHCT
CHIM A C UM
HAIDACT
COWICHANCT
B
E
LLA
C
O
O
L
A
DR
KWAKIUT
L
DR
SUQUAMISHCT
N O O T K AC T
S369 STS 370
CT
S37 1ST
CT
S373
S 3 7 4
C T
22AV
S
2 1 A V SS375ST
18
PLS17PLS
PL
S
3
6
8
P
L
SW 363 ST13 AV SW
S 337 S T
42CT S
42
A
V
SS 335 PL
3
9
A
V
S
3
8
A
V
S
3
8
A
V
S
SW355CT
S 2 8 3 PL 52
AVS
51
PLS
S 284 PL
S 283 CT
SW 357ST
S 282WY
CAMBRIDGE
DR
40 AV S
40AVS
S 277 PL
13 AV S
S 278PL
30
W
Y
S
S279PL
31P
L
S
30PLS
S 279 ST
S 296 PL
42 AV S
44 AV S
S 331 PL
38 AV S
35 WY S
35 WY SS 379 CT
S 374 PL
S 375 PL26 DR S
2
7
P
L
S
48 AV S
50 AV S
4PL
S
W
4
2
A
V
E
S
W
S W 332PL
S W33 5 PL
SW 310 PL
SW 311 PL2 PL
SW 1 PL
SW
21 AV S
27 PL S
27 AV S
S 268 ST
S 269 ST
36 CT S
19 AV S
C
A
M
B
R
I
D
G
E
P
L
DOWNING
AV
53 AV S
54 AV S
52 AV S
50 AV S S 362 ST
45 AV S
44 AV S
51 AV S
S 366 ST
54 AV S
53 AV S
45 AV S
46 AV S
45 AV S
47 AV S
20 AV S
SW 342PL
19 PL SW AV
SW
10 CT
SW
SW339 STSW 341 ST
SW338 ST
8 A V
S W
9
12AVS W
12 PL SW
1
3 C
T S
W
SW 340 ST
30 AV S
SW 357CT
10 CT
SW
SW 365 PL
MARSHALL AV
E ALEXANDER AV
MARSHALL AV
M
I
L
W
A
U
K
E
E
W
Y
32 CT SW
SW 311 PL
S356ST
27 ST NE
21 ST NE
23 ST NE
22 ST NE
26 ST NE
39AV
S
W
35 PL SW
S 341 PL S 341 PL
BROWNS POINTBLVD
BRO W N S P O I N T BLVD
PL
32 PL S
S 375 PL
2 PL
1 0 A V S W
20 AV S
8 PL
316 LNSW 315 PL
SW 362 PL
4TH STCT NE
5TH ST NE
66 AV NE
A ST CT NE
67TH AVE
CT E
PavillionsCenter
CelebrationCenter
SeaTacVillage
Pal-doWorldPlaza
The Commons atFederal Way
GatewayCenter
Twin LakesVillage
CampusSquare
Federal WayMarketplace
Federal WayCrossings
Safeway
Safeway
FredMeyer
HomeDepot
Walmart
Costco
Safeway
Safeway
Winco
Sears
Target
BestBuy
Ross
Walmart
QFC
H Mart
Albertsons
Marlene's
Cinemas
Christian Faith Center
Lowe's
Vacant
TraderJoe's
Macy's
A BA M
WeyerhaeuserTechnologyCenter
GroupHealth
WorldVision
Devry
WeyerhaeuserHeadquarters
SmithBarney
U.S.P.S. BulkMail Center
TOTE WEA
Lakehaven
VirginiaMason
Dow Jones SafranMorpho Trak
LakehavenTreatmentCenter(Redondo)
LakehavenTreatmentCenter (Lakota)LakeGroveElem.
LakeDolloffElem.
LakelandElem
ValhallaElem.
SilverLakeElem.
WildwoodElem.
BrigadoonElem.
Twin LakesElem.
AdelaideElem.
SherwoodForestElem.
PantherLakeElem.
CamelotElem.
NautilusElem.
Mark TwainElem.
Rainier ViewElem.
OlympicViewElem.GreenGablesElem.
EnterpriseElem.
MirrorLakeElem.
Star LakeElem.
WoodmontElem.
IllaheeMiddle School
LakotaMiddleSchool
SacajaweaMiddle School
KiloMiddleSchool
SaghalieMiddleSchool
SequoyahMiddleSchool
PublicAcademy
DecaturHigh School
Federal WayHigh School
ThomasJeffersonHigh School
Todd BeamerHigh School
TrumanH.S.
TotemMiddle School
Golf
Golf
Twin
Course
Course
Lakes
NorthshoreGolf Course
Star LakePark &Ride
Federal Way/S 320th StreetPark & Ride
Twin LakesPark &Ride
South FederalWay Park &Ride
RedondoHeightsPark & Ride
TransitCenter
Federal WayCommunityCenter
SteelLakeAnnex
CityHall
Dumas BayCentre
KnutzenTheatre
ParkLakota
SacajaweaPark
FrenchParkLakePark
AdelaidePark
CamelotPark
Dash PointState Park
SaghaliePark
LakeGenevaPark
GlenNelsonPark
WestHylebosWetlandsPark
FiveMileLakePark
BingamanPond Park
B.P.A. Trail
B.P.A. Trail
West
Ca
m
pusTrail
B.P.A.
Trail
Steel LakePark
CelebrationPark
Dumas Bay Sanctuary Park
LaurelwoodPark
TownSquarePark
Brooklake CommunityCenter South CountyBallfields
Alderbrook Park
Dash PointHighlands Park
Spring ValleyOpen Space
Fisher'sPond
Panther LakeOpen SpacePark
PovertyBayOpenSpace
Center atNorpoint
KingCountyAquaticCenter
Pacific RimBonsai Collection
Rhododendron SpeciesBotanical Garden
EnchantedPark
Pierce County
King County
Pierce County
King County
Pierce County King CountyPierce County
King County
Federal WayChamber ofCommerce
FireStation 73(Kent)
FireStation65
FireStation 61
FireStation 64
FireStation 63
TrainingCenter
FireStation62
FireStation66
St. FrancisHospital
VirginiaMasonPost Office(98023)
Post Office(98003)
Federal WayRegional Library
320thStreetLibrary
VehicleLicensing
DriverLicensing
GethsemaneCemetery
Fife
Milton
Tacoma
DesMoines
Edgewood
Pacific
Kent
FederalWay
FederalWay
Adelaide
Dash Point
Kitts Corner
Port of Tacoma
Mirror Lake
City Center
West Campus
Panther Lake
Twin Lakes
Lakota
East Campus
Northeast Tacoma
Redondo
R
e
d
o
n
d
o
C
r
.
C
o
l
d
C
r
e
ek
WestHylebos
C
r
e
e
k
Lakot
a
C
r
e
e
k
Joes Creek
East
Hylebos
Cr.
Exit 142 A and B
Exit 147
Exit 143
HOV Only Exit(S 317th St)
Exit
Hylebos Creek WaterwayBlair Waterway
P
uyallu
p
R
i
v
e
r
Puget Sound
BayDumas
PovertyBay
Sitcu
m W
aterw
ay
CommencementBay
LakeSteel
Star
Lake
MirrorLake
GenevaLake
North
Lake
EasterLake
Dolloff
L
a
k
e
L
a
k
e
F
e
n
w
i
c
k
TroutLake
FiveMileLake
LakeKillarney
Lake Lorene
JeaneLake
City of Federal Way Map #3 Pickup Litter Routes and Landscape Areas2017
Map Date: December 2015City of Federal Way,GIS Division33325 8th Ave SFederal Way, WA 98003(253) 835-7000www.cityoffederalway.com
´
This map is accompanied by NO warranties, and is simply a graphic representation.
KingCounty
Vicinity Map00.5 10.25
Miles
Scale:Legend
Freeway Ramp
Divided Freeway
Arterial Street
Collector Street
Local Street
Private Street
Paved Trails
!!
!King County Boundary
R:\erike\PW\SWR\Projects\ROW Facilities\CityPickupLocations_V10.mxd
Legend
Additional Litter Pickup Area
Landscape Maintenance Schedule