Paving Maintenance Work Order Contract 2019-2020 Contract C01331C19 CPA No. ______

Volume 1 of 1

Bidding Requirements and Forms General Terms and Conditions Technical Specifications Technical Specifications Supplement Contract Drawings

March 2019

Metro Transit Department Capital Division TABLE OF CONTENTS CONCRETE PAVING MAINTENANCE WORK ORDER CONTRACT 2019-2020 CONTRACT C01331C19

DIVISION 0 - BIDDING REQUIREMENTS, FORMS AND TERMS AND CONDITIONS 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY AND SMALL CONTRACTORS AND SUPPLIERS REQUIREMENTS AND APPRENTICESHIP REQUIREMENTS 00130 WAGE RATES 00300 FORM OF BID 00310 BID GUARANTY BOND 00410 FORMS AND DOCUMENTS 00420 PERFORMANCE AND PAYMENT BOND 00430 INSURANCE REQUIREMENTS 00440 QUALIFICATIONS INFORMATION 00500 AGREEMENT 00600 ADDENDA 00700 GENERAL TERMS AND CONDITIONS 00800 SUPPLEMENTAL TERMS & CONDITIONS

DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 SUMMARY 01 29 00 MEASUREMENT AND PAYMENT 01 33 00 SUBMITTAL PROCEDURES 01 33 00-A SUBMITTALS PROCEDURE FORM 01 45 00 QUALITY CONTROL 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 57 00 ENVIRONMENTAL CONTROLS 01 57 13 TEMPORARY EROSION AND SEDIMENTATION CONTROL 01 74 19 WASTE MANAGEMENT AND DISPOSAL 01 74 23 FINAL CLEANING 01 81 13 SUSTAINABLE DESIGN REQUIREMENTS 01 99 90 STANDARD FORMS 01 99 90-A WORK ORDER BREAKDOWN FORM 01 99 90-B APPLICATION FOR PAYMENT

DIVISION 02 - EXISTING CONDITIONS 02 26 00 HAZARDOUS MATERIALS INFORMATION 02 41 13 SELECTIVE SITE

DIVISION 03 THROUGH 30 NOT USED

C01331C19 page 1 of 2 Table of Contents Rev. 6/14/2017 TABLE OF CONTENTS (CONT.)

DIVISION 31 - EARTHWORK 31 00 00 EARTHWORK

DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 13 PORTLAND CONCRETE PAVING 32 17 23 PAVEMENT MARKINGS

DIVISION 33 THROUGH 49 NOT USED

TECHNICAL SPECIFICATIONS SUPPLEMENT

CONTRACT DRAWINGS

C01331C19 page 2 of 2 Table of Contents Rev. 6/14/2017 SECTION 00020 KING COUNTY INVITATION TO BID

Advertisement Date: March 21, 2019 Invitation To Bid (ITB) Title: Concrete Paving Maintenance Work Order Contract 2019-2020 ITB Number C01331C19 Sealed Bid Time/Date: 1:30 p.m., April 4, 2019 Location Due: King County Procurement & Payables Section, Contracts Counter, 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104 Contract Specialist Kelly McKeever, [email protected], 206-263-9389 Alternate Contract Specialist Darren Chernick, [email protected], 206-263-9321 Not-to-Exceed Contract Price: $850,000.00

Request for Information: Submit all inquiries in writing via email to the Contract Specialist. No verbal answers by any County personnel or its agents and consultants will be binding on the County. Scope of Work: The Work under this Contract will require a Contractor to be available to mobilize and perform concrete maintenance repairs and modifications to King County Transit facilities throughout King County. Sites include but are not limited to: Transit Bases, Bus Shelters Transit Centers and Park-and-Ride lots. Repair and modification work may include, but is not limited to: full and partial concrete vehicular paving panel replacement, concrete and gutter repair and replacement; and other concrete maintenance work. Work orders may also include items such as electrical, fencing, asphalt, trenching, survey, drainage, piping, etc. that are associated with a paving project. Work site: Various Transit Facilities located throughout King County, Washington The work performed under this Contract shall not exceed $850,000 and the initial Contract Time shall not exceed 365 calendar days from the date of Contract execution by the County. The County does not guarantee any minimum amount of work or that the dollar amount of the Work Orders issued will total $850,000 during the duration of this Contract. At the County’s sole discretion, this Contract may be extended by change order for one additional year and for an additional amount not to exceed $850,000. In no event shall the Contract Time be greater than two years from the date of Contract execution by the County. At the end of the first year, any remaining dollar balance within the original not to exceed Contract Price will not be carried over to the second year of the Contract. Pre-Bid Conference: A pre-bid conference is not scheduled. Subcontracting Opportunities: Concrete Pavement Replacement; Concrete Pavement Removal; Curb and Sidewalk Replacement Apprenticeship Requirements: 3% minimum Apprentice Utilization Requirement. SCS Utilization Requirements. The Contractor shall ensure that at least 5% of the total price for all executed Work Orders shall be performed by King County Certified SCS Firms over the life of the Contract. Bid Guaranty: Not less than five percent (5%) of the Total Bid Price.

C01331C19 page 1 of 2 §00020 Rev. 12/06/2018 Invitation to Bid Bid Documents Electronic copies of the plans, specifications, reference documents, and any addenda for this solicitation are available on the King County Procurement website shown below. To receive email notifications of addenda or other important information concerning this solicitation, you must register to be a planholder under the “Solicitations” tab at the following link: https://procurement.kingcounty.gov/procurement_ovr This information is available in alternate formats for individuals with disabilities upon advance request by calling 206-263-9400, TTY Relay: 711. Note: Bids received after Sealed Bid Time will not be considered. Bidders accept all risks of late delivery, regardless of fault. King County is not responsible for any costs incurred in response to this Invitation to Bid. END OF SECTION

C01331C19 page 2 of 2 §00020 Rev. 12/06/2018 Invitation to Bid SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1 — GENERAL BIDDING CONSIDERATIONS ...... 1 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS ...... 1 1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS ...... 1 1.03 NOT USED ...... 2 1.04 WAGES ...... 2 1.05 PROGRESS AND COMPLETION ...... 2 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ...... 2 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED ...... 2 1.08 NON-DISCRIMINATION IN CONTRACTING...... 2 1.09 RECYCLED PRODUCTS POLICY ...... 2 1.10 “OR EQUAL” REQUESTS ...... 3 1.11 ELECTRONIC DOCUMENTS AND PLANHOLDER LIST ...... 3 1.12 CONFLICT OF INTEREST—FORMER COUNTY EMPLOYEES ...... 3 PART 2 — PREPARATION AND SUBMITTAL OF BIDS ...... 4 2.01 GENERAL ...... 4 2.02 TAXES ...... 4 2.03 BID GUARANTY ...... 5 2.04 ACKNOWLEDGMENT OF ADDENDA ...... 5 PART 3 — BID EVALUATION AND REJECTION...... 6 3.01 OPENING AND POSTPONEMENT OF OPENING ...... 6 3.02 MODIFICATION AND WITHDRAWAL OF BIDS ...... 6 3.03 BID EXTENSION ...... 6 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES ...... 6 3.05 BID EVALUATION AND RESULTS ...... 7 3.06 QUALIFICATIONS OF BIDDER ...... 8 3.07 BID EVALUATION CONFERENCE ...... 9 3.08 SINGLE BID RECEIVED ...... 9 3.09 REJECTION OF BIDS ...... 9 3.10 COLLUSION ...... 10 3.11 PROTEST PROCEDURES ...... 10 PART 4 — AWARD AND EXECUTION OF CONTRACT ...... 11 4.01 GENERAL ...... 11 4.02 PERFORMANCE AND PAYMENT BOND ...... 12 4.03 INSURANCE ...... 12 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION ...... 12 4.05 EQUAL BENEFITS ...... 12

C01331C19 page i of i §00100 Rev 12/06/2018 Instructions to Bidders

SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1 — GENERAL BIDDING CONSIDERATIONS 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS A. Each Bidder shall thoroughly examine and be familiar with the Contract Documents including the terms and conditions, specifications, qualification requirements, any other requirements, and if included, drawings or addenda contained within this solicitation package. B. Each Bidder has an obligation to notify King County (herein after also referred to as “County”), in writing and prior to the bid opening, of any ambiguity or inconsistency in or between the Contract Documents or overly stringent qualifications. Failure to notify the County prior to the bid opening of any such ambiguity or inconsistency the Bidder discovered or should have discovered shall result in the waiver of any and all rights of the Bidder to claim additional time or compensation, if the County executes the Contract (i.e., the County signs the Agreement, §00500), relating to or arising from the ambiguity or inconsistency. C. The submittal of a bid shall constitute an acknowledgment upon which the County may rely that the Bidder has obtained, thoroughly examined, and is familiar with the Contract Documents and has reviewed and inspected all applicable federal, state and local statutes, ordinances and regulations relating to the work and all permits which have been applied for and/or issued pertaining to the work. D. The failure or neglect of a Bidder to obtain, receive, or examine any of the Contract Documents, statutes, ordinances, regulations and permits shall in no way relieve the Bidder from any obligations with respect to its bid or to the Contract. No claim for additional compensation or time will be allowed based upon a lack of knowledge or misunderstanding of any of the Contract Documents, statutes, ordinances, regulations, permit requirements, or other materials referenced or incorporated herein. E. The work will be assigned to the Contractor by Work Orders; each Work Order will address the scope of work and time of completion, and shall be performed as directed by the Project Representative and in accordance with the Technical Specifications and Drawings issued with each Work Order. Work will be performed on a time and material basis. The County does not guarantee any minimum amount of work or that the value of the Work Orders issued will total the Not to Exceed Contract Price. 1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS A. No oral clarification or interpretations will be made to any Bidder as to the meaning of the Contract Documents. Requests for clarifications shall be made in writing (via e-mail, fax, or delivery) to the Contract Specialist identified in §00020 at least seven (7) days prior to the bid opening date. The County may not respond to requests for clarifications that are received outside of this timeframe. B. Addenda, affecting any changes to the Contract Documents for this solicitation will be posted on the Solicitation Details page, at the website following paragraph F below, and upon issuance are part of the Contract Documents. C. Clarifications for information purposes only, which do not affect any changes to the Contract Documents, for this solicitation will be posted on the Solicitation Details page, at the website following paragraph F below, and are not part of the Contract Documents. D. Bidders shall not rely upon any oral statements or conversations, whether at the pre- bid conference or otherwise, they may have with County employees, agents, or representatives regarding the Contract Documents.

C01331C19 page 1 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

E. To receive email notifications of addenda, clarifications, or other important information concerning this solicitation, you must register to be a planholder under the “Solicitations” tab at the website following paragraph F below. Only registered planholders will be notified by email that an addendum has been issued. F. If there is a need for special arrangements or sign interpreters at any pre-bid conference or bid opening, please call 206-263-9400, TTY Relay: 711, three (3) days in advance. Website: http://www.kingcounty.gov/procurement/solicitations

1.03 NOT USED 1.04 WAGES A. This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in the Bidder's bid price adequate increases in such wages during the performance of this Contract. Bidders must comply with the most current prevailing wage rates which are found in §00130. 1.05 PROGRESS AND COMPLETION A. Time is of the essence for this Contract. Progress and completion of the each Work Order shall comply with all requirements herein, and intermediate Substantial Completion and Final Completion of a Work Order dates as may be set forth in the Work Orders. 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES A. If a Contract is executed by the County, the Contractor shall fully comply with all such environmental protection laws, ordinances and regulations dealing with prevention of environmental pollution and the preservation of public natural resources that may be applicable to this Project. The cost of such compliance shall be included in the bid prices. 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED A. A summary of the requirements and instructions is contained in §00120. 1.08 NON-DISCRIMINATION IN CONTRACTING A. It is the policy of the County to provide equal employment opportunities and an equal opportunity for all businesses to participate in providing goods and services to the County. B. The County has an affirmative action policy relating to employment (King County Code chapter 12.16), a non-discrimination in contracting policy (King County Code chapter 12.17), and a fair employment policy (King County Code chapter 12.18). A summary of the requirements, instructions, and submittals is contained in §00120. It is each Bidder's obligation to review this information and comply with all requirements when submitting a bid for this Contract. 1.09 RECYCLED PRODUCTS POLICY A. The Contractor shall use recycled paper for the production of all printed and photocopied documents related to the fulfillment of this Contract. If the cost of recycled paper is more than fifteen percent higher than the cost of non-recycled paper, the Contractor shall notify the County, who may waive the recycled paper requirement.

C01331C19 page 2 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

B. The Contractor agrees to use both sides of paper sheets for copying and printing, and to use recycled/recyclable products wherever practical. 1.10 “OR EQUAL” REQUESTS A. Except as provided in sub-paragraph C below, when product, material or equipment is specified by one or more patents, brand names, or catalog numbers proprietary name or name of manufacturer or any combination thereof, it shall be understood that this is for the purpose of defining the performance process, article desired or other salient requirements, and shall be deemed to be followed by the words "or equal," whether or not such words appear. Other products, materials or equipment, of equal or better capacities, quality and function, may be considered by the Project Representative upon the Contractor's request for “or equal” determination. B. Bidders (no subcontractors, suppliers, or materialmen) may submit written requests for approval of an “or equal” determination during the bidding period. Requests must be submitted to the Contract Specialist, identified in §00020, not later than ten (10) days prior to the bid opening. Proposed “or equal” products, materials, or equipment not added to the technical specifications by addenda five (5) days prior to the bid opening are due shall be considered having been rejected as not equal. C. Under no circumstances will a substitution or a proposed “or equal” product be considered for an item which is identified as no equal, sole source, no substitutions and/or pre- qualified. D. Bidders must provide sufficient documentation (information similar to that which is required for a substitution request (CSI form 13.1A)), to enable the County to review the product documentation and determine if the products, materials, or equipment are “equal”. Bidder shall provide any additional documentation requested by the County in a prompt and timely manner. 1.11 ELECTRONIC DOCUMENTS AND PLANHOLDER LIST A. Electronic copies of the ITB, reference documents, addenda, planholders list, and any clarifications for this solicitation are available online at: http://www.kingcounty.gov/procurement/solicitations 1.12 CONFLICT OF INTEREST—FORMER COUNTY EMPLOYEES A. To avoid any actual or potential conflict of interest or unethical conduct, for one (1) year after leaving County employment, a former County employee may not: 1. Have a financial or beneficial interest in a contract that was planned, authorized or funded by a county action in which the former County employee participated during County employment. “County action” includes, but is not limited to, determining the Work to be done under the Contract. See KCC 3.04.017.D. “Participated” means, in connection with a transaction involving the County, to be involved in a County action personally and substantially as a County employee either directly or through others through approval, disapproval, decision, recommendation, the rendering of advice, investigation or otherwise. See KCC 3.04.017.L. 2. Assist a person, whether or not for compensation, in any County action in which the former County employee participated during County employment. For purposes of this section, “assist” includes, but is not limited to preparing or consulting in preparation of the bid or performance of Work if the Bidder is awarded the Contract.

C01331C19 page 3 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

B. As a matter of responsibility the Bidder shall identify within the Responsibility Detail Form any employees who, for one (1) year after leaving County employment, were involved in the preparation of its bid. Failure to identify the employees involved may result in rejection of the bid. C. After Contract Execution, the Contractor is responsible for notifying the Project Representative of any employees who, for one (1) year after leaving County employment, may become involved in the Contract at any time during performance of the Work. Failure to identify the employees may result in termination of the Contract. D. The requirements of this Section do not replace a former County employee’s legal obligation to comply with the King County Code of Ethics, chapter 3.04 KCC regarding post- County employment activities.

PART 2 — PREPARATION AND SUBMITTAL OF BIDS 2.01 GENERAL A. Bids shall be made on the forms in §00300. The completed forms constituting the bid shall be enclosed in a sealed envelope addressed to King County Procurement and Payables Section (“P&P”), M.S. CNK-ES-0340, 3rd Floor, Chinook Building, 401 Fifth Avenue, Seattle, WA 98104, and labeled with the Contract Number, Contract Title, and the Bidder's name. The remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind to the bid. Bids which contain omissions, erasures or irregularities of any kind may be rejected. Any qualification, addition, limitation or provision attached to or contained in a bid may render the bid non-responsive. No oral, facsimile, telegraphic or telephonic bids or modifications will be considered. B. All bids shall be signed by the Bidder, or the Bidder’s authorized representative. If the bid is made: 1. By an individual, the Bidder's name, signature, and address must be shown; 2. By a partnership or joint venture, it shall contain the names of each partner, the mailing address of the partnership or joint venture and shall be signed in the firm name, followed by the signature of the person signing, indicating that person's position in the partnership or joint venture; or 3. By a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown. C. The County is not responsible for any cost incurred in response to this Invitation to Bid. D. Upon request of the County, the Bidder shall provide copies of the articles of incorporation, bylaws, resolutions of board of directors, partnership papers, joint venture agreements, and any other documents evidencing the legal status of the Bidder and the authority of the Bidder’s officer or representative who signed the bid on behalf of the Bidder. 2.02 TAXES A. The County has not determined whether the Work, or a portion thereof, to be performed under this Contract constitutes a “retail sale” as such term is defined in RCW 82.04.050, and if the Contract Price is subject to the State of Washington and local agency retail sales taxes. Therefore, Bidders shall not include such retail sales tax on the Contract Price in their bids or include applicable use taxes in their bids. In accordance with the provisions of this

C01331C19 page 4 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

section, the County will pay the Contractor the Washington State sales tax and/or use tax as appropriate on the contract amount. B. Other than state or local retail sales tax on the Contract Price as specified above and except as provided in subparagraph C of this paragraph 2.02, the Bidder shall include in the Bidder’s proposed price(s) all applicable taxes which the Contractor will be required to pay for the Work under this Contract. For example, the County will not add sales tax the Contractor pays on the purchase of tools, machinery, equipment or consumables not integrated into the Work. No adjustment will be made in the amount to be paid by the County under this Contract because of any misunderstanding by or lack of knowledge of the Bidder/Contractor as to liability for, or the amount of, any taxes for which the Bidder/Contractor is liable or responsible by or under this Contract or because of any increases in tax rates imposed by any federal, state or local governments. C. After the Contractor has entered into a contract with the County for the work and submitted a Schedule of Values in a format acceptable to the County, the County and the Contractor will work with the Washington State Department of Revenue to determine which portions of the Work, if any, qualify for the retail sales tax exemption pursuant to RCW 82.04.050. The Contract will be amended to add any retail sales tax and use taxes due, as determined by the Washington State Department of Revenue. D. Washington State sales tax and/or use tax will not be considered for the purposes of calculating the total cost to the County of the bid submitted or determining the lowest Bidder. 2.03 BID GUARANTY A. The bid shall be accompanied by a bid deposit in the amount equal to at least 5% of the Total Bid Price. The bid deposit shall be in one of the following formats and made payable to KING COUNTY: (1) a bid guaranty bond, using either the form provided in §00310 or a form acceptable to the County which contains provisions substantially similar to those in §00310, duly completed by a guaranty company authorized to carry on business in the state of Washington; or (2) a postal money order, a certified check, or cashier's check drawn upon a banking institution with a branch office in the state of Washington. The surety signing the bid guaranty bond shall be 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. Failure to submit the required bid guaranty shall render the bid non-responsive and the bid shall be rejected. B. The amount payable to the County under the bid guaranty bond, or the certified or cashier's check or postal money order and the amount thereof, as the case may be, shall be forfeited to the County in case of a failure or neglect of the Bidder to furnish, execute and deliver to the County all the forms listed in §00410 within the number of days specified therein, following the issuance of the Notice of Selection. Forfeiture of the bid guarantee shall not limit the County’s right to recover damages from the Bidder caused by the Bidder’s failure to execute the Contract. C. The County will return bid guarantees of all bidders in accordance with §00100 ¶4.04. 2.04 ACKNOWLEDGMENT OF ADDENDA A. Each Bidder shall include on the Form of Bid in §00300 specific acknowledgment of receipt of all addenda issued during the bidding period.

C01331C19 page 5 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

PART 3 — BID EVALUATION AND REJECTION 3.01 OPENING AND POSTPONEMENT OF OPENING A. At the time and place set forth in the Invitation to Bid for the opening and reading of bids, each and every bid (except those which may have been properly withdrawn) received prior to the scheduled closing time for receipt of bids will be publicly opened and read aloud by the King County P&P staff, irrespective of any irregularities or informalities in such bid. The time and place set forth in the Invitation to Bid for opening and reading the bids may only be changed by addendum. B. The County reserves the right to postpone the date and time for opening of bids at any time prior to the opening of bids. C. The time stamp clock located in the P&P’s reception area is the County’s official bid clock for this solicitation. Timeliness of bid submittals will be determined using only this clock. Late bids will not be accepted and returned to the firm submitting as soon as possible. D. Following the bid opening, all bids received will be scanned and uploaded to the online solicitation site identified in paragraph 1.11.B. E. Any document submitted to King County pursuant to this ITB prior to Contract Execution shall be considered a public record under chapter 42.56 RCW (the “Act”) and shall be available for public inspection and copying, unless exempt under the Act. 3.02 MODIFICATION AND WITHDRAWAL OF BIDS A. Modifications or withdrawal of bids already received will be considered only if the requested modification or withdrawal is made prior to the scheduled closing time for the receipt of the bids. All bid modifications or withdrawals must be made in writing, over the signature of the Bidder. 3.03 BID EXTENSION A. The County reserves the right to request Bidders to grant an extension of the effective period of the bid. Such grant shall not be unreasonably withheld. If a Bidder pursues a protest and/or request for reconsideration, its bid is deemed extended until the County executes a contract, or until the protest or request for reconsideration is withdrawn by the Bidder. 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES A. Prices set forth in the bid will be reviewed by the County for mathematical accuracy. B. The County, in its sole discretion, reserves the right to waive minor bid errors, informalities, and immaterial irregularities when it is in the County’s best interest and does not result in displacement of a low bidder. C. The County reserves the right to correct arithmetical errors and discrepancies between unit prices and extended amount and/or written words or numbers under the following circumstances: 1. The Bidder verifies the error and/or discrepancy; 2. Existence of the arithmetical error and/or discrepancy is ascertainable from the face of the bid; 3. The intended bid is ascertainable from the face of the bid; and 4. Correction of the arithmetical error and/or discrepancy does not result in displacement of a low Bidder.

C01331C19 page 6 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

D. Where the bid is readily susceptible of being interpreted as offering either one of two prices shown on the face of the bid, one of which is low and the other is not, the bid must be rejected. If the evidence of the arithmetical error or discrepancy is clear and convincing the Bidder may be permitted to withdraw its bid. E. In the event a Bidder believes it made an error on its bid, the Bidder shall provide written notice of such claim. The Bidder shall provide to the County supporting evidence for such claim including cost breakdown sheets. The County reserves the right to require the submittal of other bid records or information as the County may deem necessary to evaluate the Bidder’s claim of error, or any error as may be identified by the County during its review of the bid. F. Any review by the County of a bid and/or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on the County to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the Bidder or Contractor. 3.05 BID EVALUATION AND RESULTS A. Bids will be evaluated by County to determine which bid is the lowest, responsive bid submitted by a responsible Bidder. B. Within the period after the opening of bids stated in the Form of Bid, the County will either issue a Notice of Selection, reject all bids, or take such other action as may be in its best interest. A written Notice of Selection delivered to the Bidder in person, by U.S. mail or email, will evidence the selection of the lowest responsive and responsible bid. C. Bid results and copies of bids will be posted on the P&P website, generally within 24 hours of bid submission, at https://procurement.kingcounty.gov/procurement_ovr/login.aspx D. Reciprocal Preference for Resident Contractors 1. In accordance with RCW 39.04.380, the County is enforcing a Reciprocal Preference for Resident Contractors. Any public works bid received from a Nonresident Contractor from a state that provides a percentage bidding preference, a comparable percentage disadvantage must be applied to the bid of that Nonresident Contractor. States that currently provide bidding percentage preferences to resident contractors are: Alaska, Nevada, New Mexico and Wyoming. 2. A “Nonresident Contractor” is a contractor that: (a) is from a state that provides a percentage bid preference to its resident contractors bidding on public works contracts; and (b) at the time of bidding on a public works project, does not have a physical office located in Washington. 3. The state of residence for a Nonresident Contractor is the state in which the contractor was incorporated or, if not a corporation, the state where the contractor’s business entity was formed. 4. All Nonresident Contractors will be evaluated by the County for an out of state percentage bidding preference. If the state of the Nonresident Contractor provides a contractor percentage bidding preference, a Comparable Percentage Disadvantage (“CPD”) will be applied, by the County, to the Nonresident Contractor’s Total Bid Price during bid evaluation. The CPD is the percentage

C01331C19 page 7 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

bidding preference advantage, provided by the Nonresident Contractor’s home state. 5. For the purpose of determining the low bidder, the County shall multiply the Nonresident Contractor’s Total Bid Price by the CPD. The CPD shall be added to the Nonresident Contractor’s Total Bid Price which equates to the Nonresident Contractor’s Disadvantage Total Bid. This Nonresident Contractor’s Disadvantage Total Bid shall be compared to the other bidder(s) Total Bid Price(s) for the solicitation and the bidder with the lowest total bid shall be the low bidder for this solicitation. See example below. EXAMPLE: Alaska Nonresident Contractor’s Total Bid Price $100,000 Multiplied by the Alaska CPD x 0.05 Alaska CPD Total $ 5,000

Alaska Nonresident Contractor’s Total Bid Price +$100,000 Alaska CPD Total $ 5,000 Nonresident Contractor’s Disadvantage Total Bid $105,000*

* NOTE: If the Nonresident Contractor’s Disadvantage Total Bid is lower than the other bidder(s) Total Bid Price(s), the Alaska Nonresident Contractor will be the low bidder, and if found responsible, will be awarded a contract for the Total Bid Price of $100,000. If the Nonresident Contractor’s Disadvantage Total Bid is higher than the other bidder(s) Total Bid Price(s), the bidder with the lowest Total Bid Price, if found responsible, will be awarded a contract for their Total Bid Price. 3.06 QUALIFICATIONS OF BIDDER A. In accordance with RCW 39.04.350 the low responsive bidder shall demonstrate, to the satisfaction of the County, that the Bidder and/or its project team are responsible and qualified to perform the Work under this Contract. Project examples, submitted with the Qualifications Information, shall have been substantially completed by the time of bid submittal. Section 00440, Responsibility Detail Form of the Contract Documents contains the mandatory and, if any supplemental criteria, for Bidder responsibility. The Bidder shall promptly prepare, complete, and submit the required information to the County within the time specified. In the event a Bidder fails to provide qualification information as required in §00440, or other information requested by the County, the Bidder may be rejected as not responsible. B. Following determination of the low responsive Bidder, the County may request the following: 1. W-9 Request for Taxpayer Identification Number (King County Substitute W-9). 2. Billing Information - current remittance information (location where King County is to send payments): a) Remit-to Address: b) Contact Name: c) Contact Phone #: d) Contact Fax #: e) Contact Email:

C01331C19 page 8 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

3. Automated Clearing House (ACH) Authorization Agreement, if the prospective Contractor selects to be paid electronically. Submit this form by fax or mail for security because it will contain the prospective Contractor’s bank account number, not email. 4. Forms for items 1 and 3 above are located at: http://www.kingcounty.gov/depts/finance-business-operations/procurement/for- business/forms.aspx 3.07 BID EVALUATION CONFERENCE A. Prior to Notice of Selection, if requested by the County, the low responsive Bidder shall attend bid evaluation conference(s). The County will hold a bid evaluation conference only if the County deems it is necessary. The Bidder shall bring to the conference any documents or information required by the County as necessary for review. B. By conducting a bid evaluation conference, the County does not waive its right to make determinations regarding responsiveness and responsibility of the Bidder. 3.08 SINGLE BID RECEIVED A. If the County receives a single responsive, responsible bid, the County shall have the right, at its sole discretion, to extend the bid acceptance period for an additional 45 days and to conduct a price or cost analysis on such bid. The Bidder shall promptly provide all cost or pricing data, documentation, and explanation requested by the County to assist in cost and price analysis. By conducting such analysis, the County shall not be obligated to accept the single bid; the County reserves the right to reject such bid or any portion thereof. B. By way of explanation but not as limitation, the terms "price analysis" and "cost analysis" are generally described as follows: (1) "price analysis" means the process of examining and evaluating a bid price without evaluating its separate cost elements and proposed profit; and (2) "cost analysis" means the review and evaluation of the separate cost elements and proposed profit of (a) the Bidder's cost or pricing data, and (b) the judgmental factors applied in projecting from the data to the estimated costs, in order to form an opinion on the degree to which the proposed costs represent what the contract should cost, assuming reasonable economy and efficiency. 3.09 REJECTION OF BIDS A. Bidders are advised that the County reserves the right to reject any and all bids at any time. The County also reserves the right to not execute the Contract even after the Notice of Selection has been issued. B. The County may reject any bid, any portion of any bid or all bids for any reason including, but not limited to: any bid which contains any omission, erasure or irregularity; any bid which has any qualification, addition, limitation, or provision attached to or contained in the bid; any bid lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Form of Bid; any bid in which prices are unbalanced in the opinion of the County; any bid accompanied by insufficient or irregular bid guaranty; any bid found non-responsive by the County; any Bidder found by the County to be not responsible; any bid for which a Bidder fails or neglects to complete and submit any qualifications information within the time specified by the County and as may be otherwise required herein; and, any bid submitted by a Bidder who is not registered or licensed as may be required by the laws of the State of Washington. In consideration for the County's review and evaluation of its bid, the Bidder waives and releases any claims against the County arising from rejection of any or all bids.

C01331C19 page 9 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

C. In submitting a bid, a Bidder acknowledges and agrees that it is not entitled to any compensation, costs, or damages relating to bid preparation or resulting from the County’s decision to cancel the procurement or refusal to execute a contract. 3.10 COLLUSION If the County determines that collusion has occurred among the Bidders, none of the bids of the participants in such collusion will be considered. The County's determination of collusion shall be conclusive. 3.11 PROTEST PROCEDURES A. Form of Protest: In order to be considered, a Protest shall be in writing, addressed to the Chief Procurement Officer of the County Procurement & Payables Section of the Department of Executive Services (“CPO”). A copy of the Protest shall be provided to the Contract Specialist identified in §00020. The protest shall include the following: 1. The name, address, and phone number of the Bidder protesting, or the authorized representative of the Bidder; 2. The Solicitation Number and Title under which the Protest is submitted; 3. A detailed description of the specific grounds for Protest and any supporting documentation. It is the responsibility of the Protesting Bidder to supplement its Protest with any subsequently discovered documents prior to the CPO’s decision; and 4. The specific ruling or relief requested. B. Who May Protest. 1. Protests pertaining to the bid documents prior to the bid opening: Any prospective Bidder. 2. Protests following the bid opening: Any Bidder who submitted a Bid to the County. C. Time to Protest. 1. Protests Prior to the bid opening: Protests pertaining to the bid documents must be received by the County no later than ten (10) calendar days prior to the date established for submittal of Bids; provided however, if the tenth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day. 2. Protests Following bid opening: The County must receive protests based on all other circumstances within five (5) calendar days after the protesting Bidder knows or should have known of the facts and circumstances upon which the Protest is based; provided however, if the fifth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day. 3. In no event shall a Protest be considered if all bids are rejected or after Contract Execution. D. Determination of Protest. Upon receipt of a timely written Protest, the CPO shall investigate the Protest and shall respond in writing to the Protest prior to Contract Execution. Except as provided below, the decision of the CPO shall be final. E. Reconsideration of CPO's Decision. The Protester may request that a CPO 's decision be reviewed by the Finance and Business Operations Division Director of the County

C01331C19 page 10 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

Department of Executive Services (“Finance Director”) on a reconsideration basis only. The only justifications for reconsideration are (1) new data, relevant to the underlying grounds for the Protest and unavailable at the time of the Protest to the CPO; or (2) the CPO made an error of law or regulation. The following procedures shall be followed for a reconsideration of the CPO 's decision: 1. Form of Request for Reconsideration. In order to be considered, a Request for Reconsideration must be filed with the Finance Director in writing, with copies provided to the CPO and Contract Specialist, and include: (a) Name, address, and telephone number of the person protesting or their authorized representative; (b) A copy of the original Protest, including supporting documents; (c) A copy of the written decision of the CPO; and (d) Include all pertinent facts and law on which the Protester is relying. 2. Time for filing Request for Reconsideration. The Protester seeking Reconsideration must file its Request no later than two (2) business days after receiving the CPO's written decision. 3. Review of CPO's Decision. Upon receipt of a Request for Reconsideration, the Finance Director or his/her designee shall review all information submitted with the Request and issue a final written determination. 4. Contract Execution. If a timely Request for Reconsideration is filed, the County will not execute a contract any sooner than two (2) business days after issuance of the final determination regarding the Request for Reconsideration. F. Failure To Comply. Failure to comply with the procedures set forth herein may render a Protest or Request for Reconsideration untimely or inadequate and may result in the denial of the Protest or Request for Reconsideration by the County. G. Exhaustion of Administrative Remedies. As a mandatory condition precedent to initiating a lawsuit against the County, a Protester shall comply with the Protest and Reconsideration Procedures defined herein. H. Venue. By submitting a bid in response to the Invitation to Bid and for the convenience of the parties, the Bidder/Protester acknowledges and agrees that a lawsuit or action related to or arising out of this procurement shall be brought in accordance with State law.

PART 4 — AWARD AND EXECUTION OF CONTRACT 4.01 GENERAL A. Within the number of days stated on the Form of Bid, after the bid opening date, the County will accept a bid, reject all bids, or take such other action as may be in its best interest. The County reserves the right to request extensions of the bid acceptance period. B. Within five (5) days the Bidder is to execute and deliver to the County all the forms listed in §00410 following the issuance of the Notice of Selection. C. If the Bidder experiences circumstances beyond their control that prevents return of the Contract documents within five (5) days after receiving the Notice of Selection, the County may grant up to a maximum of five (5) additional days for return of the forms listed in §00410, provided the County deems the circumstances warrant it. Under no circumstances will the

C01331C19 page 11 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

Bidder have more than 10 days to return the properly executed Agreement and Performance and Payment Bond. D. The County will presume that any person signing or modifying the bid prior to its submittal, or signing the contract on behalf of the Bidder is authorized to bind the Bidder. E. After Contract Execution, the Contractor may download an electronic copy of the executed Contract Documents from the County’s website on the Solicitation Details page for this contract at: https://procurement.kingcounty.gov/procurement_ovr. 4.02 PERFORMANCE AND PAYMENT BOND A. The Bidder to whom the County issues the Notice of Selection for this Contract shall furnish Performance and Payment Bonds, in accordance with §00410, only on the form provided in §00420, each in the amount of 100% of the Not to Exceed amount for this Contract, as security for the faithful performance and completion of the work. Such bond must be executed, dated and sealed by a duly licensed surety(ies) which is registered with the Washington State Insurance Commissioner, and the surety's(ies') name shall appear in the current Authorized Insurance Company List in the state of Washington published by the Office of the Insurance Commissioner. The surety should be bound by an attorney-in-fact, preferably a resident of this County, but certainly of the State of Washington. The scope of the Performance and Payment Bond or the form herein prescribed shall in no way affect or alter the liabilities of the Contractor to the County under the terms of the Contract Documents. The County may require the surety(ies) to appear and qualify themselves upon the bond. If at any time the County determines, in its sole judgment, that the surety(ies) are insufficient, the County may require the Contractor to furnish additional surety in form and arrangement satisfactory to the County and in an amount not exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished. B. The person signing the Performance and Payment Bond, as Principal, shall also sign the Contract. See §00100 ¶2.01B for the signature requirements. 4.03 INSURANCE The County has established certain insurance requirements set forth in §00430. The Bidder to whom the County issues the Notice of Selection shall file with the County evidences of and certificates of insurance from insurer(s), as well as additional insured endorsements, certifying to the coverage of all insurance required herein. Any Bidder having questions about the insurance requirements should immediately contact the Contract Specialist identified in §00020. The County will not execute the Contract without approved Insurance documents. Failure to provide Insurance Documents will result in the rejection of the Bidder. 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION A. All bid guaranties will be held until the Contract has been fully executed. Thereafter, bid guarantees will be returned to the respective Bidders. If the County upholds a Bidder's claim of error, the Bidder's bid guaranty will be returned with the County's final determination on the claim of error. TheCounty will also return Bid Guaranties if all bids are rejected. B. Escrow Bid Documents, if required, will be returned to unsuccessful bidders along with bid guaranties. The successful bidder will have Escrow Bid Documents returned in accordance with the technical specification. 4.05 EQUAL BENEFITS A. In accordance with the County Ordinance 14823, as a condition of award of a contract valued at $25,000 or more, the Contractor agrees that it shall not discriminate in the provision of employee benefits between employees with spouses and employees with domestic

C01331C19 page 12 of 13 §00100 Rev 12/06/2018 Instructions to Bidders

partners during the performance of this Contract. Absent authorization for delayed or alternative compliance as referenced below, failure to comply with this provision shall be considered a material breach of this Contract, and may subject the Contractor to administrative sanctions and remedies for breach. B. When the contract is valued at $25,000 or more, by signing the Contract the Contractor is indicating compliance with this requirement or with the terms of an authorization for delayed or alternate compliance. 1. Delayed Compliance: If a Contractor is seeking authorization from the County Procurement and Payables Section to delay implementation of equal benefits due to a Collective Bargaining Agreement, Open Enrollment or internal Administrative steps, an Equal Benefits Substantial Compliance Authorization Form must be submitted prior to Contract Execution. 2. Alternative Compliance: If a Contractor is seeking authorization from the County Procurement and Payables Section for alternative compliance with the requirements of the equal benefits ordinance, the Contractor must complete and return an Equal Benefits Substantial Compliance Authorization Form to the County prior to Contract Execution. 3. The Substantial Compliance Authorization Form can be found at: http://www.kingcounty.gov/depts/finance-business-operations/procurement/for- business/forms.aspx END OF SECTION

C01331C19 page 13 of 13 §00100 Rev 12/06/2018 Instructions to Bidders SECTION 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, SMALL CONTRACTORS AND SUPPLIERS (SCS) UTILIZATION REQUIREMENTS AND APPRENTICESHIP REQUIREMENTS TABLE OF CONTENTS

1.01 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY (EEO)...... 1

1.02 SMALL CONTRACTORS AND SUPPLIERS POLICY ...... 3

1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) UTILIZATION REQUIREMENTS ...... 4

1.04 REQUIREMENTS DURING CONTRACT PERFORMANCE ...... 4

1.05 WORKFORCE DEVELOPMENT REQUIREMENTS ...... 7

1.06 APPRENTICESHIP PROGRAM REQUIREMENTS ...... 9

C01331C19 page i of i §00120 Rev 01/15/2019 WO 1.01 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY (EEO) A. Nondiscrimination in Employment and Provision of Services. During performance of this Contract, the Contractor and all parties subcontracting under the authority of this Contract agrees that it will not discriminate against any employee or applicant for employment because of the employee or applicant's sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification. B. Equal Employment Opportunity Efforts. The Contractor and all parties subcontracting under the authority of this Contract agree to undertake equal employment opportunity efforts to ensure that applicants and employees are treated, without regard to their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age. The Contractor’s equal employment opportunity efforts shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices setting forth this nondiscrimination clause. In accordance with King County Code (“KCC”) 12.16.010.J, “equal employment opportunity efforts” shall mean active efforts to ensure equal opportunity in employment that is free from all forms of discrimination. C. Labor Unions and Employment Referral Agencies Commitment. The Contractor shall take reasonable efforts to ensure that all labor unions or employment referral agencies furnishing workers under this Contract comply with KCC 12.16. The Contractor shall notify the County promptly if a labor union or employment referral agency fails to comply with the nondiscrimination or equal employment opportunity efforts as defined by KCC 12.16. At the County’s request, the Contractor shall provide documentation that evidences compliance with King County Chapter 12.16. D. Equal Benefits to Employees with Domestic Partners. See Section 00100 Instructions to Bidders. E. Nondiscrimination in Subcontracting Practices. During the term of this Contract, the Contractor shall not create barriers to open and fair opportunities to participate in County contracts or to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. In considering offers from and doing business with subcontractors and suppliers, the Contractor shall not discriminate against any person because of their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification. F. Compliance with Laws and Regulations. The Contractor and all parties subcontracting under the authority of this Contract shall comply fully with all applicable federal, state and local laws, ordinances, executive orders and regulations that prohibit discrimination. These laws include, but are not limited to, RCW Chapter 49.60, Titles VI and VII of the Civil Rights Act of 1964, the American with Disabilities Act, and the Restoration Act of 1987. In addition, KCC 12.16, 12.17 and 12.18 are incorporated herein by reference and the requirements in these code sections shall specifically apply to this contract. The Contractor and its subcontractors shall further comply fully with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the Contract Documents.

C01331C19 page 1 of 13 §00120 Rev. 01/15/2019 WO G. Compliance with Section 504 of the Rehabilitation Act of 1973, as amended (Section 504) and the American with Disabilities Act of 1990 as amended (ADA). Pursuant to Title II of the ADA, and Section 504, King County must not discriminate against people with disabilities in providing services, programs or activities even if those services, programs or activities are carried out by contractors. The Contractor agrees that it shall provide all programs, services, and activities to County employees or members of the public under this Contract in the same manner as King County is obligated to under Title II of the ADA, and Section 504 and shall not deny participation or the benefits of such services, programs, or activities to people with disabilities on the basis of such disability. 1. The Contractor agrees to provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16; and 2. The Contractor shall not discriminate against persons with disabilities in providing the work under the Contract. In any subcontracts for the programs, activities and services under their Contract or agreement with the County, the Contractor shall include the requirement that the subcontractor provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16, that the subcontractor shall not discriminate against persons with disabilities in providing the work under the Contract and that the subcontractor shall provide that the County is a third party beneficiary to that required provision. H. Sanctions for Violations. Any violation of the requirements of the provisions of this Section 00120 shall be a material breach of contract, which may result in termination of this Contract or such other remedy as the County deems appropriate, including but not limited to damages or withholding payment, cancellation or suspension, in whole or in part, of the Contract by the County, or invoking the enforcement provisions of KCC 12.16 that provide for penalties, liquidated damages or other remedies, and may result in ineligibility for County contracts. I. Record-keeping Requirements and Site Visits. The County may visit, after reasonable Notice, the Project Site, and Contractor and subcontractor offices to review records related to the solicitation, utilization, and payment to subcontractors and suppliers. This provision includes compliance with any other requirements of this Section. The Contractor shall provide all reasonable assistance requested by King County during such visits. The Contractor shall maintain, for at least 6 years after Final Acceptance of all work under this Contract, and permit access by the County to the following: 1. Records, including but not limited to written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this Contract, and any other information necessary to document the actual use of and payment to subcontractors and suppliers on this Contract, including but not limited to data and records related to the Contract for the purpose of monitoring, audit and investigation to determine compliance with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the Contract Documents; and 2. The Contractor shall make the foregoing records available to King County for inspection and copying upon request. If this Contract involves federal funds, the Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the Contract Documents.

C01331C19 page 2 of 13 §00120 Rev. 01/15/2019 WO J. Assistance with the Requirements of this Section. Obtain copies of KCC 12.16, 12.17, 12.18 and 12.19 at the following link: http://kingcounty.gov/~/media/Council/documents/Clerk/CodeFiles/2-- KCCode_PDF/15_Title_12.ashx Address questions related to this section 00120 by contacting King County Business Development and Contract Compliance (BDCC) Section at the address below. Please include the contract number in all correspondence. King County Department of Executive Services, Finance and Business Operations Division Business Development and Contract Compliance Section Mail Stop: CNK-ES-0350 401 Fifth Avenue Seattle, WA 98104 1.02 SMALL CONTRACTORS AND SUPPLIERS POLICY A. Policy. It is King County policy that Small Contractors and Suppliers (SCSs) have equitable opportunities to participate in the performance of public works contracts issued by King County, and that contractors and subcontractors shall afford equal opportunity in employment while providing materials, supplies, and services for and to King County. B. Inquiries and Information Regarding King County Certified SCS Firms. Information on how to apply for SCS certification and a directory of Certified SCS Firms is available at: http://www.kingcounty.gov/bdcc. Direct telephone inquiries on SCS certification to 206-477-9734. C. Certified SCS Firm participation may be as the prime contractor or a subcontractor, manufacturer or supplier. Rules for evaluating participation and utilization of SCSs are defined in this section. D. Definitions. The following definitions shall apply throughout this Section. 1. “Administrator” means the Director of Finance. 2. A "Certified SCS Firm” means a business that has been certified by King County BDCC Section as a Small Contractor or Supplier (SCS) Firm. 3. A “Small Contractor or Supplier” or “SCS” means that a business and the person or persons who own and control it are in a financial condition, which puts the business at a substantial disadvantage in attempting to compete for public contracts. The relevant financial condition for SCS certification is available online at www.kingcounty.gov/scscertification. a. “Supplier” means a business that maintains a stock of material and or equipment for sale or lease to other business entities but does not (1) manufacture the material or equipment, or (2) install, maintain, or use the material and/or equipment at or for the project. b. “Manufacturer.” means a business that manufactures materials or equipment for sale or lease to other entities to install, maintain or use at or for the project.

C01331C19 page 3 of 13 §00120 Rev. 01/15/2019 WO 1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) UTILIZATION REQUIREMENTS A. SCS Utilization Requirements. In accordance with KCC 2.97 and its policy on the utilization of Small Contractors and Suppliers (SCS) in procurement, for this project, the Contractor shall ensure that at least: (5%) of the total price for all executed Work Orders shall be performed by King County Certified SCS Firms over the life of the Contract.

1.04 REQUIREMENTS DURING CONTRACT PERFORMANCE A. Compliance. Contractor’s compliance with the SCS Utilization Requirements is an essential part of the Contract and a material condition and requirement of the Contract. The County will evaluate the Contractor’s compliance with the SCS Utilization Requirement against the total price for all executed Work Orders after Substantial Completion of the Contract for compliance with the overall utilization of King County Certified SCS Firms on this Contract. B. Change Orders. If the total price for all executed Work Orders is increased as a result of adding additional work, the Contractor shall identify the Certified SCS Firms that will apply to each work order, and ensure that at least (5%) five percent of the total price for all executed Work Orders, as amended, shall be performed by King County Certified firms over the life of this Contract. C. Evaluating Commercially Useful Function and Counting a Contractor’s SCS Utilization. 1. Only Certified SCS Firms performing a commercially useful function according to custom and practice in the industry shall be counted. a. No credit will accrue for a Certified SCS Firm acting merely as a passive conduit of funds to a Non Certified SCS Firm. b. A Certified SCS Firm may subcontract a portion of the work provided that the Certified SCS Firm having the contract is actually performing the majority of work (at least 51% of the subcontract amount). (1) If a Certified SCS Firm is performing at least 51% of the subcontract amount, 100% of the subcontract amount will be counted. (2) No credit shall accrue to a Certified SCS Firm that subcontracts more than 49% of its work. c. A Certified SCS Firm that acts as a broker in a transaction shall not count towards the Contractor’s SCS Utilization Requirement. (1) A broker is a firm that does not, itself, perform, manage, or supervise the work of its contract or subcontract in a manner consistent with the standard and customary business practices for contractors or subcontractors in its line of business. (2) A Certified SCS Firm will be considered a broker if it subcontracts more than 49% of its work. 2. A Certified SCS Firm is the Contractor. For purposes of calculating compliance with the SCS Utilization Requirement, the County will count only the work performed by a Certified SCS Firm who is the Contractor for the distinct, clearly defined work performed with its own forces. 3. Certified SCS Subcontractor or Manufacturer. The County will count 100% of the subcontract amount for a Certified SCS Subcontractor or Manufacturer provided the Certified SCS Firm is performing a Commercially Useful Function.

C01331C19 page 4 of 13 §00120 Rev. 01/15/2019 WO 4. SCS Supplier. The County will count 60% of the total bid dollar amount for materials supplied from a Certified SCS Firm. 5. The County will not count any participation toward the SCS requirement for a Certified SCS Subcontractor, Supplier or Manufacturer where the Contractor or an owner of the Contractor has any percentage of ownership in the Certified SCS firm. 6. The County will not count any participation toward the SCS requirement for a Certified SCS firm that is intertwined with a non-certified SCS firm. King County will determine whether a certified SCS firm is intertwined with a non-certified firm for factors which include, but are not limited to, the following: a. Shared ownership; b. Common directors or partners; c. Shared equipment, facilities, resources, or employees; d. Beneficial financial arrangements which indicate less than arm’s length transactions with a non-certified firm; e. Over dependency on a non-certified firm to obtain and perform work; f. Such an identity of interest exists between the business seeking certification and a non-certified firm that an affiliation may be presumed; and g. The degree to which financial, equipment, leasing, business and other relationships with non-certified firms vary from normal industry practice. D. Diversity Compliance Management System (DCMS) Reports 1. The Contractor shall report monthly in the DCMS website located at https://kingcounty.diversitycompliance.com. Telephone 206-263-9745 for assistance. Such information shall be submitted electronically prior to the County processing and paying any invoice. Reporting requirements include: a. Payment Reports for Work Order Contracts. The Contractor shall submit a Payment Report for each work order electronically using the DCMS. (1) The Contractor shall submit a Payment Report for each work order detailing amounts paid to each subcontractor and supplier for the previous month not later than the 15th day of the month. (2) Subsequent Payment Reports for subcontractors and suppliers for each work order issued shall be submitted by the 15th day of every month after the work has commenced. When no Work is performed during a reporting period, the Contractor shall identify “zero” payments within the DCMS for subcontractors or suppliers. (3) The Contractor shall notify and instruct all subcontractors and suppliers performing Work to date, to sign into the DCMS to verify payments received, including the amount owed, and the amount paid less earned retainage, as their interests appeared in the last preceding Application for Payment. (4) Upon completion of all Work and as a condition precedent to final payment, the Contractor shall complete the last Payment Report for each work order and mark this document as “final” and submit it using the DCMS. For each work order, the final Payment Report must list the name

C01331C19 page 5 of 13 §00120 Rev. 01/15/2019 WO of and dollar amount paid to each subcontractor and supplier used by the Contractor. Failure to submit the final Payment Report may result in withholding of payments or the final payment. b. Payroll Reports. Payroll reports for the Contractor, every Subcontractor, and all other individuals for firms required to pay prevailing wages for Work performed must be submitted weekly using the online reporting portal: https://kingcounty.diversitycompliance.com. The Contractor is responsible for approving the payrolls submitted by all Subcontractors. Payroll reports must contain the following information: (1) Name and residence address including ZIP code of each worker (2) Classification of work performed by each worker. The classification must be specific and match the classification categories listed in the applicable wage schedule. (3) Total number of hours employed each day (4) Total number of hours employed during the payroll period. (5) Straight time and overtime hourly rate of wages paid to each worker. (6) Total or gross amount earned by each worker. (7) Deductions for medical insurance, FICA, federal withholding tax, and any other deductions taken. (8) Net amount paid to each worker. (9) Contractor’s or Subcontractor’s name and address c. Add Subcontractors and Suppliers. The Contractor shall add all firms used on the Project using the DCMS. d. Apprenticeship Utilization Reports. The Contractor and every Subcontractor must submit a profile for each worker, including but not limited to gender, ethnicity, and worker type status (Apprentice and Journey Level) of each worker into LCPtracker within the DCMS. 2. The Contractor must submit other information as requested by King County to verify subcontractors working on the project and compliance with requirements for the use of Certified Firms, and the Apprenticeship and or Priority Hire Utilization Requirements of the Contract. The County may add, delete, or change the information required by the Contractor, as necessary. Failure to submit such reports may result in withholding of payments or the final payment. E. Failure to Comply With the SCS Utilization Requirements. 1. The Contractor’s compliance with the SCS Utilization Requirements is a material condition of the Contract. The Contractor’s percentage of participation by Certified SCS Firms as identified in its bid shall be made a condition of the contract award. The County will evaluate the Contractor’s compliance with the SCS Utilization Requirement against the total value for all work performed over the life of the contract. 2. If during the term of the Contract, the Contractor determines that it will be unable to comply with the SCS Utilization Requirement, the Contractor shall provide Notice to King County requesting a reduction or modification of the SCS Utilization Requirement to the County. The Notice shall include written

C01331C19 page 6 of 13 §00120 Rev. 01/15/2019 WO documentation of all factors that contributed to the Contractor’s inability to comply with the SCS Utilization Requirement, including, but not limited to, the following: a. A summary of the work completed by Certified SCS Firms on the project, and an explanation of any shortfall in work identified in bid and Contract Documents for performance by Certified SCS Firms. b. Efforts made to identify additional subcontracting opportunities remaining on the project, or on an ongoing basis, for performance by Certified SCS Firms. c. Outreach and solicitation of bids or quotes from additional Certified SCS Firms for supplies or work on the project. d. Project factors that reduced or restricted the ability of Certified SCS Firms to perform their committed work. 3. The Administrator will evaluate the request for a reduction or modification and shall provide a written Notice to the Contractor of its determination. If appropriate, the Administrator shall direct that a change order be prepared by the County, reducing the SCS Utilization Requirement. 4. King County Code chapter 2.97 and the administrative rules implementing the ordinance are hereby incorporated into this Contract by reference. The Contractor’s unexcused failure to comply with the requirements of the ordinance, administrative rules and provisions of subsections 1.02 to 1.07 shall be deemed a breach of Contract. King County may impose liquidated damages, withhold progress payments, and seek any other remedy allowed by law. 5. Before imposing any liquidated damages or withholding payment, the Administrator shall first provide written Notice of a potential violation to the Contractor. The Contractor shall have an opportunity to submit a written reply within ten (10) days from the date the Administrator’s notice of a potential breach is mailed to the Contractor. The Administrator shall notify the Contractor in writing of his or her final determination. 6. Unless otherwise determined by the Administrator, in accordance with the standards established in King County Code 2.97, the failure of a Contractor to comply with the SCS Utilization Requirement for this Contract shall be deemed a material breach of contract and may subject the Contractor to either: (i) a suspension for a period of not more than six (6) months or (ii) a debarment for a period not more than two (2) years, from consideration for award of contracts with the County. 7. Before imposing any sanction, the Administrator shall first provide written Notice of a potential violation to the Contractor. The Contractor shall have an opportunity to submit a written reply within ten (10) business days from the date the Administrator’s Notice of a potential violation is mailed to the Contractor.

1.05 WORKFORCE DEVELOPMENT REQUIREMENTS A. Definitions. The following definitions apply throughout this section. “Administrator” means the Director of King County Finance and Business Operations Division. “Apprentice” "Apprentice" means a person who has signed a written apprenticeship agreement with and enrolled in an active state-registered apprenticeship training program approved by the Washington state Apprenticeship and Training Council.

C01331C19 page 7 of 13 §00120 Rev. 01/15/2019 WO “Apprentice Hiring Goal(s)” means the specific goals established by the County for qualified disabled persons, economically disadvantaged youth, minorities, and women to participate as Apprentices on County public work contracts. These goals shall be expressed as an overall annual goal for all projects subject to the apprenticeship requirements. “Apprenticeship Program” means the County’s plan for administering King County Code 12.16.150-180 and setting forth compliance requirements for apprentice utilization on selected County public work contracts. “Apprentice Utilization Requirement” means the overall percentage of Labor Hours established for the Contract to be worked by Apprentices. This requirement is expressed as a percentage of the total Labor Hours for the Contract. “Apprenticeship Utilization Plan” means a plan submitted to the County by the contractor that outlines how the Apprentice Utilization Requirement will be met. “Best Efforts or Good Faith Efforts” means the strongest possible efforts that the contractor and its subcontractor can reasonably make to meet the established apprentice requirement, priority hiring requirement and other hiring goals. “Disability” means any physical or mental impairment that substantially limits one or more major life activities. “Economically Disadvantaged Youth” means a person 18-24 years old whose annual family income is at or below the income guidelines for Federal Free or Reduced Lunch Programs, and who have significant barriers to employment, as defined by the Federal Workforce Investment Act. “Economically Distressed Area (King County Priority Hire ZIP codes)” means a geographic area within King County, including areas in Pierce and Snohomish counties that are part of the County’s wastewater service area, defined by ZIP code based on poverty levels, unemployment, and educational attainment. “Journey Level” means that an individual has sufficient skills and knowledge of an occupation to be recognized by any combination of a state registration agency, a federal registration agency or an industry, as being fully qualified to perform the work of the occupation. To be “Journey Level,” practical experience must be equal to or greater than the term of apprenticeship. “Labor Hours” means the total number of projected hours or actual hours to be worked or that have been worked by workers receiving an hourly wage who are directly employed on the site of the public works project. Labor Hours shall also include hours worked by workers employed by subcontractors on the project. Labor Hours shall not include hours worked by supervisors, professionals, or clerical workers. “Minority or Minorities” means a person who is a citizen of the United States and who is a member of one or more of the following historically disadvantaged racial groups: 1. Black or African American: Having origins in any of the Black racial groups of Africa; 2. Hispanic: Of Mexican, Puerto Rican, Cuban, or Central or South American culture or origin; 3. Asian American: Having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands; or 4. American Indian or Alaskan Native: Having origins in any of the original peoples of North America.

C01331C19 page 8 of 13 §00120 Rev. 01/15/2019 WO “Pre-Apprentice” means a student enrolled in a construction pre-apprenticeship training program that is recognized by the Washington State Apprenticeship and Training Council. “Pre-Apprentice Graduate” means an individual who has successfully completed a pre-apprenticeship training program and is available to enter an apprenticeship training program or has been accepted into an apprenticeship training program, including individuals who are completing the first or second year of apprenticeship training. “Preferred Entry” means a program that permits Pre-Apprentice Graduates and Helmets to Hardhats veterans, Preferred Entry into a registered State approved apprenticeship program and eligible for dispatch onto County projects ahead of other applicants. “Qualified Disabled Person” means a person with a disability that, with reasonable accommodation, can perform the essential functions of the job in question.

1.06 APPRENTICESHIP PROGRAM REQUIREMENTS A. Policy and General Requirements. In accordance with King County Code 12.16.150-180, which is incorporated herein by this reference, King County has established certain Apprentice Utilization Requirements for this Contract. 1. Specifically, the Contractor shall: a. Utilize apprenticeship training programs registered with the Washington State Apprenticeship Training Council (“SAC”). b. Meet the overall Apprentice Utilization Requirement established for this Contract unless reduced pursuant to King County Code 12.16.160. c. Encourage participation by all subcontractors working on the project, with distribution across trade/craft where feasible, and where approved by the County. d. Ensure that Best Efforts are made to meet the specific Apprentice Utilization Requirement. 2. If the Contractor is failing to meet the Apprentice Utilization Requirement during the term of the Contract, the Contractor shall work with resource-based organizations such as the Seattle/King County Building and Construction Trades Council to identify additional sources of Apprentices. 3. Before Contract Award, questions concerning compliance with these requirements, including utilization goals, bidding and submittal requirements shall be directed in writing to the Contract Specialist identified in section §00020 and addressed to the King County Procurement & Payables Section, at 401 Fifth Avenue, Third Floor, M/S CNK-ES-0340, Seattle, Washington 98104. If appropriate, such questions may be treated as requests for interpretation and answered by addenda to the Solicitation Document. 4. After Contract Award, contact King County Apprenticeship Coordinator by telephone at (206) 263-1870 with inquiries concerning compliance with the apprenticeship requirements in this section.

C01331C19 page 9 of 13 §00120 Rev. 01/15/2019 WO B. Apprentice Utilization Requirement. 1. Pursuant to King County Code 12.16. 150-180, King County has established a minimum Apprentice Utilization Requirement of 3% for this Contract. (Apprentices shall work 3% of the Labor Hours for this Project). The Contractor and Subcontractors shall use Apprentices at every opportunity. 2. The Contractor shall include the Apprentice Utilization Requirements of this Section in all subcontracts executed for the Contract, and ensure that all Subcontractors working on the project are notified of the Apprentice Utilization Requirements. The Contractor is responsible for meeting the Apprentice Utilization Requirements of the Contract, including overall compliance on all Contract labor hours worked by Subcontractors. 3. The Contractor shall ensure compliance with the apprenticeship training standards for each trade or craft that is utilized, as set forth by the Washington State Apprenticeship and Training Council (SAC). C. Apprentice Hiring Goals. 1. Based on the degree of evidenced underrepresentation within the trades, and in accordance with the standards set forth in King County Code Section 12.16.160 (C) the County has established the following overall annual individual Apprentice Hiring Goals for qualified disabled persons, economically disadvantaged youth, minorities and women: a. Qualified Disabled Persons 2% of the Apprentice Utilization Goal b. Economically Disadvantaged 7% of the Apprentice Utilization Goal Youth c. Minorities 21% of the Apprentice Utilization Goal d. Women 25% of the Apprentice Utilization Goal D. Reporting Requirements. 1. Apprenticeship Utilization Plan (AUP). a. As a matter of responsibility the AUP must be approved by King County prior to contract execution. The Contractor shall submit an Apprenticeship Utilization Plan to the County for approval no later than 5 days following Notice of Selection. The AUP submitted by the Contractor shall demonstrate the distribution of Apprentices across the trades and crafts wherever feasible: (1) The AUP submitted by the Contractor shall demonstrate the distribution of Apprentices across the trades and crafts wherever feasible. (2) When Priority Hire Program requirements apply to the project, the AUP shall also demonstrate the Contractor’s commitment to utilize Apprentice and Journey Level Priority Hire Workers at or greater than the established required percentages for the project. The Plan shall include the following elements: (3) An estimate of the total contract Labor Hours by trade and craft to be worked by the Contractor and all subcontractors. (4) An estimate of the total Labor Hours in each trade or craft to be worked by Apprentices and Journey Level workers separately, and the anticipated dates when the work will start.

C01331C19 page 10 of 13 §00120 Rev. 01/15/2019 WO (5) A list that contains the names of all proposed subcontractors who will perform work on this Contract. (6) Specific efforts proposed by the Contractor and all subcontractors to achieve the Apprentice Utilization Requirement and Priority Hire Requirement and hiring goals. (7) A rate of participation in each trade and/or craft, and an overall rate of participation that is not less than the Apprentice Utilization Requirement. (8) King County encourages the Contractor to include in the Apprenticeship Utilization Plan an estimate of the projected labor hours that will be performed by qualified disabled persons, economically disadvantaged youth, minorities, and women as Apprentices. (9) When applicable, an estimate of the projected labor hours and percentages that will be performed separately by Priority Hire Apprentices and Priority Hire Journey Level workers to achieve the Priority Hire Utilization Requirements for both apprentices and journey level workers. b. King County reserves the right to request revisions to the Contractor’s Apprenticeship Utilization Plan and to withhold final approval of the plan until such time as the information contained in the plan meets the requirements of this section. c. Changes in the Apprenticeship Utilization Plan or Apprentice Utilization Requirement. If, during the term of the Contract, the Contractor determines that it will be unable to comply with the AUP or the Apprentice Utilization Requirement, the Contractor shall make a written request for a reduction or modification of the Requirement to the County consistent with King County Code Section 12.16.160(B). To the extent that the request is based upon King County Code Section 12.16.160(B) (1), the request shall include written documentation of the Contractor’s Best Efforts and inability to utilize Apprentices registered with SAC. Documentation provided by the Contractor must clearly demonstrate that the requested numbers of Apprentices or candidates for apprenticeship are not available to meet the Apprentice utilization percentages. 2. Apprentice Utilization Reports. a. Apprenticeship Utilization Reports. The Contractor and every Subcontractor must submit a profile for each worker, including but not limited to gender, ethnicity, and worker type status (Apprentice and Journey Level) of each worker into LCPtracker within the DCMS. b. The Contractor must submit other information as requested by the County to verify compliance with the Apprenticeship Utilization Requirements of the Contract. The County may add, delete, or change the information required by the Contractor, as necessary. Failure to submit such reports may result in withholding of payments or the final payment. c. King County may visit at any time the work site(s) to determine the actual employment levels of Apprentices. The Contractor and the subcontractors shall provide every assistance requested by King County during such visits.

C01331C19 page 11 of 13 §00120 Rev. 01/15/2019 WO 3. Best efforts. (1) Contact the appropriate local Union to request Apprentices from a SAC approved program, and notify the sponsor that this effort is in regard to the County’s Apprenticeship Program. (2) If Apprentices are available, proceed with the hiring process. (3) If Apprentices are not available through SAC approved program sponsors, contact the appropriate local Union to request workers from other recruitment/referral agencies, including, but not limited to the Apprenticeship Opportunities Project and Seattle Vocational Institute and request such candidates be referred into an SAC approved apprenticeship program and if available, request direct entry into a SAC approved apprentice program and, proceed with the Union hiring hall procedures, and provide appropriate documentation to King County. (4) If direct entry of the candidate(s) into the SAC approved apprentice program is denied, request documentation of the denial from the SAC approved program. Forward this documentation to King County. (5) If Apprentice candidates are not available through recruitment/referral agencies, including, but not limited to the Apprenticeship Opportunities Project and Seattle Vocational Institute, request documentation of the unavailability from the recruitment/referral agencies and pursue any other reasonable recruitment methods including, but not limited to advertising in appropriate news media. Forward documentation of contacts with recruitment/referral agencies and other efforts to recruit targeted Apprentices to King County. (6) If Apprentices are not available, document the request and obtain documentation from the SAC approved program sponsor of the fact that such persons are unavailable. Forward this documentation to King County with the next monthly report submittal, due by the 15th of each month. b. The Administrator will evaluate the request for a reduction or modification in accordance with the provisions of King County Code Section 12.16.160(B). If appropriate, the administrator shall direct that a change order be prepared by the County reducing the Apprentice Utilization Requirement. If the Administrator determines that a reduction in the Apprentice Utilization Requirement is not justified, the Administrator shall provide a written Notice of its denial to the Contractor within fifteen (15) working days from the date of receipt of the Contractor’s written request. E. Failure to Comply with the Apprenticeship Requirements. 1. Unless otherwise determined by the Administrator, in accordance with the standards established in King County Code 12.16.150-180, failure by a Contractor to comply with the Apprenticeship Program requirements shall be deemed a breach of Contract for which the County shall be entitled to all remedies allowed by law and under this contract. In the event the Contractor and/or its subcontractors fail to comply with the Apprenticeship Program requirements, King County may withhold progress payments, assess liquidated damages, and seek any other remedy allowed by law. Failure to comply with the apprenticeship utilization requirements may be considered evidence bearing on a contractor’s qualification for award of future Contracts. The Contractor may be

C01331C19 page 12 of 13 §00120 Rev. 01/15/2019 WO debarred from being awarded King County contracts for a period not to exceed two years from the date of the Notice of Completion and Final Acceptance of this contract. The debarment procedures shall ensue as specified in King County Code 12.16.115. The following shall be considered in any debarment proceedings: a. The Contractor’s degree of compliance with the apprenticeship requirements of current and previous King County contracts. b. The Contractor’s Best Efforts to meet the apprenticeship requirement. c. The Contractor’s contacts with approved apprenticeship training programs, such as ANEW, Apprenticeship Opportunities Project, the Seattle Vocational Institute, and the Washington State Apprenticeship and Training Council. d. Neither the provisions of any collective bargaining agreement, nor the failure by a labor union or referral agency with whom the contractor or subcontractor have a collective bargaining agreement, to refer workers shall excuse the contractor's obligation to comply with the Apprentice requirements established for this contract in accordance with King County Code 12.16.150- 180. F. Liquidated Damages. This Contract hereby incorporates by reference King County Code 12.16 150-180 (King County Apprenticeship Program). The unexcused failure of the Contractor or any subcontractor to comply with any of the requirements of K.C.C. 12.16 150-180 shall be a breach of contract. The purpose of King County’s Apprenticeship Program is to provide the region with a well-trained work force. King County in general, and its Apprenticeship Program in particular, are damaged when Apprentice participation and training does not occur at the required levels. Because the actual amount of such damage is not reasonably calculable, the parties agree and stipulate that liquidated damages equal to the prevailing wage rate, including benefits, for 1st year general laborer Apprentice at the time of contract execution shall exist, for every short fall hour of Apprentice participation, as provided in Section 00700. This will fairly compensate King County for resulting delays in carrying out the purpose of the Apprenticeship Program, the costs of meeting utilization Requirements through additional contracts, the administrative costs of investigation and enforcement, and other damages and costs caused by the violation. The following example is for informational purposes only: For this example assume the labor rate is $20.98 Total labor hours subject the apprenticeship requirement 10,000 Total labor hours to meet the apprenticeship requirement 1,500 (10,000 X 15% = 1,500) Actual Apprentice hours reported: 1,000. Shortfall in Apprentice hours: 500 Liquidated damages: $10,490.00 (500 hours X $20.98 = $10,490.00)

END OF SECTION

C01331C19 page 13 of 13 §00120 Rev. 01/15/2019 WO SECTION 00130 WAGE RATES WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS

Attached are the current state prevailing wage determinations from the Washington State Department of Labor and Industries (L&I). The Contractor, any subcontractor, or other person doing any work under the Contract shall comply with the requirements of RCW 39.12, and shall bid and pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries (L&I). If employing labor in a class not shown, the Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. The Contractor shall provide a copy of these determinations to King County. Before commencement and upon completion of work, the Contractor shall file the forms and pay the filing fees as required by L&I. In accordance with Section 00700, the Contractor shall indemnify and hold King County harmless from any claims related to the payment or non-payment of such wages by the Contractor. Any questions regarding the state prevailing wage determinations should be addressed to: Industrial Statistician Department of Labor and Industries Prevailing Wage Office PO Box 44540 Olympia, Washington, 98504-4540

Phone: 360-902-5335.

http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp

END OF SECTION

C01331C19 page 1 of 1 §00130 Rev 7/17/2017 Prevailing Wage Rates State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage KING COUNTY 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: 3/12/19

Trade Job Classification Wage Holiday Overtime Note Asbestos Abatement Workers Journey Level $46.57 5D 1H Boilermakers Journey Level $66.54 5N 1C Brick Mason Journey Level $57.32 5A 1M Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M Building Service Employees Janitor $24.63 5S 2F Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F Cabinet Makers (In Shop) Journey Level $22.74 1 Carpenters Acoustical Worker $60.04 5D 4C Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C Carpenters Carpenter $60.04 5D 4C Carpenters Carpenters on Stationary Tools $60.17 5D 4C Carpenters Creosoted Material $60.14 5D 4C Carpenters Floor Finisher $60.04 5D 4C Carpenters Floor Layer $60.04 5D 4C Carpenters Scaffold Erector $60.04 5D 4C Cement Masons Journey Level $60.07 7A 4U Divers & Tenders Bell/Vehicle or Submersible Operator $113.60 5D 4C (Not Under Pressure) Divers & Tenders Dive Supervisor/Master $76.33 5D 4C Divers & Tenders Diver $113.60 5D 4C 8V Divers & Tenders Diver On Standby $71.33 5D 4C Divers & Tenders Diver Tender $64.71 5D 4C Divers & Tenders Manifold Operator $64.71 5D 4C Divers & Tenders Manifold Operator Mixed Gas $69.71 5D 4C Divers & Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician Divers & Tenders Remote Operated Vehicle Tender $60.29 5A 4C Dredge Workers Assistant Engineer $56.44 5D 3F Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F

Effective Date: 3/12/19 1 of 16 Prevailing Wage Rates

Dredge Workers Boatmen $56.44 5D 3F

Dredge Workers Engineer $57.51 5D 3F

Dredge Workers Leverman, Hydraulic $58.67 5D 3F

Dredge Workers Mates $56.44 5D 3F

Dredge Workers Oiler $56.00 5D 3F

Drywall Applicator Journey Level $58.48 5D 1H

Drywall Tapers Journey Level $59.32 5P 1E

Electrical Fixture Maintenance Journey Level $30.59 5L 1E Workers

Electricians - Inside Cable Splicer $81.32 7C 4E

Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E

Electricians - Inside Certified Welder $78.55 7C 4E

Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E

Electricians - Inside Construction Stock Person $41.49 7C 4E

Electricians - Inside Journey Level $75.80 7C 4E

Electricians - Inside Journey Level (tunnel) $81.32 7C 4E

Electricians - Motor Shop Journey Level $45.08 5A 1B

Electricians - Powerline Cable Splicer $79.60 5A 4D Construction

Electricians - Powerline Certified Line Welder $72.98 5A 4D Construction

Electricians - Powerline Groundperson $47.94 5A 4D Construction

Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction

Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction

Electricians - Powerline Line Equipment Operator $62.06 5A 4D Construction Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction

Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction

Electricians - Powerline Powderperson $54.55 5A 4D Construction

Electronic Technicians Journey Level $50.57 7E 1E

Elevator Constructors Mechanic $94.22 7D 4A

Elevator Constructors Mechanic In Charge $101.73 7D 4A

Fabricated All Classifications - In-Factory Work Only $18.25 5B 1R Products

Fence Erectors Fence Erector $41.45 7A 3I

Fence Erectors Fence Laborer $41.45 7A 3I

Flaggers Journey Level $41.45 7A 3I

Glaziers Journey Level $64.56 7L 1Y

Heat & Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers

Heating Equipment Mechanics Journey Level $82.51 7F 1E

Hod Carriers & Mason Tenders Journey Level $50.42 7A 3I

Effective Date: 3/12/19 2 of 16 Prevailing Wage Rates

Industrial Power Vacuum Journey Level $12.00 1 Cleaner

Inland Boatmen Boat Operator $61.41 5B 1K

Inland Boatmen Cook $56.48 5B 1K

Inland Boatmen Deckhand $57.48 5B 1K

Inland Boatmen Deckhand Engineer $58.81 5B 1K

Inland Boatmen Launch Operator $58.89 5B 1K

Inland Boatmen Mate $57.31 5B 1K

Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer & Water Systems By Remote Control

Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 Sewer & Water Systems By Remote Control

Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control

Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer & Water Systems By Remote Control

Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer & Water Systems By Remote Control

Insulation Applicators Journey Level $60.04 5D 4C

Ironworkers Journeyman $69.28 7N 1O

Laborers Air, Gas Or Electric Vibrating $48.90 7A 3I

Laborers Airtrac Drill Operator $50.42 7A 3I

Laborers Ballast Regular Machine $48.90 7A 3I

Laborers Batch Weighman $41.45 7A 3I

Laborers Brick Pavers $48.90 7A 3I

Laborers Brush Cutter $48.90 7A 3I

Laborers Brush Hog Feeder $48.90 7A 3I

Laborers Burner $48.90 7A 3I

Laborers Caisson Worker $50.42 7A 3I

Laborers Carpenter Tender $48.90 7A 3I

Laborers Caulker $48.90 7A 3I

Laborers Cement Dumper-paving $49.81 7A 3I

Laborers Cement Finisher Tender $48.90 7A 3I

Laborers Change House Or Dry Shack $48.90 7A 3I

Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 3I

Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 3I

Laborers Choker Setter $48.90 7A 3I

Laborers Chuck Tender $48.90 7A 3I

Laborers Clary Power Spreader $49.81 7A 3I

Laborers Clean-up Laborer $48.90 7A 3I

Laborers Concrete Dumper/chute Operator $49.81 7A 3I

Laborers Concrete Form Stripper $48.90 7A 3I

Laborers Concrete Placement Crew $49.81 7A 3I

Laborers Concrete Saw Operator/core Driller $49.81 7A 3I

Effective Date: 3/12/19 3 of 16 Prevailing Wage Rates

Laborers Crusher Feeder $41.45 7A 3I

Laborers Curing Laborer $48.90 7A 3I

Laborers Demolition: Wrecking & Moving (incl. $48.90 7A 3I Charred Material)

Laborers Ditch Digger $48.90 7A 3I

Laborers Diver $50.42 7A 3I

Laborers Drill Operator (hydraulic,diamond) $49.81 7A 3I

Laborers Dry Stack Walls $48.90 7A 3I

Laborers Dump Person $48.90 7A 3I

Laborers Epoxy Technician $48.90 7A 3I

Laborers Erosion Control Worker $48.90 7A 3I

Laborers Faller & Bucker Chain Saw $49.81 7A 3I

Laborers Fine Graders $48.90 7A 3I

Laborers Firewatch $41.45 7A 3I

Laborers Form Setter $48.90 7A 3I

Laborers Gabian Basket Builders $48.90 7A 3I

Laborers General Laborer $48.90 7A 3I

Laborers Grade Checker & Transit Person $50.42 7A 3I

Laborers Grinders $48.90 7A 3I

Laborers Grout Machine Tender $48.90 7A 3I

Laborers Groutmen (pressure)including Post $49.81 7A 3I Tension Beams

Laborers Guardrail Erector $48.90 7A 3I

Laborers Hazardous Waste Worker (level A) $50.42 7A 3I

Laborers Hazardous Waste Worker (level B) $49.81 7A 3I

Laborers Hazardous Waste Worker (level C) $48.90 7A 3I

Laborers High Scaler $50.42 7A 3I

Laborers Jackhammer $49.81 7A 3I

Laborers Laserbeam Operator $49.81 7A 3I

Laborers Maintenance Person $48.90 7A 3I

Laborers Manhole Builder-mudman $49.81 7A 3I

Laborers Material Yard Person $48.90 7A 3I

Laborers Motorman-dinky Locomotive $49.81 7A 3I

Laborers Nozzleman (, Green $49.81 7A 3I Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla

Laborers Pavement Breaker $49.81 7A 3I

Laborers Pilot Car $41.45 7A 3I

Laborers Pipe Layer Lead $50.42 7A 3I

Laborers Pipe Layer/tailor $49.81 7A 3I

Laborers Pipe Pot Tender $49.81 7A 3I

Laborers Pipe Reliner $49.81 7A 3I

Laborers Pipe Wrapper $49.81 7A 3I

Laborers Pot Tender $48.90 7A 3I

Laborers Powderman $50.42 7A 3I

Effective Date: 3/12/19 4 of 16 Prevailing Wage Rates

Laborers Powderman's Helper $48.90 7A 3I

Laborers Power Jacks $49.81 7A 3I

Laborers Railroad Spike Puller - Power $49.81 7A 3I

Laborers Raker - Asphalt $50.42 7A 3I

Laborers Re-timberman $50.42 7A 3I

Laborers Remote Equipment Operator $49.81 7A 3I

Laborers Rigger/signal Person $49.81 7A 3I

Laborers Rip Rap Person $48.90 7A 3I

Laborers Rivet Buster $49.81 7A 3I

Laborers Rodder $49.81 7A 3I

Laborers Scaffold Erector $48.90 7A 3I

Laborers Scale Person $48.90 7A 3I

Laborers Sloper (over 20") $49.81 7A 3I

Laborers Sloper Sprayer $48.90 7A 3I

Laborers Spreader (concrete) $49.81 7A 3I

Laborers Stake Hopper $48.90 7A 3I

Laborers Stock Piler $48.90 7A 3I

Laborers Tamper & Similar Electric, Air & Gas $49.81 7A 3I Operated Tools

Laborers Tamper (multiple & Self-propelled) $49.81 7A 3I

Laborers Timber Person - Sewer (lagger, Shorer & $49.81 7A 3I Cribber)

Laborers Toolroom Person (at Jobsite) $48.90 7A 3I

Laborers Topper $48.90 7A 3I

Laborers Track Laborer $48.90 7A 3I

Laborers Track Liner (power) $49.81 7A 3I Laborers Traffic Control Laborer $44.33 7A 3I 8R Laborers Traffic Control Supervisor $44.33 7A 3I 8R

Laborers Truck Spotter $48.90 7A 3I

Laborers Tugger Operator $49.81 7A 3I Laborers Tunnel Work-Compressed Air Worker 0- $107.60 7A 3I 8Q 30 psi Laborers Tunnel Work-Compressed Air Worker $112.63 7A 3I 8Q 30.01-44.00 psi Laborers Tunnel Work-Compressed Air Worker $116.31 7A 3I 8Q 44.01-54.00 psi Laborers Tunnel Work-Compressed Air Worker $122.01 7A 3I 8Q 54.01-60.00 psi Laborers Tunnel Work-Compressed Air Worker $124.13 7A 3I 8Q 60.01-64.00 psi Laborers Tunnel Work-Compressed Air Worker $129.23 7A 3I 8Q 64.01-68.00 psi Laborers Tunnel Work-Compressed Air Worker $131.13 7A 3I 8Q 68.01-70.00 psi Laborers Tunnel Work-Compressed Air Worker $133.13 7A 3I 8Q 70.01-72.00 psi Laborers Tunnel Work-Compressed Air Worker $135.13 7A 3I 8Q 72.01-74.00 psi Laborers Tunnel Work-Guage and Lock Tender $50.52 7A 3I 8Q

Effective Date: 3/12/19 5 of 16 Prevailing Wage Rates Laborers Tunnel Work-Miner $50.52 7A 3I 8Q

Laborers Vibrator $49.81 7A 3I

Laborers Vinyl Seamer $48.90 7A 3I

Laborers Watchman $37.67 7A 3I

Laborers Welder $49.81 7A 3I

Laborers Well Point Laborer $49.81 7A 3I

Laborers Window Washer/cleaner $37.67 7A 3I

Laborers - Underground Sewer General Laborer & Topman $48.90 7A 3I & Water

Laborers - Underground Sewer Pipe Layer $49.81 7A 3I & Water

Landscape Construction Landscape Laborer $37.67 7A 3I Landscape Construction Landscape Operator $63.76 7A 3K 8X

Landscape Maintenance Groundskeeper $17.87 1

Lathers Journey Level $58.48 5D 1H

Marble Setters Journey Level $57.32 5A 1M

Metal Fabrication (In Shop) Fitter $15.86 1

Metal Fabrication (In Shop) Laborer $12.00 1

Metal Fabrication (In Shop) Machine Operator $13.04 1

Metal Fabrication (In Shop) Painter $12.00 1

Metal Fabrication (In Shop) Welder $15.48 1

Millwright Journey Level $61.54 5D 4C

Modular Buildings Cabinet Assembly $12.00 1

Modular Buildings $12.00 1

Modular Buildings Equipment Maintenance $12.00 1

Modular Buildings $12.00 1

Modular Buildings Production Worker $12.00 1

Modular Buildings Tool Maintenance $12.00 1

Modular Buildings Utility Person $12.00 1

Modular Buildings Welder $12.00 1

Painters Journey Level $42.50 6Z 2B

Pile Driver Crew Tender/Technician $64.71 5D 4C

Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $79.87 5D 4C Worker 30.01 - 44.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $88.87 5D 4C Worker 54.01 - 60.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C Worker 60.01 - 64.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C Worker 68.01 - 70.00 PSI

Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI

Effective Date: 3/12/19 6 of 16 Prevailing Wage Rates

Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI

Pile Driver Journey Level $60.29 5D 4C

Pile Driver Manifold Operator (LST) $69.71 5D 4C

Plasterers Journey Level $56.54 7Q 1R

Playground & Park Equipment Journey Level $12.00 1 Installers

Plumbers & Pipefitters Journey Level $85.69 6Z 1G Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X Power Equipment Operators Bobcat $60.98 7A 3K 8X Power Equipment Operators Brokk - Remote Demolition Equipment $60.98 7A 3K 8X Power Equipment Operators Brooms $60.98 7A 3K 8X Power Equipment Operators Bump Cutter $64.26 7A 3K 8X Power Equipment Operators Cableways $64.83 7A 3K 8X Power Equipment Operators Chipper $64.26 7A 3K 8X Power Equipment Operators Compressor $60.98 7A 3K 8X Power Equipment Operators Concrete Finish Machine - Laser Screed $60.98 7A 3K 8X Power Equipment Operators Concrete Pump - Mounted Or Trailer High $63.76 7A 3K 8X Pressure Line Pump, Pump High Pressure Power Equipment Operators Concrete Pump: Truck Mount With Boom $64.83 7A 3K 8X Attachment Over 42 M Power Equipment Operators Concrete Pump: Truck Mount With Boom $64.26 7A 3K 8X Attachment Up To 42m Power Equipment Operators Conveyors $63.76 7A 3K 8X Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X Power Equipment Operators Cranes: 100 tons through 199 tons, or $65.48 7A 3K 8X 150’ of boom (including jib with attachments) Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $64.26 7A 3K 8X Attachments Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ of $66.15 7A 3K 8X boom including jib with attachments Power Equipment Operators Cranes: 300 tons and over or 300’ of $66.80 7A 3K 8X boom including jib with attachments Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under $64.83 7A 3K 8X 150' Of Boom (including Jib With Attachments) Power Equipment Operators Cranes: A-frame - 10 Tons And Under $60.98 7A 3K 8X Power Equipment Operators Cranes: Friction cranes through 199 tons $66.15 7A 3K 8X Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons Power Equipment Operators Crusher $64.26 7A 3K 8X Power Equipment Operators Deck Engineer/Deck Winches (power) $64.26 7A 3K 8X Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X Power Equipment Operators Dozers D-9 & Under $63.76 7A 3K 8X

Effective Date: 3/12/19 7 of 16 Prevailing Wage Rates Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane $63.76 7A 3K 8X Mount Power Equipment Operators Drilling Machine $65.48 7A 3K 8X Power Equipment Operators Elevator And Man-lift: Permanent And $60.98 7A 3K 8X Shaft Type Power Equipment Operators Finishing Machine, Bidwell And Gamaco $64.26 7A 3K 8X & Similar Equipment Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $64.26 7A 3K 8X Sheets, Etc Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X Power Equipment Operators Hard Tail End Dump Articulating Off- $64.83 7A 3K 8X Road Equipment 45 Yards. & Over Power Equipment Operators Hard Tail End Dump Articulating Off-road $64.26 7A 3K 8X Equipment Under 45 Yards Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X Power Equipment Operators Horizontal/Directional Drill Operator $64.26 7A 3K 8X Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $63.76 7A 3K 8X Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And $60.98 7A 3K 8X Under Power Equipment Operators Loader, Overhead 8 Yards. & Over $65.48 7A 3K 8X Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Including 8 Yards Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X Power Equipment Operators Locomotives, All $64.26 7A 3K 8X Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour $65.48 7A 3K 8X Over Mechanic) Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $64.83 7A 3K 8X Boring, Road Header And/or Shield Power Equipment Operators Oil Distributors, Blower Distribution & $60.98 7A 3K 8X Mulch Seeding Operator Power Equipment Operators Outside Hoists (Elevators And Manlifts), $63.76 7A 3K 8X Air Tuggers, Strato Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $64.26 7A 3K 8X Through 44 Tons Power Equipment Operators Overhead, Bridge Type: 100 Tons And $65.48 7A 3K 8X Over Power Equipment Operators Overhead, Bridge Type: 45 Tons Through $64.83 7A 3K 8X 99 Tons Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X Power Equipment Operators Pile Driver (other Than Crane Mount) $64.26 7A 3K 8X Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X

Effective Date: 3/12/19 8 of 16 Prevailing Wage Rates Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X Power Equipment Operators Power Plant $60.98 7A 3K 8X Power Equipment Operators Pumps - Water $60.98 7A 3K 8X Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In $60.98 7A 3K 8X Height Based To Boom Power Equipment Operators Remote Control Operator On Rubber $64.83 7A 3K 8X Tired Earth Moving Equipment Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $63.76 7A 3K 8X Power Equipment Operators Rollagon $64.83 7A 3K 8X Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $63.76 7A 3K 8X Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X Power Equipment Operators Scraper, Self Propelled Under 45 Yards $64.26 7A 3K 8X Power Equipment Operators Scrapers - Concrete & Carry All $63.76 7A 3K 8X Power Equipment Operators Scrapers, Self-propelled: 45 Yards And $64.83 7A 3K 8X Over Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X Power Equipment Operators Shovel , Excavator, Backhoe, Tractors $63.76 7A 3K 8X Under 15 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $64.83 7A 3K 8X Metric Tons To 50 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: $64.26 7A 3K 8X 15 To 30 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 $65.48 7A 3K 8X Metric Tons To 90 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 $66.15 7A 3K 8X Metric Tons Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X Power Equipment Operators Spreader, Topsider & Screedman $64.83 7A 3K 8X Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X Power Equipment Operators Tower Crane Up To 175' In Height Base $65.48 7A 3K 8X To Boom Power Equipment Operators Tower Crane: over 175’ through 250’ in $66.15 7A 3K 8X height, base to boom Power Equipment Operators Tower Cranes: over 250’ in height from $66.80 7A 3K 8X base to boom Power Equipment Operators Transporters, All Track Or Truck Type $64.83 7A 3K 8X Power Equipment Operators Trenching Machines $63.76 7A 3K 8X Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And $64.26 7A 3K 8X Over Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $63.76 7A 3K 8X Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X Power Equipment Operators Welder $64.83 7A 3K 8X Power Equipment Operators Wheel Tractors, Farmall Type $60.98 7A 3K 8X

Effective Date: 3/12/19 9 of 16 Prevailing Wage Rates Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Brokk - Remote Demolition Equipment $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Brooms $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Compressor $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Concrete Finish Machine - Laser Screed $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Concrete Pump - Mounted Or Trailer High $63.76 7A 3K 8X Underground Sewer & Water Pressure Line Pump, Pump High Pressure Power Equipment Operators- Concrete Pump: Truck Mount With Boom $64.83 7A 3K 8X Underground Sewer & Water Attachment Over 42 M Power Equipment Operators- Concrete Pump: Truck Mount With Boom $64.26 7A 3K 8X Underground Sewer & Water Attachment Up To 42m Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Cranes: 100 tons through 199 tons, or $65.48 7A 3K 8X Underground Sewer & Water 150’ of boom (including jib with attachments) Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With $64.26 7A 3K 8X Underground Sewer & Water Attachments Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250’ of $66.15 7A 3K 8X Underground Sewer & Water boom including jib with attachments Power Equipment Operators- Cranes: 300 tons and over or 300’ of $66.80 7A 3K 8X Underground Sewer & Water boom including jib with attachments Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under $64.83 7A 3K 8X Underground Sewer & Water 150' Of Boom (including Jib With Attachments) Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Cranes: Friction cranes through 199 tons $66.15 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer & Water attachments, A-frame over 10 tons Effective Date: 3/12/19 10 of 16 Prevailing Wage Rates Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Deck Engineer/Deck Winches (power) $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Dozers D-9 & Under $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane $63.76 7A 3K 8X Underground Sewer & Water Mount Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Elevator And Man-lift: Permanent And $60.98 7A 3K 8X Underground Sewer & Water Shaft Type Power Equipment Operators- Finishing Machine, Bidwell And Gamaco $64.26 7A 3K 8X Underground Sewer & Water & Similar Equipment Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Underground Sewer & Water Attachments Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer & Water Attachments Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut $64.26 7A 3K 8X Underground Sewer & Water Sheets, Etc Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Hard Tail End Dump Articulating Off- $64.83 7A 3K 8X Underground Sewer & Water Road Equipment 45 Yards. & Over Power Equipment Operators- Hard Tail End Dump Articulating Off-road $64.26 7A 3K 8X Underground Sewer & Water Equipment Under 45 Yards Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Horizontal/Directional Drill Operator $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Hydralifts/Boom Trucks Over 10 Tons $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons And $60.98 7A 3K 8X Underground Sewer & Water Under Power Equipment Operators- Loader, Overhead 8 Yards. & Over $65.48 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer & Water Including 8 Yards Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer & Water

Effective Date: 3/12/19 11 of 16 Prevailing Wage Rates Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour $65.48 7A 3K 8X Underground Sewer & Water Over Mechanic) Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $64.83 7A 3K 8X Underground Sewer & Water Boring, Road Header And/or Shield Power Equipment Operators- Oil Distributors, Blower Distribution & $60.98 7A 3K 8X Underground Sewer & Water Mulch Seeding Operator Power Equipment Operators- Outside Hoists (Elevators And Manlifts), $63.76 7A 3K 8X Underground Sewer & Water Air Tuggers, Strato Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons $64.26 7A 3K 8X Underground Sewer & Water Through 44 Tons Power Equipment Operators- Overhead, Bridge Type: 100 Tons And $65.48 7A 3K 8X Underground Sewer & Water Over Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through $64.83 7A 3K 8X Underground Sewer & Water 99 Tons Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Pile Driver (other Than Crane Mount) $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Power Plant $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In $60.98 7A 3K 8X Underground Sewer & Water Height Based To Boom Power Equipment Operators- Remote Control Operator On Rubber $64.83 7A 3K 8X Underground Sewer & Water Tired Earth Moving Equipment Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Rollagon $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Scrapers - Concrete & Carry All $63.76 7A 3K 8X Underground Sewer & Water

Effective Date: 3/12/19 12 of 16 Prevailing Wage Rates Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And $64.83 7A 3K 8X Underground Sewer & Water Over Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $63.76 7A 3K 8X Underground Sewer & Water Under 15 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $64.83 7A 3K 8X Underground Sewer & Water Metric Tons To 50 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: $64.26 7A 3K 8X Underground Sewer & Water 15 To 30 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 $65.48 7A 3K 8X Underground Sewer & Water Metric Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 $66.15 7A 3K 8X Underground Sewer & Water Metric Tons Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Spreader, Topsider & Screedman $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Tower Crane Up To 175' In Height Base $65.48 7A 3K 8X Underground Sewer & Water To Boom Power Equipment Operators- Tower Crane: over 175’ through 250’ in $66.15 7A 3K 8X Underground Sewer & Water height, base to boom Power Equipment Operators- Tower Cranes: over 250’ in height from $66.80 7A 3K 8X Underground Sewer & Water base to boom Power Equipment Operators- Transporters, All Track Or Truck Type $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And $64.26 7A 3K 8X Underground Sewer & Water Over Power Equipment Operators- Truck Crane Oiler/Driver Under 100 Tons $63.76 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Welder $64.83 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Wheel Tractors, Farmall Type $60.98 7A 3K 8X Underground Sewer & Water Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X Underground Sewer & Water

Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers

Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers

Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers

Effective Date: 3/12/19 13 of 16 Prevailing Wage Rates

Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers

Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers

Refrigeration & Air Journey Level $81.01 6Z 1G Conditioning Mechanics

Residential Brick Mason Journey Level $57.32 5A 1M

Residential Carpenters Journey Level $45.05 5D 4C

Residential Cement Masons Journey Level $60.07 7A 4U

Residential Drywall Applicators Journey Level $45.05 5D 4C

Residential Drywall Tapers Journey Level $45.19 5P 1E

Residential Electricians Journey Level $39.81 5Q 2O

Residential Journey Level $43.00 7L 1H

Residential Insulation Journey Level $45.05 5D 4C Applicators

Residential Laborers Journey Level $36.68 7A 1H

Residential Marble Setters Journey Level $57.32 5A 1M

Residential Painters Journey Level $42.50 6Z 2B

Residential & Journey Level $51.37 5A 1G Pipefitters

Residential Refrigeration & Air Journey Level $51.37 5A 1G Conditioning Mechanics

Residential Sheet Metal Journey Level (Field or Shop) $50.01 7F 1R Workers

Residential Soft Floor Layers Journey Level $49.43 5A 3J

Residential Sprinkler Fitters Journey Level $48.18 5C 2R (Fire Protection)

Residential Stone Masons Journey Level $57.32 5A 1M

Residential Terrazzo Workers Journey Level $52.61 5A 1M

Residential Terrazzo/Tile Journey Level $43.44 5A 1B Finishers

Residential Tile Setters Journey Level $52.61 5A 1M

Roofers Journey Level $51.52 5A 3H

Roofers Using Irritable Bituminous Materials $54.52 5A 3H

Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E

Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1

Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1

Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1

Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $73.58 5J 4H

Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1

Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1

Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1

Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1

Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1

Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1

Effective Date: 3/12/19 14 of 16 Prevailing Wage Rates

Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1

Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1

Shipbuilding & Ship Repair Ship Repair Boilermaker $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Crane Operator $44.06 7Y 4K

Shipbuilding & Ship Repair Ship Repair Electrician $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $73.58 5J 4H

Shipbuilding & Ship Repair Ship Repair Laborer $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Machinist $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K

Shipbuilding & Ship Repair Ship Repair Painter $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Pipefitter $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Rigger $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Sheet Metal $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K

Sign Makers & Installers Journey Level $49.70 0 1 (Electrical)

Sign Makers & Installers (Non- Journey Level $31.52 0 1 Electrical)

Soft Floor Layers Journey Level $49.43 5A 3J

Solar Controls For Windows Journey Level $12.44 1

Sprinkler Fitters (Fire Journey Level $78.39 5C 1X Protection)

Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural)

Stone Masons Journey Level $57.32 5A 1M

Street And Parking Lot Journey Level $19.09 1 Sweeper Workers Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X Surveyors Chainman $58.93 7A 3C 8P Surveyors Construction Site Surveyor $63.76 7A 3K 8X

Telecommunication Journey Level $50.57 7E 1E Technicians

Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside

Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside

Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside

Telephone Line Construction - Special Aparatus Installer I $41.22 5A 2B Outside

Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside

Telephone Line Construction - Telephone Equipment Operator (Heavy) $41.22 5A 2B Outside

Telephone Line Construction - Telephone Equipment Operator (Light) $38.36 5A 2B Outside

Effective Date: 3/12/19 15 of 16 Prevailing Wage Rates

Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside

Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside

Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside

Telephone Line Construction - Television System Technician $34.68 5A 2B Outside

Telephone Line Construction - Television Technician $31.18 5A 2B Outside

Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside

Terrazzo Workers Journey Level $52.61 5A 1M

Tile Setters Journey Level $52.61 5A 1M

Tile, Marble & Terrazzo Finisher $43.44 5A 1B Finishers

Traffic Control Stripers Journey Level $46.23 7A 1K Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L Truck Drivers Dump Truck $53.46 5D 3A 8L Truck Drivers Dump Truck & Trailer $54.30 5D 3A 8L Truck Drivers Other Trucks $54.30 5D 3A 8L

Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T

Truck Drivers - Ready Mix Non-Booster Loads Under 9 Cubic Yards $52.53 5A 4T

Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers

Well Drillers & Irrigation Pump Oiler $12.97 1 Installers

Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers

Effective Date: 3/12/19 16 of 16 Prevailing Wage Rates Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

************************************************************************************************************ 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 3/3/2019 thru 8/30/2019

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.

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 3/3/2019 thru 8/30/2019

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 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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 3/3/2019 thru 8/30/2019

Overtime Codes Continued

3. 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 paid 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.

I. 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.

J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.

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 3/3/2019 thru 8/30/2019

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 (1½) 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.

I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

5 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.

M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate.

N. 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, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage.

O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.

P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.

Q. The first four (4) 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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage.

T. The first two (2) hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage.

U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

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). 6 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Holiday Codes Continued

5. C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8).

D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8).

H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6).

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).

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- 7 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Day On Christmas Eve Day. (9 1/2).

Holiday Codes Continued

6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7).

6. T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence 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.

8 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Holiday Codes Continued

7. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

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.

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.

9 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Holiday Codes Continued

7. 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.

V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday.

X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday.

Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly.

Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the 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.

B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9)

C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)

D Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas.

10 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Note Codes

8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25.

M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50.

N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25.

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.

T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour.

11 Benefit Code Key – Effective 3/3/2019 thru 8/30/2019

Note Codes Continued

8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay.

Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet.

Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.

W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description.

X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.

When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.)

12 x ______Name of Firm Submitting Bid

SECTION 00300 FORM OF BID

Deliver to: King County Procurement & Payables Section M.S. CNK-ES-0340 401 Fifth Avenue, 3rd Floor, Seattle, Washington 98104.

The undersigned, as bidder, declares that we have examined the Contract Documents and that we will contract with King County on the Agreement form provided and at the prices and on the terms and conditions in the Contract Documents for: CONCRETE PAVING MAINTENANCE WORK ORDER CONTRACT 2019-2020, CONTRACT C01331C19. We agree that the Form of Bid constitutes our bid. To be responsive, a bid guaranty bond issued by a surety licensed to conduct business in the state of Washington, or a cashier’s check, certified check or money order payable to King County in the amount of 5% of the Total Bid Price must accompany our bid. We agree that our bid constitutes an offer to King County which shall be binding for 90 days from the date of bid opening. If our bid is accepted, we agree to furnish, execute and deliver to King County all the forms in accordance with Section 00410, following the issuance of the Notice of Selection. We further agree, if awarded a contract, to plan and prosecute the work with such diligence that the work and portions thereof shall be completed and ready for use within the period set forth in these Contract Documents. By submitting a bid we certify that we are currently registered as a Contractor in accordance with RCW 18.27 by the State of Washington and will remain so registered throughout the performance of the Contract. We further certify that we are skilled in the general class and type of work called for in the Contract Documents. NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY & AFFIRMATIVE ACTION We affirm that we have read and understand the Contract Document setting forth the County’s non-discrimination policy in contracting and those sections related to providing equal employment opportunities to all persons, including minorities, women and persons with disabilities and corresponding forms. WAIVER OF INDUSTRIAL INSURANCE IMMUNITY In accordance with the provisions of the Contract Documents and RCW 4.24.115, we waive any industrial insurance immunity and acknowledge this waiver was the subject of mutual negotiation. TAXES Taxes shall be in accordance with §00100. ABBREVIATIONS Abbreviations in the Bidding Schedule, if any, shall be defined as follows: “HR” means hour, “DAY” or “DY” means one calendar day, “%” means percentage; “EST.” means estimated; “Qty.” means quantity; “Dollar” or “$” means US Dollar, “LS” means lump sum; “EA” means each; “CY” means cubic yard, “SY” means square yard, “SF” means square foot, “LF” means lineal feet/foot, and “HUND” means hundred as applicable.

C01331C19 page 1 of 4 §00300 Rev 12/06/2018 Form of Bid x ______Name of Firm Submitting Bid

Having carefully examined the Contract Documents, the Bidder proposes to perform the work identified in the Contract Documents under the terms and conditions contained herein for the price(s) set forth in the Bidding Schedule. BID PRICE AND BID SCHEDULE We acknowledge and agree that the Small Contractors and Suppliers (SCS) Utilization Requirement for this project is 5% of the total price for all executed work orders which shall be performed by King County Certified SCS Firms over the life of the Contract and that failure to comply with the SCS Utilization Requirements may involve sanctions in accordance with Section 00120. King County is unable to determine the precise schedule or amount of work that may be performed under this Contract. The work will be assigned by Work Orders; each Work Order will address a scope of work and time of completion, and shall be performed in accordance with the Contract Documents and Work Order(s). King County does not guarantee any minimum amount of work, or that the total value of the Work Orders issued will total the Not-To-Exceed Contract Price. Each Work Order will address the actual work to be performed by the Contractor for the County. Measurement and Payment. The measurement of and payment for work performed by the Contractor within a Work Order will be made by the County in accordance with the provisions set forth in Section 01 29 00 Measurement and Payment of the Contract Documents. The County reserves the right to make changes in the Work Order as it may deem necessary or appropriate to complete the Work. All prices shall be in legible figures written in ink or typed. All prices shall be stated in United States of America dollars and cents omitting digits more than two places to the right of the decimal point (e.g. $720.74). Unit Price Items. The Bidder shall provide a Unit Price for each of the Bid Items set forth under “Unit Price / Mark-up %” column, where indicated. Mark-up Percentages. The Bidder shall provide a mark-up percentage for the Bid Items set forth under the “Unit Price or Mark-up %” column where indicated. Mark-up percentages shall be as follows:

Labor Not less than 3% and not to exceed 20% Additional Payroll Not less than 10% Related Costs Material Not less than 3% and not to exceed 15% Equipment Not less than 3% and not to exceed 15% Subcontractors Not less than 3% and not to exceed 15%

Extended Dollar Amounts. The Bidder is to calculate the Extended Dollar Amounts in accordance with the instructions and examples set forth within the Bidding Schedule. The Total Bid Price shall be the sum of the Extended Dollar Amounts for all the Bid Items identified in the Bidding Schedule.

C01331C19 page 2 of 4 §00300 Rev 12/06/2018 Form of Bid x ______Name of Firm Submitting Bid

Attachment A - Bidding Schedule. Within Attachment A - Bidding Schedule, the County has listed Bid Items for specific types of work. The work of each Bid Item is specified or shown in the Contract Documents and described further in Section 01 29 00 Measurement and Payment. The Bidder is to provide a bid price (highlighted yellow) for each of the Bid Items listed on Attachment A - Bidding Schedule. Bid prices shall include all labor, material, equipment, subcontractor, mobilization, demobilization, transportation, and supervision costs, including all overhead, profit and any other ancillary costs associated with completing the specific type of work. The Total Bid Price shall be the sum of all Bid Items identified in Attachment A - Bidding Schedule. Failure to complete Attachment A - Bidding Schedule will render the bid non-responsive. ***NOTE*** An electronic copy (MS Excel) of Attachment A - Bidding Schedule is available on the Solicitation Details Page for this ITB via the County’s Website at: https://procurement.kingcounty.gov/procurement_ovr/default.aspx BID EVALUATION AND CONTRACT AWARD In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid Price offered by a responsive, responsible Bidder. A contract will be awarded, if at all, based on the lowest Total Bid Price proposed by a responsive and responsible bidder. King County reserves the right to reject any bid, any portion of any bid and/or to reject all bids. King County further reserves the right, but without obligation, to waive informalities and irregularities.

C01331C19 page 3 of 4 §00300 Rev 12/06/2018 Form of Bid

FORM OF BID SIGNATURE

ACKNOWLEDGEMENT OF ADDENDA We acknowledge addenda numbers ______through ______have been delivered to us and have been taken into account as a part of our Bid.

SIGNED this day of , 20

Name of Firm:

Address

City: State / Zip:

Email Telephone: Address:

WA State Contractor's License/Registration Number:

By: Signature Print Name Title:

CONTRACTOR’S CONTACT INFORMATION As an administrative convenience, please provide the name of Contractor’s authorized representative who will serve as a contact person for this project during the bid evaluation process.

Contact Name: Title:

Email Address:

Telephone:

END OF SECTION

C01331C19 page 4 of 4 §00300 Rev 12/06/2018 Form of Bid Name of Bidder: ITB C01331C19 00300 FORM OF BID Concrete Paving Maintenance Work Order 2019-2020 ATTACHMENT A - BIDDING SCHEDULE

Concrete Paving Removal Bid Lump Sum / Unit prices for Concrete Paving Removal shall include all items as defined in Unit Structure Est. Qty. Unit Price Item Section 012900 Measurement and Payment Extended Amount 1a Removal of PCCP 0-12 inches in depth Pre-cut into 4x4 Weekdays 75 $ $ CY 1b squares. 10 - 50 cubic Yards Nights/Wknds 70 $ $ 1c Removal of PCCP 0-12 inches in depth Pre-cut into 4x4 Weekdays 150 $ $ CY 1d squares. 51 - 100 cubic Yards Nights/wknds 100 $ $ 1e Removal of PCCP 0-12 inches in depth Pre-cut into 4x4 Weekdays 150 $ $ CY 1f squares. Over 100 cubic Yards Nights/wknds 200 $ $ 1g Removal of PCCP 0-12 inches in depth using a machine Weekdays 100 $ $ CY 1h mounted breaker . 1 - 9 cubic Yards Nights/wknds 75 $ $ 2 Total Concrete Paving Removal (Bid Items 1a - 1h) $ Above quantities are based on "in-place" dimensioning Concrete Paving Placement Bid Lump Sum / Unit prices for Concrete Paving Placement shall include all items as defined in Unit Structure Est. Qty. Unit Price Item Section 012900 Measurement and Payment Extended Amount 3a 1 Day Concrete paving (PCCP) placement Class ES-1 Weekdays 50 $ $ CY 3b 8- 12 inches in depth. 0-10 Cubic Yards (1 to 2 panels) Nights/wknds 30 $ $ 3c 1 Day Concrete paving (PCCP) placement Class ES-1 Weekdays 75 $ $ CY 3d 8-12 inches in depth. 10-50 Cubic Yards Nights/wknds 75 $ $ 3e 1 Day Concrete paving (PCCP) placement Class ES-1 Weekdays 75 $ $ CY 3f 8- 12 inches in depth. 50-100 Cubic Yards Nights/wknds 100 $ $ 3g 1 Day Concrete paving (PCCP) placement Class ES-1 Weekdays 100 $ $ CY 3h 8- 12 inches in depth. Over 100 Cubic Yards Nights/wknds 150 $ $ 3i 3 Day Concrete paving (PCCP) placement Class C-1 Weekdays 75 $ $ CY 3j 8- 12 inches in depth. 0-10 Cubic Yards (1 to 2 panels) Nights/wknds 50 $ $ 3k 3 Day Concrete paving (PCCP) placement Class C-1 Weekdays 75 $ $ CY 3l 8- 12 inches in depth. 10-50 Cubic Yards Nights/wknds 50 $ $ 3m 3 Day Concrete paving (PCCP) placement Class C-1 Weekdays 100 $ $ CY 3n 8- 12 inches in depth. 50-100 Cubic Yards Nights/wknds 75 $ $ 3o 3 Day Concrete paving (PCCP) placement Class C-1 Weekdays 100 $ $ CY 3p 8- 12 inches in depth. Over 100 Cubic Yards Nights/wknds 125 $ $ 4 Total Concrete Paving Placement (Bid Items 3a - 3p) $

Concrete Placement Support Bid Lump Sum / Unit Prices for Concrete Placement Support shall include all items as defined in Unit Structure Est. Qty. Unit Price Item Section 012900 Measurement and Payment. Extended Amount 5a Weekdays 500 $ $ Concrete forming CY 5b Nights/wknds 500 $ $ 5c Dowel Bar installation (Drill and epoxy) Weekdays 200 $ $ CY 5d 1 in. diameter Nights/wknds 200 $ $ 5e Dowel Bar installation (Drill and epoxy) Weekdays 100 $ $ CY 5f 1-1/4 in. diameter Nights/wknds 100 $ $ 5g Dowel Bar installation (Drill and epoxy) Weekdays 100 $ $ CY 5h 1-1/2 in. diameter Nights/wknds 50 $ $ 5i Dowel Basket Installation (Dowels pre-welded 12 inches on Weekdays 300 $ $ CY 5j center) 1 inch in diameter. Set on grade Nights/wknds 300 $ $ 5k Dowel Basket Installation (Dowels pre-welded 12 inches on Weekdays 400 $ $ CY 5l center) 1-1/4 inch in diameter. Set on grade Nights/wknds 400 $ $ 5m Dowel Basket Installation (Dowels pre-welded 12 inches on Weekdays 400 $ $ CY 5n center) 1-1/2 inch in diameter. Set on grade Nights/wknds 400 $ $ 5o Weekdays 10000 $ $ Curing Compound Application CY 5p Nights/wknds 10000 $ $ Name of Bidder: ITB C01331C19 00300 FORM OF BID Concrete Paving Maintenance Work Order 2019-2020 ATTACHMENT A - BIDDING SCHEDULE

Concrete Plant Opening (Includes all costs associated with opening a 5q HR Nights/wknds 20 $ $ plant outside of normal working hours) NTE $500/HR Trucking Surcharge (Includes all additional costs 5r associated with delivering concrete outside normal working hours) NTE CY Nights/wknds 300 $ $ $10/CU/YD Above quantities are based on "in-place" dimensioning

Curb and Sidewalk Replacement Bid Lump Sum / Unit Prices for Curb and Sidewalk Replacement shall include all items as Unit Structure Est. Qty. Unit Price Item defined in Section 012900 Measurement and Payment. Extended Amount 6a Sidewalk replacement 4-6 inches in depth. Remove and Weekdays 250 $ $ SQ. FT. 6b replace existing. 100-300 square feet Nights/wknds 175 $ $ 6c Sidewalk replacement 4-6 inches in depth. Remove and Weekdays 250 $ $ SQ. FT. 6d replace existing. 300-1000 square feet Nights/wknds 175 $ $ 6e 410 "C" curb (COS Standard plans) installation on new paving Weekdays 200 $ $ LF 6f doweled in place (no removal) Nights/wknds 100 $ $ 6g Curb and Gutter replacement. Remove and replace existing. Weekdays 50 $ $ LF 6h 10-50 Linear feet Nights/wknds 50 $ $ 7 Total Curb and Sidewalk Replacement (Bid Items 5a - 6h) $

ADDITIONAL UNDEFINED WORK Bid Unit Price / The following rates and markup percentages will be used when a specific task Unit Est. Qty. Extended Amount Item or work order is outside the scope of the original contract bid items. Refer to Markup% Section 012900 Measurement and Payment. Labor On-Site Supervisor (Not Subject to Prevailing Wage) 8 Daily supervision as required for managing daily activities of the HR 80 $ $ Contractor as directed by the Project Representative. 9 Estimated Quantity for Labor (other than On-Site Supervisor) EST $ 9,000.00 $

10 TOTAL Amount for Labor (Bid Item 8 + Bid Item 9) $ Mark-up Percentage for 11 Additional Payroll Related Costs % % (Not less than 10%) Mark-up Amount for 12 Additional Payroll Related Costs $ (Bid Item 10 x Bid Item 11) 13 TOTAL Amount for Labor AND Additional Payroll Related Costs (Bid Item 10 + Bid Item 12) $ Mark-up Percentage for 14 Overhead and Profit % % (Not less than 3% / Not to exceed 25%) Mark-up Amount for 15 Overhead and Profit $ (Bid Item 13 x Bid Item 14) 16 Total Labor AND Additional Payroll Related Costs PLUS Markup (Bid Item 13 + Bid Item 15) $

Equipment 17a 10 cubic yard dump truck HR 30 $ $ 17b Rubbertire backhoe HR 30 $ $ 17c Skid Steer Loader HR 30 $ $ 17d Crawler Excavator Mini (min. 6,000 lbs) HR 30 $ $ 17e Crawler Excavator (min. 20,000 lbs) HR 30 $ $ 17f Service Vehicle DAY 10 $ $ 18 Total Equipment (Bid Items 17a - 17f) $

19 Mark-up Percentage for Equipment % (Not Less Than 3% / Not Greater Than 15%) Mark-up Amount for Equipment 20 $ (Bid Item 18 x Bid Item 19) Name of Bidder: ITB C01331C19 00300 FORM OF BID Concrete Paving Maintenance Work Order 2019-2020 ATTACHMENT A - BIDDING SCHEDULE

Material 21 Estimated Quantity for Material $ 5,000.00 $ 5,000.00

22 Mark-Up Percentage for Material % (Not Less Than 3% / Not Greater Than 15%) Mark-up Amount for Material 23 $ (Bid Item 21 x Bid Item 22)

Subcontractor 24 Estimated Quantity for Subcontractor $ 5,000.00 $ 5,000.00

25 Mark-Up Percentage for Subcontractor % (Not Less Than 3% / Not Greater Than 15%) Mark-up Amount for Subcontractor 26 $ (Bid Item 24 x Bid Item 25) TOTAL BID PRICE (Sum of Bid Item 2, 4, 7, 16, 18, 20, 21, 23, 24 & 26) $ SECTION 00310 BID GUARANTY BOND KNOW ALL BY THESE PRESENTS: That we, ______, as Principal, and ______, as Surety, are jointly and severally held and firmly bound unto King County, hereinafter called the Obligee, each in the penal sum of five percent (5%) of the Principal’s Total Bid Price for the work, this sum not to exceed ______DOLLARS ($______) (hereinafter referred to as “penal sum”) of lawful money of the United States, for the payment whereof unto the Obligee. WHEREAS, the Principal is herewith submitting its offer for the fulfillment of Concrete Paving Maintenance Work Order Contract 2019-2020, Contract C01331C19 NOW, THEREFORE, the condition of this obligation is such that if the Principal is awarded the Contract, and if the Principal, within the time specified, fulfills all of the requirements of the Contract Documents which are conditions precedent to the execution of the Agreement, enters into, executes and delivers to the Obligee an agreement on the form provided herein complete with evidences of insurance, and if the Principal, within the time specified, gives to the Obligee the Performance and Payment Bond on the forms provided herein, then this obligation shall be void; otherwise, the Principal and Surety shall pay unto the Obligee the penal sum; provided however, in no event shall the Surety's liability exceed the penal sum. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal, and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety and the Obligee and their respective heirs, executors, administrators, successors and assigns.

SIGNED this ______day of ______, 20______.

Principal: Surety:

By: By:

Title: Title:

Address: Address:

City/Zip: City/Zip:

Telephone: Telephone:

Note: A dated power of attorney must be provided which appoints the Surety's true and lawful attorney-in-fact to make, execute, seal and deliver this bid guaranty bond. END OF SECTION

C01331C19 page 1 of 1 §00310 Rev 12/06/2018 Bid Guaranty Bond SECTION 00410 FORMS AND DOCUMENTS

The Bidder shall submit the following forms and documents to the Contract Specialist identified in §00020, unless otherwise noted. Bidders ARE NOT required to submit the forms and documents with their bid. Bidders may be rejected as not responsible for failure to submit the forms and documents in accordance with the directions below. The forms and documents listed below, which are not provided by the Contract Specialist, may be accessed through the County’s website at http://www.kingcounty.gov/depts/finance-business- operations/procurement/for-business/forms.aspx

TO BE SUBMITTED PRIOR TO NOTICE OF SELECTION Submit the following forms within two (2) days after request by King County. Hard Copy Electronic Form/Document Signed (PDF) Originals Copy Responsibility Detail Form 1 See Section 00440-A1 0 1 To be provided by Contract Specialist W-9 Request for Taxpayer Identification Number 2 (King County Substitute W-9) 0 1 Click here for Form Automated Clearing House (ACH) Authorization Agreement 3 (Only required if selecting Electronic Payment Option) 0 1 Click here for Form

TO BE SUBMITTED AFTER NOTICE OF SELECTION Submit the following forms within five (5) days after receipt of Notice of Selection. Contracts will not be executed prior to the receipt of the required forms and documents from the selected bidder. Hard Copy Electronic Form/Document Signed (PDF) Originals Copy Retained Percentage Option 4 0 1 Click here for Form List of Subcontractors, Subconsultants, Suppliers 5 0 1 Click here for Form Apprenticeship Utilization Plan 6 0 1 Click here for Form Performance and Payment Bond 7 1 1 To be provided by Contract Specialist Certificate of Insurance and Additional Insured Endorsement(s) 8 0 1 To be provided by Bidder’s Insurance Broker

END OF SECTION

C01331C19 page 1 of 1 §00410 Rev 02/25/2019 Forms and Documents SECTION 00420 PERFORMANCE AND PAYMENT BOND

______Contractor Bond Number KNOW ALL BY THESE PRESENTS: That we, ______as Principal, and, ______as Surety, a corporation legally doing business in the State of Washington, are held and firmly bound and obligated unto the State of Washington and King County, pursuant to Chapter 39.08 RCW, in the full sum of Eight Hundred Fifty Thousand Dollars ($850,000) (Contract Price), and including any and all adjustments to the Contract Price, for the faithful performance of the Agreement referenced below, and for the payment of which sum we do bind ourselves, and each of our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT the Principal entered into a certain Agreement with KING COUNTY, for Concrete Paving Maintenance Work Order Contract 2019-2020, Contract C01331C19 incorporated herein by this reference and including all Contract Documents. This bond shall cover all approved change orders, amendments and modifications as if they were in the original Agreement. Similarly, this bond shall cover payment to the State of Washington with respect to claims for taxes, increases and penalties imposed under Titles 50, 51, and 82 Revised Code of Washington (RCW). NOW, THEREFORE, if the Principal shall faithfully perform all terms and conditions of such Agreement and pay all laborers, mechanics and subcontractors and materialmen, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and shall pay the State all taxes, increases and penalties under Titles 50, 51, and 82 RCW, which may be due, then this obligation is void, otherwise to remain in full force and effect until all claims filed in compliance with chapter 39.08, and all State claims under Titles 50, 51, and 82 RCW are resolved. Provided, however, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work. IT IS FURTHER DECLARED AND AGREED that whenever the Principal shall be, and declared by Owner to be in default under the Agreement, the Owner having performed Owner’s obligations thereunder, the Surety, at the request of the Owner, shall promptly remedy the default in a manner acceptable to the Owner.

SIGNED this ______day of ______, 20______.

Principal: Surety:

By: By:

Title: Title:

Address: Address:

City/Zip: City/Zip:

Telephone: Telephone:

Note: A power of attorney must be provided which appoints the Surety's true and lawful attorney-in-fact to make, execute, seal and deliver this Performance and Payment Bond. END OF SECTION

C01331C19 page 1 of 1 §00420 Rev (03/02/2015) Performance and Payment Bond SECTION 00430 INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE. A. Within the time stated in the Notice of Selection, the Contractor shall file with King County Procurement and Payables (P&P) Section, Certificates of Insurance and Endorsements acceptable to the County meeting the requirements of the Contract (specific insurance coverage limits are set forth below). Coverage shall be maintained without interruption from the commencement of the Contractor’s Work until Final Acceptance, or for such longer time as required by the Contract. Each policy obtained by Contractor shall be endorsed to provide County with 45 days notice of material changes to or cancellation of such policy. B. If the scope of Work is significantly expanded, or if the aggregate limits on any of the Contractor’s policies are eroded, the County may require Contractor to obtain additional coverage or reinstate eroded coverage. If the need for additional coverage is due to the fault of the Contractor or any of its Subcontractors, the Contractor shall be responsible for the cost of such additional coverage or any of its Subcontractors coverage. The Contractor shall provide proof of additional insurance required because of changed Work (Change Orders). C. If the Contractor is required to correct damaged, defective or incomplete Work after Final Acceptance, it shall obtain at its own expense such insurance coverage as is required by the Contract, for the construction period. Such coverage shall be maintained throughout the period in which corrective work is performed. D. Review of Contractor’s insurance by County shall not relieve or decrease the duty of the Contractor to comply with the requirements of the Contract Documents. E. Nothing contained within these provisions shall affect and/or alter the application of any other provision within this agreement. F. Renewals: Documentation of coverage, as specified below, shall be provided on each insurance renewal date. All insurance renewal certificates shall be sent to the King County Project Representative. 1.02 WAIVER OF SUBROGATION A. The Contractor waives all rights against the County, County’s consultants, or any separate contractors, and their agents and employees, for damages caused by fire or other perils to the extent such damage cost is actually paid by property insurance applicable to the Work. The Contractor shall require similar waivers from all Subcontractors. This provision shall be valid and enforceable only to the extent permissible by the applicable property insurance policies. 1.03 EVIDENCE OF INSURANCE. A. The Contractor shall furnish the County with Certificates of Insurance and endorsements required by this Contract. All evidences of insurance must be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date of the policy. The Contractor shall, upon request of King County, make available to King County, in King County, certified copies of all such policies of insurance required in this Contract. Failure to provide such policies of insurance within a time acceptable to King County shall entitle King County to suspend or terminate the Contractor’s work hereunder. Suspension or termination of this Contract shall not relieve the Contractor from its insurance obligation hereunder.

C01331C19 page 1 of 4 §00430 Rev. 09/28/2018 Insurance Requirements B. All subcontractors shall be required to include the County and Contractor as additional insureds on all Liability policies except Workers’ Compensation and Professional Liability Errors and Omissions. 1.04 MINIMUM SCOPE AND LIMITS OF INSURANCE. A. The Contractor shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, King County shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor, or that of any subcontractor, under this Contract. The Contractor and its subcontractor(s) shall assess their own risks and if they deem appropriate and/or prudent, maintain greater limits and/or broader coverage. Any provision in any Contractor, or subcontractor, insurance policy that restricts scope of coverage or available limits of liability to those specified in a written agreement or contract shall not apply. B. Each insurance policy shall be written on an “occurrence” form; excepting that insurance for professional liability, errors and omissions when required, may be acceptable on a “claims made” form. If coverage is approved and purchased on a “claims made” basis, the Contractor warrants continuation of coverage, either through policy renewals or the purchase of an extended discovery period, if such extended coverage is available, for not less than three (3) years from the date of completion of the work which is the subject of this Contract. All insurance written on a “claims made” form must have its retroactive date be no later than the effective date of the Contract or when the Work begins. Insurance coverage shall be at least as broad as stated below and with limits no less than: 1. General Liability. $2,000,000 combined single limit per occurrence, and for those policies with aggregate limits, a $4,000,000 aggregate limit. Coverage shall be at least as broad as Insurance Services Office form number CG 00 01, or its substantive equivalent, covering COMMERCIAL GENERAL LIABILITY. Such insurance shall include coverage for, but not limited to, premises liability, ongoing operations, contractual liability, products and completed operations. Such limits may be satisfied with the use of an umbrella or excess liability policy, which is at least as broad as the underlying policy. (a) A per project aggregate must apply to the General Liability Policy. (b) If the scope of the Work involved the use of cranes, the overload boom exclusion is required to be removed from the general liability policy. 2. Automobile Liability. $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage shall be at least as broad as Insurance Services Office form number CA 00 01 covering BUSINESS AUTO COVERAGE, symbol 1 “any auto”; or the combination of symbols 2, 8, and 9. Such limits may be satisfied with the use of an umbrella or excess liability policy, which is at least as broad as the underlying policy. 3. Workers’ Compensation. Statutory requirements of the State of residency. Coverage shall be at least as broad as Workers’ Compensation coverage, as required by the Industrial Insurance Act of the State of Washington, as well as any similar coverage required for this work by applicable Federal or “other States” State Law. 4. Employer’s Liability or “Stop Gap”. Coverage in the amount of $1,000,000 each occurrence and shall be at least as broad as the protection provided by the Workers Compensation policy Part 2 (Employers Liability) or, in states with monopolistic state funds, the protection provided by the “Stop Gap” endorsement to the general liability policy.

C01331C19 page 2 of 4 §00430 Rev. 09/28/2018 Insurance Requirements 5. Builder's Risk/Installation Floater. The Contractor shall procure and maintain during the life of the Contract, or until acceptance of the project by King County, whichever is longer, “All Risk” Builders Risk or Installation Floater Insurance at least as broad as ISO form number CP0020 (Builders Risk Coverage Form) with ISO form number CP0030 (Causes of Loss – Special Form) including coverage for collapse, and theft. The coverage shall insure for direct physical loss to property of the entire construction project, for 100% of the replacement value thereof. The policy shall be endorsed to cover the interests, as they may appear, of King County, Contractor and subcontractors of all tiers with King County and sub-contractors listed as a Named Insured. In the event of a loss to any or all of the work and/or materials therein and/or to be provided at any time prior to the final close-out of the Contract and acceptance of the project by King County, the Contractor shall promptly reconstruct, repair, replace or restore all work and/or materials so destroyed. Nothing herein provided for shall in any way excuse the Contractor or its surety from the obligation of furnishing all the required materials and completing the work in full compliance with the terms of the Contract. 6. Contractor’s Pollution Liability. Contractor shall provide Contractor’s Pollution Liability coverage in the amount of $1,000,000 per occurrence or claim and in the annual aggregate to cover sudden and non-sudden bodily injury and/or property damage to include the destruction of tangible property, loss of use, cleanup costs and the loss of use of tangible property that has not been physically injured or destroyed. 1.05 DEDUCTIBLES/SELF-INSURED RETENTIONS. A. Any deductibles and/or self-insured retentions of the policies shall not limit or apply to the Contractor’s liability to the County and shall be the sole responsibility of the Contractor or its subcontractor(s). 1.06 OTHER INSURANCE PROVISIONS. A. The insurance policies required in this Contract are to contain and be endorsed to contain the following provisions: 1. With respect to all Liability Policies except Professional Liability and Workers Compensation: (a) The County, its officers, officials, employees, agents, and representatives are to be covered as additional insureds, for full policy limits, as respects liability arising out of activities performed by or on behalf of the Contractor in connection with this Contract. Additional Insured status shall include Products-Completed Operations-CG 20 10 11/85 or its substantive equivalent. (b) The Contractor’s insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, agents, and representatives. Any insurance and/or self-insurance maintained by the County, its officers, officials, employees, agents and representatives shall not contribute with the Contractor’s insurance or benefit the Contractor in any way. (c) The Contractor’s insurance shall apply separately to each insured against whom a claim is made and/or lawsuit is brought, except with respect to the limits of the insurer’s liability.

C01331C19 page 3 of 4 §00430 Rev. 09/28/2018 Insurance Requirements 1.07 ACCEPTABILITY OF INSURERS. A. Unless otherwise approved by the County: 1. Insurance is to be placed with insurers with a Best’s rating of no less than A:VIII, or, if not rated with Best’s, with minimum surpluses the equivalent of Best’s surplus size VIII. 2. Professional Liability, Errors and Omissions insurance may be placed with insurers with a Best’s rating of B+; VII. B. If at any time the foregoing required policies shall fail to meet the above minimum requirements, the Contractor shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the County, with the appropriate certificates and endorsements, for approval. 1.08 SUBCONTRACTORS. A. The Contractor shall include all subcontractors as insured under its policies, or, alternatively, the Contractor must require each of its subcontractors to procure and maintain appropriate and reasonable insurance coverage and minimum insurance limits to cover each of the subcontractor’s liabilities given the scope of work and the services being provided herein. All liability insurance policies (except Professional Liability and Workers’ Compensation) provided by the subcontractor(s) must include the County, its officers, officials, agents and employees as additional insured, for full policy limits. Contractor is obligated to require and verify that all subcontractors maintain insurance and ensure that the County is included as additional insured. Upon request, and within five (5) business days, Contractor must provide evidence of subcontractor insurance coverage (including endorsements) to the County. 1.09 JOB SITE SAFETY. A. The Contractor shall have the “right to control” and bear the sole responsibility for the job site conditions, and job site safety. The Contractor shall comply with all applicable federal, state, and local safety regulations governing the job site, employees and subcontractors. The Contractor shall be responsible for subcontractor’s compliance with these provisions. END OF SECTION

C01331C19 page 4 of 4 §00430 Rev. 09/28/2018 Insurance Requirements

SECTION 00440 QUALIFICATION INFORMATION 1.0 RESPONSIBILITY EVALUATION A. In accordance with RCW 39.04.350, the low responsive Bidder shall demonstrate to the satisfaction of King County that the Bidder and/or its project team member(s), are/is responsible and qualified, at the time of bid submittal, to perform the Work under this Project. B. To demonstrate their experience and qualifications, the Bidder shall provide all information identified below using the Responsibility Detail Form. 1.1 SUBMITTAL INFORMATION A. Upon request by the County, the low responsive Bidder and the second low responsive Bidder shall be required to complete and submit the Section 00440-A1, Responsibility Detail Form which includes the Responsibility Attestation for this Project and provide any additional required information within two (2) business days. The completed and certified Form and any additional required information shall be submitted electronically via email to the Contract Specialist identified in Section 00020, Invitation to Bid. B. If required, King County will contact references as identified in the Responsibility Detail Form to help assess the qualifications of the Bidder and/or its project team members. The County reserves the right to contact other references, including King County personnel not listed on the Responsibility Detail Form, to further evaluate the Bidder qualifications for this Project. Poor reference(s) may be justification to determine a Bidder is not responsible. C. If the County determines that the Bidder and/or its project team members do not have the necessary experience, capabilities, past project performance and/or contract history to perform the project, the County may reject the Bidder as being not responsible. D. The County may at its sole discretion grant the Bidder additional time to complete the Responsibility Detail Form or the Responsibility Attestation if circumstances justify such extension. E. The Bidder shall not submit any additional information not required by the County. Any information submitted by the Bidder, beyond what is requested by the County, will be deleted. F. Attestation Requirement: By completing the attached, Responsibility Detail Form including the Responsibility Attestation, the Bidder shall certify that the information contained within the Responsibility Attestation, and any additional information requested by the County, is true and complete. The Bidder’s failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder’s bid, revocation of award, or contract termination, and/or may impact the Bidder’s ability to bid on future projects with King County. 1.2 RESPONSIBILITY REQUIREMENTS. A. Mandatory Bidder Responsibility Criteria 1. The County will verify that the Bidder meets the mandatory responsibility requirements as described in RCW 39.04.350(1) for this Project, identified within the Responsibility Detail Form. The Bidder shall be rejected as not responsible if it fails to meet the specified requirements in the Responsibility Detail Form.

C01331C19 page 1 of 2 §00440 Rev 06/01/2018 Qualifications Information

B. Contract and Regulatory History. 1. The County will evaluate whether the Bidder’s contract and regulatory history demonstrates an acceptable record of past project performance and consistent responsibility. The Bidder is required to identify and may be rejected as not responsible if any of the events listed in the Responsibility Detail Form has occurred within the past 5 years. C. Criminal History. 1. The County will evaluate whether the Bidder’s criminal history demonstrates a lack of business integrity or business honesty. The Bidder is required to identify and may be rejected as not responsible if any of the events listed in the attached Responsibility Detail Form have occurred for the Bidder within the past 5 years. D. Accident/Injury Experience. 1. The County will evaluate the Bidder’s accident/injury Experience Modification Factor (“EMF”) from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, for the past five (5) years to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects. 2. Bidders that have an EMF over 1.0 shall be required to explain the cause(s) of the designation and what remedial steps were taken to correct the EMF. The Bidder may be rejected as not responsible if the EMF is greater than 1.0 and sufficient remedial steps have not been implemented. 1.3 SUPPLEMENTAL BIDDER RESPONSIBILITY REQUIREMENTS. A. In accordance with RCW 39.04.350(2), the County has adopted relevant supplemental criteria for determining whether the low responsive bidder has the necessary experience and qualifications to perform the Work on this Project. The Bidder may be rejected as not responsible if it fails to meet any of the supplemental responsibility requirements specified within the Responsibility Detail Form. 1.4 ADDITIONAL INFORMATION A. If the County finds that the Bidder’s Responsibility Detail Form is incomplete, the Bidder may be required to provide additional explanation or information as required by the County. B. If the County determines that the Bidder and/or its project team members are not qualified, the County may reject the Bidder, meet with the Bidder, request additional information and allow Bidder opportunity to correct the deficiency by (1) providing additional information and/or (2) proposing other project personnel, and/or take other appropriate measures to complete the evaluation. C. Timeliness of Contract Execution is critical to the success of this Project; therefore, the County may give the Bidder limited or no opportunity and time to remedy the deficiencies in the submitted Responsibility Detail Form. The County reserves the right, in its sole discretion, to proceed to the next low responsive bidder when a Bidder is deemed not responsible to perform this Project.

END OF SECTION

C01331C19 page 2 of 2 §00440 Rev 06/01/2018 Qualifications Information SECTION 00440-A1 RESPONSIBILITY DETAIL FORM The low responsive Bidder and the second low Bidder, upon request, shall be required to complete this Responsibility Detail Form and the Responsibility Attestation as specified in Section 00440. This completed Responsibility Detail Form and Responsibility Attestation shall be submitted electronically (pdf) via email to the Contract Specialist identified in Section 00020.

Bidder’s Company Name:

For the below Mandatory Bidder Responsibility Criteria, please check the appropriate box.

1.0 MANDATORY BIDDER RESPONSIBILITY CRITERIA A. The County will verify that the Bidder meets the following mandatory responsibility criteria as described in RCW 39.04.350(1). The Bidder may be rejected as not responsible if any answer to questions 2 through 4 is “No” or if the appropriate currently active number is not provided for questions 2 through 4. If the answer to questions 2 through 4 is “No” the Bidder is required to attach an explanation and acknowledge that they will be required to provide the requisite information, in 2 through 4 below, prior to Notice of Selection. If the Bidder fails to meet the criteria 2 through 4 prior to Notice of Selection the Bidder will be rejected as not responsible. The Bidder shall be rejected as not responsible if the answer to question 1 is “No” or the answer to questions 5 or 6 is “Yes”. 1. Did the Bidder have a Certificate of Registration in compliance with Chapter 18.27 RCW that was in effect at the time of bid submittal? Yes No 2. Does the Bidder have a current Washington State Unified Business Identifier number/Washington State Excise Tax Registration number as required in Title 82 RCW? Yes, Number is: ______No (if No, attach explanation) 3. Does the Bidder have Industrial Insurance Coverage for the Bidder's employees working in Washington State as required in Title 51 RCW? Yes, Number is: ______No (if No, attach explanation) 4. Does the Bidder have an Employment Security Department number as required in Title 50 RCW? Yes, Number is: ______No (if No, attach explanation) 5. Is the Bidder disqualified for bidding on any public works project under RCW 39.06.010 or 39.12.065(3)? Yes No 6. For public works projects subject to the apprenticeship utilization requirements of RCW 39.04.320, has the Bidder been found to be out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW within the one year period immediately preceding advertisement of this project? Yes No

If the answer to question 1 above is “No” or the answer to questions 5 or 6 above is “Yes” STOP HERE and notify the Contract Specialist. The Bidder is not responsible for this Project. Otherwise proceed to 1.1.

C01331C19 page 1 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form For remaining criteria below, check or fill-out the appropriate box. Based upon the answer provided by the Bidder, the County may request additional information or seek further explanation.

1.1 CONTRACT AND REGULATORY HISTORY A. The County will evaluate whether the Bidder’s contract and regulatory history demonstrates an acceptable record of past project performance and consistent responsibility. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 10 below is “Yes”. 1. Has the Bidder had a contract terminated for cause or default, in the last 5 years? Yes No If Yes, explain:

2. Has the Bidder been found to have violated a state or federal prevailing wage law while working on a public works project, or had a civil judgment entered against it for violating a state or federal prevailing wage law, in the last 5 years? Yes No If Yes, explain:

3. Has the Bidder failed to comply with commitments to, and contractual requirements for, Disadvantaged Business Enterprise (“DBE”) Utilization Requirements or Women/Minority Owned Business Enterprise (“WMBE”) Utilization Requirements on any public works project, in the last 5 years? Yes No If Yes, explain:

4. Has the Bidder failed to meet mandatory King County Small Contractors and Suppliers (“SCS”) Utilization Requirements on any public works project, in the last 5 years? Yes No If Yes, explain:

5. Has the Bidder been found to have violated ethical standards set forth in King County contracts (KCC 3.04), in the last 5 years? Yes No If Yes, explain:

6. Has the Bidder been in bankruptcy, reorganization and/or receivership on any public works project, in the last 5 years? Yes No If Yes, explain:

7. Has the Bidder been disqualified by any federal, state or local agency from being awarded and/or participating on any public works project, in the last 5 years? Yes No If Yes, explain:

C01331C19 page 2 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form 8. Has the Bidder required a Surety to take over all, or a portion of, a project to cure or respond to an asserted default or material breach of contract on the part of the Bidder on any public works project, in the last 5 years? Yes No If Yes, explain:

9. Has the Bidder been terminated by a government or private entity prior to contract completion within the last 3 years? Yes No If Yes, explain:

10. Has the Bidder failed to meet apprenticeship utilization requirements on any public works project, in the last 5 years? Yes No If Yes, explain:

1.2 CRIMINAL HISTORY A. The County will evaluate whether the Bidder’s criminal history demonstrates a lack of business integrity or business honesty. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 4 below is “Yes”. 1. Has the Bidder been convicted of a criminal offense related to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of the contract or subcontract, in the last 5 years? Yes No If Yes, explain:

2. Has the Bidder been convicted under federal or state law of a crime relating to wage payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of records, receiving stolen property, making false claims while working on a project, in the last 5 years? Yes No If Yes, explain:

3. Has the Bidder been convicted of a crime involving willful violation of a federal or state environmental law or regulation while working on a project, in the last 5 years? Yes No If Yes, explain:

4. Has the Bidder been found in violation of the Trafficking Victims Violence Prevention Act of 2000, within the last 3 years? Yes No If Yes, explain:

1.3 ACCIDENT/INJURY EXPERIENCE A. The County will evaluate the Bidder’s accident/injury Experience Modification Factor (“EMF”) from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects.

C01331C19 page 3 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form B. List the Bidder’s accident/injury EMF for the last five (5) years. An experience factor is calculated annually by the Washington State Department of Labor and Industries.

Effective Experience Year Year Factor

1

2

3

4

5

If the Bidder has received an EMF of greater than 1.0 for any year, explain the cause(s) of the designation and what remedial steps were taken to correct the EMF. The Bidder may be rejected as not responsible if the Bidder’s EMF is greater than 1.0 and sufficient remedial steps have not been implemented.

1.4 FORMER COUNTY EMPLOYEES – CONFLICT OF INTEREST A. Did the Bidder or its subcontractors have any employees who, for one (1) year after leaving County employment, were involved in the preparation of the bid submitted for this contract? Yes No If Yes, identify who and their role in bidding this project:

1.5 SUPPLEMENTAL RESPONSIBILITY - PROJECT EXAMPLE SHEETS A. As part of completing this Responsibility Detail Form, the Bidder shall be required to complete the following Project Example Sheets. The Bidder shall provide one project example sheet for each project submitted. B. If necessary, the Bidder shall print the appropriate number of additional Project Example Sheets in order to satisfy the project information requirements. C. The Bidder’s failure to provide the required project information may result in a determination of the Bidder being declared non-responsible by the County. D. The Bidder shall submit its completed Project Example Sheets with its Responsibility Detail Form and Responsibility Attestation.

C01331C19 page 4 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form Project Example Sheet Bidder/Prime Contractor The Bidder is required to complete a separate Project Example Sheet for each project identified.

Bidder Company Name:

Project Information

Project Name:

Project Summary:

Owner’s Telephone Owner’s Company Name: Number: Owner’s ’s Name: Owner’s Project Manager

(or person who can verify experience) Telephone Number:

Owner’s Project Manager’s Email: Substantial Completion Contract Price: Date:

Responsibility Criteria A Project Example #______The Bidder shall submit three (3) substantially complete project examples which demonstrate their experience meets ALL of the Criteria A listed below. Each project example sheet must include all three Criteria A listed below. If the project example does not meet ALL of the Criteria A, the project example will not be accepted.

Project Meets CRITERIA A Criteria A

1. The Bidder acted as the prime contractor on this project. 2. This project was Substantially Complete within the last five (5) years.

3. The Bidder managed and/or perfomed a minimum of 2,000 square feet of Concrete Paving* on this project.

* Concrete Paving - For the purposes of this Contract, Concrete Paving is defined as paving that requires the placement of Portland Cement Concrete (minimum of 10” thick) which is specifically intended for vehicular roads, including, but not limited to, transit facilities, freeways, and commercial industrial facilities.

C01331C19 page 5 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form Project Example Sheet On-Site Superintendent The Bidder is required to complete a separate Project Example Sheet for each project identified.

On-Site Superintendent’s Name:

Project Example Information

Project Name:

Project Summary: Owner’s Telephone Owner’s Company Name: Number: Owner’s Project Manager’s Name: Owner’s Project Manager

(or person who can verify experience) Telephone Number: Owner’s Project Manager’s Email: Substantial Completion Contract Price: Date:

Responsibility Criteria A Project Example #______The Bidder shall submit three (3) substantially complete project examples which demonstrate the On-Site Superintendent’s experience meets ALL of the Criteria A listed below. Each project example sheet must include all three Criteria A listed below.

If the project example does not meet ALL of the Criteria A listed below, the project example will not be accepted.

Project Meets CRITERIA A Criteria A

1. The On-Site Superintendent managed the day-to-day on-site activities of the project. 2. This project was Substantially Complete within the last five (5) years. 3. The On-Site Superintendent managed a minimum of 2,000 square feet of Concrete Paving* on this project.

* Concrete Paving - For the purposes of this Contract, Concrete Paving is defined as paving that requires the placement of Portland Cement Concrete (minimum of 10” thick) which is specifically intended for vehicular roads, including, but not limited to, transit facilities, freeways, and commercial industrial facilities.

C01331C19 page 6 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form

RESPONSIBILITY ATTESTATION Attestation Requirement: By completing and signing this Responsibility Attestation, the Bidder is certifying that the information contained within Attachment, Responsibility Detail Form, and any additional information requested by the County, is true and complete. The Bidder’s failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder’s bid, revocation of award, or contract termination, and/or may impact the Bidder’s ability to bid on future projects with King County. In addition; the undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

Project: Concrete Paving Maintenance Work Order Contract 2019-2020, C01331C19

I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

______Signature of Authorized Representative Date

Location or place executed (City, State): ______

Print Name and Title: ______

Bidder General Information

Bidder’s Legal Name: Contact Name and Title:

Address:

Contact Phone Number:

Contact Email:

C01331C19 page 7 of 7 §00440-A1 Rev 8/15/2018 Responsibility Detail Form SECTION 00500 AGREEMENT

THIS AGREEMENT, by and between King County, and ______, hereinafter called the "Contractor," shall be effective upon the execution of this Agreement by the County. In consideration of the mutual covenants, agreements, terms and conditions contained in this Agreement and in the Contract Documents which are attached hereto and made part of this Agreement for: CONCRETE PAVING MAINTENANCE WORK ORDER CONTRACT 2019-2020, CONTRACT C01331C19 1. The Contractor agrees to complete the work, furnish all tools, materials and equipment necessary on the terms and conditions specified in the Contract Documents. The Contractor further agrees to assume and perform all of the covenants and conditions required of the Contractor pursuant to the Contract Documents, for the not to exceed price of Eight Hundred Fifty Thousand Dollars ($850,000.00), pursuant to the unit prices and mark-ups as stated in the Form of Bid. 2. King County agrees to pay the Contractor for fulfillment of the work and performance of the covenants set forth in the Contract Documents in accordance with the Contractor’s Form of Bid the Contract Documents. 3. Except as expressly provided in the Contract Documents, no liability shall attach to the County by reason of entering into this Agreement. 4. King County agrees to pay the Contractor the applicable Washington State Retail Sales Tax in accordance with the terms and conditions set forth in the Contract Documents. 5. The work performed under this Contract shall not exceed $850,000 and the initial Contract Time shall not exceed 365 calendar days from the date of Contract execution by the County. The County does not guarantee any minimum amount of work or that the dollar amount of the Work Orders issued will total $850,000 during the duration of this Contract. At the County’s sole discretion, this Contract may be extended by change order for one additional year and for an additional amount not to exceed $850,000. In no event shall the Contract Time be greater than two years from the date of Contract execution by the County. At the end of the first year, any remaining dollar balance within the original not to exceed Contract Price will not be carried over to the second year of the Contract. 6. King County’s Project Representative is Mark Lawson. 7. The Contractor’s Representative is ______. 8. The Contractor’s contract purchase agreement in the King County Oracle financial system for submitting and processing Applications for Payment is CPA# ______.

C01331C19 page 1 of 2 §00500 Rev 1/16/2019 Agreement

IN WITNESS WHEREOF, the parties have caused this Agreement to be executed.

KING COUNTY CONTRACTOR

By: By:

Diane Carlson, Director, Capital Division King County Metro Transit Department Print For Dow Constantine, King County Name: Executive Title:

Date: Date:

END OF SECTION

C01331C19 page 2 of 2 §00500 Rev 1/16/2019 Agreement SECTION 00600 ADDENDA

Enclosed in this Section are any addenda issued to the Bidding Documents.

END OF SECTION

C01331C19 page 1 of 1 §00600 Rev (12/06/2018) Addenda SECTION 00700 GENERAL TERMS AND CONDITIONS TABLE OF CONTENTS Article 1: GENERAL PROVISIONS ...... 1 1.0 DEFINITIONS ...... 1 1.1 INTENT AND INTERPRETATION OF THE DOCUMENTS ...... 6 1.2 ORDER OF PRECEDENCE ...... 7 1.3 DETAIL DRAWINGS AND CLARIFYING INSTRUCTIONS ...... 7 Article 2: COUNTY ...... 7 2.0 AUTHORITY ...... 7 2.1 INFORMATION SUPPLIED BY COUNTY ...... 8 2.2 WORK BY COUNTY OR SEPARATE CONTRACTORS ...... 8 Article 3: CONTRACTOR ...... 8 3.0 CONTRACTOR REPRESENTATIONS ...... 8 3.1 GENERAL DUTIES ...... 9 3.2 DUTY TO INSPECT DRAWINGS AND SPECIFICATIONS ...... 9 3.3 COMMUNICATIONS ...... 9 3.4 CONTRACTOR’S SUPERVISION AND EMPLOYEES ...... 10 3.5 CONTRACTOR’S DUTY WHEN COUNTY PERFORMS WORK ON-SITE ...... 10 3.6 MATERIALS AND EQUIPMENT FURNISHED BY COUNTY ...... 11 3.7 SUBCONTRACTORS ...... 11 3.8 SCHEDULE OF WORKING HOURS, OVERTIME, SHIFT AND TIDE WORK ...... 12 3.9 RECORD DOCUMENTS AND RECORD DRAWINGS...... 13 3.10 COST RECORDS ...... 13 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS ...... 14 3.12 MAINTENANCE AND SITE CLEANUP ...... 16 3.13 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES, AND IMPROVEMENTS ...... 16 3.14 PERMITS, LAWS AND REGULATIONS ...... 17 3.15 TAXES ...... 17 3.16 PATENTS AND ROYALTIES ...... 17 3.17 CONTRACTOR’S CERTIFICATION ...... 18 3.18 COUNTY – CONTRACTOR COORDINATION: DEVIATION FROM CONTRACT ...... 19 3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS...... 19 3.20 PROTECTION OF PERSONS ...... 20 3.21 SAFETY PROGRAM ...... 20 3.22 STORAGE OF CONTRACTOR’S PROPERTY ...... 21 3.23 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION ...... 21 3.24 WATER POLLUTION CONTROL REQUIREMENTS ...... 21 3.25 RIGHTS OF WAY ...... 21 3.26 ENVIRONMENTAL MITIGATION PLAN ...... 22 Article 4: ADMINISTRATION OF THE CONTRACT ...... 22 4.0 TIME OF ESSENCE ...... 22 4.1 WORK PROGRESS ...... 23 4.2 SCHEDULE OF VALUES ...... 23 4.3 WORK ORDER SCHEDULE ...... 23 4.4 SUBMITTALS ...... 25 4.5 REQUESTS FOR INFORMATION ...... 25 4.6 TESTS, INSPECTIONS, AND ACCESS TO THE WORK ...... 26 4.7 CORRECTION OF WORK OR DAMAGED PROPERTY ...... 27 4.8 SUBSTITUTION OF PRODUCTS ...... 28 4.9 ACCELERATION ...... 29 Article 5: CHANGES TO THE CONTRACT OR WORK ORDERS ...... 29 5.0 GENERAL ...... 29

C01331C19 page i of ii STDWO §00700 01/30/2015 General Terms and Conditions 5.1 CHANGES ...... 30 5.2 LIMITATION ON CHANGES ...... 32 5.3 CONTRACTOR CLAIMS ...... 32 5.4 BURDEN OF PROOF ON CLAIM ...... 33 5.5 LITIGATION ...... 33 Article 6: TIME AND PRICE ADJUSTMENTS ...... 34 6.0 CHANGE IN THE TIME ...... 34 6.1 CHANGE IN THE WORK ORDER PRICE ...... 35 6.2 METHOD TO CALCULATE CHANGES TO WORK ORDER PRICE ...... 36 Article 7: PAYMENT AND COMPLETION ...... 36 7.0 METHODS OF PAYMENT ...... 36 7.1 APPLICATIONS FOR PAYMENT ...... 36 7.2 PAYMENTS ...... 37 7.3 PAYMENT WITHHELD ...... 37 7.4 SUBSTANTIAL COMPLETION PROCEDURE ...... 38 7.5 FINAL INSPECTION AND FINAL PUNCH LIST PROCEDURE FOR FINAL COMPLETION OF WORK ORDER ...... 38 7.6 FINAL COMPLETION OF WORK ORDER ...... 39 7.7 REQUIREMENTS FOR FINAL PAYMENT FOR WORK ORDER ...... 39 7.8 FINAL ACCEPTANCE OF CONTRACT ...... 40 7.9 WARRANTY AND GUARANTY ...... 40 Article 8: PREPARATION AND AUTHORIZATION OF A WORK ORDER...... 41 8.0 WORK ORDER REQUEST ...... 41 8.1 WORK ORDER BID PROPOSAL...... 41 8.2 COUNTY’S ACCEPTANCE OF CONTRACTOR’S WORK ORDER BID PROPOSAL ...... 42 8.3 EXECUTION OF A UNILATERAL WORK ORDER ...... 42 Article 9: TERMINATION OR SUSPENSION OF THE WORK ...... 42 9.0 COUNTY’S RIGHT TO NOT ISSUE ANY WORK ORDERS ...... 42 9.1 SUSPENSION OF WORK ...... 44 9.2 COUNTY’S RIGHT TO STOP THE WORK FOR CAUSE ...... 45 Article 10: MISCELLANEOUS ...... 45 10.0 CONTRACTOR’S PERFORMANCE AND PAYMENT BOND ...... 45 10.1 INDEMNIFICATION/HOLD HARMLESS ...... 46 10.2 TITLE ...... 46 10.3 RETAINAGE ...... 47 10.4 COMPENSATION, WAGES, BENEFITS AND TAXES ...... 47 10.5 SUCCESSORS AND ASSIGNS ...... 47 10.6 THIRD PARTY AGREEMENTS ...... 47 10.7 NONWAIVER OF BREACH ...... 47 10.8 NOTICE TO THE COUNTY OF LABOR DISPUTES ...... 47 10.9 LIQUIDATED DAMAGES AGAINST CONTRACTOR...... 48 10.10 HEADINGS ...... 48 10.11 CHOICE OF LAW ...... 48 10.12 SEVERABILITY ...... 48

C01331C19 page ii of ii STDWO §00700 01/30/2015 General Terms and Conditions

ARTICLE 1: GENERAL PROVISIONS 1.0 DEFINITIONS A. “Application for Payment” means a written request submitted by Contractor to the County, for payment of Work completed in accordance with the Contract and approved Work Order.” B. “Change Order” means a written instrument designated to be a Change Order issued by the County which alters the terms of an individual Work Order. Such Change Order(s) may encompass: (1) a change to the Work Order Time (2) a change to Work Order Price and/or (3) a change to the scope of the Work Order. C. “Change Proposal” means a document prepared by the Contractor at the request of the County, which proposes (1) a change to the Work (2) a change to the Work Order Price and/or (3) a change to the Work Order Time, of an individual Work Order. The County initiates all requests for Change Proposals. D. “Claim” means Contractor’s written demand for resolving disputes with the County regarding (1) the terms of the Contract (2) an individual Work Order and/or (3) other relief arising under or relating to this Contract. E. The “Contract” or “Work Order Contract” means the entire integrated master agreement between the Contractor and the County in which the Contractor agrees to perform services for the County through the execution of individual Work Order(s). F. “Contract Documents” constitute the entire integrated agreement between King County and the Contractor for the performance of the Work. The Contract Documents include the following: 1. The signed King County Agreement between County and Contractor (the “Agreement, Section 00500”); 2. Modifications to the Agreement, Section 00500; 3. Work Order, including all attachments and Work Order Project Documents; 4. The Form of Bid and Addenda; 5. Affidavits, Certifications and Bonds as specified in the Contract; 6. The General Terms and Conditions; 7. The Special and/or Supplemental Terms and Conditions; 8. The Drawings and Detail Drawings; 9. The Technical Specifications, Divisions 1 through 49; 10. Any Change Order(s) to a Work Order; and, 11. Invitation to Bid Documents, which includes all sections in Division 0, if not previously listed, including the Contractors completed Responsibility Detail Form and Responsibility Attestation Form. G. “Contract Execution” occurs when the County Executive or its designee signs the Contract, which shall occur after the Contractor signs the Contract. Contract Execution will be performed through an electronic signature process.

C01331C19 page 1 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

H. “Contract Modification” or “Contract Adjustment” means a written instrument executed between the County and Contractor modifying Contract Time. No modifications to the Contract Price or to the scope of the Contract are allowed unless specifically provided for under the Contract. I. “Contract Price” means the total Not to Exceed amount payable by the County to the Contractor for performance of all Work in accordance with the Contract. J. “Contract Time” means the total time allowed the Contractor to perform all Work under this Contract. The Contract Time shall end 365 calendar days after the date of Contract Execution by the County; provided however, at the County’s sole discretion, this Contract may be extended for one additional year or until the Not to Exceed Contract Price is reached, whichever occurs first. If the County elects to extend the Contract Time, the County shall issue a Contract Modification to the Contract. In no event shall the Contract Time be greater than two years from the date of Contract Execution by the County. K. “Contract Work” or “Work” refers to the labor, materials, equipment, supplies, services, and other items necessary for the execution, completion and fulfillment of the Contract and each individual Work Order by the Contractor to the satisfaction of King County. L. “Contractor” means the individual or business entity contracting with King County to perform and complete all Work under the Contract. M. “Contractor’s Contract Representative” means the Contractor’s designated representative for the Contract with the authority to enter into and administer the Contract in accordance with the Contract Documents and make related determinations and findings. N. “County Project Representative” means the King County designated representative for the Contract with the authority to enter into, administer, or terminate the Contract in accordance with the Contract Documents and make related determinations and findings. O. “Critical Path” is the longest, continuous sequence of interrelated activities that begins at the start of the Work Order project (Notice to Proceed) and extends to Substantial Completion of the Work Order. A delay to the Critical Path will delay Project completion. P. “Day” means calendar day, unless otherwise specified. Q. “Differing Site Conditions” See provision 5.1 Changes. R. “Field Directive” is a document prepared by the County directing the Contractor to perform or not perform specific work at the Work Order site and shall not, in and of itself, constitute Contractor’s entitlement to a Change Order to an existing Work Order. S. “Final Acceptance” is the written acceptance issued to the Contractor by the County after the Contractor has completed all requirements of the Contract. T. “Final Completion of a Work Order” means the written acceptance by the County that the Contractor has fully completed an individual Work Order in accordance with the requirements set forth in the Work Order and the Contract Documents. U. “Force Majeure” means a delay which impacts the timely performance of Work which neither the Contractor nor the County are liable for because such delay or

C01331C19 page 2 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

failure to perform was unforeseeable and beyond the control of the party. Acts of Force Majeure include, but are not limited to: 1. Natural Disaster declared by Governor of Washington or President of the United States, including but not limited to earthquakes; 2. Acts or omissions of any government entity; 3. Fire or act(s) of the public enemy, or other casualty(s) for which a party is not responsible; 4. Quarantine or epidemic; 5. Strike or defensive lockout; and, 6. Unusually Severe Weather Conditions. V. .“Hazardous Material” means any pollutant, contaminant, toxic or hazardous waste, dangerous substance, potentially dangerous substance, noxious substance, toxic substance, flammable, explosive, radioactive material, urea formaldehyde foam insulation, asbestos, PCBs, or any other substances the removal of which is required, or the manufacture, preparation, production, generation, use, maintenance, treatment, storage, transfer, handling, or shipment of which is restricted, prohibited, regulated, or penalized by any and all federal, state, county, or municipal statutes or laws now or at any time hereafter in effect, including, but not limited to, the Comprehensive Environmental Response, Compensation, and Liability Act (42 U. S. C. §§ 9601, et seq.), the Hazardous Materials Transportation Act (49 U. S. C. §§ 1801, et seq.), the Resource Conservation and Recovery Act (42 U. S. C. §§ 6901, et seq.), the Federal Water Pollution Control Act (33 U. S. C. §§ 1251, et seq.) the Clean Air Act (42 U. S. C. §§ 7401, et seq.), the Toxic Substances Control Act, as amended (15 U. S. C. §§ 2601, et seq.), and the Occupational Safety and Health Act (29 U. S. C. §§ 651, et seq., Model Toxics Control Act (RCW 70.105), or similar state or local statute or code), as the laws have been amended and supplemented. W. “King County” or “County” or “Owner” may be used interchangeably and refers to King County, a municipal corporation and a home rule charter county of the State of Washington. The term “County” shall also include any individuals designated to perform technical and/or administrative functions pursuant to provision 2.0, Authority. All communications with the County shall be through such individual(s). X. “Notice” means a written document initiated by the authorized representative of either party to this Contract given by: 1. Depositing in the U. S. Mail (or approved commercial express mail) prepaid to the address of the appropriate authorized representative of the County or the Contractor, which shall be effective on the date of receipt; 2. Service on the parties’ authorized representative or at the Contractor’s home office or field office, which shall be effective on the date of service; or, 3. Email to the parties’ authorized representative or Contractor’s home office or field office, which shall be effective upon receipt. Y. “Notice To Proceed” is a written directive issued by the County authorizing the Contractor to start performance of the Work under an individual Work Order. Z. “Party” or “Parties” refers to the Contractor and/or King County.

C01331C19 page 3 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

AA. “Overhead” refers to charges that may be incurred or allocated in support of the Contract but are not part of the cost of directly performing the physical Contract construction activity. Such Overhead includes, but is not limited to the Contract “site” or “field” overhead costs and the home office (general and administrative) overhead costs. 1. On-Site or Field Office Overhead: On-Site or Field Office Overhead costs are typically those costs that include, but are not limited to supervision (to specifically include all general foremen and their supervisors), planners, schedulers, engineers, managers, etc. and the direct payroll costs of their project-related service; clerical salaries and their direct payroll costs and the costs of all vehicles, travel, meal and lodging costs associated with those personnel; On-Site or Field Office and utility expense; expenses associated with all regulatory compliance; mobilization and demobilization of work force on-site; crew transportation to and from site; hand and other small tools (any tool with a wholesale value of less than $500) provided by the Contractor for the use of its forces; all expendable supplies; the cost of all safety gear reasonably necessary for the protection of the worker on site; and all other items incidental to or integral in supporting the physical completion of the Work. 2. Home Office Overhead: Home Office Overhead costs are typically those that include all general office expenses not on site. Such costs include, but are not limited to those associated with officer and office salaries and related payroll taxes and benefits, costs of office occupancy and maintenance, all supporting services (such as utilities, office machines computers, and related items and support) related to the home office function, business taxes and licenses, and all such other costs necessary to operate the business entity. 3. In addition to the above, whether treated as On-Site or Field Office Overhead or as Home Office Overhead, insurance(s), and taxes associated with this Contract are to be considered as Overhead. All items as those identified above are to be treated as Overhead for this purpose regardless of how the Contractor chooses to account for them in its books of account. 4. Under no circumstances shall the County pay the Contractor for direct or allocated costs or charges for officer bonus and profit sharing, project personnel bonuses, charitable contributions, income taxes, or any costs relating to illegal activity. BB. “Project” refers to all activity relative to the performance of Work under an individual Work Order including activity of the Contractor, its Subcontractors, the County and the County’s Representatives. CC. “Project Documents” means the documents associated with a specific Work Order and includes the scope of work, dollar amounts, schedule, drawings, specifications, and all associated Change Orders thereof. Project Documents are a part of the Contract Documents.

C01331C19 page 4 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

DD. “Project Manager” or “Work Order Project Manager” means the King County designated representative for each Work Order with the authority to negotiate and/or administer the Work Order in accordance with the Work Order and the Contract Documents. The Project Manager or Work Order Project Manager shall have no authority to execute a Work Order or a Change Order to a Work Order. EE. “Request for Change Order” means a document designated as a Request for Change Order to an existing Work Order, prepared by the Contractor, requesting an adjustment to a Work Order Scope, Work Order Time, and/or Work Order Price. FF. “Request for Information” is a request from the Contractor to the County seeking an interpretation or a clarification of some requirement of the Contract Documents. GG. “Site” or “Project Site” or “Work Order Site” shall be understood to refer to the location at which construction, equipment or services furnished by the Contractor under a Work Order will be performed, completed and/or delivered. HH. “Specifications” means that portion of the Project Documents consisting of the written requirements for materials, equipment, construction systems, standards and workmanship for the Work and performance of related services for a Work Order. II. “Subcontractor” shall mean an individual, firm, partnership, or corporation having a contract, purchase order, or agreement with the Contractor, or with any Subcontractor of any tier for the performance of a Work Order. When the County refers to Subcontractor(s) in this document, for purposes of this document and unless otherwise stated herein, the terms Subcontractor(s) includes, at every level and/or tier, all subcontractors and materialmen. JJ. “Substantial Completion” means the stage in the progress of the Work when construction is sufficiently complete in accordance with the Contract Documents and Work Order requirements, so the County has full and unrestricted use and benefit of the facilities and structures for the purposes and functions intended by the Work Order Project. KK. “Supplier” means an individual or business entity having a contract with the Contractor, or with any Subcontractor, of any tier, to supply materials to be incorporated into the Project. LL. “Work Order” means the document that memorializes agreement between the Contractor and the County, in accordance with the terms of the Contract Documents, by which the Contractor shall supply the labor, materials, equipment, supplies, and services necessary for the execution and completion of individual Work Order(s). MM. “Work Order Price” means the total dollar amount to be paid for a Work Order in accordance with the terms and conditions of the Contract Documents, including but not limited to Section 00300, Form of Bid and Section 01 29 00, Measurement and Payment. Pricing under a Work Order can only be based upon (1) a lump sum (2) time and materials with a “not to exceed” total work order price (3) unit pricing with a “not to exceed” total work order price. Simple “time and materials” work order pricing without a not to exceed total work order price is not allowed under this Contract.

C01331C19 page 5 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

NN. “Work Order Time” means the duration stated in the Work Order to achieve Substantial Completion and/or Final Completion of Work. Work Order Time can be identified by usage of a specific date certain or identified number of days from Notice to Proceed. 1.1 INTENT AND INTERPRETATION OF THE DOCUMENTS A. The Contract Documents constitute the entire and integrated agreement between the parties hereto and supersede all prior negotiations, representations, or agreements, either written or oral. B. The Contract Documents shall not be construed to create a contractual relationship between any parties other than the County and the Contractor. No contract between the County and a third party shall be construed to create any duty on the part of the County or such third party to the Contractor. The Contractor is not an intended or incidental beneficiary of any promises made in the County’s contract with a third party, if any. C. The Contract Documents are intended to be complementary. What is required by one part of the Contract shall be as binding as if required by all. Should any conflict or inconsistency be found in the Contract Documents, the County shall resolve any such conflict or inconsistency in accordance with provision 1.2, Order of Precedence. D. Where the words “similar” or “typical” (or their equivalents) are used in the Contract, they shall mean nearly corresponding, having a likeness. Such words shall not be construed to mean that all parts of the Work referred to are identical or substantially identical, or that such elements of the Work are connected identically or substantially identically to the rest of the Work. The Contractor has the responsibility to determine all details of the Work in relation to their location and connection to other parts of the Work. Words importing the singular number may also be applied to the plural of persons and things; words importing the plural may be applied to the singular; and words importing the male gender may be extended to females also. E. The organization of the specifications into divisions, provisions and articles and the organization of the Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. Contractor is responsible for establishing the manner, means, methods, and mode of performance of the Contract Work. F. The Contractor shall provide, coordinate and supervise all labor, services, materials, tools, equipment, transportation, supplies and incidentals required to complete all Work in compliance with the requirements of each Work Order. The Contract Price shall not exceed the amount set forth elsewhere in the Contract Documents. Each Work Order will address the scope of work and completion milestones, and shall be performed as directed by the Work Order Project Manager pursuant to the Project Documents, Technical Specifications herein or the Specification(s) and/or Drawings issued with each Work Order. King County does not guarantee any minimum amount of work or that the value of the Work Orders issued will total the Not To Exceed Contract Price. G. All references to Articles or provisions followed by a number and title is text to be found in this Section 00700.

C01331C19 page 6 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

1.2 ORDER OF PRECEDENCE A. Any conflict or inconsistency between the terms or conditions of the Contract Documents shall be resolved by the following descending order of precedence (with 1 taking precedence over 2, 3, 4, 5, 6 and 7; 2 taking precedence over 3, 4, 5, 6 and 7; and so forth): 1. Modifications to Agreement, Section 00500; 2. Agreement, Section 00500; 3. Change Order(s) to a Work Order; 4. Work Order(s), includes Project Documents, Technical Specifications, Drawing Details and Drawings issued with Work Order(s); 5. Form of Bid, Section 00300; 6. Technical Specifications, Divisions 1 through 49 included as part of the original solicitation ; 7. Drawings and Drawing Details, included as part of the original solicitation; 8. Special or Supplemental Terms and Conditions, Section 00800; 9. General Terms and Conditions, Section 00700; 10. Certificates/Bonds/Affidavits; and, 11. Invitation to Bid Documents, Section 00020, including all sections in Division 0 not specifically referenced above, including the Contractor’s completed Responsibility Detail Form and Responsibility Attestation Form. 1.3 DETAIL DRAWINGS AND CLARIFYING INSTRUCTIONS A. Where on any drawing, a portion of the Work is drawn out and the remainder is indicated in outline, the drawn out parts shall apply also to other similar portions of the Work. Where ornament or other detail is indicated by starting only, such detail shall be continued throughout the courses or parts in which it occurs and shall apply to all other similar parts of the Work, unless otherwise indicated. Additionally, with regard to drawings the following shall apply: 1. Written dimensions shall be followed; drawings may not be to scale. 2. Figure dimensions on drawings shall govern over scale dimensions; and detail drawings shall govern over general drawings.

ARTICLE 2: COUNTY 2.0 AUTHORITY A. The County’s Project Representative is the Contractor’s point of contact for the Contract. This individual is the County’s designated representative for the Contract with the authority to enter into, administer, or terminate the Contract in accordance with the Contract Documents, and make related determinations and findings. B. The County’s Project Representative may designate a Work Order Project Manager as the Contractor’s point of contact for individual Work Order(s) . If appointed, the Work Order Project Manager and its delineated authority shall be identified prior to or concurrent with the County’s initiation of an individual Work Order. The County shall provide written notice to the Contractor of the designated Work Order Project Manager prior to initiation of a Work Order.

C01331C19 page 7 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

C. The Work Order Project Manager is the County’s designated representative for each Work Order with the authority to negotiate and/or administer the Work Order in accordance with the Work Order and the Contract Documents. The Work Order Project Manager shall have no authority to execute a Work Order or a Change Order to a Work Order. D. The County’s Project Representative or Work Order Project Manager may designate Technical Representatives to perform functions under a Work Order, such as review and/or inspection and acceptance of supplies, services, or Work. The Project Representative or Work Order Project Manager may add to or modify in writing these designations from time to time. The designation notification will set forth the authorities and limitations of the Technical Representatives under the Work Order. The Project Representative or Work Order Project Manager cannot grant a Technical Representative greater authority than the authority of the Project Representative or Work Order Project Manager. 2.1 INFORMATION SUPPLIED BY COUNTY A. Unless otherwise specifically provided in the Contract, surveys and site information provided by the County are intended to describe the general physical characteristics of the Site(s) for the information of all bidders. The County does not represent that this information is complete or sufficient for the Contractor’s performance of the Work. The Contractor shall lay out its Work from baselines and benchmarks indicated in the Contract and shall be responsible for the accuracy of all field measurements used in the lay out. B. All drawings, models, and specifications furnished by the County are solely for use on this Contract and are not to be used by the Contractor on any other work. The Contractor may retain one copy of the Contract Documents including the drawings, specifications and Work Orders. 2.2 WORK BY COUNTY OR SEPARATE CONTRACTORS A. The County reserves the right to perform work not included in the Contract or to let other contracts in connection with the Work Order Project.

ARTICLE 3: CONTRACTOR 3.0 CONTRACTOR REPRESENTATIONS A. The Contractor makes the following representations to the County: 1. Before execution of a specific Work Order, the Contractor has: (1) carefully reviewed the Contract Documents and Project Documents for the Work Order (2) become familiar with the general and local conditions in which the Work is to be performed, and satisfied itself as to the nature, location, character, quality and quantity of the Work, the labor, materials, equipment, goods, supplies, services and other items to be furnished, as well as other matters that may be encountered at the Site or affect performance of the Work or the cost or difficulty thereof (3) become familiar with and satisfied itself as to the conditions bearing upon transportation, disposal, handling, and storage of materials (4) become familiar with and satisfied itself as to the availability of labor, water, electric power, and roads; and the uncertainties of traffic, weather, river stages, tides, or similar physical conditions at the Site. Any failure of the Contractor to take the action described in this provision or elsewhere in the Contract Documents will not relieve the Contractor from responsibility for estimating

C01331C19 page 8 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the County; 2. The prices and mark-ups set forth in the Form of Bid, Section 00300, are reasonable compensation for the Work, and the general conditions (including but not limited to weather, site, soil) known or reasonably anticipated for the Site; 3. The Contractor is financially solvent, able to pay its debts as they mature, and possesses sufficient working capital to complete the Work and perform the Contractor’s obligations required by the Contract; and 4. The Contractor is able to furnish plant, tools, material, supplies, equipment, and labor required to complete the Work and perform the obligations required by the Contract and has sufficient experience and competence to do so. 3.1 GENERAL DUTIES A. The Contractor shall give sufficient supervision to the Work, using its best skill and attention. The Contractor is hereby given notice that the County will be relying on the accuracy, competence and completeness of the Contractor’s work. The Contractor shall supervise and be solely responsible for the proper performance of the Work in accordance with the Contract, including the construction means, methods, techniques, sequences, procedures, and for coordination of all portions of the Work. Unless specified elsewhere in the Contract, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction machinery, utilities, transportation, and other facilities and services (including federal and state tax, industrial insurance, social security liability and all other applicable taxes) necessary for the proper execution and completion of the Work. The Contractor shall also provide sufficient staffing and supervision to process Work Orders, Requests for Information, Request for Change Orders, Request for Change Proposals, Work Orders, Submittals, Change Orders, and to perform all other requirements of the Contract and all Work under individual Work Orders. The Contractor shall also keep a copy of the Contract Documents on the Site. 3.2 DUTY TO INSPECT DRAWINGS AND SPECIFICATIONS A. Prior to the execution of a specific Work Order, the Contractor shall carefully study and compare all Contract drawings and specifications, and check the conditions, dimensions, and instructions as stated therein. The Contractor shall immediately notify the County of any errors, inconsistency, or omission which a reasonable contractor would know or through the exercise of reasonable diligence should have discovered under the same and similar circumstances. The Contractor’s failure to timely discover and immediately report such errors, inconsistency, or omissions to the County shall preclude the Contractor’s recovery of costs and time resulting from the Contractor failure to timely discover and/or immediately notify the County of such errors, inconsistency, or omissions. 3.3 COMMUNICATIONS A. To facilitate the orderly processing of Project information, all communications between the County and any Subcontractor(s) shall be made through the Contractor. Communication with the Contractor shall be through the Contractor’s designated Contract Representative or Contractor’s supervisory personnel for the

C01331C19 page 9 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

identified Work Order, who shall have full authority to obligate the Contractor and its resources. 3.4 CONTRACTOR’S SUPERVISION AND EMPLOYEES A. The Contractor shall provide qualified full-time supervisory personnel necessary to directly supervise the Work and administer the Contract. The Contractor’s supervisory personnel shall have qualifications and experience satisfactory to the County and in conformity with any special qualifications set forth in the Contract. The Contractor shall, at the County’s request, provide sufficient documentation of the qualification and experience of all supervisory personnel. The County shall have the right to order the Contractor to replace any supervisory personnel that (1) do not have appropriate qualifications and experience (2) do not uphold the requirements of the Contract or (3) demonstrates unprofessional behavior. Each supervisor shall have full authority to obligate and act for the Contractor and to receive directions and notices for the Contractor. B. The supervisory personnel shall not be changed without prior written notice and written approval by the County. C. The Contractor shall at all times enforce good order among its employees and shall only employ persons skilled in the Work assigned to it. The County shall have the right to require the Contractor to remove Contractor’s employees from the Site that do not have the appropriate qualifications and experience to meet or uphold the requirements of the Contract, or who demonstrate unprofessional behavior. Failure by the County to require removal of any Contractor personnel shall not be deemed an admission that any such personnel are satisfactory, nor shall such failure relieve the Contractor from any contractual responsibility. D. During performance of the Work the Contractor shall have supervisory personnel at the Site and available to manage and administer the Contract and the individual Work Order(s). The County shall not be responsible for the acts or omissions of the supervisory personnel or their assistants. 3.5 CONTRACTOR’S DUTY WHEN COUNTY PERFORMS WORK ON-SITE A. The Contractor shall, without adjustment to the Contract, especially Work Order Time or Work Order Price, afford the County and other contractors reasonable opportunity for the use and storage of County or other contractors’ materials and the execution of work at the Site. The Contractor shall coordinate its Work with theirs, and, at the County’s request, participate in meetings for the purpose of coordinating the Contractor’s construction schedule with those of other contractors. The Contractor shall not cut, excavate, alter, impair, or otherwise engage in work activity that inhibits the work of any other contractors without the prior written consent of the County. B. If any part of the Contractor’s Work depends, for proper execution or results, upon the prior work of the County or any other contractor, the Contractor shall, before performing the affected Work, inspect and give prompt notice of any apparent discrepancies or defects in the prior work that renders it unsuitable for the reception of Contractor’s Work. Contractor’s failure to so inspect and to give such prompt notice shall constitute an acceptance of the prior work as fit for the reception of its Work, except as to defects not then reasonably discoverable.

C01331C19 page 10 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

3.6 MATERIALS AND EQUIPMENT FURNISHED BY COUNTY A. If the Contract requires that the Contractor install materials and equipment provided by the County, in the absence of a reasonably apparent defect, such materials and equipment shall be considered acceptable for the purpose intended. If the Contractor discovers defects in the County-furnished material or equipment the Contractor shall immediately notify the County in writing. After such discovery, the Contractor shall not proceed with Work involving such County materials and equipment unless otherwise authorized in writing by the County. Contractor’s failure to provide immediate written notice of any defects in material or equipment shall constitute acceptance of such materials and equipment as fit for incorporation into the Work. Contractor shall be responsible for any damages or delays resulting from Contractor’s failure to provide timely written notice or Contractor’s improper incorporation of such defective materials or equipment into the Work. B. Unless otherwise specifically provided in the Contract Documents, materials and equipment furnished by County, which are not of local origin, are considered to be “FOB” at the point of delivery which may be a railroad, truck or port terminal nearest to the Site. The County shall inspect the equipment at the point of delivery and notify the Contractor that the County-furnished material and equipment is available for immediate receipt, possession, and inspection, at the point of delivery. Upon such notice, the Contractor shall inspect such County-furnished material and equipment at point of delivery and, if required, provide prompt written rejection for the incorporation of said material and equipment into the Work. The Contractor shall specifically identify the causes for its rejection. Failure to provide such written rejection shall result in a presumption that the Contractor accepts and takes receipt of the County-furnished material and equipment. After receipt by the Contractor at the point of delivery, all risk of loss and damage to such materials and equipment shall be borne by the Contractor. The Contractor shall promptly unload, transport, store and/or protect such material and equipment from damage. 3.7 SUBCONTRACTORS A. This Contract is between King County and the Contractor. 1. The Contractor will be responsible for the performance of all Work as required by the Contract. The Contract has not been written with the intent of and King County shall not be a party to defining the division of work between the Contractor and its Subcontractors. B. Selection of Subcontractors. 1. No Work shall be subcontracted without written consent of the County. Written consent may be demonstrated by execution of a Work Order or through other written communication. 2. Written consent shall not be required for Subcontractors identified by the Contractor as part of its bid to perform the Work under this Contract. If requested by the County, the Contractor shall provide documentation that the proposed Subcontractor is experienced and equipped to do the subcontract Work. The Subcontractor shall be properly licensed, registered or certified, as applicable, to perform the assigned Work. The Contractor shall require each Subcontractor to comply with all provisions of this Contract. Consent to subcontract any portion of the Work shall not relieve the Contractor of any responsibility for performance of the Contract and all associated Work Orders. The Contractor shall be responsible for all Work and material furnished, and no

C01331C19 page 11 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. C. Removal of Subcontractors. 1. If dissatisfied with any part of the subcontracted Work or a Subcontractor’s performance of the Work, the County may request in writing that the Subcontractor be removed. The Contractor shall comply with this request at once, and shall not employ the Subcontractor for any further work under the Contract. D. Substitution of Subcontractor. 1. Contractor shall not substitute any Subcontractor without prior written notice and written approval by the County. E. Relationship of Subcontractors. 1. The Contractor’s subcontracting shall create no contract between King County and the Subcontractor. Subcontractors are not intended or incidental third party beneficiaries to the Contract. The Subcontractor shall have no rights against King County by reason of its subcontract with the Contractor. F. Responsibility for Work of Subcontractors. 1. The Contractor shall be responsible for the acts and omissions of Subcontractors and their employees, whether or not the Subcontractors are accepted by the County. The Contractor shall also be responsible for the suitability of any materials, components, equipment or supplies furnished by a Subcontractor irrespective of whether such were designated or approved by the County. G. Subcontractor Responsibility. 1. All subcontractors and suppliers selected by the Contractor shall be properly licensed, registered, or certified as required by the laws of Washington and qualified to perform the assigned work in accordance with RCW 39.06.020 and RCW 18.27, as respectively amended. If requested by the County, the Contractor shall provide documentation verifying the qualifications of its subcontractors and suppliers. 2. Prior to commencing any Work under a Work Order, the Contractor shall be required to provide to the County Statements of Intent to Pay Prevailing Wages from all Subcontractors who will be performing Work on a Work Order as required by Washington State Department of Labor and Industries. 3.8 SCHEDULE OF WORKING HOURS, OVERTIME, SHIFT AND TIDE WORK A. As specified in the Contract, the Contractor shall submit a schedule of working hours, including overtime, shift, and tide work, to the County for acceptance. This schedule shall comply with RCW 49.28 and all other Contract and Work Order requirements. B. The schedule of working hours accepted by the County shall be the only schedule used by the Contractor during performance of Work in the Contract, unless amended to maintain Work progress.

C01331C19 page 12 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

C. Any Work performed after regular working hours, or on Sundays or legal holidays, shall be performed without additional expense to the County, except as otherwise provided in the Contract Documents. 3.9 RECORD DOCUMENTS AND RECORD DRAWINGS A. If required by the County’s Project Representative or Work Order Project Manager for a specific Work Order, the Contractor shall further keep at the Site an accurate, readable, and orderly record set of drawings and specifications, updated as the job progresses to show all approved changes, options, alternates, and all actual deviations from the original Contract Documents and/or Work Order. This set of drawings and specifications shall be considered the Record Drawings and Record Documents for the Work Order. B. The Record Documents and Record Drawings shall be maintained in hard copy and, at the County’s option, in a computer format meeting the County’s requirements. C. Unless otherwise required by the County, in addition to all approved changes, options, alternates, and all actual deviations from the original Work Order documentation, the Record Documents and Record Drawings shall be marked as follows: 1. Record all materials where options, alternates and/or Change Orders, were indicated, specified and/or authorized. 2. Record accurate measurements referenced to two permanent structures shall be recorded to show the exact location and changes in direction of all underground services and utilities, as well as their approximate depth below finished grade. 3. Update the Record Documents and Record Drawings with information about each item of capital equipment or other fixed asset installed, including type of equipment, make, model, serial number, and acquisition cost. 4. Update the Record Documents and Record Drawings identifying each item of capital equipment or other fixed asset removed from the Project, including the type of equipment or fixed asset, make, model, serial number and description of the location from which it was removed. 5. The Record Documents and Record Drawings shall be kept up-to-date and be available for review by the County at all times, including but not limited to at each job progress meeting. Failure to have the record set up-to-date shall be sufficient reason for the County to withhold payment in accordance with provision 7.3, Payments Withheld, until all such information is recorded. D. Record Documents and Record Drawings may be used to assist the County to verify the appropriate progress payment. 3.10 COST RECORDS A. The Contractor and Subcontractors shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record at the time incurred all costs (1) directly associated with each Work Order and (2) directly or indirectly resulting from any event, occurrence, or condition for which the Contractor seeks a Change Order to a Work Order, including any adjustment to Work Order Price or Work Order Time. Any costs claimed to result from any such event or condition, including, but not limited to, delay and impact costs, acceleration costs, loss of productivity or efficiency, and increased or extended overhead, shall be

C01331C19 page 13 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

recorded at the time incurred and be fairly and reasonably allocated to each such event or condition and to other causes of such costs. The County shall be provided with a detailed description of all such costs and the basis of allocation. At the County’s request the Contractor and Subcontractors shall provide summary of all costs for a Work Order and shall make all underlying cost records and monthly summary of costs available for review, inspection, and copying by the County upon request. B. In addition to the requirements set forth in Article 5, Changes to the Contract or Work Orders and Article 6, Time and Price Adjustments, the Contractor shall only be entitled to extra compensation for an event or condition only to the extent that the Work Order Project cost records are kept in full compliance with all Contract requirements, including the requirement to segregate costs at the time incurred in accordance with this Article, and if and to the extent the cost allocations support entitlement to such compensation. 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS A. All Contractor’s documents and records relating to the Contract, shall be open to inspection, audit, and/or copying by the County or its designee during the Contract Time and for a period of not less than six years after the date of Final Acceptance of the Contract (“Preservation Period”). The Contractor shall also guarantee that all Subcontractor documents shall be retained and open to similar inspection, audit and/or copying during the Contract Time and also the Preservation Period. Inspection, audit, and/or copying of all documents described herein, may be performed by the County or its designee at any time with not less than 5 days’ notice. The Contractor and Subcontractors shall provide adequate facilities, acceptable to the County, for inspection, auditing, and/or copying during the normal business hours. The Contractor and Subcontractors shall use its best efforts to cooperate with the inspection, auditing, and/or copying. If an audit or inspection is to be commenced more than 60 days after the Final Acceptance date of the Contract, the Contractor will be given 20 days’ notice of the time when the audit or inspection is to begin. If any litigation, Claim, or audit arising out of, in connection with, or related to this Contract is initiated, all documents shall be retained until such litigation, Claim, or audit involving the records is completed or for the Preservation Period, whichever occurs later. If the Contractor is formally dissolved, assigns or otherwise divests itself of its legal capacity under this Contract during the Preservation Period, then it shall immediately notify the County and preserve such records, at its expense, as directed by the County. B. The Contractor and Subcontractors shall be subject to audit at any time with respect to this Contract. Failure of the Contractor or Subcontractors to maintain and retain sufficient records in full compliance with all Contract and Work Order requirements to allow the County to verify all costs or damages or failure to permit the County access to the books and records of the Contractor and Subcontractors shall constitute a waiver of the Contractor’s right or Subcontractors’ rights, to Claim or be compensated for any additional time or money under this Contract. C. At a minimum, the following documents shall be available for inspection, audits, and/or copying: 1. Daily time sheets and all daily and inspection reports; 2. Collective Bargaining Agreements;

C01331C19 page 14 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

3. Insurance, welfare, and benefits records; 4. Payroll registers and ledgers; 5. Earnings and Income records; 6. All tax forms, including Payroll taxes; 7. Material invoices and requisitions; 8. Material cost distribution worksheet; 9. Equipment records (list of Contractor’s and Subcontractor’s equipment, rates, etc.); 10. Contracts, purchase orders and agreements between the Contractor and each Subcontractors; 11. Subcontractors’ payment certificates; 12. Correspondence between Contractor and Subcontractors; 13. All meeting notes by and between Contractor, Subcontractors, and any third parties related to the Project; 14. Canceled checks (payroll and vendors); 15. Job cost reports, including monthly totals; 16. Certified payrolls; 17. Cash disbursements journal; 18. Escrow bid documents (if applicable); 19. Financial statements for all years during the Contract Time. In addition, the County may require, if it deems appropriate, additional financial statements for 3 years preceding execution of the Contract and 6 years following Final Acceptance of the Contract; 20. Depreciation records on all Contractor’s and Subcontractor’s equipment whether these records are maintained by the Contractor and Subcontractors involved, its accountant, or others; 21. If a source other than depreciation records is used to develop costs for the Contractor’s internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents; 22. All documents which relate to each and every Claim together with all documents which support the amount of damages as to each Claim; 23. Worksheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, Subcontractors, all documents which establish time periods, individuals involved, the hours for the individuals, and the rates for the individuals; 24. Worksheets, software, and all other documents used by the Contractor to prepare its bid and schedule(s); 25. All schedule documents, including electronic versions, planned resource codes, or schedules and summaries, including but not limited to those that support the

C01331C19 page 15 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Contractor’s Request for Change in the Work Order Time or Work Order Price in each Request for Change Order with specificity; 26. All submittals; and, 27. All other documents related to the Project, Claims, or Change Orders. D. The Contractor shall mark any documentation it considers proprietary or confidential accordingly. Such information will be treated as such by King County; however, the County cannot insure that this information would not be subject to release pursuant to a public disclosure request. In the event the County receives a request for such information, the County will immediately advise the Contractor and will not release requested information for a period of not less than 10 days in order to give the Contractor an opportunity to obtain a court order prohibiting the release of the information in response to the public disclosure request. 3.12 MAINTENANCE AND SITE CLEANUP A. The Contractor shall at all times keep the Site, access points, and public rights-of- way free from accumulation of dirt, mud, waste materials or rubbish caused by the Contractor or Subcontractors. At the completion of the Contract Work, the Contractor shall remove and lawfully dispose of all its dirt, mud, waste materials, rubbish, tools, scaffolding and surplus or partly used materials from the Site and shall leave the Site broom clean unless some stricter standard is specified in the Contract. B. The Contractor shall obey all applicable laws and regulations relating to the storage, use, and disposal of Hazardous Materials. The Contractor shall promptly notify the County of all Contractor or Subcontractor caused spills or releases of Hazardous Materials, and pay the cost to promptly clean up all such spills or releases and any associated fines or penalties. The Contractor shall maintain documentation of the cleanup and disposal all Contractor or Subcontractor caused spills or releases of Hazardous Materials. C. In case of a dispute over clean up, the County may, after written notice to the Contractor, sweep surfaces or remove the dirt, mud, waste materials, rubbish, or Hazardous Materials and charge all reasonable costs of such work to the Contractor. The County may charge the Contractor or deduct such costs from payments otherwise due the Contractor pending a resolution of the dispute or exercise its rights under the Performance or Payment Bond. 3.13 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES, AND IMPROVEMENTS A. Contractor shall protect from damage all existing structures, equipment, improvements, utilities, trees, and vegetation not shown in the Contract Documents to be removed or modified at or near the Site. Contractor shall repair, at no cost to the County, any such damage resulting from failure to comply with the requirements of the Contract or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly, County may have the necessary work performed and deduct or charge the cost to Contractor or exercises its rights under the Performance or Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with protection and repairing the damages.

C01331C19 page 16 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

3.14 PERMITS, LAWS AND REGULATIONS A. Except those permits, easements, and variances specified in the Contract as having been previously obtained by the County, all permits and licenses including, but not limited to, easements and variances necessary for the execution of the Work shall be secured and paid for by the Contractor. The Contractor shall identify and apply for such permits and licenses at the earliest possible time so as to avoid any delay to the Work arising from the permitting and/or licensing process. No actions taken by the County to aid the Contractor in securing any permit or license shall relieve the Contractor of any obligations to secure any such permit or license. B. The Contractor shall also maintain all stamped permit sets of documents at the Site during construction, in good condition and as required by local ordinances. C. The Contractor shall perform all work hereunder in full compliance with local, state and federal laws, ordinances, resolutions and regulations, and with permit, license, easement, and variance conditions pertaining to the conduct of the Work. The Contractor shall defend, indemnify, and hold the County harmless from any assessment of fines, penalties, or damages arising from violations of the same by the Contractor or Subcontractors. The Contractor shall pay and provide proof of payment for any assessments of fines, penalties or damages. The Contractor shall cooperate with all governmental entities regarding inspection of the Work and compliance with such requirements. D. If the Contractor discovers that the drawings, specifications or other portions of the Contract Documents or Work Order that are in conflict with any local, state, and federal laws, King County resolutions, regulations and/or permit, license, and easement conditions, the Contractor shall promptly notify the County in writing of such conflict and await resolution of the conflict. If the Contractor proceeds with the work in question without resolution from the County, the Contractor shall be solely liable for any costs, fines, penalties or damages that accrue, including the costs for remedial work required to meet the law or condition. 3.15 TAXES A. King County shall pay to the Contractor Washington State Retail Sales Taxes in accordance with the Contract Documents. B. The Contractor is required to pay all other applicable taxes. No adjustment will be made in the amount to be paid by the County under the Contract, or any individual Work Order, because of any change in law or regulations covering applicable taxes, or because of any misunderstanding by the Contractor as to liability for or the amount of any taxes. 3.16 PATENTS AND ROYALTIES A. The costs or fees relating to royalties or claims for any patented invention, article, process or method that may be used upon or in a manner connected with the Work under this Contract or with the use of completed Work by the County shall be paid by the Contractor. The Contractor and its sureties shall protect and hold King County, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by or on behalf of 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 County, furnish acceptable proof of a proper release from all such fees or claims.

C01331C19 page 17 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

B. Should the Contractor, its agent, representatives or employees, or any of them, be enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly notify the County of the Contractor’s intent to substitute other articles, materials or appliances in lieu thereof which are of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all respects to the County. In the event the County elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay all royalties and secure such valid licenses as may be requisite and necessary for the County, its officers, agents, representatives and employees, or any of them to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event the County shall have the right to make such substitution or the County may pay such royalties and secure such licenses and charge the Contractor, even though final payment under the Contract may have been made. 3.17 CONTRACTOR’S CERTIFICATION A. Conflict of Interest 1. Consistent with the King County Code of Ethics, Chapter 3.04, the Contractor certifies (and shall require each Subcontractor to certify) that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any such interest, which conflicts in any manner or degree with the work, services or materials required to be performed and/or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives acquires such a conflict of interest, the Contractor shall immediately disclose such interest to King County and take action immediately to eliminate the conflict or to withdraw from this Contract, as King County may require. B. Contingent Fees and Gratuities 1. The Contractor, by entering into this Contract with the County to perform or provide work, services, or materials has thereby covenanted: a. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee may be paid, and; b. That no gratuities, in the form of entertainment, gifts or otherwise, have been or will be offered or given by the Contractor or any of its agents, employees or representatives, to any official member or employee of King County or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending thereof, or the making of any determination with respect to the performance of this Contract. The Contractor certifies that it has not made any contributions to any person or entity as a condition of doing business with the County and it has disclosed to the County all attempts by any person to solicit such payments.

C01331C19 page 18 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

C. Penalties 1. Contractors are advised that KCC 3.04.060 authorizes criminal liability, and civil penalties, including the cancellation of current contracts and disqualification from bidding for a two-year period, for any person who violates Chapter 3.04 KCC. 3.18 COUNTY – CONTRACTOR COORDINATION: DEVIATION FROM CONTRACT A. The Contractor shall not make an alteration, variation, addition, deviation, or omission from the requirements of the Contract, or any individual Work Order, without the written consent of the County’s Project Representative or Work Order Project Manager, as applicable. Unless such written consent expressly so provides, any such alteration, variation, addition, deviation, or omission by the Contractor shall not result in any extra compensation or extension of time and may result in a deduction. The County shall have the right to treat any such alteration, variation, addition, deviation, or omission from the requirements of the Contract as a contract breach, which may be justification for the County to withhold payment, stop work, or terminate the Contract for default. B. Deviation, alteration, variation, or omission from the Contract or Work Order without prior written consent of the County’s Project Representative or Work Order Project Manager, as applicable, shall not be excused by any alleged defect or error in the Contract Documents. C. Contractor shall be solely and completely responsible for any damages or loss that may occur arising from or related to any alteration, variation, addition, deviation or omission from the requirements of the Contract or Work Order, if prior written consent is not obtained from the County’s Project Representative or Work Order Project Manager, as applicable. 3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS A. The Contractor shall be solely and completely responsible for conditions of the Site, including safety of all persons and property, during performance of the Work. The Contractor shall maintain the Site and perform the Work in a manner which meets all statutory and common law requirements or other specific contractual requirements for the provision of a safe place to work and which adequately protects the safety of all persons and property on or near the Site. This obligation shall apply continuously and shall not be limited to normal working hours. The County’s inspection of the Work or presence at the Site does not and shall not be construed to include review of the adequacy of the Contractor’s safety measures in, on or near the site of the Work. B. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including adequate safety training, in connection with the Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss. C. Unless otherwise agreed, the Contractor shall protect and be responsible for any damage or loss to the Work, or to the materials and equipment associated with the Work until the date of Final Completion of a Work Order. The Contractor shall also be solely and completely responsible for damages arising from the Work that affect property adjacent to the Site. The Contractor shall repair or replace without cost to

C01331C19 page 19 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

the County any damage or loss that may occur, except damages or loss caused by the acts or omissions of the County. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or security measures and persons to protect the Work until Final Completion of a Work Order, except for those portions of Work accepted by Substantial Completion. 3.20 PROTECTION OF PERSONS A. The Contractor shall take all reasonable precautions for the safety of all employees working on this Contract and all other persons who may be affected by such Work. The Contractor shall designate a responsible member of its organization at the Site of a Work Order whose duty shall be to manage and coordinate the safety programs and to prevent accidents of the Contractor and Subcontractors. B. If the Contractor encounters any material on the Work Order Site they believe to be Hazardous Materials, including but not limited to asbestos, lead, or polychlorinated biphenyl (PCB), Contractor shall immediately stop work in the area affected and give notice of the condition to the County. Work in the affected area shall not be resumed without written direction by the County. C. The Contractor shall maintain in a reasonable number of conspicuous and accessible places at the Site all materials necessary for giving first aid to the injured. The Contractor shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor’s care, of persons who may have been injured on the Site. Employees shall not be permitted to work on the Site before the Contractor has: (1) provided all materials necessary for giving first aid at the Site; and, (2) established and made known procedures for removal of injured persons to a hospital or doctor’s care. The Contractor shall ensure that at least one of its employees on site has adequate training in first aid. D. In order to protect the lives and health of persons performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions, amendments and regulations issued thereunder, and the provisions of the Washington Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall apply, without limitation, to all excavation, tunneling, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. There is no acceptable deviation from these safety requirements, regardless of practice in the construction industry. Any violation of OSHA, WISHA or other safety requirements applicable to the work may, at the sole discretion of the County, be considered a breach of this Contract. 3.21 SAFETY PROGRAM A. If required by the County, prior to the execution of a Work Order, the Contractor shall prepare and provide to the County, a written site specific “Safety Program” demonstrating the methods by which all applicable safety requirements for the Work Order will be met. The Contractor shall, when requested by the County’s Work Order Project Manager, ensure its Subcontractors have a written “Safety Program” or formally adopt the Contractor’s site specific “Safety Program for the Work Order. The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the “Safety Program”. The County’s review

C01331C19 page 20 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

of such Programs shall not be deemed to constitute approval or acceptance thereof and shall not relieve or diminish the Contractor’s sole responsibility for Site safety. B. The Contractor shall conduct a safety audit meeting(s) with all Subcontractors and others on the Site performing Work hereunder to discuss general and specific safety matters. The Contractor shall provide upon request, notice of each meeting to the County. At the County’s request the Contractor shall provide the County with a record of each meeting, including a sheet on which each attendee signed in and a list of the matters discussed. 3.22 STORAGE OF CONTRACTOR’S PROPERTY A. The Contractor’s tools and equipment and building materials to be incorporated into the Project may be stored on the Site at the Contractor’s sole risk and all such storage shall be subject to the requirements of the Contract. Any repairs, patching or cleaning of the Site that may be necessary to restore the Site to its previous condition due to storage of the Contractor’s materials, tools or equipment, or other aspects of the Contractor’s Work, shall be the responsibility of the Contractor. 3.23 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION A. The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources. The Contractor shall immediately notify the Work Order Project Manager if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040 now and as hereinafter amended) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Work Order Project Manager, the Contractor shall immediately suspend any construction activity which, in the opinion of the Work Order Project Manager, would be in violation of Chapter 27.53 RCW. The suspension of Work shall remain in effect until permission to proceed has been obtained by the Work Order Project Manager from the State Historic Preservation Officer or private landowner, as applicable. 3.24 WATER POLLUTION CONTROL REQUIREMENTS A. The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the Contractor has thereby assured King County that the Contractor has knowledge of, understands and will comply with the provisions and requirements of Chapter 90.48 RCW, including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization issued or obtained for this Contract. B. Temporary Water Pollution Control. The Contractor shall comply with King County Code 9.02, which pertain to control of waterborne sand, silt, clay and oil caused by construction activities. 3.25 RIGHTS OF WAY A. All rights of way to be provided by King County for use by the Contractor and for the completed work shall be set forth in the Project Documents for the Work Order and may be shown on the Drawings. The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of additional public and/or private property and complies with the requirements of this provision. The Contractor shall comply with all requirements

C01331C19 page 21 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written notice to the Work Order Project Manager of the dates of commencement and completion of work on each right of way provided by the County. If the Contractor fails to diligently prosecute and complete the work on each such right of way and as a result of such failure, the County becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs which shall be set off against any amounts owning to the Contractor or entitle the County to a reimbursement from the Contractor. Upon completion of use of each right of way, the Contractor shall provide the Work Order Project Manager with a written release signed by the landowner, or authorized agent therefor, stating that the landowner has no claims whatsoever against the County on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Project Documents or as provided by the County upon request. B. If the Contractor makes arrangements for use of such additional public and/or private property, the Contractor, prior to using such property, shall provide the Work Order Project Manager with written permission of the landowner, or duly authorized agent of such landowner, for such use. Upon completion of use of such property, the Contractor shall provide the Work Order Project Manager with a written release signed by such landowner or authorized agent therefor stating that the owner has no claims whatsoever against the County on account of the Contractor's use of such property. Such release shall be on the form set forth in the Project Documents or as provided by the County upon request. C. The Contractor shall hold the County harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and/or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives relating to its use of public rights or way, streets or highways; and its use of same shall not disturb the rights and property of adjacent landowners. 3.26 ENVIRONMENTAL MITIGATION PLAN A. At the direction of the Work Order Project Manager, the Contractor shall prepare and submit to the Project Manager a plan by which the Contractor and its Subcontractors shall ensure all environmental mitigation requirements shall be complied with during performance of a Work Order. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work. Delays, if any, resulting therefrom shall be considered caused by the acts of the Contractor, and any time delays or additional costs resulting therefrom shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Work Order Price. ARTICLE 4: ADMINISTRATION OF THE CONTRACT 4.0 TIME OF ESSENCE A. All time requirements set forth in the Contract Documents, including the Work Order, are of the essence.

C01331C19 page 22 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

4.1 WORK PROGRESS A. The Contractor shall: 1. Prosecute the Work diligently with adequate forces; 2. Plan, coordinate, and layout the Work in advance so as to avoid delay; 3. Timely perform and complete each Work Order to achieve both Substantial Completion and Final Completion of a Work Order, and; 4. Complete all Contract close out activities in accordance with all applicable Contract requirements to achieve Final Acceptance as required by the Contract. 4.2 SCHEDULE OF VALUES A. Each Work Order may have a Schedule of Values. Only upon the request of the County, the Contractor shall submit to the County at the time specified in the Work Order a detailed Schedule of Values which identifies the various activities of the Work and their values and quantities, including the overhead and profit for each activity. The Contractor warrants that the values identified in its Schedule of Values accurately reflect the value of each work activity. The Schedule of Values shall be used as a basis for calculating all Progress Payments. Payment for Work shall be made only for and in accordance with those activities identified in the Schedule of Values. B. If a Schedule of Values is requested, the Contractor shall not be entitled to, nor shall the County be required to make, payment for any Work until the Schedule of Values has been accepted by the County. Such acceptance shall not be unreasonably withheld. C. The County shall review and accept the Schedule of Values or provide the Contractor with a written explanation of why the Schedule of Values was not acceptable. The County’s acceptance of the Schedule of Values shall not relieve the Contractor from its sole responsibility for the accuracy of the Schedule of Values and its compliance with all Contract requirements. The Contractor shall revise the Schedule of Values as necessary to accurately reflect Change Orders to a Work Order. D. When required, each Application for Payment shall include a current status of the Schedule of Values. No Application for Payment will be considered until the current status of the Schedule of Values has been submitted and accepted. E. The activities which the Contractor identifies within its Schedule of Values shall be specifically referenced within, and conform and be consistent with the activities set forth within the Project Schedule. F. The County also reserves the right to direct the Contractor to provide a Schedule of Values to assist the Parties to negotiate and execute a Work Order. 4.3 WORK ORDER SCHEDULE A. Each Work Order may have a Work Order Schedule. At the County’s request, the Contractor shall submit a Work Order Schedule as part of the Work Order negotiation. The schedule shall be in hard copy and/or electronic format as required by the Work Order. Within the schedule, the Contractor may be required to show: the sequence in which the Contractor proposes to perform the Work, indicate the critical path, identify the dates on which the Contractor proposes to start and finish the scheduled activities of the Work Order, indicate Substantial Completion and

C01331C19 page 23 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Final Completion of a Work Order within the Work Order Time, and meet all the requirements as maybe set forth more particularly in the Project Documents of the Work Order. B. The Work Order Schedule shall be prepared in the format as specified by the Work Order Project Manager. C. The County shall review the Work Order Schedule and provide the Contractor with written comments. The County will review the Work Order Schedule only to determine whether the Schedule meets the requirements established by the Work Order Project Manager. To the extent the Work Order Schedule does not meet such requirements the Contractor shall revise the Schedule to make it compliant. D. By reviewing the Schedule and providing written comments, the County is not approving or adopting the Contractor’s plan, schedule, means, methods, techniques, sequences, or procedures required to perform the Work. Review and comment by the County of the Schedule shall not relieve the Contractor from the sole responsibility for the accuracy of a Work Order Schedule, and its compliance with all Contract requirements, and its responsibility to meet all required Work Order completion dates. Failure by the County to indicate items on the Schedule that do not conform to the requirements shall not alter or waive the requirements or relieve the Contractor from complying with all Contract requirements. E. If a Work Order Schedule is requested by the County, the Contractor shall not be entitled to, nor shall the County be required to make payment for that Work Order until the Schedule complies with all requirements. F. The Contractor shall schedule the Work so that the Work Order is completed on time. If the Contractor attempts to perform the Work in less than the Work Order Time no additional compensation for any delays attributable to the County or any acceleration will be owed to the Contractor if the Contractor fails to achieve the earlier completion date. G. If a Work Order Schedule is required, the Contractor shall regularly enter the actual progress of the Work and Work Order Time extensions approved by the County on the Work Order’s Schedule. Updated Schedules shall reflect actual progress and completion within the Work Order Time and shall be provided to the County with each Application for Payment in hard copy and/or electronic format as required by the Work Order Project Manager. Applications for Progress Payments will not be considered by the County and the Contractor shall not be paid until the Contractor complies with these requirements. The most recently updated Project Schedule shall be used to assist the County in verifying the appropriate payment. H. If, in the opinion of the County, the Contractor falls behind in its progress of the Work due to acts or omissions of the Contractor or its Subcontractors, the County may direct the Contractor to take all necessary steps to improve its progress and bring its progress back in-line with the accepted Work Order Schedule, without additional cost to the County. In this circumstance the Contractor shall, as necessary, increase the number of shifts, overtime operations, and/or days of work, both on and off the Site, and submit for acceptance any supplementary schedule or schedules as the County deems necessary to demonstrate how the accepted rate of progress will be regained. Failure of the Contractor to comply with the requirements under these provisions shall be grounds for a determination by the County that the Contractor is not prosecuting the Work with sufficient diligence to ensure completion

C01331C19 page 24 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

within the time specified in the Contract. Upon making this determination, the County may pursue any right it has under the law or the Contract, including but not limited to default termination. 4.4 SUBMITTALS A. The Contractor shall not perform any portion of the Work requiring submittals until the submittals have been reviewed and returned by the County with one of the following annotations: (1) no exceptions taken or (2) note markings with no exceptions taken. B. Prior to furnishing the submittals to the County, the Contractor shall: (1) review all Contractor and Subcontractor submittals for accuracy, completeness, and compliance with the Work Order; (2) coordinate all submittals with all Work by other trades and with field measurements; and (3) indicate approval on the submittals as a representation that it has complied with its obligation to review and coordinate submittals. Where required by law or by the Contract Documents, submittals shall be stamped by an appropriate licensed professional. Submittals lacking required stamps or evidence of Contractor review and approval will be returned without review by the County for resubmission. Submittals shall be sequentially numbered. C. The Contractor shall provide submittals with reasonable promptness and in such sequence as to facilitate the timely completion of the Work Order. The Contractor shall prepare and keep current, for review by the County, a schedule of submittals which is coordinated with the Contractor’s Work Order Schedule and allows the County reasonable time for review. D. The County shall review the Contractor’s submittals and respond in writing with reasonable promptness. Unless otherwise agreed, no delay to the Contractor’s Work shall be attributable to the failure by the County to respond to a submittal until 14 days after the submittal is received by the County, and then only if failure by the County to respond is unreasonable and affects Work on the Critical Path for Substantial Completion or Final Completion of the Work Order. E. The County shall review the Contractor’s submittals only for conformance with the design of the Work and compliance with the Work Order. Review of the submittals are not conducted to verify the accuracy of dimensions, quantities, or calculations, the performance of materials, systems, or equipment, or construction means, methods, techniques, sequences, or procedures, all of which remain the Contractor’s responsibility. Failure by the County to take exception to a submittal or note any errors or omissions in a submittal shall not relieve the Contractor from any duty, including its responsibility for errors or omissions in submittals, its duty to make Submittals and duty to perform the Work according to the requirements of the Contract. The County’s review of a submittal shall not alter or waive the requirements of the Contract unless the County has issued prior written approval of such change or alteration of the Contract requirements. F. The Contractor’s failure to identify any error, deviation, or omission and subsequent acceptance of the submittal by the County shall not relieve the Contractor from complying with the Contract requirements. 4.5 REQUESTS FOR INFORMATION A. If the Contractor determines that some portion of the drawings, specifications or other Contract Documents require clarification or interpretation by the County because of an apparent error, inconsistency, omission, or lack of clarity in the

C01331C19 page 25 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Contract, the Contractor shall promptly submit a Request For Information (“RFI”) and, unless otherwise directed, shall not proceed with the affected Work until the County has responded to the RFI. The Contractor shall plan its work in an efficient manner so as to allow for timely responses to RFIs. B. RFIs shall only be submitted by the Contractor on a RFI Form provided by the County or in a form acceptable to the County. The Contractor shall clearly and concisely set forth the issue for which clarification or interpretation is sought and why a response is needed by the County. In the RFI the Contractor shall set forth its own interpretation or understanding of the requirement along with reasons why it reached such an understanding. C. Unless otherwise stated within a Work Order, the County shall respond in writing within 10 days of receipt to the Contractor’s RFI. No delay to the Contractor’s work or damages to the Contractor shall be attributable to the failure by the County to respond to the RFI until 10 days after the County’s receipt of the RFI, and then only if the failure by the County to respond is unreasonable and affects the Work on the Critical Path for Substantial Completion or Final Completion of the Work Order. D. The County’s response to a RFI shall not be considered a change to the Contract or Work Order requirements. To the extent the Contractor believes that the County’s response to the RFI constitutes changed work impacting Work Order Time or Work Order Price, the Contractor shall submit a Request for Change Order to the Work Order to the County’s Project Representative and Work Order Project Manager. If it is denied, the Contractor shall file a claim in accordance with provision 5.3, Contractor Claims. 4.6 TESTS, INSPECTIONS, AND ACCESS TO THE WORK A. The Contractor shall document and maintain an adequate testing and inspection program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract. The Contractor shall maintain all documentation related to testing and inspection and make such documentation available to the County at its request. Contractor shall be responsible for inspection and quality assurance of all its Work and all Work performed by any Subcontractor. Unless otherwise provided, Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to County, or with the appropriate public authority. If any governmental, regulatory, or permitting authority requires any portion of the Work to be inspected, tested, or approved, the Contractor shall make all arrangements for and cooperate with such inspections, tests, and approvals so as not to delay completion of the Contract Work. The Contractor shall bear all related costs of tests, inspections, and approvals. The Contractor shall give the County at least 3 days’ notice (excluding King County holidays, Saturdays and Sundays) of: (1) when the work is ready to be tested and inspected; and (2) when and where tests and inspections are to be made. Contractor shall maintain complete inspection records and make them available to County upon request. B. The Contractor shall cooperate with the County in the performance of any tests and inspections of the Work. The Contractor has the duty to coordinate all tests and inspections in a manner that does not negatively impact Contractor’s compliance with the Contract. C. At the request of the County, any Work not otherwise required to be inspected or tested, shall be uncovered by the Contractor. If the Work is found to comply with the

C01331C19 page 26 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Work Order or if any non-compliance was not the direct cause of the Contractor or a Subcontractor, the County will pay the costs associated with this inspection, testing, uncovering and recovering of the Work. If it is determined that the actions of the Contractor or its Subcontractor created the non-compliance condition, the Contractor shall bear such costs as well as all costs of correction. D. The County may, at any reasonable time and at its own cost, conduct inspections and tests as it deems necessary to ensure that the Work is in accordance with the Contract. The County shall promptly notify the Contractor if an inspection or test reveals that the Work is not in accordance with the Contract. The County inspection and tests are for the sole benefit of the County and do not: 1. Constitute or imply acceptance; 2. Relieve Contractor of responsibility for providing adequate quality control measures; 3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or equipment; 4. Relieve Contractor of its responsibility to comply with the requirements of the Contract; or, 5. Impair County’s right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled. E. Neither observation by an inspector retained by County, the presence or absence of such inspector on the Site, nor inspections, tests, or approvals by others, shall relieve Contractor from any requirement of the Contract. Inspectors are not authorized to change any term or condition of the Contract. F. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient inspections and tests as may be required by County. County may charge Contractor any additional cost of inspection or testing when Work is not ready at the time specified by Contractor for inspection or testing, or when prior rejection makes re-inspection or retest necessary. County shall perform its inspections and tests in a manner that will cause no undue delay in the Work. 4.7 CORRECTION OF WORK OR DAMAGED PROPERTY A. If the County determines that material, equipment, workmanship, or Work proposed for, or incorporated into the Work, does not meet the Contract requirements or fails to perform satisfactorily, the County shall have the right to reject such Work by giving the Contractor written notice that such Work is either defective or non- conforming. The County, at its option, shall require the Contractor, within a designated time period as set forth by the County, to either: (1) promptly repair, replace or correct all Work not performed in accordance with the Contract at no cost to the County; or (2) provide a suitable corrective action plan at no cost to the County and once accepted by the County, the Contractor shall implement the corrective action plan at no cost to the County. If the corrective action plan as accepted by the County does not remedy the defective or non-conforming Work, the Contractor shall remain responsible for remedying of the defective or non- conforming Work to the County’s satisfaction and at no additional cost to the County. The Contractor shall also be responsible to repair all property and work damaged by the Contractor at no cost to the County. Under no circumstances shall

C01331C19 page 27 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

the Contractor be entitled to additional time or money for the correction of defective or non-conforming work, or for the repair of damaged property. B. If the Contractor disagrees with the County’s Notice of defective or non-conforming Work, or disagrees with the County’s direction to: (1) repair, replace or correct the Work; or (2) provide an action plan, the Contractor must submit a Request for Change Order to the Work Order in accordance with Article 5, Changes to the Contract or Work Orders. C. If the Contractor does not repair, replace or correct and/or remove rejected Work or repair damaged property as required by the County, the County or County’s designee may repair, replace or correct and/or remove it and deduct the cost of such effort from any payment due the Contractor. Under this provision, the County reserves the right to make use of the Contractor’s plant and equipment for this repair, replacement, correction or removed Work. If the remaining payments due the Contractor are not sufficient to cover the County’s cost of remedying the rejected work, the Contractor shall pay the difference to the County. D. The County may elect to retain defective or non-conforming Work if the County determines removal of such Work is impractical or will create conditions which are dangerous or undesirable. Just and reasonable value for such defective or non- conforming Work will be determined by the County and appropriate deductions will be made in the payments due or to become due to the Contractor. The County’s exercise of the rights under this provision shall be without prejudice to any other remedy the County may have, and shall not constitute a termination of the Contract. E. The Contractor and its sureties shall be liable for all damages and costs incurred by the County caused by the Contractor’s or its Subcontractors’ defective or non- conforming work or workmanship, including but not limited to attorneys” and expert fees and all special, incidental, or consequential damages incurred by the County. The Contractor and its sureties agree to indemnify and hold the County harmless from any personal injury or property damage caused by the Contractor or its Subcontractors defective or non-conforming Work or workmanship. 4.8 SUBSTITUTION OF PRODUCTS A. After Work Order execution, substitutions requested by the Contractor will be subject to the County’s prior written acceptance and at the County’s sole discretion. B. A Request for Substitution must specifically identify: 1. Material, equipment, and labor costs included in the Contractor’s bid associated with the original item to be substituted; 2. All costs for material, equipment, labor associated with the proposed substitution, including any impact costs; 3. Proposed change to the Work Order Price and/or Work Order Time; and, 4. Compatibility with or modification to other systems, parts, equipment or components of the Project and Contract Documents. C. Contractor shall provide all documentation supporting its Request for Substitution as requested by the County. D. All costs of any redesign or modification to other systems, parts, equipment or components of the Project which result from the substitution, shall be borne by the Contractor.

C01331C19 page 28 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

E. When the County approves a substitution request proposed by the Contractor, the Contractor shall guarantee the substituted article or materials to be equal to, or better than, those originally specified and shall be compatible with all other systems, parts, equipment or components of the Project. The County has the right to order an unaccepted, substituted article removed and replaced without additional cost to the County. F. If the County does not accept the substitution request, the Contractor shall proceed, without delay or cost to the County, with the Work as originally specified. 4.9 ACCELERATION A. The County reserves the right to accelerate Work Order Work. In the event that the County directs acceleration, such directive will be in writing and specifically designated as “Acceleration Directive.” The Contractor shall keep cost and other project records related to the Acceleration Directive separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis. B. In the event that the Contractor believes that some action or inaction on the part of the County constitutes acceleration, the Contractor shall immediately notify the County in writing that the Contractor considers the actions acceleration. This written notification shall detail the circumstances of the acceleration. The Contractor shall not accelerate their work efforts until the County responds to the written notification. If acceleration is then directed or required by the County, all cost records referred to above shall be maintained by the Contractor and provided to the County on a daily basis. C. In order to recover additional costs due to acceleration, the Contractor must document that additional expenses were incurred and paid by the Contractor. Labor costs recoverable will be only overtime or shift premium costs or the cost of additional laborers brought to the site to accomplish the accelerated work effort. The Contractor shall not be entitled costs associated with costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, or consequential, incidental or special damages. Equipment costs recoverable will be only the cost of added equipment mobilized to the Site to accomplish the accelerated Work effort. D. To the extent the Contractor believes the acceleration constitutes a change in the Work impacting Work Order Time or Work Order Price, the Contractor shall submit a request to change the Work Order to the County’s Project Representative and Work Order Project Manager in accordance with Article 5.1, Changes. If it is denied, the Contractor shall file a claim in accordance with provision 5.3, Contractor Claims.

ARTICLE 5: CHANGES TO THE CONTRACT OR WORK ORDERS 5.0 GENERAL A. No change to the Not to Exceed Contract Price or Contract Time is allowed under this Contract, except for the County’s right to extend, through a Contract Modification, the duration of the Contract for one additional year or until the Not to Exceed Contract Price is reached, whichever first occurs. B. All changes to a Work Order must be made in writing through an executed Change Order by authorized representatives of the Contractor and the County. No oral statement by any person shall change or modify a Work Order.

C01331C19 page 29 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

C. No written Field Directive, response to Request for Information, or other directive provided by the County shall, in and of itself constitute a Change Order to a Work Order or entitle the Contractor to a change to the Work Order’s Price and/or Work Order’s Time. To the extent the Contractor believes it is entitled to a change to Work Order Price or Time, the Contractor shall submit to the County’s Project Representative and Work Order Project Manager a Contractor’s Request for Change Order to the Work Order as more fully described herein. D. All Change Order Work to a particular Work Order shall be performed in accordance with the original Contract requirements. 5.1 CHANGES A. Contractor’s Request for Change Order 1. Contractor may request, in writing, a Change Order to a particular Work Order for any written Field Directive, response to an RFI, or other directive (hereinafter referred to as “Direction” for the purposes of this provision) which includes direction, instruction, interpretation, or determination from the County that the Contractor believes causes a change to the Work, Work Order Price, and/or Work Order Time. A Contractor may request, in writing, a Change Order for any act of Force Majeure or to request a change to the Work Order’s technical requirements. The Request for a Change Order shall be submitted to the County, in writing, no later than 5 days after the Contractor receives the Direction. The Request shall include: (1) the date, circumstances, and source of the Direction; (2) the cost and time impact the Direction shall have on the Work Order Time and Work Order Price; and (3) Contractual provisions and substantive basis to support the Request. Likewise, the Contractor shall submit such a request no later than 5 days after the occurrence of the Force Majeure. 2. The County will make a written determination with respect to the Contractor’s Request within 7 days of receipt of said Request, unless additional information is required by the County. The Contractor shall comply promptly with the County’s request for additional information. The County will make a written determination within 7 days of receipt of Contractor’s additional information. If the County does not make a written request for information or a determination within the applicable 7 day time period, the request is deemed denied. If the Contractor disagrees with the denial, the Contractor’s sole remedy shall be to file a fully documented Claim within 10 days of deemed denial or the Contractor’s receipt of the denial in accordance with provision 5.3, Contractor Claims. 3. If the County determines that a Change Order is necessary, the parties may negotiate acceptable terms and conditions and execute a Change Order. In the event the County enters into negotiations over the terms and conditions related to a Request for Change Order, these negotiations shall not be construed as a waiver by the County of any rights afforded to the County, including the right to reject a Request for Change Order due to untimeliness or the Contractor’s failure to fully comply with the Contract. 4. The County reserves the right to execute a unilateral Change Order to a Work Order and direct the Contractor to perform the required Work. If the Contractor disagrees with the content of the unilateral Change Order, the Contractor is entitled to file a Contractor Claim in accordance with provision 5.3, Contractor Claims, to seek an adjustment in Work Order Time and/or Work Order Price.

C01331C19 page 30 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

5. Pending resolution of the Contractor’s request, the Contractor shall continue to perform all Work, including, at the written request of the County that work associated with this Request. The Contractor shall maintain its progress with the Work. 6. Failure to submit a timely and complete Request for Change Order according to the provisions set forth herein shall constitute a waiver of the Contractor’s right to receive any additional time, money, damages or any other relief as a result of any event, occurrence, Direction or condition alleged by the Contractor. B. Differing Site Conditions 1. The Contractor shall immediately, and before the conditions are disturbed give written notice to the County of Differing Site Conditions, which are defined as: (a) subsurface or latent physical conditions at the Site which differ materially from those indicated in the Contract and/or Work Order, or (b) unknown physical conditions at the Site, of an unusual nature which differ materially from those ordinarily encountered and generally recognized as inherent in the construction activities of the character provided for in the Contract and/or Work Order. 2. Unless otherwise agreed upon in writing by the County, within 5 days of the Contractor’s initial written notifications of the Differing Site Condition to the County, the Contractor shall provide: (a) a detailed description of the Differing Site Condition; (b) a reasonable estimate of the price and time impacts such Differing Site Condition shall cause to the Work Order Project; and (c) substantive, contractual, and technical basis supporting the existence of the Differing Site Condition and its impacts. 3. The County shall investigate the alleged Differing Site Conditions. If the conditions do materially so differ and cause an increase or decrease in the Contractor’s cost of, or the time required for, performing any part of the Work, the Contractor may be entitled to an adjustment to the Work Order Price and/or Work Order Time. Failure by the Contractor to provide either: (a) immediate notice; or (b) the detailed description of impacts within 7 days as described above shall constitute a waiver of the Contractor’s right to an adjustment to Work Order’s Time or Price as a result of the Differing Site Condition. The Contractor shall be responsible for any and all costs or damages, incurred by the County, resulting from the Contractor’s failure to provide appropriate notice and/or a detailed description of impacts. 4. Within 7 days from receipt of the Contractor’s detailed description of impacts, the County shall either: (a) issue a Change Order or Request for Work Order Proposal; (b) make a written determination that the event or condition does not justify any changes to the Work Order; or (c) request additional information. If the County does not: (a) make a written request for additional information; (b) issue a Change Order; or (c) make a written determination of the existence of a Differing Site Condition, the Contractor’s request for determination of a Differing Site Condition and any associated time and money adjustments will be deemed denied. 5. If the Contractor does not agree with the deemed denial or the County’s determination that the event or condition does not justify any change to the Work Order, the Contractor must within 10 days of the County’s determination

C01331C19 page 31 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

or deemed denial, file a fully documented Claim in accordance with provision 5.3, Contractor Claims, or such right to any adjustment in a Work Order’s Price and/or Time shall be waived. 6. The Contractor is required to continue with performance of all Work pending resolution of the Differing Site Condition and maintain its progress with the Work. 5.2 LIMITATION ON CHANGES A. The Contractor shall not be entitled to any change in the Work Order Price and/or Work Order Time if the event(s) or condition(s) was caused by the acts of the Contractor or any Subcontractor, including but not limited to the choice of means, methods, techniques, sequences, or procedures for the Work, failure to provide labor, materials or equipment in a timely manner, and failure to take reasonable steps to mitigate delays, disruptions, or conditions encountered. 5.3 CONTRACTOR CLAIMS A. If the Contractor believes that it is entitled to an adjustment in the Work Order Price and/or Work Order Time under the terms of the Contract, the Contractor must file a fully documented Claim as provided in this Contract. The Contractor waives any Claim for additional time and/or compensation if it fails to comply with (1) the requirements set forth within this provision and (2) the applicable requirements stated within Article 3, Contractor, Article 5, Changes to the Contract or Work Orders, and Article 6, Time and Price Adjustments. B. Pending final decision of a Claim hereunder, the Contractor shall proceed diligently with the performance of the Work, including that work associated with the Claim and maintain its progress with the Work. C. Every Claim must be submitted by the Contractor, in writing and clearly designated by the Contractor as a fully documented Claim. At a minimum, a fully documented Claim must contain the following information: 1. A detailed factual statement of the Claim providing all necessary dates, locations, and items of Work affected; 2. The date on which facts arose that gave rise to the Claim; 3. The name of each person employed or associated with the Contractor, Subcontractor, and/or County with knowledge about the event or condition which gave rise to the Claim; 4. Copies of documents and a written description of the substance of any oral communications that concern or relate to the Claim; 5. The specific provisions of the Contract Documents and/or the particular Work Order on which the Claim is based; 6. If an adjustment in a Work Order Price is sought, the exact amount sought, calculated in accordance with this Article and Article 6, Time and Price Adjustments and accompanied by: (a) all records supporting the Claim; and (b) all records meeting the requirements of provision 3.10, Cost Records; 7. If an adjustment in a Work Order Time is sought, the specific days and dates for which it is sought; the specific reason the Contractor believes the extension in the Work Order Time should be granted; and the Contractor’s analyses of its Work Order Schedule, if required by the Project Representative, and all

C01331C19 page 32 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

updates to demonstrate the reason for the extension in the Work Order Time; and, 8. A statement certifying, under penalty of perjury, that the Claim is made in good faith, that the supporting cost and pricing data are true and accurate to the best of the Contractor’s knowledge and belief, that the Claim is fully supported by the accompanying data, and that the amount requested accurately reflects the adjustment in the Work Order Price or Time for which the Contractor believes the County is liable. D. To assist the County in the review of the Contractor’s Claim, the County or its designee may visit the Site, request additional information and/or documentation in order to fully evaluate the issues raised in the Claim and/or audit the Claim. The Contractor shall cooperate with the County or its designee in the evaluation of its Claim and provide all information and documentation requested by the County or its designee. E. After the Contractor has submitted a fully documented Claim that complies with this provision, the County shall respond, in writing, to the Contractor within 10 days from the date the fully documented Claim is received with either (1) a decision regarding the Claim; or (2) written notice extending for another 10 days the County’s time to respond to the Claim. F. Contractor shall notify the County of its disagreement with the denial of the Contractor’s claim within 7 days after receipt of the denial. G. Contractor’s failure to comply with all time requirements set forth in this Section shall waive the Contractor’s claim. 5.4 BURDEN OF PROOF ON CLAIM A. The Contractor shall have the burden of proof to demonstrate entitlement to any additive adjustments in Work Order Price and/or Work Order Time, and that the specific adjustment requested is consistent with the Contract. B. If the Contractor or Subcontractor seeks an adjustment in the Work Order Price or Work Order Time not supported by the Work Order cost records meeting the requirements of provision 3.10, Cost Records, the County shall be entitled to recover from the Contractor reasonable attorney’s fees, consultant and/or expert witness fees, and other costs for establishing the Contractor’s failure to comply with those requirements. If the County establishes non-compliance of the record keeping requirement set forth in provision 3.10, Cost Records, no adjustment shall be made to the Work Order Price and/or Work Order Time with respect to that Claim. C. No Claim submitted to Alternate Dispute Resolution (ADR) or pursued by the Contractor in litigation shall seek a greater increase in the Work Order Price or Work Order Time than was set forth in the Contractor’s Claim, except for accrual of any interest owing under applicable law. 5.5 LITIGATION A. As mandatory conditions precedent to the initiation of litigation by the Contractor against the County, Contractor shall: 1. Comply with all provisions set forth in Articles 3, Contractor and Article 5, Changes to the Contract or Work Orders, and Article 6, Time and Price Adjustments;

C01331C19 page 33 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

2. Complete the Work Order in dispute as requested by the County, and; 3. Participate, in good faith, in Alternative Dispute Resolution processes with the County. B. Any litigation brought against the County shall be filed and served on the County within 60 calendar days after the completion of ADR processes by the Parties. C. Venue and jurisdiction shall vest solely in the King County Superior Court. D. Failure to comply with these requirements shall constitute a waiver of the Contractor’s right to pursue judicial relief for any Claim arising from work performed under this Contract.

ARTICLE 6: TIME AND PRICE ADJUSTMENTS 6.0 CHANGE IN THE TIME A. Change to Contract Time 1. At the County’s option, Contract Time may be extended for one additional year. Contract Time shall only be adjusted by a Contract Modification. No other adjustments to Contract Time are allowed. B. Change to Work Order Time 1. Work Order Time shall only be adjusted by a Change Order. 2. No adjustment in the Work Order Time shall be allowed to the extent the time of performance is changed due to the fault, act, or omission of Contractor, or anyone for whose acts or omissions the Contractor is responsible. The Contractor may only seek an adjustment in Work Order Time for the number of days the act of Force Majeure or sole actions of the County actually delayed the Contractor from completing the Work on time. Contractor is not entitled to an adjustment in Work Order Time if the act of Force Majeure or sole actions of the County do not impact Critical Path and delay the Contractor from completing Work on time. 3. When a Contractor experiences two concurrent delays which impact the Work Order’s Critical Path and are caused by: (1) the County and the Contractor; (2) the County and an act of Force Majeure; or (3) the Contractor and an act of Force Majeure, the Contractor shall only be entitled to a change in Work Order Time. No change to the Work Order Price shall be allowed as a result of such concurrent delay. 4. The Contractor may make a request for change in the Work Order Time by submitting a Request for Change Order in accordance with the following procedure: a. A request for a Change Order in the Work Order Time shall be in writing and delivered to the County within the appropriate time period specified in Article 5, Changes to the Contract or Work Orders. b. Written notice shall include sufficient documentation to enable the County to ascertain the basis and amount of the time requested. 5. Failure to provide timely written notice and documentation as required by the County to support the extension of Time shall constitute a waiver of Contractor’s right to any change in the Work Order Time.

C01331C19 page 34 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

6. Pending final resolution of any request for a change in Work Order Time, the Contractor shall proceed diligently with performance of all Work, including the work associated with such request and maintain its progress of the Work. C. Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or otherwise. 6.1 CHANGE IN THE WORK ORDER PRICE A. Change to Contract Price 1. No changes to the Not to Exceed Contract Price are allowed under this Contract. B. Change to Work Order Price 1. Work Order Price shall only be changed by a Change Order. 2. No change in the Work Order Price shall be allowed to the extent (1) Contractor’s changed cost of performance is due to the fault, acts, or omissions of Contractor, or anyone for whose acts or omissions Contractor is responsible (2) the change is concurrently caused by Contractor and County or (3) the change is caused by an act of Force Majeure. 3. The County shall not be responsible for, and the Contractor shall not be entitled to, unallowable costs. Unallowable costs include, but are not limited to: (1) interest or attorney’s fees of any type other than those mandated by Washington state statute (2) claim preparation or filing costs (3) the cost of preparing or reviewing Requests for Change Orders (4) lost profits, lost income or earnings (6) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site (7) lost interest on unpaid retainage (8) Claims consulting costs (9) the costs of corporate officers or staff visiting the Site or participating in meetings with the County (11) loss of other business (12) and/or any other special, consequential, or incidental damages incurred by the Contractor or Subcontractors. 4. The Contractor may make a request for change in the Work Order Price by submitting a Request for Change Order in accordance with the following: a. A Request for Change Order in the Work Order Price shall be in writing and delivered to the County within the appropriate time period specified in Article 5, Changes to the Contract or Work Orders. b. Written notice shall include sufficient documentation to enable the County to ascertain the basis and monetary amount requested. Pending final resolution of any request for a change in Work Order Price, the Contractor shall proceed diligently with performance of all Work, including the Work associated with such request and maintain its progress of the Work. 5. Failure to provide timely written notice and documentation as required by the County to support the Price adjustment shall constitute a waiver of Contractor’s right to any change in the Work Order Price. 6. Any requests by Contractor for a change in the Work Order Price and in the Work Order Time that arise out of the same event or conditions shall be submitted together.

C01331C19 page 35 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

7. The adjustments to the Work Order Price provided for in this Article represent full, final, and complete compensation for all work done in connection with the Request for Change in Work Order Price and all costs related to resulting from, or affected by, such change in Work including, but not limited to, all direct and indirect costs, overhead, profit, and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, dilution of supervision, inefficiency, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and any other costs or damages related to any work either covered or affected by the change in the Work, or related in any way, whether direct or indirect, to the events giving rise to the change. 6.2 METHOD TO CALCULATE CHANGES TO WORK ORDER PRICE A. Changes to Work Order Price shall be in compliance with Section 00300, Form of Bid, and Section 01 29 00, Measurement and Payment.

ARTICLE 7: PAYMENT AND COMPLETION 7.0 METHODS OF PAYMENT A. Pricing under a Work Order, or any changes thereto, can only be based upon one of the following methods: 1. Lump Sum Work Order Price; 2. Time and Materials with a “Not to Exceed” Total Work Order Price, or 3. Unit Pricing with a “ Not to Exceed” Total Work Order Price. B. Simple “Time and Materials” Work Order Pricing, without a Not to Exceed Work Order Price, is not allowed under this Contract. 7.1 APPLICATIONS FOR PAYMENT A. The Contractor shall submit its Application for Payment(s): 1. At Final Completion of a Work Order, or 2. On a progress payment basis until the Work is completed. B. Each application shall be on a form acceptable to the County and designated as an “Application for Payment for Work Order No. ____.” C. As directed by the Work Order, the County may require the Contractor to include, but not limited to, the following documentation with its Application for Payment: 1. Daily labor and equipment slips. 2. Material invoices. 3. Project Schedule and the most current updates. 4. Current status of Schedule of Values. 5. A statement from the Contractor attesting that all subcontractors have been paid, less earned retainage, as their interests appeared in the last preceding Application for Payment in accordance with the provisions of RCW 39.04.250. 6. Any other documentation as required elsewhere in the Contract or by the Project Representative. D. Inclusion of required documentation is a condition precedent to payment. The Contractor is not entitled to payment for any work unless the Application for

C01331C19 page 36 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Payment includes all required documentation. The County reserves the right to withhold payment pursuant to provision 7.3, Payments Withheld if it is subsequently determined that all required documentation was not provided by the Contractor. E. The Application for Payment shall correlate the amount requested with the Work Order, Section 01 29 00, Measurement and Payment and the unit prices and mark- ups of the Contractor’s Bid, as found in Section 00300, Form of Bid. 7.2 PAYMENTS A. The County shall comply with RCW 39.76, as amended, and promptly review each Application for Payment and identify in writing any cause for disapproval within 8 working days. In addition to withholding payment for unsatisfactory performance or failure to comply with Contract or Work Order requirements, if the Contractor’s Application for Payment fails to recognize any back-charges, off-sets, credits, change orders, or deductions in payment made in accordance with provision 7.3, Payments Withheld, the County shall have the right to revise or disapprove Contractor’s Application For Payment because the Application For Payment is not considered a properly completed invoice. B. If an Application for Payment is accepted by the County, it shall be paid within 30 days of County’s receipt of the properly prepared Application for Payment. C. The Contractor shall ensure that Subcontractors [and Suppliers] are promptly paid required by RCW 39.04.250, as may be amended. 7.3 PAYMENT WITHHELD A. In addition to moneys retained pursuant to RCW 60.28 and without waiver of any other available remedies, the County has the right to withhold, nullify, or back- charge, in whole or in part, any payment or payments due or that have been paid to the Contractor as may be necessary to cover the County’s costs or to protect the County from loss or damage for the following reasons: 1. Failure of the Contractor to submit or obtain acceptance of a Progress Schedule, Schedule of Values, and any updated Schedules, if required by the Work Order Project Manager; 2. Defective or non-conforming Work; 3. Costs incurred by the County to correct, repair or replace defective or non- conforming Work, or to complete the Work; 4. A reasonable concern by the County that the materials, equipment or component parts are not in proper operating condition; 5. Assessment of Liquidated Damages 6. Reasonable expectation of claims by third parties resulting from the Contractor’s or Subcontractor’s acts, omissions, fault or negligence 7. Failure to perform in accordance with the Contract or Work Order; 8. Deduction in Contract Work; 9. Failure of Contractor to repair damaged materials, equipment, property, or Work; 10. Failure of the Contractor to provide or obtain review of Submittals; 11. Failure to keep Record Documents up to date;

C01331C19 page 37 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

12. Failure to comply with all applicable federal, state, and local laws, statutes, regulations, codes, licenses, easements, and permits; 13. Failure to obtain and maintain applicable permits, insurance, and bonds; 14. Failure of the Contractor to disclose all material facts or accurate information upon which the County relied when issuing a Change Order; 15. Failure to provide Statement of Intent to Pay Prevailing Wage and/or Affidavits of Wages Paid, and; 16. Failure to comply with the Contract or Work Order safety requirements. B. Withholding, nullification, or back-charge of any payment(s) by the County shall in no way relieve the Contractor of any of its obligations under this Contract. C. If the Contractor disagrees with any withholding, nullifying, back charge, or deduction in any payment by the County, the Contractor may submit a Request for Change Order in accordance with Article 5, Changes to the Contract or Work Orders and Article 6, Time and Price Adjustments. The Contractor’s failure to submit a Request for Change Order within 7 days after receipt of notification by the County of any withholding, nullifying, back charge, or deduction shall constitute a waiver by the Contractor of any rights to dispute any such action by the County. 7.4 SUBSTANTIAL COMPLETION PROCEDURE A. When the Contractor considers that all Work under a Work Order Substantially Complete, the Contractor shall give written notice to the County. B. The County shall promptly inspect the Work and if the County does not agree that the Work is Substantially Complete, the County will prepare a preliminary punch list of items to be completed or corrected to achieve Substantial Completion. C. Failure by the County to include any items on the preliminary punch list does not alter the responsibility of the Contractor to complete or correct the Work in accordance with the Contract and specific Work Order. D. When the County determines that the preliminary punch list of items have been completed or corrected by the Contractor, the County shall make a determination that the Work is Substantially Complete. E. A written statement of Substantial Completion will be issued by the County, which shall establish the date of Substantial Completion of the Work Order. The written statement may also establish the date the Contractor must achieve Final Completion of the Work Order. F. This written statement of Substantial Completion may state the responsibilities of the Contractor to achieve Final Completion of the Work Order in a timely manner. G. Should the Contractor fail to complete the preliminary Punch List items within the required Work Order Time, the County may assess liquidated damages against the Contractor for failure to achieve Substantial Completion in a timely manner. 7.5 FINAL INSPECTION AND FINAL PUNCH LIST PROCEDURE FOR FINAL COMPLETION OF WORK ORDER A. When the Contractor considers that all Work is ready for Final Inspection and Final Completion of a Work Order, the Contractor shall give written notice to the County.

C01331C19 page 38 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

B. County shall promptly perform a final inspection of the Work and, if necessary, prepare a Final Punch List (a list of items to be completed or corrected by the Contractor prior to the County granting Final Completion of the Work Order). C. The Contractor shall complete or correct the items identified in the Final Punch List within the time period as required in the written statement of Substantial Completion. Should the Contractor fail to complete or correct all remaining Final Punch List items within the required Work Order Time, the County may assess liquidated damages against the Contractor for failure to achieve Final Completion of a Work Order in a timely manner. D. After the Contractor completes all items identified in the Final Punch List(s), the Contractor shall notify the County in writing that the Final Punch List items have been successfully completed. After verification by the County that such completion was satisfactory, the Contractor shall submit a final Application for Payment for the Work Order, if necessary. 7.6 FINAL COMPLETION OF WORK ORDER A. Final Completion of a Work Order shall be achieved upon the issuance by the County of a written statement of Final Completion. B. Neither Final Completion of a Work Order, nor Final Payment for that Work Order, shall release Contractor or its sureties from any obligations under the applicable Work Order or the Performance and Payment Bonds, or constitute a waiver of any claims by County arising from or related to Contractor’s performance or failure to perform the Work and to meet all Contractual obligations in accordance with the Contract, including but not limited to: 1. Unsettled liens, security interests or encumbrances; 2. Damaged, non-conforming, or defective Work discovered by the County; 3. Terms of any warranties or guarantees required by the Contract; and, 4. Payments made in error. C. Except for any Claims properly submitted in accordance with provision 5.3, Contractor Claims, acceptance of payment by the Contractor for a Work Order shall, on behalf of itself and its Subcontractors or Sureties, forever and unconditionally release and discharge the County, it officers, agents, employees from (1) any and all disputes or claims, including but not limited to claims for damages, fines, interest, taxes, attorney fees, or costs, demands, rights, actions or causes of actions, known or unknown, arising out of or in any way related to the parties’ performance under the that Work Order and (2) any and all known and/or unknown liabilities, obligations, demands, actions, suits, debts, charges, causes of action, requests for money and/or payment under the Work Order, outstanding invoices, or claims directly or indirectly arising out of or related to the Work Order and/or the Contract. 7.7 REQUIREMENTS FOR FINAL PAYMENT FOR WORK ORDER A. In addition to any other requirement identified in the Contract Documents prior to Final Payment , the Contractor shall provide the following documents for the Work Order: 1. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law that remain outstanding for the Work Order; 2. Copies of the warranties and guarantees required by the Work Order;

C01331C19 page 39 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

3. Permit approvals and Certificates of Occupancy; 4. Operation and Maintenance Manuals; 5. Record Set of Drawings and Specifications: 6. Stamped permit set of documents and any other documents called for elsewhere in the Contract; and, 7. Right of Way, Easements and Property Releases. 7.8 FINAL ACCEPTANCE OF CONTRACT A. Final Acceptance shall be achieved when the County determines all the obligations of the Contract have been successfully performed by the Contractor in accordance with the Contract Documents and accepted by the County. Final Acceptance shall include but not limited to: 1. Completion of all Contract close out activities; 2. Completion of all requirements identified in Section 00120 of the Contract Documents; and, 3. Release of claims and liens by Contractor and Subcontractors. B. Final Acceptance shall be achieved upon issuance by the County of a written statement of Final Acceptance for the Contract. C. Final Acceptance shall not release Contractor or its sureties from any obligations under this Contract or the performance and payment bonds, or constitute a waiver of any claims by the County arising from or related to Contractor’s performance or failure to perform the Work and to meet all Contractual obligations in accordance with the Contract. 7.9 WARRANTY AND GUARANTY A. In addition to any special warranties provided elsewhere in the Contract, Contractor warrants that all Work conforms to the requirements of the Work Order and is free from any defect in equipment, material, design, or workmanship performed by Contractor or its Subcontractors. B. The warranty period shall be for the longer period of one year from the date of Substantial Completion of the Work Order or the duration of any special extended warranty offered by a supplier or common to the trade. C. With respect to all warranties, express or implied, for Work performed or materials furnished according to the Contract, Contractor shall, prior to Final Completion of a Work Order: 1. Obtain all warranties that would be given in normal commercial practice from the supplier and/or manufacturer; 2. Require all warranties be executed, in writing, for the benefit of County; 3. Enforce all warranties for the benefit of County, and; 4. Be responsible to enforce any warranty of a Subcontractor, manufacturer, or supplier, should they extend beyond the period specified in the Contract. D. If, within an applicable warranty period, any part of the Work is found not to conform to the Contract or the Work Order, the Contractor shall correct it promptly after receipt of written notice from the County to do so. In the event the County

C01331C19 page 40 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

determines that Contractor corrective action is not satisfactory and/or timely performed, then the County has the right to either correct the problem itself or procure the necessary services, recommendations, and/or guidance from a third party. All damages incurred by County and all costs for the County’s remedy shall be reimbursed by the Contractor. E. The warranty provided in this provision shall be in addition to any other rights or remedies provided elsewhere in the Contract or by applicable law.

ARTICLE 8: PREPARATION AND AUTHORIZATION OF A WORK ORDER 8.0 WORK ORDER REQUEST A. The County will initiate a Work Order by issuing a Work Order Request to the Contractor. The Request should include, but not be limited to, the County’s Work Order requirements consisting of (1) an overall statement of work and objectives (2) desired duration of the Work Order and/or any other dates (i.e. Notice to Proceed date, Substantial Completion date, Final Completion of a Work Order date, etc.) that might affect or constrain the Contractor or that are required by the County (3) any specific and detailed County design requirements, drawings, permit requirements or other design related documents (4) an estimated Work Order Price, if possible (5) the anticipated method for payment of the Work Order and (6) any Liquidated Damages, if required, for the Work Order. B. The estimated Work Order Price and method of payment established by the County will only be based upon a (1) Lump Sum Work Order Price (2) Time and Materials with a “Not to Exceed” Total Work Order Price or (3) Unit Pricing with a “Not to Exceed” Total Work Order Price. Simple “Time and Materials” Work Order Pricing is not allowed under this Contract. C. The Work Order Request will designate the Work Order Project Manager for the Work Order. The Contractor and the Work Order Project Manager will then, as soon as possible, jointly conduct an review of the Work Order Request and the Work Order Site, where possible, to clarify the requirements and Work. Unless the Work Order Project Manager directs otherwise, within 7 calendar days after the completion of the review by the Parties, the Contractor shall provide the Work Order Project Manager a fully documented and complete Work Order Bid Proposal to perform the Work Order. Contractor’s failure to timely provide the completed Work Order Bid Proposal may result in the County’s election to use alternate means to complete the Work. Contractors repeated failure to provide timely and complete Work Order Bid Proposals to the Owner may subject the Contractor to a determination of default and subsequent termination for cause. 8.1 WORK ORDER BID PROPOSAL A. In response to a Work Order Request, the Contractor shall submit a timely Work Order Bid Proposal in accordance with the County’s request. The Work Order Bid Proposal shall represent the Contractor’s offer to perform the required work and the pricing set forth within the Bid Proposal shall represent full, complete and final compensation to perform the Work Order. The Bid Proposal shall also include, if required by the Work Order Project Manager, a schedule of values and a preliminary project construction schedule to demonstrate how the Work Order will be performed in accordance with all Work Order requirements.

C01331C19 page 41 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

8.2 COUNTY’S ACCEPTANCE OF CONTRACTOR’S WORK ORDER BID PROPOSAL A. Upon receipt of the Work Order Bid Proposal, the County may accept or reject the Contractor’s Bid Proposal, request further documentation, or negotiate acceptable revisions to the Work Order Bid Proposal with Contractor. B. If the County accepts the Work Order Bid Proposal as submitted, or as negotiated between the Parties, the County’s Project Representative and the Contractor shall execute a bilateral Work Order. The Work Order Project Manager shall promptly after execution issue a Notice to Proceed for the Work Order. C. All Work Orders shall be treated as a Contract as to the applicability of the Terms and Conditions of the Contract. 8.3 EXECUTION OF A UNILATERAL WORK ORDER A. If the County does not accept the Work Order Bid Proposal as submitted, or the Parties cannot agree upon the appropriate price or terms for a negotiated Work Order, the County may issue a unilateral Work Order and direct the Contract to perform the Work. To the extent the Contractor believes it is entitled to additional time or money to perform and complete the unilateral Work Order, the Contractor may submit a Request for Change Order to the Work Order to the Project Representative in accordance with provision 5.1, Changes. If it is denied, the Contractor shall file a claim in accordance with provision 5.3, Contractor Claims.

ARTICLE 9: TERMINATION OR SUSPENSION OF THE WORK 9.0 COUNTY’S RIGHT TO NOT ISSUE ANY WORK ORDERS A. As this is a Work Order Contract, the Contractor is not guaranteed any amount of Work. The County may, at its sole option, not issue any Work Orders to the Contractor and the Contract will naturally expire according to its terms. B. Termination For Default of Work Order or Contract 1. County may terminate, without prejudice to any right or remedy of County a Work Order, the Contract, or any part of them for cause, upon the occurrence of any one or more of the following events: a. Contractor fails to prosecute the Work, or any portion thereof, with sufficient diligence to ensure Substantial Completion and/or Final Completion of a Work Order within the Work Order Time; b. Contractor fails to prosecute the Contract, or any portion thereof, with sufficient diligence to ensure timely completion of the Contract; c. Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; d. Contractor fails in a material way to repair, replace or correct Work not in conformance with a Work Order or the Contract; e. Contractor repeatedly fails to supply skilled workers or proper materials or equipment; f. Contractor repeatedly fails to make prompt payment to its employees or Subcontractors; g. Contractor materially disregards or fails to comply with laws, ordinances,

C01331C19 page 42 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

rules, regulations, permits, easements or orders of any public authority having jurisdiction; h. Contractor fails to comply with all Contract or Work Order safety requirements; or, i. Contractor is otherwise in material breach of any provision of the Contract or Work Order. 2. If the County reasonably believes that one of the aforementioned events has occurred, the County will provide the Contractor with written notice of its “Intent to Terminate” the Work Order and/or Contract for default, specifying within such notice the ground(s) for such termination. The County, at its option, shall require the Contractor to stop work as of the date in the notice of Intent to Terminate; or require the Contractor to promptly correct the deficiencies noted in the County’s Intent to Terminate; or require the Contractor to provide the County with a corrective action plan as to how such deficiencies will be remedied or cured in a timely fashion. However, if after receipt of the proposed remedy, the County has a reasonable basis for concluding that the Contractor has (a) failed or is unwilling to repair, replace or correct the deficiencies, or (b) failed or is unwilling to provide a reasonable and satisfactory corrective action plan, the County shall thereafter have the right to terminate this Contract or a Work Order for default. 3. Upon termination, the County may at its option: a. Take possession of the Work Order Site and possession of, or use of all, materials, equipment, tools, and construction equipment and machinery thereon owned by or purchased for the County; and/or, b. Finish the Work by whatever other reasonable method it deems expedient; or, c. Call upon the Surety to perform its obligations under the Performance and Payment Bonds, if applicable. 4. The Contractor and its sureties shall be liable for all damages and costs, including but not limited to: (1) compensation for and engineering services and expenses made necessary thereby; (2) any other costs or damages incurred by County in completing and/or correcting the Work; and (3) any other special, incidental or consequential damages incurred by the County which results or arises from the breach or Termination for Default. 5. In the event of Termination for Default, the County shall only pay the Contractor for Work successfully completed and accepted by the County prior to the date of termination. The County shall not be responsible for any other Contractor costs, expenses, or damages including any consequential, special, or incidental damages or lost profits associated with this Contract or a Work Order. In no event shall the County reimburse the Contractor for any costs directly or indirectly related to the cause of this Termination for Default. 6. If, after Termination for Default, it is determined that the Contractor was not in default, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the County. 7. The rights and remedies of the County in this provision are in addition to any other rights and remedies provided by law or under this contract.

C01331C19 page 43 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

C. Termination for Convenience 1. Upon written notice the County may terminate the Contract, a Work Order or any part of them, without prejudice to any right or remedy of County, for the convenience of the County. 2. If the County terminates the Contract, a Work Order, or any portion of them for convenience, the Contractor may request an adjustment for: a. Reasonable direct costs for all Work completed prior to the effective date of termination of the Contract or Work Order, as applicable, and not previously paid for by the County; and, b. A reasonable allowance for Overhead and profit for Work actually performed and accepted by the County prior to the date of termination, at a rate not to exceed the mark-up percentages bid by the Contractor. 3. The Contractor shall not be entitled to any other costs or damages, whatsoever. The total sum payable upon termination shall not exceed the Work Order Price reduced by prior payments. Contractor shall be required to make its request for adjustment in accordance with Articles 3, Contractor, 5, Changes to the Contract and Work Orders, and 6, Time and Price Adjustments. D. Contractor’s Obligations During Termination 1. Unless County directs otherwise, after receipt of a written notice of Termination for Default or Termination for Convenience, Contractor shall promptly: a. Stop performing Work on the date and as specified in the notice of termination; b. Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work not terminated; c. Cancel all orders and subcontracts, upon terms acceptable to County, to the extent that they relate to the performance of Work terminated; d. Assign as specifically requested by the County all of the rights, title, and interest of Contractor in all orders and subcontracts; e. Take such action as may be necessary or as directed by County to preserve and protect the Work, Site, and any other property related to the applicable Work Order(s) in the possession of Contractor in which the County has an interest; f. Continue performance of Work only to the extent not terminated, and; g. Take any other steps required by the County with respect to this Contract. 9.1 SUSPENSION OF WORK A. The County may order the Contractor, in writing, to suspend all or any part of a Work Order for the period of time that the County determines appropriate for the convenience of the County. The Contractor shall not suspend the Work Order without written direction from the County specifically authorizing the Suspension of Work Order. B. Upon receipt of a written notice suspending the Work Order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize costs

C01331C19 page 44 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

attributable to such suspension. Within a period up to 30 days after the suspension notice is received by the Contractor, or within any extension of that period which the County requires, the County shall either: 1. Cancel the written notice suspending the Work Order; 2. Cancel the Work Order, or; 3. Terminate the Work Order or the entire Contract for either Default or Convenience. C. If a written notice suspending the Work Order is canceled or the period of the Suspension or any extension thereof expires, the Contractor shall resume Work as required by the County. D. If the performance of all or any part of the Work Order is, for an unreasonable period of time, suspended by the written direction of the County, the Contractor may be entitled to an adjustment in the Work Order Time or Work Order Price, or both, for increases in the time or cost of performance directly attributable to such unreasonable suspension and provided that the Contractor sufficiently documents all costs and time impacts attributable to the suspension. No adjustments to Work Order Price and/or Work Order Time shall be allowed unless the Contractor can demonstrate that the unreasonable period of suspension caused by the County impacted Critical Path and delayed the Contractor from completing the Work Order on time. The Contractor shall comply with the requirements of Articles 5, Changes to the Contract and Work Orders, and Article 6, Time and Price Adjustments, in seeking an adjustment. Failure to comply with these requirements shall constitute a waiver of Contractor rights to any adjustment in Work Order Time and/or Work Order Price. E. No adjustment shall be made under this provision for any suspension to the extent that Contractor’s performance would have been suspended, delayed, or interrupted as a result of actions, omissions, fault or negligence caused, in whole or in part, by the Contractor or any of its Subcontractors. 9.2 COUNTY’S RIGHT TO STOP THE WORK FOR CAUSE A. If Contractor fails or refuses to perform its obligations in accordance with the Contract or a Work Order, County may order Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective action has been taken. B. Contractor shall not be entitled to any adjustment in the Work Order Time and/or Work Order Price for any increased cost or time of performance attributable to Contractor’s failure or refusal to perform its obligations under the Contract or Work Order. ARTICLE 10: MISCELLANEOUS 10.0 CONTRACTOR’S PERFORMANCE AND PAYMENT BOND A. Unless otherwise directed by the County, no later than 5 days after Notice of Selection, the Contractor shall execute and deliver to the County a performance and payment bond for 100% of the Not To Exceed Contract Price, on a form acceptable to the County with an approved surety company and in compliance with Chapter 39.08 RCW. The Contractor shall promptly furnish additional bond security to protect County and persons supplying labor or materials required by the Contract if: 1. County has a reasonable objection to any surety; or

C01331C19 page 45 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

2. Any surety fails to furnish reports on its financial condition pursuant to County’s request. 10.1 INDEMNIFICATION/HOLD HARMLESS A. The Contractor shall protect, defend, indemnify, and save harmless the County, its officers, officials, employees, and agents, from any and all claims, demands, suits, penalties, losses, damages, judgments, or costs of any kind whatsoever (hereinafter “claims”), arising out of or in any way resulting from the Contractor’s officers, employees, agents, and/or subcontractors of all tiers, acts or omissions, performance or failure to perform this Contract, to the maximum extent permitted by law or as defined by RCW 4.24.115, now enacted or as hereinafter amended. B. The Contractor’s obligations under this section shall include, but not be limited to, 1. The duty to promptly accept tender of defense and provide defense to the County at the Contractor’s own expense. 2. The duty to indemnify and defend the County from any claim, demand, and/or cause of action brought by or on behalf of any of its employees, or agents. The foregoing duty is specifically and expressly intended to constitute a waiver of the Contractor’s immunity under Washington’s Industrial Insurance Act, RCW Title 51, as respects the County with a full and complete indemnity and defense of claims made by the Contractor’s employees. The parties acknowledge that these provisions were mutually negotiated upon by them. 3. To the maximum extent permitted by law, the Contractor shall indemnify and defend the County from and be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such injury or damage is caused by negligence of the Contractor or caused by the inherent nature of the work specified. C. King County may, in its sole discretion (1) withhold amounts sufficient to pay the amount of any claim for injury and/or (2) pay any claim for injury of which King County may have knowledge, regardless of the formalities of notice of such claim, arising out of the performance of this Contract. D. Any amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by King County, including, without limitation, costs for claims adjusting services, attorneys, engineering, and administration. E. In the event the County incurs any judgment, award, and/or costs arising therefrom, including attorneys’ fees, to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. 10.2 TITLE A. Title to all Work and materials covered by an accepted and paid Application for Payment shall pass to County at the time of such payment, free and clear of all liens, claims, security interest, and encumbrances. Passage of title shall not, however (1) relieve Contractor from any of its duties and responsibilities for the Work or materials (2) waive any rights of County to insist on full compliance by

C01331C19 page 46 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

Contractor with the Contract requirements or (3) constitute acceptance of the Work or materials. 10.3 RETAINAGE A. RCW Chapter 60.28, concerning the rights and responsibilities of Contractor and County with regard to retainage are made a part of the Contract by reference as though fully set forth herein. B. Pursuant to RCW 60.28.011 and RCW 39.08.030, claims or “liens” by Subcontractors and Suppliers against the retained fund or the retainage bond must be in writing and submitted to the Project Representative at the address given for notices in this Contract, for filing with the Project documents. The Project Representative will maintain a copy of all claims “liens” against the retainage in the Contract document files. 10.4 COMPENSATION, WAGES, BENEFITS AND TAXES A. The County assumes no responsibility for the payment of any compensation, wages, benefits, or taxes owed by the Contractor by reason of this Contract. The Contractor shall indemnify and hold the County, its officers, agents, and employees, harmless against all liability and costs resulting from the Contractor’s failure to pay any compensation, wages, benefits or taxes. 10.5 SUCCESSORS AND ASSIGNS A. The County and the Contractor each binds itself, its partners, successors, assigns and legal representatives to the other with respect to all covenants, agreements and obligations contained in the Contract. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any moneys due or to become due to it hereunder, without the previous written consent of the County. 10.6 THIRD PARTY AGREEMENTS A. Except as otherwise may be provided, the Contract shall not be construed to create a contractual relationship of any kind between: any architect or engineer, or any Subcontractor, or any persons other than County and Contractor. 10.7 NONWAIVER OF BREACH A. No action or failure to act by the County shall constitute a waiver of any right or duty afforded to the County under the Contract; nor shall any such action or failure to act by the County constitute an approval of or acquiescence in any breach hereunder, except as may be specifically stated by the County in writing. 10.8 NOTICE TO THE COUNTY OF LABOR DISPUTES A. If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay timely performance in accordance with the Contract, Contractor shall immediately give notice, including all relevant information, to County. B. Contractor agrees to insert a provision in its subcontracts and to require insertion in all sub-subcontracts, that in the event timely performance of any such contract is delayed or threatened by any actual or potential labor dispute, all Subcontractor or lower-tiered Subcontractor shall immediately notify the next higher tier Subcontractor. Subcontractor or Contractor, as the case may be, of all relevant information concerning the dispute.

C01331C19 page 47 of 48 STDWO §00700 01/30/2015 General Terms and Conditions

10.9 LIQUIDATED DAMAGES AGAINST CONTRACTOR A. The liquidated damage amounts, set forth within a Work Order, will be assessed for Contractor’s failure to complete the Work within the Work Order Time, including Substantial and Final Completion of a Work Order. These Liquidated Damages are not a penalty, but will be assessed against the Contractor for failure to achieve these Contract requirements. These Liquidated Damage amounts are fixed and agreed upon by and between the Contractor and County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such events sustain. These amounts shall be construed as the actual amount of damages sustained by the County, and may be retained by the County and deducted from payments to the Contractor. Assessment of Liquidated Damages shall not release the Contractor from any further obligations or liabilities pursuant to the Contract. 10.10 HEADINGS A. The headings used in the Contract are for convenience only and shall not be considered a part of or affect the construction or interpretation of any contractual provision therein. 10.11 CHOICE OF LAW A. In the event that either party shall bring a lawsuit or action related to or arising out of this Contract, such lawsuit or action shall be brought in the Superior Court, King County, Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington. 10.12 SEVERABILITY A. The provisions of this Contract shall be effective in all cases unless otherwise prohibited by Washington State Law or applicable Federal Law. The provisions of this Contract are separate and severable. The invalidity of any sentence, paragraph, provision, section, Article, or portion of this Contract shall not affect the validity of the remainder of this Contract. END OF SECTION

C01331C19 page 48 of 48 STDWO §00700 01/30/2015 General Terms and Conditions SECTION 00800 SUPPLEMENTAL TERMS AND CONDITIONS

If any of the provisions in Section 00800, Supplemental Terms and Conditions conflict with the provisions found in Section 00700, General Terms and Conditions, the provisions set forth here in Section 00800 control and supersede the portions of Section 00700, General Terms and Conditions of the Contract Documents. Where any provision of Section 00700 is modified or deleted by these Supplemental Terms and Conditions, the unaltered portions of the provision remain in full force and effect. 1. ADD paragraph D. to Provision 3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS follows: “D. King County is committed to a safe, healthy, drug-free, and alcohol-free work environment on all County property and worksites. Contractor’s employees are prohibited from reporting to or performing work on County property or worksites with the odor of alcohol present on their person, or are observed by a County employee to be consuming alcohol or controlled substances, and/or appear to be under the influence or impaired by alcohol or controlled substances. The County employee will use specific, contemporaneous and articulable observations about the contractor employee’s appearance, speech, behavior, and odor when making this determination. King County will notify the Contractor of the County employee’s observations. The Contractor shall instruct their employee that they are prohibited from continuing to perform work and will safely remove the employee from the County property or worksite.” 2. DELETE Paragraph 5.5C in its entirety, and REPLACE with the following: “C. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington.” 3. ADD paragraph E. to Provision 9.0 COUNTY’S RIGHT TO NOT ISSUE ANY WORK ORDERS follows: “E. Termination for Non-appropriation 1. If expected or actual funding is withdrawn, reduced or limited in any way prior to Final Acceptance and/or Completion of the Project, the County may, upon written notice to the Contractor, terminate this Contract or a Work Order in whole or in part for lack of appropriation. Such termination shall be in addition to the County’s rights to terminate for convenience or default. In the event of termination under this section the following shall apply: a. Subject to subsection c (below), the County will be liable only for payment in accordance with the terms of this Contract for Work performed prior to the effective date of termination; b. Payment, if any, associated with such termination shall not exceed the appropriation for the biennium in which termination occurs; and c. The Contractor shall be released from any obligation to provide further Work under the Contract affected by the termination.

C01331C19 page 1 of 2 §00800 Rev 09/05/2018 Supplemental Terms and Conditions 2. Notwithstanding subsection 1 (above), funding of this Contract beyond the current biennium is conditional upon the appropriation by the County Council of sufficient funds to support the Work described in this Contract. Otherwise, the Contract shall terminate on December 31 of the current biennium.” 4. DELETE Paragraph 10.11 in its entirety, and REPLACE with the following: “10.11 Choice of Law This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington.”

END OF SECTION

C01331C19 page 2 of 2 §00800 Rev 09/05/2018 Supplemental Terms and Conditions DIVISION 1 GENERAL REQUIREMENTS SECTION 01 10 00

SUMMARY

PART 1 GENERAL

1.01 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Access to site. 5. Coordination with occupants. 6. Work restrictions. 7. Specification and drawing conventions. 8. Miscellaneous provisions.

B. Related Sections: 1. Section 00300 – “Form of Bid” 2. Section 00500 – “Agreement” 3. Section 00700 – “General Terms and Conditions”. 4. Section 01 50 00 - "Temporary Facilities and Controls" 5. Section 01 99 00A - “Work Order Breakdown Form”

1.02 PROJECT INFORMATION A. Project Location: Various King County Metro Transit facilities throughout King County. B. Owner: King County

1.03 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of this Contract is defined by the Contract Documents and will require a Contractor to be available to mobilize and perform concrete maintenance repairs and modifications to King County Transit facilities throughout King County. Sites include but are not limited to: Transit Bases, Bus Shelters Transit Centers and Park-and-Ride lots. Repair and modification work may include, but is not limited to:

1. Civil: Full and partial Portland cement concrete vehicular paving panel replacement, concrete curb and gutter repair and replacement; and other concrete maintenance work. Work orders may also include items such as electrical, fencing, asphalt, trenching, survey, drainage, piping, etc. that are associated with a paving project.

B. All work will be authorized by individual Work Orders as directed by the Project Representative and in accordance with the Contract and Technical Specifications. Work Orders will be either for a defined scope of work or for immediate response.

C. The above statements provide a general view of the repair and modification work required. These statements do not provide the full extent of repair and modification work required to complete the Contract. Contractor shall refer to each Work Order as directed by the Project Representative as well as this and other sections of the Contract Documents.

C01331C19 page 1 of 7 01 10 00 SUMMARY 1.04 WORK ORDER PROCESS AND COORDINATION OF WORK

A. The Contractor must be available to receive and respond to service requests 7 days a week, 24 hours a day, including holidays. The Contractor shall provide King County with the name and telephone number of a contact person, or designated answering service, responsible for receiving service calls on a 24-hour basis.

B. The contractor shall make necessary preparations, utilize written and recommended application techniques and procedures, install the specified materials and exercise care in ensuring that the finished product is acceptable to the King County Paving Program Manager.

C. The contractor shall perform work equivalent to at least 75% of the contract price unless otherwise approved by the Project Representative.

D. Defined Scope of Work. 1. The County will transmit proposed Work Orders to the Contractor for the Contractor’s proposal on price and schedule to complete the work specified in the Work Order. Such Work Orders will contain written information and drawings (when applicable) describing the work to be performed. Each Work Order may contain multiple sites within a reasonable proximity. The Project Representative will notify the Contractor prior to any proposed Work Order transmital to inform the Contractor that a Work Order proposal is forthcoming. The contractor shall acknowledge receipt of the Work Order proposal request by responding back to the Project Representative by phone or email within 24 hours of the notification. 2. Within 72 hours, or the specified time for each Work Order (whichever is earliest), the Contractor shall submit to the County for review, a proposed work schedule and cost estimate to perform the work. Pricing shall be either a Lump Sum amount or Unit Prices, as directed by the Project Representative, based upon the established Unit Prices and Mark-Up percentages identified on the Bidding Schedule - Section 00300 and confirmed in the Agreement - Section 00500. The work schedule shall include dates for project submittals, work start and finish dates. The cost estimate shall be submitted on form 01 99 90A Work Order Breakdown Form. 3. Any labor, materials, or equipment required to complete the work specified in the Work Order, which IS NOT identified on the Bidding Schedule - Section 0300, shall be mutually agreed upon by the parties prior to the performance of work on the Work Order. 4. The County will review the Contractor’s proposed work schedule and costs, and will either accept or reject the Contractor’s proposed work schedule and/or costs. King County reserves the right to reject any Contractor proposal. If the County rejects the Contractor’s proposed work schedule and/or costs, the County and the Contractor will review the Contractor's proposed work schedule and/or costs. The Contractor may submit a revised proposed work schedule and/or costs based on discussions with the County. The County reserves the right to cancel any Work Order request at its sole discretion. 5. At such time as the County determines the Contractor’s proposed work schedule and costs to be acceptable, the County will issue a Notice to Proceed for that Work Order. Notice to Proceed may be transmitted via email or phone.

C01331C19 page 2 of 7 01 10 00 SUMMARY 6. Within 24 hours after receipt of the Notice to Proceed for the Work Order, the Contractor shall begin work at all sites specified in the Work Order unless otherwise directed by the Project Representative.

E. Undefined Scope of Work (Not-to-Exceed Based on Unit Prices). 1. The County will transmit proposed Work Orders to the Contractor describing the work needed, any operating constraints, the desired completion time/date and the maximum not-to-exceed cost. Such Work Orders will contain written information and drawings (when applicable) describing the work to be performed. Each Work Order may contain multiple sites within a reasonable proximity. The Project Representative will notify the Contractor prior to any proposed Work Order transmittal to inform the Contractor that a Work Order proposal is forthcoming. The contractor shall acknowledge receipt of the Work Order proposal request by responding back to the Project Representative by phone or email within 24 hours of the notification 2. Within 72 hours, or the specified time for each Work Order (whichever is earliest), the Contractor shall submit to the County for review, a proposed work schedule and cost estimate to perform the work. Pricing shall be either a Lump Sum amount or Unit Prices, as directed by the Project Representative, based upon the established Unit Prices and Mark-Up percentages identified on the Bidding Schedule - Section 00300 and confirmed in the Agreement - Section 00500. The work schedule shall include dates for project submittals, work start and finish dates. The cost estimate shall be submitted on form 01 99 90A Work Order Breakdown Form. 3. Any labor, materials, or equipment required to complete the work specified in the Work Order, which IS NOT identified on the Bidding Schedule - Section 0300, shall be mutually agreed upon by the parties prior to the performance of work on the Work Order. 4. The County will review the Contractor’s proposed work schedule and costs, and will either accept or reject the Contractor’s proposed work schedule and/or costs. King County reserves the right to reject any Contractor proposal. If the County rejects the Contractor’s proposed work schedule and/or costs, the County and the Contractor will review the Contractor's proposed work schedule and/or costs. The Contractor may submit a revised proposed work schedule and/or costs based on discussions with the County. The County reserves the right to cancel any Work Order request at its sole discretion. 5. At such time as the County determines the Contractor’s proposed work schedule and costs to be acceptable, the County will issue a Notice to Proceed for that Work Order. Notice to Proceed may be transmitted via email or phone. 6. Within 24 hours after receipt of the Notice to Proceed for the Work Order, the Contractor shall begin work at all sites specified in the Work Order unless otherwise directed by the Project Representative. 7. Should there be any issues which increase the cost above the authorized maximum allowable cost or which causes the work to take longer, the Contractor shall notify the Project Representative for further direction.

C01331C19 page 3 of 7 01 10 00 SUMMARY F. Immediate Response. 1. The County will contact the Contractor by phone (with the request followed up with a written confirmation) describing the specific work needed, including equipment and manpower, the desired start and completion time/date, any operating constraints, and the maximum not-to-exceed cost. 2. The contractor shall acknowledge receipt of the request for immediate response by responding back to the Project Representative by phone or email within 4 hours of the notification. 3. Within 24 hours after receipt of Notice to Proceed, the Contractor shall be available to mobilize to the requested site with equipment and manpower requested by the project representative 4. Immediate response may also require contractor to be available to mobilize to the requested site with equipment and manpower requested by the project representative within 4 hours of being notified by the project representative. 5. Should there be any issues which increase the authorized maximum allowable cost or which causes the work to take longer, the Contractor shall notify the Project Representative for further direction.

G. The County will not pay the Contractor for any work that has not received prior approval from the Project Representative.

H. Failure to comply with the above referenced Work Order process may be cause for termination of the Contract.

I. Project Construction Coordination: A designated Contractor’s representative shall be on the site at all times during performance of the Work Order. This representative shall be capable of giving direct field orders as the need arises. Official project communication shall only be conducted between the Contractor's representative and the Project Representative.

J. Green Activities: The Contractor shall make every effort to recycle materials and follow all requirements outlined in each Work Order specification.

K. Preconstruction Conference: To facilitate the completion of each Work Order, a meeting of representatives of the Contractor, King County and other affected agencies (when applicable) may be held. The purpose of the meeting will be to establish lines of authority and communication and identify duties and responsibilities of the parties. Discussion will cover specific Work Order plans, specifications, unusual conditions, schedules of completion and other pertinent features of the Work Order.

1.05 SPECIFICATIONS A. Individual Work Orders may include additional technical specifications, and the Contractor will be responsible for complying with specifications identified for each individual Work Order.

C01331C19 page 4 of 7 01 10 00 SUMMARY 1.06 CONTRACT TIME A. The Contract Time shall not exceed 365 calendar days from the date of Contract execution by the County. At the County’s sole discretion, this Contract may be extended by change order for one additional year. In no event shall the Contract Time be greater than two years from the date of Contract execution by the County.

1.07 ACCESS TO AND USE OF SITE

A. ID Badges: King County will issue identification badges to the Contractor. The Contractor shall be responsible for issuing the badges to their on-site staff and subcontractors and maintaining a tracking program for the badges. The badges shall be worn by all Contractor and subcontractor personnel while on site, and displayed so they are easily visible. 1. At the end of contract work, all ID badges shall be returned to the Project Representative. The Contractor shall be charged $50.00 for each lost, missing or damaged badge. 2. Exception: Suppliers/Vendors making deliveries or pick-ups, and who are wearing a uniform and photo identification issued by the company they represent need not wear a construction I.D. badge.

B. Use of Site: Limit use of Project site to areas within each Work Order. Do not disturb portions of Project site beyond areas in which the Work is indicated on each Work Order.

1. Limits: Confine construction operations to the limits defined on each Work Order.

2. Existing damage or defects of existing facilities outside the scope of each individual Work Order shall be reported to the Project Representative immediately and prior to the start of Work. Damages caused by the Contractor shall be repaired and/or replaced to a condition equal to or better than that existing prior to the damage, at no additional cost to Metro Transit. 3. Access to and Within the Site: Metro Transit’s Personnel will be responsible for operating existing facilities throughout the performance of each Work Order. Equipment and vehicles presently on the site, and vehicles exiting and entering during the course of construction must be available to personnel at all times for use, maintenance and repair. If it is necessary in the course of operating the facility for the Contractor to move its equipment and materials or material included in the Work Order, the Contractor shall do so promptly and place such equipment or material in an area which does not interfere with facility. Each Work Order will designate material delivery restrictions, if any. C. On-Site Work Hours: Limit the hours of work to normal business working hours of 7 a.m. to 5 p.m., Monday through Friday. Work hours outside these conditions are subject to approval by the Project Representative. 1. The Contractor shall be liable for the premium costs of King County's overtime inspection for work performed outside of the regular work hours listed above that has not been approved by the Project Representative.

C01331C19 page 5 of 7 01 10 00 SUMMARY 1.08 PERMITS AND FEES A. King County may have obtained a permit for specific work outlined in a Work Order; and if so, will provide the Contractor with a copy of that permit. Otherwise, the Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein.

B. During its progress, the work shall be inspected by the County and by the appropriate inspectors of the associated jurisdictions. Original permits “signed off” by the jurisdiction and/or utilities inspectors shall be given to the Project Representative at the completion of each Work Order.

C. The Contractor shall be reimbursed the actual net cost of the permit without markup.

1.09 IN GENERAL, THE FOLLOWING CONSTRUCTION REQUIREMENTS SHALL APPLY: A. All work shall be completed in such a manner to minimize disruption to the existing bus base operations and maintenance conducted at the site. Major portions of the existing 24- hour facility will remain in operation throughout the performance of this Contract. Schedule and conduct the work to minimize shutdowns and interference with normal facility operations and maintenance.

B. Use of Site: Limit use of Project site to areas within the Contract limits. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to the limits as defined on the Drawing, limit entrance/exit points, and mark as “contractor only” gates. 2. Existing damage or defects of existing facilities outside the scope of this Contract shall be reported to the Project Representative immediately and prior to the start of Work. Damages caused by the Contractor shall be repaired and/or replaced to a condition equal to or better than that existing prior to the damage, at no additional cost to King County. 3. Barriers: During the course of each Work Order, the Contractor shall provide temporary barriers around the work area as necessary to prevent unauthorized entry, to provide protection for the Contractor's workers and County Employees, and to protect existing facilities form damage.

1.10 COORDINATION WITH OCCUPANTS A. Transit Operations: Perform the Work so as not to interfere with King County Metro Transit's day-to-day operations. Maintain existing exits and access ways unless otherwise indicated. 1. Maintain access to on-site and off-site existing walkways, bus parking lanes and access ways, and other adjacent occupied or used facilities. Do not close or obstruct these areas, or other occupied or used facilities without written permission from the Project Representative and approval of authorities having jurisdiction. 2. Notify the Project Representative not less than 72 hours in advance of activities that will affect the Metro Transit's operations.

C01331C19 page 6 of 7 01 10 00 SUMMARY B. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction.

C. Existing Utility Interruptions: 1. Notify the Project Representative in writing 48 hours in advance of the time it is necessary to take any utility out of service. 2. The integrity of existing utility facilities and operations shall be maintained at all times. Provide temporary power, heating, ventilation, materials and equipment necessary to maintain continuous total facility operations except for the systems, processes, or utilities explicitly identified and agreed to in any shut down approval.

D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Occupants with the Project Representative. Refer to Section 01 50 00 for details.

E. Construction and Temporary Utilities: The Contractor shall provide for its own construction and temporary utilities.

F. Use of County Equipment: The Contractor shall not use or operate King County’s equipment. The Contractor is specifically expected to provide its employees with all necessary tools, equipment, and materials which are necessary to complete the Work of this Contract.

1.11 LIQUIDATED DAMAGES AGAINST CONTRACTOR (NOT USED)

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

C01331C19 page 7 of 7 01 10 00 SUMMARY SECTION 01 29 00 MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 SUMMARY A. This Section includes specific requirements for the measurement of and payment for work performed on Work Order Contracts. B. Labor rates, Mark-up percentages, and other bid items appearing on the Bidding Schedule will be utilized for payment and will not be adjusted during the duration of the Contract. C. When a labor classification does not appear on the Bidding Schedule, the wage rate including fringe benefits, for that labor classification will be mutually agreed upon by the parties prior to the performance of work on a Work Order. D. Any labor, materials, equipment or subcontractors utilized for work performed at site(s) other than the King County Project Site(s) identified in a Work Order must be pre- approved by the Work Order Project Manager in order to be paid. The measurement and payment of this off-site work shall be based upon the Bidding Schedule or as mutually agreed upon by the parties prior to the commencement of any such off-site work. The work performed at any off-site location must be accessible to King County for inspection. E. When requested by the Work Order Project Manager, the Contractor shall submit, as a means to validate payment, accurate and detailed daily records for the labor hours, equipment, and materials used on the Work Order at the close of each work day. F. No Work Order shall exceed $150,000, excluding Washington State Retail Sales Tax, unless prior written approval is received form the County.

1.02 MEASUREMENT & PAYMENT FOR WORK PERFORMED

A. Unit Price with a Not to Exceed Work Order Price: 1. Unit Prices identified on the Bidding Schedule (Bid Item(s) 1a through 4h) shall include all costs and expenses, including labor, materials, equipment, subcontractors, supplies, tools, Overhead, Mark-up, Profit and all associated and incidental costs required to complete the specified tasks at the Unit Price bid unless otherwise specified below. No other Marks-ups are allowed on these items. These unit price bid items may be used independently on a work order or in conjunction with the other bid items included in this contract. 2. Concrete Paving Removal (Bid items 1a through 1h): (a) (Bid Items 1a through 1f) Unit prices identified on the Bidding Schedule for “pre-cut” concrete removal shall include everything required to perform the items listed for that bid item, including labor, excavation equipment, mark-up, loading, hauling and disposal of materials, Labor/Operator, minor grading, compaction of subgrade and all other items required to complete concrete removal in preparation for concrete placement. The only things not included in these items are Sawcutting, On-Site Supervisor, mobilization and subgrade excavation beyond paving depth (Over excavation for unsuitable soil, replacement of base course etc.). These items will only be allowed when approved in advance by the Project Representative. Unless otherwise specified on a work order, all

C01331C19 page 1 of 10 §01 29 00 01/30/2015 Measurement and Payment demolition sawcutting will be coordinated and completed under a separate contract and is not to be included in these bid items. (b) (Bid Items 1g through 1h) Unit prices identified on the Bidding Schedule for concrete removal using a machine mounted breaker shall include everything required to perform the items listed for that bid item, including labor, excavation and demolition (breaker) equipment, mark-up, loading, hauling and disposal of materials, Labor/Operator, minor grading, compaction of subgrade and all other items required to complete concrete removal in preparation for concrete placement. The only things not included in these items are Sawcutting, On-Site Supervisor, mobilization and subgrade excavation beyond paving depth (Over excavation for unsuitable soil, replacement of base coarse etc.). These items will only be allowed when approved in advance by the Project Representative. Unless otherwise specified on a work order, all demolition sawcutting will be coordinated and completed under a separate contract and is not to be included in these bid items. These items are intended for use on work orders that have less than 10 cubic yards of concrete and that’s schedule dictates sawcutting as a means of demolition not an option. (c) Excavation and demolition equipment for bid items 1a through 1h shall be equipped with rubber tires or tracks unless otherwise approved by the Project Representative. (d) Sub-grade compaction for bid items 1a through 1h shall include the use of a reversible vibratory plate compactor with a minimum centrifugal compaction force of 7500 lbs. capable of obtaining the specified compaction percentages listed in this contract.

3. Concrete Placement (Bid items 3a through 6h): (a) (Bid Items 3a through 3h) Unit prices identified on the Bidding Schedule for 1 day concrete placement using class ES-1 concrete shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, green sawing and all other items required to complete concrete placement as required by the work order. The only things not included in these items are On-Site Supervisor, mobilization, joint sealing and items 3a through 3r which will be added separately to the work order as specified below. These items will only be allowed when approved in advance by the Project Representative. (b) (Bid Items 3i through 3p) Unit prices identified on the Bidding Schedule for 3 day concrete placement using class C-1 concrete shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, green sawing and all other items required to complete concrete placement as required by the work order. The only things not included in these items are On- Site Supervisor, mobilization, joint sealing and items 3a through 3r which will be added separately to the work order as specified below. These items will only be allowed when approved in advance by the Project Representative. (c) (Bid Items 3a through 3p) refers to classes of concrete listed in Section 32 13 13. (d) (Bid Items 5a through 5b) Unit prices identified on the Bidding Schedule for concrete forming shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials and all other items required to complete concrete forming as required by the work order. (e) (Bid Items 5c through 5d) Unit prices identified on the Bidding Schedule for dowel bar installation shall include all items listed for that bid item, including,

C01331C19 page 2 of 10 §01 29 00 01/30/2015 Measurement and Payment labor, equipment, mark-up, loading, hauling, materials, and all other items required to drill and epoxy 1 inch diameter load transfer dowels as required by the work order. (f) (Bid Items 5e through 5f) Unit prices identified on the Bidding Schedule for dowel bar installation shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items required to drill and epoxy 1¼ inch diameter inch load transfer dowels as required by the work order. (g) (Bid Items 5g through 5h) Unit prices identified on the Bidding Schedule for dowel bar installation shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items required to drill and epoxy 1½ inch diameter load transfer dowels as required by the work order. (h) (Bid Items 5i through 5j) Unit prices identified on the Bidding Schedule for dowel basket installation shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items required to set 1 inch diameter load transfer dowel baskets on grade as required by the work order. (i) (Bid Items 5k through 5l) Unit prices identified on the Bidding Schedule for dowel basket installation shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items required to set 1¼ inch diameter load transfer dowel baskets on grade as required by the work order. (j) (Bid Items 5m through 5n) Unit prices identified on the Bidding Schedule for dowel basket installation shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items required to set 1½ inch diameter load transfer dowel baskets on grade as required by the work order. (k) (Bid Items 5o through 5p) Unit prices identified on the Bidding Schedule for curing compound application shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, hauling, materials, and all other items as required by the work order. (l) (Bid Item 5q) Unit prices identified on the Bidding Schedule for Concrete Plant Opening shall include all items listed for that bid item, including, labor, equipment, mark-up, loading, materials, overtime rates and all other items required to open a concrete plant on nights and weekends as required by the work order. This item will only be allowed when approved in advance by the Project Representative. (m) (Bid Item 5r) Unit prices identified on the Bidding Schedule for Concrete Plant trucking surcharge shall include all items listed for that bid item including overtime rates and all other items required for additional costs associated with delivering concrete to the work order site on nights and weekends as required by the work order. This item will only be allowed when approved in advance by the Project Representative. (n) (Bid Item 6a through 6d) Unit prices identified on the Bidding Schedule for sidewalk replacement shall include everything required to perform the items listed for that bid item, including labor, excavation and demolition equipment, mark-up, loading, hauling and disposal of materials, labor/operator, minor

C01331C19 page 3 of 10 §01 29 00 01/30/2015 Measurement and Payment grading, compaction of subgrade, forming, concrete, placing, finishing and all other items required to remove and replace sidewalk. The only things not included in these items are Sawcutting, On-Site Supervisor, mobilization and subgrade excavation beyond sidewalk depth (Over excavation for unsuitable soil, roots, etc.). These items will only be allowed when approved in advance by the Project Representative. Unless otherwise specified on a work order, all demolition sawcutting will be coordinated and completed under a separate contract and is not to be included in these bid items. (o) (Bid Item 6e through 6f) Unit prices identified on the Bidding Schedule for 410 “C” curb (COS Standard plans) installation on new paving shall include everything required to perform the items listed for that bid item, including labor, mark-up, doweling (curb hoops wet set in new concrete), forming, concrete, placing, finishing, landscape restoration and all other items required to install 410 “C” curb. The only things not included in these items are On-Site Supervisor and mobilization. These items will only be allowed when approved in advance by the Project Representative. (p) (Bid Item 6g through 6h) Unit prices identified on the Bidding Schedule for curb and gutter replacement shall include everything required to perform the items listed for that bid item, including labor, excavation and demolition equipment, mark-up, loading, hauling and disposal of materials, labor/operator, minor grading, compaction of subgrade, forming, concrete, placing, finishing, landscape restoration and all other items required to remove and replace curb and gutter. The only things not included in these items are Sawcutting, On-Site Supervisor, mobilization and subgrade excavation beyond curb and gutter depth (Over excavation for unsuitable soil, roots, etc.). These items will only be allowed when approved in advance by the Project Representative. Unless otherwise specified on a work order, all demolition sawcutting will be coordinated and completed under a separate contract and is not to be included in these bid items. (q) Measurement of concrete paving removal will be by in place cubic yards, calculated by measuring the total volume removed (Square feet x depth). This measurement will be taken immediately upon removal of the existing concrete and verified by the Project Representative. Any depths exceeding the work order estimates that are not verified by the Project Representative will not be reimbursed unless the contractor notified can provide proof of the extra depth and the reason the depth wasn’t verified was of no fault of the contractor. (r) Measurement of concrete placement will be by the cubic yard and paid based on actual concrete placed plus up to 5% for “overage” unless otherwise approved by the Project Representative (Contractor shall provide material tickets to the Project Representative at the end of each day). No compensation will be made for concrete rejected for non-compliance. (s) Measurement of concrete forming will be by the linear foot and measured by the length of the concrete section being formed, not including the length of forms extending past the concrete. (t) Measurement of dowel bar installation will be for each dowel bar installed. (u) Measurement of dowel basket installation will be by the linear foot of joint requiring dowel baskets. Measurement will start from edge of pavement and extend to the opposite edge of pavement following the line of the joint with dowels positioned 12 inches on center.

C01331C19 page 4 of 10 §01 29 00 01/30/2015 Measurement and Payment (v) Measurement of curing compound application will be by the square foot. The method for measuring curing compound application shall be calculated using the square feet of new concrete placed or as approved by the Project Representative. Upon completion of a given Work Order, the square footage of curing compound application applied will be rounded to the nearest square foot. (w) Concrete plant opening will be paid by the hour and measured based on the actual hours the plant was required to be open for King Counties use on nights or weekends. This item may not be paid in full if the concrete plant has not required it due to weekend demand or when the cubic yards exceed 200. Contractor to provide proof of actual concrete plant opening fee paid upon request by the project Representative. (x) Concrete plant trucking surcharge will be paid by the cubic yards of concrete received on nights and weekends where overtime is required to deliver concrete for the work order. (y) Measurement of sidewalk replacement will be paid by the square foot. (z) Measurement of 410 “C” curb installation will be paid by the linear foot of curbing actually installed. (aa) Curb and gutter replacement will be paid by the linear foot of curb and gutter actually installed. B. Time and Materials with a Not to Exceed Work Order Price: 1. Additional Undefined Work (a) Labor 1) On-Site Supervisor (Bid Item 8) - Bidders shall provide an hourly rate for an On-Site Supervisor as indicated on the Form of Bid. Payment will be made for one On-Site Supervisor per Work Order unless previously approved by the Work Order Project Manager. On-Site Supervisors are defined as persons whose primary job duties include coordinating with King County (on and off site) and directing the physical construction activity at the Work Order Site. Payment for the On-Site Supervisor shall only be paid for work performed at the Work Order Site, or as approved by the Work Order Project Manager. This item is intended to be used for work orders that the Work Order Project Manager requires onsite supervision at a level higher than a working foreman. The On-Site Supervisor identified in the qualifications will be responsible for coordinating all aspects of the work order from initiation to closeout and shall have the authority to direct all labor, subcontractors and suppliers as well as make decisions on behalf of the company. 2) Estimated Quantity for Labor (Bid Items 9) – An Estimated Quantity for Labor has been provided as indicated on the Form of Bid. (i.) Measurement for labor performed by the Contractor, and agreed upon by the County, will be based upon the hours of work performed at the Work Order Site. (ii.) Payment for Labor performed by the Contractor will be determined by the current (at time of bid opening) Prevailing Wage Rates established by Department of Labor and Industries, State of Washington, including fringe benefits, plus Mark-up Percentage for Overhead and Profit as identified on the Bidding Schedule.

C01331C19 page 5 of 10 §01 29 00 01/30/2015 Measurement and Payment (iii.) For labor required to complete the Work, and to validate payment, accurate and detailed timecards/timesheets shall be completed by the Contractor and provided to the Project Representative on a daily basis before the close of business each day work occurs. (iv.) There will be no measurement for persons whose primary job duties are defined as Overhead in Section 00700-1.0 AA. (v.) Labor rates for County approved overtime, weekend, and holiday work will be in accordance with applicable state or federal overtime codes. (vi.) The Contractor shall be compensated for 2 labor hours per day for each person whose presence at the Work Order Site is requested by the Work Order Project Manager. The 2-hour period is to cover only those instances where the work, through no fault of the Contractor, cannot be performed. 3) Additional Payroll Related Costs (i.) Bidders shall provide a mark-up percentage for Additional Payroll Related Costs (Bid Item 11) as indicated on the Form of Bid and shall include compensation for: a. Federal Insurance Compensation Act (FICA); b. Federal Unemployment Tax Act (FUTA); c. State Unemployment Compensation Act (SUCA). d. All non-fringe benefits, insurance, taxes, and other related payroll costs for the laborer.

4) Overhead and Profit (i.) Bidders shall provide a mark-up percentage for Overhead and Profit (Bid Item 14) as indicated on the Form of Bid and shall include compensation for all on-site and off-site overhead and profit as specified in Section 00700. 5) Equipment: (i.) Measurement of equipment usage by the Contractor, and documented on a daily basis, will be based upon hours/days the equipment is utilized or on stand-by at the Work Order Site. Payment for the equipment will be based upon the hourly/daily rates and associated mark-up identified on the Bidding Schedule. Hours will be rounded upward to the nearest half-hour. (ii.) Dump Truck (Bid Item 17a) a. Minimum 6’x4’ axle configuration. Must be equipped with a dump box having a minimum capacity of 10 cubic yards. Payment will be based upon the actual hours in use or standby as directed by the Project Representative. (iii.) Rubber Tire Backhoe (Bid Item 17b) a. Minimum operating weight of 12,000 lbs. Must be equipped with a front loader with a minimum capacity of 1 cubic yard, and a rear mounted backhoe with a minimum digging depth of 12 ft.

C01331C19 page 6 of 10 §01 29 00 01/30/2015 Measurement and Payment Payment will be based upon the actual hours in use or standby as directed by the Project Representative. (iv.) Skid Steer Loader (Bid Item 17c) a. Minimum operating weight of 4,000 lbs. Must be equipped with a front loader and rubber tires. Payment will be based upon the actual hours in use or standby as directed by the Project Representative. (v.) Mini Crawler Excavator (Bid Item 17d) a. Mini Crawler Excavator with a minimum operating weight of 6000 lbs. Must be equipped with rubber tracks and a thumb. Payment will be based upon the actual hours in use or standby as directed by the Project Representative. (vi.) Crawler Excavator (Bid Item 17e) a. Crawler excavator with a minimum operating weight of 20,000 lbs. Must be equipped with rubber tracks and a thumb unless otherwise approved by the Project Representative. Payment will be based upon the actual hours in use or standby as directed by the Project Representative. (vii.) Service Vehicle (Bid item 17f) a. Service Vehicle shall include 1-ton rating and above, custom flatbed chassis outfitted with tool boxes, generator, air compressor, ladder, and pipe rack.

(b) Equipment Not Identified on the Bidding Schedule: 1) Contractor-owned Equipment, other than hand and other small tools (any tool with a wholesale value of less than $500) provided by the Contractor for the use of its forces, which the Work Order Project Manager deems necessary for performance of the work, shall be, at the County’s option, reimbursed by one of the following methods: a. A “Total Hourly” rate as shall be negotiated and mutually agreed to in writing between the Contractor and the Work Order Project Manager before the equipment is used; or, b. An hourly rate shall be calculated from the “Rental Rate Blue Book for Construction Equipment” monthly rate, adjusted by the appropriate regional and age factors and divided by 176 to obtain the “Adjusted Hourly Rate.” This rate shall be then be added to the Rental Rate Blue Book Estimated Operating Cost $/ Hour to obtain the “Total Hourly” rate for operating equipment. If the equipment is not included in the “Rental Rate Blue Book for Construction Equipment”, it will be paid at a “Total Hourly” rate as mutually agreed to in writing between the Contractor and the Work Order Project Manager before the equipment is used. The “Rental Rate Blue Book for Construction Equipment” from EquipmentWatch may be accessed from the web http://www.equipmentwatch.com or by calling 1-800-669-3282 Ext. 76768.

C01331C19 page 7 of 10 §01 29 00 01/30/2015 Measurement and Payment 2) Contractor-owned equipment on standby: a. Fifty percent (50%) of the “Adjusted Hourly Rate” as calculated in the paragraph above as applicable. b. No payment will be made for standby on any piece of equipment that has been used for 8 hours or more of productive work in a work day. c. Payment for a combination of productive work and standby will not exceed a total of 8 hours in any day of work. d. Weekends and holidays are excluded from standby time. 3) Rented equipment payment shall be at invoiced rental rates plus reasonable documented costs for fuel and lubrication for the equipment during operation. Prior approval by the Work Order Project Manager must be obtained for rental equipment rates. The Work Order Project Manager may require the Contractor to obtain multiple competitive quotations for rental equipment to be utilized and select the vendor with prices and terms most advantageous to the County. (c) No payment will be made for any equipment idled due to routine maintenance, down time, or late delivery of other equipment. (d) No payment will be made for any equipment “parked” on the site with no future use planned. 2. Materials: (a) Materials used by the Contractor on a Work Order must be substantiated by an approved invoice prior to payment. Minor items (valued under $10.00 each) from the Contractor’s inventory may be approved for payment without supplier’s invoice if judged reasonable by the Work Order Project Manager (b) Material costs shall not include those materials and supplies necessary to maintain Contractor or Subcontractor equipment, unless otherwise approved by the Work Order Project Manager. (c) The quantities of material required to complete the Work shall be documented on a daily basis; material costs shall be determined as soon as supplier's invoices are rendered. (d) Payment for Materials will be based upon an approved invoice including the associated mark-up for Materials as identified on the Bidding Schedule. 3. Subcontractor: (a) Payment for subcontracted work, and documented on a daily basis, will be based upon the actual labor, equipment, materials, and mark-up percentages identified on the Bidding Schedule, utilized on the Work Order Site, and substantiated by an approved invoice. (b) Payment for any Subcontractor labor, materials, equipment, and mark-up percentage which are not identified on the Bidding Schedule will be negotiated by the parties prior to the time the Work Order is executed. Unless otherwise approved by the Project Representative, the mark-up percentage for labor shall not be reimbursed at a percentage in excess of the Mark-up percentages bid by the Contractor.

C01331C19 page 8 of 10 §01 29 00 01/30/2015 Measurement and Payment (c) Contractor’s Mark-up shall be calculated by totaling the correctly invoiced Subcontractor’s costs for labor, equipment and materials (excluding Mark-ups) and multiplying this amount by the Contractor’s Mark-up percentage as full compensation for overhead, profit and all other costs incurred in managing subcontractors. (d) In the event of multi-tiered subcontractors, the total Mark-up amount to be paid by the County for such work shall not exceed the Contractor’s Mark-up percentages bid for labor, equipment or material, plus the not to exceed Contractor Mark-up percentage for Subcontract work percentage as identified on the Bidding Schedule, inclusive of all tiers. (e) To select a subcontractor, the Work Order Project Manager may require a minimum of 3 quotes for subcontracted work.

C. Lump Sum Work Order: 1. At the option of the Work Order Project Manager, a Work Order or a portion thereof may be paid in a lump sum amount established prior to the execution of a Work Order, which sum shall be the total compensation to be paid for that Work Order. The Contractor shall provide to the Work Order Project Manager a detailed breakdown of costs and time supporting its proposal for the work with rates, hours, and percentage amounts consistent with the Contractor’s Bid, this Section and Article 7 of Section 00700. Detailed breakdown of costs to be provided using the Work Order Breakdown form provided by King County.

D. Related Costs: 1. The Contractor may be reimbursed for the actual documented cost of the Performance and Payment Bond without mark-up. 2. The Contractor, all subcontractors, and applicable Suppliers will be reimbursed the actual documented filing fee for each Affidavit of Wages Paid for Final Completion of each Work Order, without mark-up. 3. For costs of items procured but not installed, fees required by regulatory agencies, permit fees, disposal fees or other associated charges or fees approved by the Work Order Project Manager, the Contractor will be reimbursed the actual documented cost to the Contractor with a 5% mark-up. 4. Mobilization and Demobilization Payment (a) At the option of the Project Representative, King County will pay a set percentage for mobilization and demobilization for the performance of Work necessary under each Work Order. Each Work Order may consist of one or more Work Order Sites within a five mile radius. This item is intended to cover the costs associated with moving equipment, materials and crews to the work order sites. (b) The mobilization percentage allowed for this contract will be 5%. (c) One payment for such mobilization and demobilization will be made for each Work Order based on the total amount of the work order not including Retail Sales tax. (d) The Project Representative may opt to waive the Mobilization and Demobilization Payment if the Work Order doesn’t warrant movement of equipment, materials or crew.

C01331C19 page 9 of 10 §01 29 00 01/30/2015 Measurement and Payment 5. Division 0 and 1 Administrative Requirements Payment (a) King County will pay a set percentage to meet the Administrative Requirements of the contract under each Work Order. One payment for such Administrative Requirements will be made per each Work Order to the Contractor based on the total amount of the work order not including Retail Sales tax or the above mobilization allowance. (b) The Administrative Requirements Payment is for the administrative costs to meet the requirements in all of sections of this contract. (c) The Division 0 and 1 Administrative Requirements Payment for this contract will be 1%. E. Taxes: 1. State and local sales taxes, if required, will be accounted for in each Work Order in accordance with the Contract Documents. F. Ferry Fees: 1. Payment for ferry tickets will be made without mark-up upon receipt of appropriate documentation.

END OF SECTION

C01331C19 page 10 of 10 §01 29 00 01/30/2015 Measurement and Payment SECTION 01 33 00

SUBMITTAL PROCEDURES (W.O.)

PART 1 GENERAL 1.01 SUMMARY A. This Section specifies procedures for Contractor submittals. Where required by the Specifications, submit descriptive information which will enable the Project Representative to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance with the design concept and in compliance with the Drawings and Specifications. The information to be submitted shall consist of Drawings, Specifications, descriptive data, certificates, samples, test results, maturity data and such other information, all as specifically required in the Specifications. The Contractor shall deliver the required submittals when requested by the Project Representative.

PART 2 PRODUCTS 2.01 CONTRACTOR RESPONSIBILITIES A. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall ensure that the material, equipment or method of work shall be as described in the submittal. Verify that the material and equipment described in each submittal conforms to the requirements of the Specifications and Drawings prior to transmittal to the Project Representative. Ensure that there is no conflict with other submittals and notify the Project Representative in each case where such submittal may affect the work of another contractor or King County. Ensure coordination of submittals among the related crafts and subcontractors. B. Contractor shall submit the following at the start of the contract, within 14 days of NTP unless otherwise directed by the Project Representative. (Include maturity data for all concrete paving mix submittals) 1. 1-Day Class ES1 concrete paving mix (Submit on all anticipated suppliers including at minimum; one in North King County(shoreline), one in South King County (Tukwila) and one in East King County (Bellevue)) 2. 3-Day Class C-1 concrete paving mix (Submit on all anticipated suppliers including at minimum one in North King County(shoreline), one in South King County (Tukwila) and one in East King County (Bellevue)) 3. Dowel Bars (loose), including 1 inch, 1¼ inch and 1½ inch 4. Dowel Bar Cages, including 1 inch, 1¼ inch and 1½ inch

PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE A. General 1. Submittals regarding material and equipment shall be accompanied by Transmittal Form 01 33 00-A, included in Section 01 99 90. Equipment numbers shall be listed on Form 01 33 00-A for items being submitted. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate,

C01331C19 1 01 33 00 Submittal Procedures discrete sections, for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Re-submittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for re- submittals, i.e., A, B or C being the 1st, 2nd and 3rd re-submittals, respectively. Submittal 25B, for example, is the second re-submittal of Submittal 25.

B. Deviation from Contract: Submit a request for substitution for deviations from the Specifications or Drawings. The request shall be indicated so under "deviations" on the transmittal form accompanying the submittal copies. The request shall include the reason for the deviation and cost differential for the deviation. Deviations from the Contract shall be authorized by change order only.

C. Submittal Completeness: Submittals which do not have all the information required for submittal are not acceptable and will be returned without review.

3.02 REVIEW PROCEDURE A. Individual sheets shall not exceed 11 inches x 17 inches.

B. Unless otherwise specified, within 14 days after receipt of the submittal, the Project Representative will review the submittal and return it to the Contractor. The returned material will consist of three marked-up copies of the submittal. The returned submittal will indicate one of the following actions: 1. If the review indicates that the material, equipment or work method is in general conformance with the Contract Drawings/Specifications, the submittal copies shall be marked "No Exceptions Taken" and given a Review Action of "1". In this event, the Contractor may begin to incorporate the material/equipment/work method covered in the submittal. 2. If the review indicates that the submittal is insufficient or that limited corrections are required, the submittal copies shall be marked "Note Markings" and given a Review Action of "2". The Contractor may begin to implement the work method or incorporate materials/comments covered in the submittal in accordance with the corrections/comments noted. Where submittal information is to be incorporated in O&M data, a corrected copy shall be provided; otherwise, no further action is required. 3. If the review is insufficient or contains incorrect data and the comments are of a nature that can be confirmed without a re-submittal, the submittal copies shall be marked "Comments Attached - Confirm" and given a Review Action of "3". In this case, the Contractor shall not then undertake work covered by this submittal until the attached comments have been confirmed by a separate written communication or the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 4. If the review reveals the submittal is insufficient or contains incorrect data and the comments require revision and a re-submittal, the submittal copies shall be marked "Comments Attached - Resubmit" and given a Review Action of "4". In this case, the

C01331C19 2 01 33 00 Submittal Procedures Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 5. If the review reveals that the material, equipment or work method is not in general conformance with the design concept or in compliance with the Contract Drawings/Specifications, or if the submittal is incomplete, the submittal copies shall be marked "Rejected" and given a Review Action of "5". Submittals containing deviations from Contract Drawings/Specifications which have not been clearly identified and which have not been noted previously in PWC correspondence also shall be rejected. In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 3.03 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Project Representative on behalf of King County, or by any officer or employee of King County; the Contractor shall have no claim under the Contract on account of the failure or partial failure of the method of work, material or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "NOTE MARKINGS" shall mean that King County has no objection to the Contractor, upon the Contractor's own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed.

END OF SECTION

C01331C19 3 01 33 00 Submittal Procedures Submittal/Transmittal Form 01300-A

Date Stamp Contract Number: C01331C19 Submittal No. ______Date: ______Title Resubmittal Yes No

Subcontractor or Supplier: _ If resubmittal, prior submittal number______Transit Division

This Section to Be Completed By King This Section to be completed by Contractor County

Contractor's Cat. or Copies Review Item No. P/C Spec. Paragraph Dwg. No. Description of Item Submit Action Contractor Deviation

Contractor certifies to review of submittal, verification of LEGEND / REVIEW ACTION Distribution: By (Print) Date field measurements, and compliance with Contract 1 No exceptions taken Initial Review Completed Document unless noted otherwise in the submittal. 2 Note Markings By: Date: 3 Comments Attached – Confirm Remarks: 4 Comments Attached – Resubmit 5 Rejected

P – Partial C – Complete Project Representative Returned To Contractor

Concrete Paving Maintenance Work Order 01 33 00-A Project Representative's review is for general conformance with the Contract. Markings or comments not specifically addressed in writing by the Contractor and accepted by the Project Representative in writing, shall not relieve the Contractor from compliance with the Contract.

The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly and for performing its work in a safe manner.

Project Representative Review Routing Initial Date

No Exceptions Taken

Note Markings

Comments Attached-Confirm

Comments Attached-Resubmit

Rejected

Response Required of Contractor Construction Division Use Only Reviewed Copies To: Date Confirm Constr. Division Files Project Representative Contractor Proj. Eng. Resubmit

Concrete Paving Maintenance Work Order 01 33 00-A SECTION 01 45 00

QUALITY CONTROL

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes the following: 1. Quality assurance and quality control 2. Field samples 3. Inspection and testing laboratory services

B. Applicability of this Section: 1. Conditions for the applicability of this Section are specified in Section 01 11 00, 1.01 E.

1.02 RELATED SECTIONS

A. For related requirements, condition and terms refer to the following Specification Paragraphs and Sections: 1. Paragraph 00700- 4.6 - Tests, Inspections, and Access to the Work 2. Paragraph 00700-4.7 - Correction of Work or Damaged Property 3. Section 01 33 00 – Submittals Procedures 4. TSS – Technical Specifications Supplement to the Technical Specifications for this Contract.

1.03 QUALITY ASSURANCE/QUALITY CONTROL

A. The Contractor shall have the responsibility of monitoring the quality of the work and installation in compliance with the Contract Document and to the satisfaction of the Project Representative.

B. Unless more stringent requirements are specified or shown in the Contract Document, the manufacturer's instructions, or recommendations, shall govern the procedures for the installation of products. In case of conflict the requirements in the Contract Document shall prevail.

1.04 FIELD SAMPLES

A. Acceptability of work and products shall be determined by the Project Representative based on the results of examination or testing of field samples, as appropriate, and in compliance with the requirements in the Contract Document.

1.05 INSPECTION AND TESTING LABORATORY SERVICES

A. The Project Representative, or its designee, will inspect and test the work, installation and materials as necessary to determine their qualities. The Project Representative will accept or reject the materials in accordance with the results of such tests.

C01331C19 1 01 45 00 Quality Control B. The County will engage, and pay for, the services of one or more, qualified, testing laboratories to perform the testing specified in the Contract Document. Testing will be based on the appropriate the requirements of the standard specified for each element of the installation or work in the Contract Document and the provisions that follow: 1. Whenever a testing procedure is specified in reference to a WSDOT or a TSS standard, the testing laboratory will follow the requirements of that standard. 2. Acceptance of the elements of the installation or work shall be based on the test results. Acceptable test results shall be the more stringent of those specified in each individual Section of the Contract Document. The Contractor, as a bidder and thereafter, shall be familiar with the entire Contract Document so as to determine the acceptance requirements.

C. Testing Schedule 1. Notify Project Representative 48 hours prior to expected time for operations requiring testing services, unless otherwise specified elsewhere in the Contract Document. 2. Test results will be made available to the Contractor within the next 24 hours that are consistent with the County's receipt of the same and with the time requirements for type of test and other conditions prevailing at the time of execution of the Contract in the area of work. As a bidder, and thereafter, become familiar with applicable prevailing conditions and adjust costs and work performance accordingly.

D. Contractor's conflict with County-obtained testing results: Whenever testing results are, in the Contractor's judgment, in conflict with testing results obtained by the County to demonstrate compliance with the Contract Document, the Contractor will, after notifying the Project Representative in writing 24 hours in advance, have the right to: 1. Engage the services of one or more qualified testing laboratories, meeting the requirements of 1.05 B., above, to perform the testing specified in the Contract Document and demonstrate compliance with the Contract Document. 2. Being reimbursed for the cost the testing provided that: a. The test results obtained by the specified laboratories engaged by the Contractor prove compliance with the requirements of Contract Document. b. The Contractor is able to provide laboratory results to the Project Representative in accordance with the same conditions specified in 1.05 C.2., above.

E. Whenever retesting is required because the Contractor’s work does not meet the requirements in the Contract Document, the cost of retesting will be charged to the Contractor by deducting the applicable inspection and testing charges from the Contract Price.

PART 2 PRODUCTS Not used.

C01331C19 2 01 45 00 Quality Control PART 3 EXECUTION

3.01 QUALITY ASSURANCE/QUALITY CONTROL

A. Monitor the following to obtain the specified quality of work and products: 1. Suppliers’ and Manufacturers’ quality control of products, services and workmanship. 2. Site conditions as necessary to have continuity of work. 3. Compliance with manufacturer's instructions including when necessary but not limited to, each step in a recommended sequence of assembly or installation of products and elements of the work. Should manufacturer's instructions conflict with Contract Documents, request written instructions from Project Representative before proceeding. 4. Compliance with specified standards as the minimum quality acceptable for the work, except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Qualifications of personnel performing the work.

3.02 FIELD SAMPLES

A. As appropriate, provide field samples, or allow for the collection of field samples as necessary to demonstrate compliance with the Contract Document.

END OF SECTION

C01331C19 3 01 45 00 Quality Control SECTION 01 50 00

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes requirements for the following: 1. Temporary utilities: Electricity, lighting, ventilation, telephone service, water, and sanitary facilities. 2. Temporary controls: Barriers, fencing, protection of work, and security. 3. Construction facilities: Parking, and project signage. 4. Environmental controls: Air pollution control, noise control, water control, petroleum contamination. 5. Salvaging and recycling demolition and construction materials.

B. Related Sections : 1. Section 00700 “General Terms and Conditions”. 2. Section 01 10 00 “Summary”. 3. Section 013 3 00 “Submittal Procedures”.

1.02 REFERENCES:

A. Current editions of the City of Seattle Land Use Code, and supplemental publications, including Director’s Rules and Amendments.

B. Current editions of the International Building Code and International Plumbing Code, including City of Seattle amendments.

C. Current edition of the Washington Energy Code, including amendments.

D. Current edition of the King County Surface Water Design Manual.

1.03 USE CHARGES

A. Water from Existing System: Water from King County's existing water system may be available for use without metering and without payment of use charges. The Contractor shall provide connections and extensions of services as required for construction operations and restore when not required. Exercise measures to conserve water.

B. Sewer from Existing System: Contractor shall provide or make arrangements for the use of toilet and wash-up facilities for its work force at King County sites. Comply with applicable laws, ordinances and regulations pertaining to the public health and sanitation. Maintain the facilities as frequent as needed.

C. Electric Power Service from Existing System: Contractor may connect to existing power service if available. King County will pay the cost of energy used. Permanent convenience receptacles may be utilized during construction if available. Provide flexible power cords as required. Comply with all applicable codes.

C01331C19 1 01 50 00 Temporary Facilities and Controls 1. Contractor shall provide temporary power source for electrical equipment requirements in excess of capacity provided above.

D. Telephone Service: Contractor shall provide its own telephone service at the job sites. Cellular service is acceptable. These telephone costs shall be paid by the Contractor.

1.04 INFORMATIONAL SUBMITTALS

A. General: Prior to commencing work, prepare and submit information where required in each Work Order to the Project Representative in accordance with Section 01 33 00.

1.05 QUALITY ASSURANCE

A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70.

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits.

1.06 PROJECT CONDITIONS

A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before acceptance, regardless of previously assigned responsibilities.

B. Maintenance of Site: Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition.

1. Remove waste materials, debris and rubbish from the site immediately upon such materials becoming unfit for use in the work. In the event that this material is not removed, King County reserves the right to have the material removed and the expense charged to the Contractor.

2. Prevent dirt and dust from escaping trucks departing the site by covering dusty loads, washing truck tires before leaving the site, or other methods as applicable.

1.07 CONTRACTOR'S OFFICE

A. During the performance of this Contract, maintain a suitable office at the work site which shall be the headquarters of the representative authorized to receive drawings, instructions or other communication or articles. The location of this office is to be approved by the Project Representative.

B. Communications given to the representative or delivered at the site office in the Contractor's absence shall be deemed to have been delivered to the Contractor.

C. Copies of the Drawings, Specifications and other Work Order Documents shall be kept at the site office and available for use at all times.

C01331C19 2 01 50 00 Temporary Facilities and Controls PART 2 PRODUCTS

A. Barriers: Provide adequate barriers to prevent unauthorized entry to construction areas and to protect existing facilities from damage during construction and demolition operations.

B. Construction Signs: Commercial or advertising signs shall not be allowed on the site. Informational and directional signs are permitted.

PART 3 EXECUTION

3.01 INSTALLATION, GENERAL

A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work.

3.02 CONTRACTOR'S SECURITY

A. Provide necessary security and facilities to protect the work, stored materials and existing facilities from unauthorized entry, vandalism, or theft. King County will not be responsible for Contractor's losses resulting from lack of security by the Contractor.

3.03 PROTECTION OF NEW WORK AND EXISTING PROPERTY

A. Protect existing structures, property, cultivated or planted areas and other surface improvements from damage and provide bracing, shoring or other work necessary for such protection.

B. Protect installed work and provide special protection where specified in individual Specification sections.

C. Repair or replace materials or equipment damaged during the work under this Contract to the satisfaction of the Project Representative and at no cost to King County.

3.04 MAINTENANCE OF TRAFFIC

A. Contractor is to limit its activities to the work and staging areas agreed to with the Project Representative and avoid interfering with bus movement and other transit related traffic within the facility. 1. Contractor shall conduct its work to interfere as little as possible with vehicular or pedestrian travel, and must only enter and exit the site at the assigned gates.

3.05 PARKING AND STAGING AREA

A. Use only the area(s) identified in the Work Order Drawings attached to each Work Order or by the Project Representative for staging, material stockpiling, equipment storage and parking of construction vehicles. Access to staging areas shall be coordinated with the Project Representative.

C01331C19 3 01 50 00 Temporary Facilities and Controls A. Promptly remove from the site Contractor's equipment and vehicles no longer required to perform the work under this Contract. Failure to remove said equipment and vehicles from the site will result in the Project Representative arranging for their removal and storage outside the site at the Contractor's expense.

B. Parking of Contractor's non-construction and employee vehicles shall not be allowed within the King County facilities.

C. Contractor shall be responsible for obtaining and paying for any off-site staging area.

3.06 TEMPORARY UTILITY INSTALLATION

A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Project Representative, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services.

B. King County’s Existing Water Service Facilities: Keep clean and maintain water service facilities in a condition acceptable to the Project Representative. At Substantial Completion, restore these facilities to condition existing before initial use. 1. Exercise measures to conserve water.

C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities.

D. Heating and Cooling: Provide temporary heating and cooling as required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations, elements being installed, or LEED standards.

E. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations, elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption.

F. Electric Power Service: Provide electric power service from Seattle City Light and distribution system of sufficient size, capacity, and power characteristics required for construction operations.

G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, pedestrian, and traffic conditions. (This pertains to both the Contractor’s and Metro Transit’s activities)

3.07 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

B. Traffic Controls: Comply with requirements of authorities having jurisdiction.

C01331C19 4 01 50 00 Temporary Facilities and Controls 1. Protect existing site improvements to remain including , pavement, and utilities. a. Maintain access for fire-fighting equipment and access to fire hydrants.

C. Parking: Provide “No Contractor parking” signage, if required.

D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted 1. Identification Signs: Provide Project identification signs as indicated on Drawings. b. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. c. Maintain and touchup signs so they are legible at all times

F. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations.

G. Lifts and Hoists: Provide facilities necessary for safely hoisting materials and personnel.

3.08 ENVIRONMENTAL CONTROLS

A. General: 1. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. 2. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects.

B. Temporary Erosion and Sedimentation Control: Comply with the measures defined in these Contract Documents, and any further measures as required, for the duration of the Contract. Comply with the requirements of the City of Seattle and authorities having jurisdiction. 1. Temporary Dams: Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary.

C. Stormwater Control: Comply with requirements of the City of Seattle and authorities having jurisdiction. Provide barriers in and around excavations and sub grade construction to prevent flooding by runoff of storm water from heavy rains.

D. Air Pollution Control: Do not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities. Minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. The use of water, in amounts, which result in mud on public streets, is not acceptable as a substitute for sweeping or other methods. E. Noise Control: Comply with local controls and noise level rules, regulations and ordinances that apply to work performed pursuant to the Contract. The Contractor is

C01331C19 5 01 50 00 Temporary Facilities and Controls responsible for obtaining any waivers necessary to complete the work under this Contract. 1. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. Noise levels of trucks shall not exceed 90 dBA at 50 feet as measured under the noisiest operating conditions. For all other equipment, noise levels shall not exceed 85 dBA. Equipment that cannot meet these levels shall be quieted by use of improved exhaust mufflers or other means. 2. Give the Project Representative 72 hour's notice of all these operations.

F. Water Control: Dewatering Facilities and Drains: 1. Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 2. Temporary pumping and drainage: a. Conform to the regulations and requirements of legally authorized surface water management agencies. b. Maintain buildings and excavation free from water while construction is in progress. c. Keep trenches and excavation free from water as required to permit continuous progress of, or to prevent damage to the work. Conduct operations in such a manner so as to prevent sediment from reaching the sewer. Provide temporary settling storage in the work area as required to trap runoff until the turbidity has settled and the water can be pumped into the sewer. 3. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities.

G. Petroleum-Contaminated Groundwater: In the event the Contractor detects the presence of petroleum-contaminated groundwater the Contractor shall immediately suspend work and notify the Project Representative. The Project Representative will determine the subsequent course of action in conformance with the applicable rules and regulations. King County will notify the WA State Department of Ecology in accordance with WAC 173-340-300. Once the type of contamination is known, the Project Representative will direct the Contractor to proceed with remediation and the Contractor compensated through the established bid’s unit pricing. This is a known condition and the administration and time to manage this work is considered to be included in this Contract bid item.

H. Petroleum-Contaminated Soils: In the event the Contractor detects the presence of petroleum-contaminated soil, the Contractor shall immediately suspend work and notify the Project Representative. The Project Representative will determine the subsequent course of action in conformance with the applicable rules and regulations. King County will notify Ecology in accordance with WAC 173-340-300. Once the type of contamination is known, the Project Representative will direct the Contractor to proceed with remediation and the Contractor compensated through the established bid’s unit pricing. This is a known condition and the administration and time to manage this work is considered to be included in this Contract bid item.

C01331C19 6 01 50 00 Temporary Facilities and Controls I. Emergency Spill Response: In the event of a release of petroleum-contaminated groundwater, soils or sediments to surface water as a result of work performed under this Contract, notify the Project Representative within one hour of the occurrence and take immediate emergency control measures to contain and remove the effected media. King County will notify Ecology in accordance with WAC 173-340-300.

J. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion.

3.09 SALVAGING AND RECYCLING DEMOLITION AND

A. General: Recycle paper and beverage containers used by on-site workers. 1. Recycling Receivers and Processors: Available recycling receivers and processors include, but are not limited to, those identified in resources available form the King County department of Natural Resources and Parks (DNRP) Solid Waste Division Construction Recycling and Green Building Program, and the Seattle Business Industry and Resource Venture. a. King County DNRP "2006 Material Recovery Facility (MRF) Assessment", and "2006 Market Assessment for Recyclable Materials". These and other informational documents are available at http://your.kingcounty.gov/solidwaste/about/waste_documents.asp. b. Seattle Resource Business Venture green building information is available at http://www.resourceventure.org/seattle-commercial-waste-and-recycling-101. 2. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical.

B. Demolition Waste: 1. Asphalt Paving: Grind asphalt to maximum size acceptable if use for general fill is identified. Break up and transport paving to asphalt-recycling facility. 2. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. Pulverize concrete to maximum size suitable for recycling or reuse applications. 3. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. 4. Metals: Separate metals by type. a. Structural Steel: Stack members according to size, type of member, and length.

C. Recycling Construction Waste: 1. Packaging: a. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 1. Polystyrene Packaging: Separate and bag materials. 2. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood.

C01331C19 7 01 50 00 Temporary Facilities and Controls 3. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. 2. Wood Materials: a. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 1. Clean Sawdust: Bag sawdust that does not contain painted or treated wood.

3. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location.

D. Disposal of Waste: 1. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. a. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 2. Burning: Do not burn waste materials. 3. Disposal: Remove waste materials and legally dispose of them off site.

3.10 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting.

B. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction.

C. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather tight enclosure for building exterior.

D. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire prevention program. 1. Prohibit smoking in construction areas. a. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. b. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information.

3.11 MOISTURE AND MOLD CONTROL

A. Contractor's Moisture Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction.

C01331C19 8 01 50 00 Temporary Facilities and Controls B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect materials from water damage and keep porous and organic materials from coming into prolonged contact with concrete.

C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. a. Keep interior spaces reasonably clean and protected from water damage. b. Discard or replace water-damaged and wet material. c. Discard, replace, or clean stored or installed material that begins to grow mold. d. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes.

D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry-in conditions. a. Remove materials that can not be completely restored to their manufactured moisture level.

3.12 OPERATION, TERMINATION, AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses.

B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage.

C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion.

D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. a. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period

END OF SECTION

C01331C19 9 01 50 00 Temporary Facilities and Controls SECTION 01 57 00

ENVIRONMENTAL CONTROLS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies environmental mitigation and temporary environmental controls required to be maintained during construction.

1.02 RELATED SECTIONS A. For related requirements, conditions and terms refer to the following Specifications Paragraphs and Sections: 1. Section 01 11 00 – Summary of Work 2. Section 01 33 00 – Submittal Procedures 3. Section 31 25 00 - Temporary Erosion and Sediment Control

1.03 SUBMITTALS A. When required by the work order, submit the following in accordance with Section 01 33 00. 1. A descriptive list of the materials and facilities maintained at or near the Work Site to prevent and clean up spills. 2. A listing of potential spill sources associated with the Contractor’s operations. 3. Environmental Mitigation Plan (EMP), pursuant to Paragraph 00700-3.26, incorporating the applicable Best Management Practices (BMPs) recommended by DOE and in SMMWW, and as follows: a. Using the form provided in Section 01 99 00. b. With the Stormwater Pollution Prevention and Emergency Spill Response plans incorporated. c. Identifying the appointed employee who is qualified and authorized to supervise and enforce compliance with the EMP.

1.04 QUALITY ASSURANCE A. Regulatory requirements: Reference Title or Description DOE Washington State Department of Ecology, Northwest Region Jurisdictional Standards or Requirements imposed by the City having jurisdiction Requirements over the area where each of the Zones involved in this Contract will be constructed. RCW 90.48 Revised Code of Washington, Chapter 90.48, Water Pollution Control SMMWW DOE Stormwater Management Manual for Western Washington USCG United States Coast Guard, District 13 – Pacific Northwest

C01331C19 1 01 57 00 . Environmental Controls PART 2 PRODUCTS Not used.

PART 3 EXECUTION

3.01 GENERAL

A. Implement the approved EMP prior to initiating work. Maintain it for the duration of the work order.

B. Have a qualified employee supervise EMP compliance at all times throughout the execution of the Work.

C. Demonstrate, to the satisfaction of the Project Representative, that all necessary items necessary to implement the EMP are available at the Work Sites prior to initiating work.

D. In the event that a regulatory agency or jurisdictions determines the EMP to be inadequate to protect environment: 1. Stop the work in progress and implement environmental protection measures that meet the requirements of the regulatory agency or jurisdiction, and of the County. 2. Provide the Project Representative with acceptable revisions to the EMP within seven (7) days of the notice of inadequacy. 3. Do not restart work until the approved revised Plan has been implemented to the satisfaction of the Project Representative.

E. Handle paints, solvents, and other construction materials with care to prevent entry of contaminants into storm drains, surface waters, or soils.

3.02 SITE MAINTENANCE

A. Keep the Zones, staging areas and Contractor’s facilities, clean and free from rubbish and debris. Remove materials and equipment from each site when they are no longer necessary. Upon completion of the work and before request for final inspection, clear the Zones of equipment, unused materials, and rubbish. Where grass or other vegetation surfaces have been damaged, replace in-kind as directed by the Project Representative.

B. Clean-up: 1. Do not allow waste material, refuse, rubbish and debris to remain on the Work Site or on adjacent areas. Collect, carry off the zone, and legally dispose daily, weekly, or as otherwise directed by the Project Representative. 2. In the event that waste material, refuse, rubbish and debris are not removed from the Zone as directed by the Project Representative, the County reserves the right to have the waste material, refuse, debris and rubbish removed and the charge the resulting costs to the Contractor. C. Street cleaning: 1. Prevent dirt and dust from escaping from trucks departing the project site, by covering dusty loads, washing truck tires before leaving the site, using crushed rock or hog fuel at entrances, or other reasonable methods.

C01331C19 2 01 57 00 . Environmental Controls 2. When working dump trucks and other equipment on paved streets and roadways, clean the streets as soon as practical, but no later than at the conclusion of each day’s operations, unless otherwise directed by the Project Representative. Street washing shall be allowed only after other methods to prevent the transport or to remove the sediments are unsuccessful. 3. Failure to comply with the above requirements shall constitute sufficient ground for the Project Representative to order the streets cleaned by others and the cost of the operation charged to the Contractor.

3.03 TEMPORARY DAMS A. Except in cases of emergency, earth dams are not acceptable at catch basin openings, local depressions, or anywhere else. Use catch basin inserts to protect catch basins affected by the construction work. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work; however, their use should not create a hazard or nuisance to the public. Remove such dams from Zones as soon as they are no longer necessary.

3.04 AIR POLLUTION CONTROL A. Do not discharge smoke, dust, and other contaminants into the atmosphere that violate applicable regulations. Do not allow internal combustion engines to idle for prolonged periods of time. Maintain construction vehicles and equipment in good repair. Exhaust emissions that are determined to be excessive by the Project Representative are to be repaired or replaced.

B. Minimize dust nuisance by cleaning, sweeping, sprinkling with water, or other appropriate methods. Use of water, in amounts which result in mud on public streets, shall not be acceptable as a substitute for sweeping or other appropriate methods. Have equipment for these purposes available at all times.

3.05 NOISE CONTROL A. Become completely familiar with controls and noise level rules, regulations, ordinances, and permit requirements applicable at each Zone. In case of conflict with the requirements in this Section, the most restrictive shall apply.

B. Strictly observe rules and regulations applicable to work hours.

C. Equip each internal combustion engine used on or related to the job with a muffler of a type recommended by the manufacturer to comply with the applicable noise level restrictions. Do not operate internal combustion engines on the project without said muffler. Do not use trucks with un-muffled compression brakes.

D. Unless otherwise imposed by Jurisdictional Requirements, noise levels for scrapers, pavers, graders and trucks are not to exceed 90 dBA and pile drivers are not to exceed 95 dBA at 50 feet as measured under the noisiest operating conditions. For all other equipment, noise levels shall not exceed 85 dBA. The Project Representative will not allow the use of equipment that cannot meet these noise level requirements.

E. Whenever possible, use electric rather than diesel or gas-powered equipment. Place portable acoustic screens around noisy equipment if so directed by the Project Representative. Shut equipment off when not in active use.

C01331C19 3 01 57 00 . Environmental Controls F. If special circumstances or emergency conditions arise that require a deviation from the rules and regulations applicable to work hours, proceed as follows: 1. Notify the Project Representative immediately upon determining the need for this deviation. Include a written request for authorization to perform work and the circumstances that warrant this request. Include proposed measures to mitigate noise generated by the work if deemed necessary by the Project Representative. 2. Do not proceed with work until the Project Representative has issued an appropriate written authorization.

3.06 WATER QUALITY PROTECTION AND STORMWATER CONTROL A. Conform to applicable surface water management rules and regulations and the conditions imposed by Jurisdictional Requirements. Apply applicable BMPs.

B. Refer to Section 01 57 13 for temporary erosion and sedimentation control details.

3.07 OIL SPILL PREVENTION AND CONTROL A. At a minimum, perform the following measures regarding oil spill prevention, containment and clean-up. 1. Regularly inspect equipment and facilities for drips, leaks, or signs of damage, and maintain and store properly to prevent spills. Maintain proper security to prevent vandalism. 2. Dike or locate all land-based oil and products storage tanks so as to prevent spills and leaks from escaping containment areas. Line dikes and subsoil with impervious material to prevent oil from penetrating the ground. 3. Apply applicable BMPs to the satisfaction of the Project Representative, and have an adequate supply of the components necessary for emergency spill response readily available. B. In the event of an oils spill or discharge to the environment proceed as follows: 1. Immediately implement the applicable BMPs. 2. Immediately notify: a. The Project Representative. b. DOE at the 1-425-649-7000 24-hour report line. c. USCG at the (206)217-6001 24-hour report line if there exists the potential for the contaminant to enter navigable waters.

3.08 CULTURAL RESOURCES A. In the event potential cultural resources are uncovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Project Representative will issue a verbal Work Suspension Order (WSO) directing the Contractor to cease all construction operations at the location of a potential cultural resources discovery. A written WSO will be issued within four (4) hours of the verbal WSO. 2. The WSO will contain the following: a. A clear description of the work to be suspended. b. Instructions regarding issuance of further orders by the Contractor for material services. c. Guidance as the actions to be taken by all personnel involved in the Work of this Contract. C01331C19 4 01 57 00 . Environmental Controls d. Specific directions to the Contractor to reduce the work suspension costs (i.e., work elsewhere while the archaeologist is evaluating find). e. Estimated duration of the WSO. 3. The WSO shall remain in effect until such time as a qualified archaeologist can evaluate the potential cultural resources for their significance and make recommendations to the State Historic Preservation Officer.

3.09 FINES

A. The Contractor shall pay all fines assessed by the jurisdictional authorities for non- compliance with rules, regulations, and the requirements in this Section.

END OF SECTION

C01331C19 5 01 57 00 . Environmental Controls SECTION 01 57 13

TEMPORARY EROSION AND SEDIMENT CONTROL

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies stabilization of soil and stockpiled materials to minimize erosion and sedimentation during and following construction. Work shall include, but not be limited to, the furnishing and delivery of required materials; installation and maintenance of temporary sedimentation control measures; temporary covering of disturbed areas; and stockpile areas in accordance with these Specifications.

B. Related Sections: 1. Section 31 00 00 - Earthwork

1.02 SUBMITTALS

A. Prepare an erosion and sedimentation control plan that is tailored to the Contractor’s proposed sequence and methods for the work under this Contract and submit in conformance with Section 01 33 00.

1.03 QUALITY ASSURANCE

A. Meet the applicable regulatory requirements from King County Surface Water Management.

PART 2 PRODUCTS

2.01 ENVIRONMENTAL PROTECTION MATERIALS

A. Tarps: Tarps used for the covering and lining of stockpile areas shall be a minimum of 4.5 mil reinforced polyethylene, Layfield Plastics P-Grade, or approved equal.

B. Sedimentation Control: Materials used to construct silt fences and to trap silt from entering catch basins, inlets, manholes, etc., shall be Mirafi 100X or equal from American Engineering Fabrics, TerraTex or Synthetic Industries, Inc.

PART 3 EXECUTION

3.01 TEMPORARY DAMS

A. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary.

C01331C19 1 01 57 13 Temporary Erosion and Sediment Control 3.02 SOURCE SEDIMENT CONTROLS

A. Place temporary erosion controls during construction using filter fences, straw bales, sediment traps and/or other measures. Satisfy King County Surface Water Management applicable requirements.

3.03 STABILIZATION, MAINTENANCE AND HANDLING

A. Perform and maintain temporary erosion and sedimentation control during construction. Comply with the applicable requirements from King County Surface Water Management and these Specifications. In case of conflicting requirements, the most stringent shall apply.

B. Perform soil stabilization and sediment trapping as follows: 1. Stabilize exposed and disturbed soils, construction areas, and embankments by the suitable application of structural control measures. 2. From October 1 to April 30, no soils shall remain unstabilized for more than 2 days. 3. From May 1 to September 30, no soils shall remain unstabilized for more than 7 days. 4. Stormwater runoff shall pass through a sediment trap or other appropriate structural control measure prior to leaving the site. 5. Construct sediment traps, filter fabric fences and other structural control measures intended to trap sediment on-site as a first step in grading. These structural control measures shall be functional before land disturbing activities take place.

C. Construct cut and fill slopes in a manner that will minimize erosion.

D. Protect waterways downstream from erosion due to increases in the volume, velocity, and peak flow rate of stormwater runoff from the project site.

E. Perform stabilization of temporary conveyance channels and outlets as follows: 1. Design, construct and stabilize temporary on-site conveyance channels to prevent erosion from the expected peak flow velocity from a 25-year, 24-hour frequency storm for a fully impervious condition within the tributary drainage area. 2. Provide stabilization adequate to prevent erosion of outlets, adjacent stream banks, slopes, and downstream reaches at the outlets of all conveyance systems.

F. Protect storm drain inlets made operable during construction, so that stormwater runoff does not enter the conveyance system without first being filtered or otherwise treated to remove sediment. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary.

G. The construction of trenches for underground pipe lines and utilities shall be subject to the following criteria: 1. Where feasible, no more than 300 feet of trench shall be opened at one time. 2. Where consistent with safety and space considerations, excavated material shall be placed on the uphill side of trenches. 3. Trench dewatering devices shall discharge into a sediment trap.

C01331C19 2 01 57 13 Temporary Erosion and Sediment Control

H. Take provisions to minimize the transport of sediment (mud) onto the paved roads wherever construction vehicle access routes intersect said roads. If sediment is transported onto a , thoroughly clean said surface at the end of each day. Remove sediment from roads by shoveling or sweeping and transporting to a controlled sediment disposal area. Street washing shall be allowed only after sediment is removed in this manner.

I. Remove temporary erosion and sediment control structural control measures within 30 days after final site stabilization is achieved or after the temporary structural control measures are no longer needed. Remove or stabilize trapped sediment on-site. Permanently stabilize disturbed soil areas resulting from removal.

J. Handle and dispose of pollutants, other than sediment, that occurs on-site during construction in a manner that does not cause contamination of storm water.

K. Maintain and repair temporary and permanent erosion and sediment control structural control measures as needed to ensure continued performance of their intended function. Conduct maintenance and repair in accordance with an approved plan.

END OF SECTION

C01331C19 3 01 57 13 Temporary Erosion and Sediment Control SECTION 01 74 19

CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

PART 1 GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for the salvaging, the recycling and the disposal of nonhazardous demolition and construction waste.

1.02 RELATED SECTIONS

A. For related requirements, condition and terms refer to the following Specification Paragraphs and Sections: 1. Section 31 00 00 – Earthwork 2. Section 32 13 13-A – Portland Cement Concrete Paving 3. Section 01 74 23 – Final Cleaning

1.03 DEFINITIONS

A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging.

B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations.

C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction.

D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse.

E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility.

F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work.

1.04 PERFORMANCE REQUIREMENTS

A. General: As feasible, maximize the salvaging/recycling of total non-hazardous solid waste generated by the Work. Facilitate recycling and salvaging of materials.

1.05 SUBMITTALS

Not used

C01331C19 1 01 74 19 Construction Waste Management Disposal 1.06 QUALITY ASSURANCE

Not used

1.07 WASTE MANAGEMENT PLANS AND FINAL REPORT

A. General: Develop a waste management plan. Distinguish between demolition and construction waste.

B. Waste Identification: Indentify anticipated types and quantities of demolition site-clearing and construction waste generated by the Work.

C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. a. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. b. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. c. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. d. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. e. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed.

D. The Final Construction Waste Management Report shall include the following. 1. For each material recycled, reused, or salvaged from the Project: a. The total amount of the material, in tons or cubic yards. b. The receiving party. c. Manifests, weight tickets, receipts and invoices. 2. For co-mingled materials, include the co-mingled construction, demolition and land- clearing (CDL) recycling rate of the receiving facility. 3. The total amount (in tons or cubic yards) of material disposed of as Garbage from the Project, the location of the receiving facility, and the total disposal cost. Include manifests, weight tickets, receipts and invoices.

PART 2 PRODUCTS

Not used

C01331C19 2 01 74 19 Construction Waste Management Disposal PART 3 EXECUTION

3.01 PLAN IMPLEMENTATION

A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract.

B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing, monitoring, and reporting status of waste management work plan. The designated coordinator shall be present at Project site full time for duration of Project.

C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to everyone concerned. a. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal.

D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold.

3.02 SALVAGING DEMOLITION WASTE

A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. a. Pack or crate items after cleaning. Identify contents of containers. b. Store items in a secure area until installation. c. Protect items from damage during transport and storage. d. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated.

B. Salvaged Items: 1. Clean salvaged items. a. Pack or crate items after cleaning. Identify contents of containers. b. Store items in a secure area until delivery. c. Transport items to a storage area designated by Project Representative d. Protect items from damage during transport and storage.

3.03 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL

A. General: Recycle paper and beverage containers used by on-site workers.

C01331C19 3 01 74 19 Construction Waste Management Disposal

B. Recycling Receivers and Processors: Available recycling receivers and processors include, but are not limited to, those identified in resources available from the King County Department of Natural Resources and Parks (DNRP) Solid Waste Division Construction Recycling and Green Building Program, and the Seattle Business Industry and Resource Venture 1. King County DNRP ‘2006 Material Recovery Facility (MRF) Assessment’, and ‘2006 Market Assessment for Recyclable Materials”. a. These and other informational documents are available at http://your.kingcounty.gov/solidwaste/about/waste_documents.asp. 2. Seattle Resource Business Venture green building information is available at http://www.resourceventure.org/seattle-commercial-waste-and-recycling-101.

C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. a. Stockpile materials away from construction area. Do not store within drip line of remaining trees. b. Store components off the ground and protect from the weather. c. Remove recyclable waste from property and transport to recycling receiver or processor.

3.04 RECYCLING DEMOLITION WASTE

A. Asphalt Pavement: 1. If use for fill is identified in the Waste Management Plan, process asphalt concrete to acceptable gradation in conformance with applicable Specifications. 2. If no use for fill is identified in the Waste Management Plan, break up and transport to an asphalt-recycling facility.

B. Concrete Pavement 1. Remove reinforcement and other metals from concrete and sort with other metals. 2. If use for fill is identified in the Waste Management Plan, process portland cement concrete to acceptable gradation in conformance with applicable Specifications. 3. If no use for fill is identified in the Waste Management Plan, break up and transport to a portland cement concrete-recycling facility.

C01331C19 4 01 74 19 Construction Waste Management Disposal C. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. Transport to wood recycling facilities as appropriate.

D. Metals: Separate metals by type and transport to metal recycling facilities as appropriate.

3.05 RECYCLING CONSTRUCTION WASTE

A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. a. Polystyrene Packaging: Separate and bag materials. b. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. c. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood.

B. Wood Materials: 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. a. Clean Sawdust: Bag sawdust that does not contain painted or treated wood.

3.06 DISPOSAL OF WASTE

A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. a. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

B. Burning: Do not burn waste materials.

C. Disposal: Remove waste materials and legally dispose of them off site.

END OF SECTION

C01331C19 5 01 74 19 Construction Waste Management Disposal SECTION 01 74 23

FINAL CLEANING (W.O.)

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the furnishing of labor, materials, tools, equipment and services necessary for final cleaning of the work performed.

B. Clean items installed under this Contract. Leave free of damage or other defects prior to acceptance. Replace damaged, defaced or marred items not acceptable to the Project Representative at no additional expense to King County.

C. Clean catch basins from debris and sediment accumulated during construction work.

1.02 QUALITY ASSURANCE

A. Fire Protection: 1. Store volatile waste in covered metal containers. 2. Remove from premises daily.

B. Pollution Control: 1. Conduct clean-up and disposal operations to comply with local ordinances and anti- pollution laws. 2. Do not burn or bury rubbish or waste on-site.

PART 2 PRODUCTS

2.01 CLEANING MATERIALS

A. Use only materials recommended by manufacturers of surfaces to be cleaned.

B. Use cleaning materials only on surfaces recommended by cleaning material manufacturer.

PART 3 EXECUTION

3.01 PRIOR TO CONSTRUCTION

A. Prior to beginning work, inspect the condition of the existing catch basins. Notify the Project Representative if materials such as waste, rubbish, and sediment are found so that King County can remove said materials prior to commencing Contractor’s work.

3.02 DURING CONSTRUCTION

A. Clean up waste materials, rubbish, and debris resulting from the construction operations at such frequencies as the Engineer determine it necessary to meet the requirements of the Contract Document.

C01331C19 1 01 74 23 Final Cleaning B. Provide and maintain appropriate containers to place waste materials, rubbish and debris from construction operations.

C. Oversee cleaning and ensure that building and grounds are maintained free from accumulations of waste and rubbish.

D. Sprinkle dusty debris with water.

E. Remove debris from site. Legally dispose of off-site.

3.03 CONCRETE AND ASPHALT SLURRY (sawing, coring, grinding and concrete washout)

A. All concrete and asphalt slurry and grinding residue shall be vacuumed from the roadway on a continual basis immediately behind the grinding or cutting operations. Vacuum equipment shall be a minimum of 200 CFM and have a minimum holding tank capacity of 400 gallons. Slurry removal equipment size shall be increased if required to meet the slurry demands of larger sawing equipment being utilized.

B. Slurry shall not be allowed to drain across open traffic lanes. Slurry shall not be allowed to drain into any waterway, placed on the roadway slope within 200-feet of any waterway, any natural or constructed drainage conveyance or other areas as designated by the Project Representative.

C. Catch basin inserts shall be placed into existing catch basins immediately downhill of the cutting or grinding operations or as designated by the Project Representative prior to starting any cutting or grinding. Installation and sediment removal shall be per manufacturer’s recommendations. Inserts shall be periodically monitored for performance and sediment accumulation.

D. Catch basin Inserts are to be used as secondary containment and not in place of vacuuming of slurry. Every effort should be made to keep any and all slurry out of all natural or constructed drainage structures including catch basins and manholes.

E. Prior to commencing grinding or cutting operations, the Contractor shall submit to the Project Representative for approval a slurry collection and containment plan to prevent contaminants, such as grinding slurry from entering ditches, culverts, or other waterways including wetlands or aquifers.

F. Concrete and asphalt slurry shall be collected from the roadway and disposed of by the contractor off the project site. The contractor shall submit to the Project Representative for approval an off site slurry disposal plan prior to the start of grinding or cutting operations. This plan shall include the address of the facility disposing of the slurry and a description of the equipment and processes used. All material must be disposed in accordance with local, state and federal regulations.

G. Contractor shall provide documentation when requested that slurry is being taken to the disposal site approved by the Project Representative.

H. Contractor shall follow Department of Ecology Stormwater Manual (2012) guidelines pertaining to sawcutting (BMP C152).

C01331C19 2 01 74 23 Final Cleaning 3.04 FINAL CLEANING

A. At completion of construction, just prior to acceptance or occupancy, perform final cleaning.

B. Repair and touch-up marred areas. Remove excessive joint materials from pavement surfaces.

C. Broom clean paved surfaces; rake clean other surfaces of grounds.

D. Remove all contractor installed catch basin inserts and containment devices.

E. Clean catch basins as necessary to satisfy the Project Representative that they match the same condition found after the pre-construction cleaning performed by King County.

END OF SECTION

C01331C19 3 01 74 23 Final Cleaning SECTION 01 81 13

SUSTAINABLE DESIGN REQUIREMENTS

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes a summary of sustainable design and related performance and administrative requirements for the Project.

1.02 RELATED SECTIONS

A. For related requirements, condition and terms refer to the following Specification Paragraphs and Sections: 1. Section 01 11 00 – Summary of Work 2. Section 01 33 00 – Submittal Procedure 3. Section 01 45 00 – Quality Control 4. Section 01 57 00 – Environmental Controls 5. Section 01 74 19 – Construction Waste Management and Disposal 6. Section 31 00 00 – Earthwork 7. Section 32 13 13-A – Portland Cement Concrete Paving 8. Section 32 17 23 – Pavement Markings

1.03 REFERENCES

A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the more stringent requirements shall prevail.

Reference Title

ASTM C1371 Standard Test Method for Determination of Emittance of Materials Near Room Temperature Using Portable Emissometers

ASTM C1549 Standard Test Method for Determination of Solar Reflectance Near Ambient Temperature Using a Portable Solar Reflectometer

ASTM E408 Standard Test Methods for Total Normal Emittance of Surfaces Using Inspection-Meter Techniques

ASTM E1918 Standard Test Method for Measuring Solar Reflectance of Horizontal and Low-Sloped Surfaces in the Field

ASTM E1980 Standard Practice for Calculating Solar Reflectance Index of Horizontal and Low-Sloped Opaque Surfaces

ASTM E2114 Standard Terminology for Sustainability Relative to the Performance of Buildings

C01331C19 1 01 81 13 Sustainable Design Requirement 1.04 SUSTAINABLE BUILDING REQUIREMENTS

A. Integrate sustainable building materials and methods into the Work as much as it is possible and cost effective.

B. The Project Specifications and Drawings include requirements and products in support of sustainable building materials and methods.

1.05 LEED SUBMITTAL REQUIREMENTS

Not used

1.06 LEED SUBMITTALS

Not used

1.07 DEFINITIONS

A. Definitions pertaining to sustainable development: As defined in ASTM E2114.

B. Post-Consumer Recycled Content: Percentage of waste material by weight available from consumer waste that has been used as a raw material (feedstock) in a . Pre-Consumer Recycled Content: Percentage of waste material by weight available from industrial use incorporated into a building material. Pre-consumer recyclable materials are different from industrial scrap, a by-product of industrial processes than can be easily reused as a feedstock.

C. Rapidly Renewable Materials: Materials and products made from plants that are typically harvested within a ten-year cycle or shorter.

D. Regionally Manufactured Materials: Materials that are manufactured within 500 miles of Project location. Manufacturing refers to final assembly of components into a product that is installed at Project Site.

E. Regionally Extracted, Harvested, or Recovered Materials: Materials that are extracted, harvested, or recovered within 500 miles of Project site.

F. Solar Reflectance Index (SRI): A measure of constructed surface’s ability to reflect solar heat, as shown by a small temperature rise as follows: 1. Defined so that a standard black (reflectance 0.05, emittance 0.90) is 0 and a standard white (reflectance 0.80, emittance 0.90) is 100. 2. To calculate SRI for a given material, obtain its reflectance emittance values. a. SRI: Calculated according to ASTM E1980. b. Reflectance: Measured according to ASTM E1918, or ASTM C1549. c. Emittance: Measured according to ASTM E408 or ASTM C1371.

G. Sustainable Building: Building materials and methods that promote environmental quality, economic vitality, and social benefit through sustainable construction of built environment. Sometimes called “green building” or “environmentally-friendly” construction.

C01331C19 2 01 81 13 Sustainable Design Requirement 1.08 COORDINATION

Not used

PART 2 PRODUCTS

2.01 REFLECTIVE PAVING

A. Where concrete paving is shown on Drawings, use mix without colorant to produce a surface with a Solar Reflectance Index (SRI) of at least 29 (typical white or gray concrete). Refer to Section 32 13 13.

2.02 RECYCLED CONTENT MATERIALS

A. Use materials with recycled content, such that combined post-consumer and one-half post-industrial recycled content, together, comprise at least 20 percent by cost of the total value of the material.

B. Applicable to products in specification Divisions 2 through 10 plus Divisions 31 and 32.

C. For all steel, determine whether steel was from basic oxygen furnace (BOF) or electric arc furnace (EAF) mills, as the American Iron and Steel Institute (AISI) provides industry-wide percentages of recycled content for each type.

D. Table 1. Target Recycled Content Values. 1. Select products and materials that have at least the minimum recycled content listed in each Section of the Specifications.

2.03 REGIONAL MATERIALS

A. Provide materials, as much as it is possible and cost effective, that are regionally extracted, processed, and manufactured.

B. Applicable to products in specification Divisions 2 through 10 plus Divisions 31 and 32.

PART 3 EXECUTION

3.01 LEED COMPLIANCE - GENERAL

A. Integrate sustainable design materials and methods into Work as much as it is possible and cost effective.

3.02 EROSION & SEDIMENTATION CONTROL

A. Conform to Drawings, and provisions of Division 31.

B. Meet objectives of Erosion and Sedimentation Control Plan: 1. Prevent loss of soil during construction by stormwater run-off and/or wind erosion, including protecting topsoil by stockpiling for reuse. 2. Prevent sedimentation of storm sewer or receiving streams.

C01331C19 3 01 81 13 Sustainable Design Requirement 3. Prevent pollution of the air with dust and particulate matter.

3.03 IAQ MANAGEMENT DURING CONSTRUCTION

Not used

3.04 CONSTRUCTION WASTE MANAGEMENT

A. Divert as much of construction waste as possible and is cost effective from landfill through recycling or salvaging efforts. Conform to Section 01 74 19, Construction Waste Management and Disposal.

3.05 COMMISSIONING

Not used

END OF SECTION

C01331C19 4 01 81 13 Sustainable Design Requirement SECTION 01 99 90

STANDARD FORMS

PART 1 GENERAL

1.01 SUMMARY

A. The forms listed below and included in this Section are referenced from other sections of the Contract Documents Form No. Title 01 33 00-A Submittal/Transmittal Form

1.02 SCOPE

A. The Contractor shall be responsible for the documentation forms for tests and evaluations required of the Contract that do not have specific forms identified.

B. The Project Representative will provide contract specific forms for Work Order estimates and Application for Payments.

C. Completed copies of the appropriate forms will be submitted to the Project Representative.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

C01331C19 1 01 99 90 Standard Forms DIVISIONS 2 - 49 TECHNICAL SPECIFICATIONS SECTION 02 26 00

HAZARDOUS MATERIALS INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section provides information pursuant to 29 CFR 1926.1101, Chapter 296-62-07721 WAC, Chapter 296-155-17606 WAC, and to all other applicable regulations and requirements concerning the reporting of asbestos, lead, and polycarbonated biphenols (PCBs) containing materials in the areas affected by the work under this Contract.

1.02 RELATED SECTIONS

A. For related requirements, condition and terms refer to the following Specification Paragraphs and Sections: 1. Article 00700-3.12 – Maintenance and Site Cleanup 2. Article 00700-3.20 – Protection of Persons 3. Article 00700-3.21 – Safety Program

1.03 HAZARDOUS MATERIALS REPORT

A. King County has determined that the areas to be worked in and the materials to be removed or worked on do not contain asbestos, lead or PCBs.

B. This determination has been made based on the reasonable certainty that, due to the characteristics of the Work Sites and the scope of each Work Order, no asbestos, lead or PCBs-containing materials will exist, or, if existing, they will not be disturbed by Contractor’s work.

C. No individual Work Order will be issued under this Contract whereas A. and B. above are not applicable.

1.04 CONTRACTOR'S RESPONSIBILITIES

A. For Contractor’s responsibilities upon detecting suspect materials refer to Section 01 35 29, Paragraph 1.07.

1.05 KING COUNTY’S RESPONSIBILITIES

A. Upon detection of a suspect material, King County will be responsible for the inspection and testing work to determine if the material contains asbestos, lead, PCBs, or other hazardous substances.

B. If the suspect material proves positive for asbestos, lead, PCBs, or other hazardous substances, King County will be responsible for handling the material to obtain compliance with all applicable regulatory requirements so that the Contractor may then proceed with the Work.

C01331C19 02 26 00 - 1 PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

Not used.

END OF SECTION

C01331C19 02 26 00 - 2 SECTION 02 41 13

SELECTIVE SITE DEMOLITION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies partial or complete removal and disposal or salvage of existing site elements, structures, pavement and other improvements at grade and below grade. The Section outlines the requirements applicable to a Work Order (WO) Contract in general. The requirements shall apply to each individual WO in particular when specified in said WO.

B. Related Sections: 1. Section 01 29 00 – Measurement and Payment 2. Section 01 33 00 – Submittal Procedures 3. Section 01 50 00 – Temporary Facilities 4. Section 01 57 13 – Temporary Erosion and Sediment Control 5. Section 01 74 19 – Construction Waste Management and Disposal 6. Section 01 81 13 – Sustainable Design Requirements 7. Section 02 26 00 – Hazardous Materials Information 8. Section 31 00 00 Earthwork

1.02 DEFINITIONS

A. Refer to Section 01 74 19.

1.03 QUALITY ASSURANCE

A. Qualifications of Contractor: For Contractor's qualification requirements refer to Article 2 of Section 00440.

1.04 SUBMITTALS

A. Submit the following in accordance with Section 01 33 00: 1. Prior to commencing demolition work, submit: a. Contemplated schedule of work b. Coordination and provisions for possible re-scheduling as required to preclude interference with normal facility operations. Indicate proposed approach to comply with construction limitations imposed by applicable conditions in the Contract Document c. Complete list of equipment proposed for the Work d. Proposed approach to the demolition work. e. Proposed approach for the protection of trees and plants when working in the proximity of planters or planting areas. f. Proposed approach for the coordination with applicable work specified in other Sections of the Specifications. g. Proposed disposition of the removed materials. Include complete details of the methods proposed for compliance with the requirements of Section 01 74 19.

C01331C19 1 02 41 13 Selective Site Demolition 2. Upon completion of demolition work, submit documentation showing compliance with applicable he requirements of Section 01 74 19.

PART 2 PRODUCTS NOT USED

PART 3 EXECUTION

3.01 GENERAL

A. Prior to beginning demolition: 1. Complete the submittal review process applicable to this Section in conformance with the requirements of Section 01 33 00 and to the satisfaction of the Project Representative. 2. Provide safe access for King County’s personnel to existing buildings and facilities during all phases of demolition 3. Notify the Project Representative 48 hours in advance of the beginning of demolition work.

3.02 OPERATION PROCEDURES

A. Start and complete work in order of precedence as established by approved schedule.

B. Provide protection to persons and property. Conduct operations to ensure minimum interference with roads, walks, entrances, exits, and other adjacent occupied facilities. Provide substantial barricades and safety lights as required. Provide temporary weather protection as necessary to prevent damage to existing facilities and discomfort to persons. Where chipping or milling of existing asphalt or portland cement concrete is required, perform the work in a manner that contains and exhausts concrete dust to a bag filter or other means of complete containment and capture. Repair to original condition, or replace in kind, property that is damaged.

C. Provide protection to underground utilities and power lines to remain.

D. Remove items designated for salvage as a unit. Clean, condition and protect from damage. Repair to the satisfaction of the Project Representative if damaged during removal. Deliver to King County items identified for salvage but not for reuse in this Project. Store and secure items designated for reuse in this Project.

3.03 CUTTING AND REMOVAL

A. Strictly adhere to the procedures established for the protection of the existing improvements.

B. Neatly cut and remove materials, and prepare all openings to receive new work. 1. Where removal of partial sections of asphalt concrete pavement is required sawcut the pavement in straight lines and to flat vertical faces. 2. Where removal of partial sections of Portland cement concrete pavement is required, remove at joints as shown on the Drawings or sawcut the pavement in straight lines and to flat vertical faces and to the depths shown on the Drawings.

C01331C19 2 02 41 13 Selective Site Demolition 3. Before proceeding with new work, obtain acceptance from the Project Representative as of compliance with the Specifications. If not in compliance, redo the work as directed by the Project Representative at no additional cost to King County.

C. Furnish, install and maintain shoring, bracing and other supports as required to prevent movement, settlement or collapse of remaining or adjacent structures or improvements. Take all precautions necessary to prevent damage to existing remaining work or to adjacent facilities. Execute work using methods which will prevent interference with use of remaining and adjacent facilities by King County.

D. Clean and protect site elements to be salvaged. Deliver them to the Project Representative per Contract Documents.

E. Clean and protect site elements for re-installation. Provide hardware, connections, supports and miscellaneous materials necessary to reinstall these items.

3.04 MATCHING AND PATCHING

A. Where existing construction is cut or otherwise disturbed to permit installation of new work, match and patch existing disturbed construction. Use methods and materials similar in appearance, and equal in quality to areas or surfaces being repaired.

B. Methods, materials, and finished work are subject to review by the Project Representative.

C. Remove areas, surfaces or items which cannot be satisfactorily matched and patched. Replace at no additional cost to King County.

3.05 CLEANUP

A. Remove debris, rubbish, and materials resulting from cutting and demolition operations that are not adequate for recycling, transport, and legally dispose of off Site.

END OF SECTION

C01331C19 3 02 41 13 Selective Site Demolition SECTION 31 00 00

EARTHWORK (W.O.)

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies earthwork, which consists of excavation, filling, grading and excess material control. Fill materials and filter fabric are also included in this Section. The Section outlines the requirements applicable to a Work Order (WO) Contract in general. The requirements that shall apply to each individual WO in particular will be specified in said WO.

B. Related Work Specified Elsewhere 1. Section 01 57 00 – Environmental Controls 2. Section 01 57 13 - Temporary Erosion and Sediment Control 3. Section 01 74 19 – Construction Waste Management 4. Section 01 81 13 – Sustainable Design Requirements 5. Section 32 13 13 – Portland Cement Concrete Paving

1.02 REFERENCES

A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail.

Reference Title AASHTO T176 Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test ASTM C136 Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D1556 Method of Test for Density of Soil in Place by the Sand-Cone Method ASTM D1557 Method of Test for Moisture-Density Relations of Soils, Using 10 Lb (4.5 kg) Rammer and 18 In. (457 mm) Drop ASTM D3017 Method of Test for Moisture Content of Soil and Soil Aggregates In Place by Nuclear Methods (Shallow Depth) ASTM D422 Method of Test for Sieve or Screen and Hydrometer Analysis of Fine and Coarse Aggregates TSS Technical Specifications Supplement to the Technical Specifications for this Contract WSSS Washington State Safety Standards for Construction Work WAC 296-155

1.03 DEFINITIONS

A. Compaction: The degree of compaction is specified as percent compaction. Maximum or relative densities refer to dry soil densities obtainable at optimum moisture content.

C01331C19 1 31 00 00 Earthwork 1.04 SUBMITTALS

A. Submit the following in accordance with Section 01 33 00: 1. Samples of all imported fill materials to be used shall be submitted 30 days in advance of use. Samples shall consist of 0.5 cubic feet of each type of material. 2. Whenever excavation will be 4 feet from existing grade or deeper, or whenever in excavation shallower than 4 feet the conditions of the existing soils jeopardize personnel safety or the integrity of existing structures, submit the following: a. Proposed excavation plan. b. Proposed plan for compliance with the applicable requirements in WSSS for excavation support and protection of trenches and open excavations 4 feet or greater in depth.

1.05 QUALITY ASSURANCE

A. Regulatory Requirements. 1. Open excavation and trenching shall meet the requirements of Chapter 296-155 WAC, Part N, Excavation, Trenching, and Shoring.

B. Testing 1. To ensure compliance with the specified requirements for concrete paving, King County will provide the services of an independent testing laboratory. 2. Testing procedures shall be as specified in Paragraph 3.07 of this Section, as applicable. 3. Testing Costs: King County will pay testing incidental to normal backfilling and compaction work. Costs for testing needed as a result of unacceptable work or failure by the Contractor to comply with the requirements of the Contract Document shall be paid by the Contractor.

1.06 SITE CONDITIONS

A. General: General details concerning existing site conditions will be shown on the Drawings issued with each individual Work Order.

B. Existing soils: When applicable, data will be provided with each individual Work Order.

C. Groundwater: When applicable, data will be provided with each individual Work Order.

PART 2 PRODUCTS

2.01 FILL MATERIALS

A. Type A: Material shall meet the requirements of TSS, 9-03.14(1).

B. Type B: Material shall meet the requirements of TSS, 9-03.10.

C. Type C: Material shall be unclassified material. The material shall be free from peat, wood, roots, bark, debris, garbage, rubbish or other extraneous material. The maximum size of stone shall not exceed 6 inches. Material shall be obtained from on-site excavations and from spoils areas as directed by the Project Representative.

C01331C19 2 31 00 00 Earthwork D. Type D: Material shall be granular material commonly known as pea gravel and shall conform to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 3/4-inch 100 3/8-inch 95 - 100 No. 8 0 - 5

E. Type E: Material shall be either of the following, as called for on the Drawings: 1. AASHTO Size Number 57, conforming to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 1-1/2 inches 100 1-inch 95-100 ½-inch 25-60 No. 4 0-10 No. 8 0-5

2. AASHTO Size Number 68, conforming to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 1-inch 100 3/4-inch 90-100 3/8-inch 30-65 U.S. Standard Sieve Size Percent by Weight Passing No. 4 5-25 No. 8 0-10 No. 16 0-5

F. Type F: 1. Material shall be crushed rock and shall conform to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 1-1/2 inches 87-100 3/4-inch 45-90 No. 4 20-50 No. 30 6-29 No. 200 0-12

2. Material shall be composed of hard, durable, sound pieces having a specific gravity of not less than 2.65.

G. Type G: Material shall be a lean concrete mix, commonly known as controlled density fill, with a 1/4-inch maximum size aggregate. In general, the material will be called for on the Drawings with a specified compressive strength (fc) that shall define its performance and quality requirements. Whenever the Drawings call for the material without a specified fc, the mix shall have the following proportions:

C01331C19 3 31 00 00 Earthwork

Material Pounds Other Cement Type I 100 300 Building sand 1,510 3/8 - #4 1,860 Water 250 (30 gal.)

TOTAL 4,020 Entrained Air 1.50% W/C Ratio 0.63

H. Type L: Material shall be select structural fill. Structural fill shall be an imported, well-graded sand and gravel, free of organic debris and other deleterious material, shall conform to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 2-1/2 inches 100 3/4-inch 60 - 100 No. 4 30 - 80 No. 10 0 - 35 No. 100 0 - 30 No. 200 0 - 5 (wet sieving)

I. Type M: Material shall be foundation drain filter. Foundation drain filter shall be well-rounded rock conforming to the following gradation:

U.S. Standard Sieve Size Percent by Weight Passing 4 inches 100 3 inches 80 - 100 1-1/2 inches 40 - 90 1 inch 20 - 65 3/4-inch 5 - 50 3/8-inch 0 - 15

J. Type N: Material shall meet the requirements of TSS, 9-03.12(3).

2.02 GEOTEXTILES AND RELATED PRODUCTS

A. Filter Fabric. 1. The filter fabric shall be a woven polypropylene, monofilament yarn. The fabric shall be inert to biological degradation and shall be resistant to alkalines and acids found in soils. The base plastic shall contain stabilizers and inhibiters to make the fabric resistant to ultraviolet radiation. The filter fabric shall also conform the following minimum physical properties:

C01331C19 4 31 00 00 Earthwork

Description Test Result Minimum thickness ASTM D1777 19 mils Minimum weight ASTM D3776 190z/sy Minimum grab strength ASTM D1682a 500 lbs x 300 lbs Minimum Mullen burst ASTM D3786 500 psi Coefficient of water permeability CFMC GET-2 0.02 cm/second Equivalent opening size CWO 2215 70 U.S. standard sieve a Using constant rate equipment.

2. The filter fabric shall be Mirafi 700X, or approved equal from US Fabrics or Propex Fabrics, Inc.

B. Geogrid. 1. The geogrid shall be a woven 100%-polyester, multi-filament yarn. The grid shall be inert to biological degradation and shall be resistant to alkalines and acids found in soils. The finish shall make the grid resistant to ultraviolet radiation. The geogrid shall also conform the following minimum physical properties: Description Unit Test Method Value Warp Fill Tensile Strength Lb/ft *ASTM D1682 2900 1700 Elongation % *ASTM D1682 21 26 Wide Width Tensile Test Method Lb/ft **ASTM D4595a 2670 1615 Elongation % **ASTM D4595 15 20 Open Area % COE Method >95 Ph Resistance Range 2 - 12 Grid Aperture Size inches Measured 1.2 x 1.3

Description Unit Test Method Value Thickness mils ASTM D-1777 80 Weight oz/yd2 ASTM D-3776 8 *Modified for geogrid using sample size; 1 strand by 4 junctions with two junctions between jaws. **Modified for geogrid using an 8-inch wide by 4-inch gauge length sample. 2. The geogrid shall be Mirafi 5T, or approved equal from Tensar or Strata.

C. Geotextile. 1. The geotextile shall be a heavyweight non-woven fabric having the following minimum physical properties: Description Unit Test Method Result Weight oz/yd2 ASTM D-3776 10.0 Thickness mils ASTM D-1777 110 Grab tensile strength lbs ASTM D-4632 300 Grab tensile elongation % ASTM D-4632 50 Puncture strength lbs ASTM D-3787 150 Burst strength psi ASTM D-3786 560 Trapezoid tear strength lbs ASTM D-4533 100

C01331C19 5 31 00 00 Earthwork

Description Unit Test Method Result Water permeability, k cm/sec ASTM D-4491 0.35 Water flow rate gal/min/ft2 ASTM D-4491 100

2. The geotextile fabric shall be Mirafi 1100N, or approved equal from Tensar or US Fabrics.

PART 3 EXECUTION

3.01 GENERAL

A. Control of water: 1. Keep excavations free from water during construction. The static water level shall be drawn down a minimum of 2 feet below the bottom of excavations to maintain the undisturbed state of natural soils and allow the placement of pipe and fill to the specified density. Disposal of water shall be in accordance with Contract and/or Work Order specifications. Have on hand pumping equipment and machinery in good working condition for emergency and shall have workers available for its operation. Dewatering systems shall operate continuously (24 hours per day, 7 days per week) until backfill has been completed to 1 foot above the normal static groundwater or 1 foot above the pipe, whichever is greater. 2. Discharge shall comply with the requirements of the appropriate jurisdiction.

B. Over excavation: 1. Where the undisturbed condition of natural soils is inadequate for support of the planned construction, the Project Representative will direct the Contractor to over excavate to provide adequate supporting soils. The excavated space shall be filled to the specified elevation with backfill. The over-excavated space under footings may be filled with Type G fill material. The quantity and placement of such material will be paid for as extra work.

B. Excavated material: 1. Unless otherwise specified, suitable excess excavated material (fill) shall be disposed of in the spoil areas shown or disposed off-site, as directed by the Project Representative. Unsuitable excavated materials such as peat shall be disposed of off-site unless otherwise directed by the Project Representative. Off-site disposal shall meet the requirements of Section 01 74 19. 2. The Contractor shall satisfy itself that there is sufficient material for the completion of the work before disposing of it. Shortage of material caused by premature disposal of material by the Contractor shall be replaced by the Contractor at its own expense. 3. Surplus excavated material shall be disposed off-site immediately after excavation by the Contractor, at the Contractor's expense, in accordance with applicable ordinances, environmental requirements, and the applicable requirements in Section 01 74 19. 4. Materials shall not be stockpiled on the existing structural filled areas. In addition, material shall not be stockpiled to a depth greater than 5 feet above foundation grade, within 25 feet of any excavation or structure. Use construction methods which preserve the stability of the soil adjacent to the excavation. 5. Materials stockpiled for reuse must be protected from wind or rain erosion, by covering with tarps or other effective methods.

C01331C19 6 31 00 00 Earthwork C. Hauling and traffic patterns: 1. When hauling is done over highways or city streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each loading. The loads shall be watered after trimming to minimize dust. 2. Maintain traffic patterns in the existing structural filled areas which preserve the stability of the soil under all future structural foundations or paved areas.

D. Haul roads: Construct haul roads required to transport materials on site. Alignment of haul roads shall be selected to avoid interference with facility operations. Haul roads shall be removed after completion of embankment construction.

E. Finish grading 1. Finished surfaces shall be smooth, compacted and free from irregularities. The degree of finish shall be that normally obtainable with a blade-grader. 2. Finished grade shall be as specified by the contours +0.10-foot except where a local change in elevation is required to match sidewalks, curbs, manholes and catch basins, or to ensure proper drainage. 3. When the work is an intermediate stage of completion, the lines and grades shall be as specified +0.5-foot to provide adequate drainage.

F. Control of erosion: Maintain earthwork surfaces true and smooth and protected from erosion. Where erosion occurs, provide fill or excavate as necessary to return earthwork surfaces to the grade and finish specified.

3.02 CLASSIFICATION OF FILL

A. Fill material shall be placed in horizontal layers and compacted with power operated tampers, rollers, idlers, or vibratory equipment. Material type, maximum layer depth, relative compaction, and general application are specified in Table A below. Unless otherwise specified, fill classes shall be used where specified in Table A under general application.

TABLE A, FILL CLASSIFICATIONS Maximum aMinimum Uncompressed Relative Fill Material Layer Depth, Compaction, Class Type Inches Percent General Application Al A 8 95 Slabs on grade (other than specified for Class E1), pavement subgrade and fill in all roadways. B1 B 8 95 Structure backfill. E1 E 8 As shown Bedding and backfill around foundation drain on the pipes and 6-inch course directly under slabs Dwgs. for structures. G1 G As shown As shown Fill under slabs or pavement; under and on the on the around piping, tanks, small structures, etc; Dwgs. Dwgs. as specifically called for on the Drawings. L1 L 8 95 Fill under slabs where shown. a Compaction of layers shall be accomplished in 2 passes of equipment with complete coverage across the width of the field.

C01331C19 7 31 00 00 Earthwork 3.03 EARTHWORK FOR STRUCTURES Not used.

3.04 EARTHWORK FOR PIPELINES AND CONDUITS Not used.

3.05 SUBGRADE FOR PAVEMENT A. Place fill in accordance with Table A. Scarify the prepared subgrade to the depth shown on the Drawings and re-compact to at least 95 percent of the maximum density.

3.06 SITE FILL Not used.

3.07 FINISH A. Areas covered by the work, including excavated and filled sections and transition areas, shall be graded uniformly to the elevations shown. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. The degree of finish shall be that ordinarily obtainable from a blade-grader operation. The finish surface shall be not more than 0.2-foot above or below the established grade. Ditches shall be finished to drain readily. The surface of areas to be paved on which a base course is to be placed shall not vary more than 0.05-foot from established grade and cross section.

3.08 TESTING A. The Project Representative’s designee will take samples and perform moisture content, gradation, compaction, and density tests during placement of backfill materials to check compliance with these Specifications. The Contractor shall remove surface material at locations designated by the Project Representative and provide such assistance as necessary for sampling and testing. Testing by the Project Representative’s designee does not relieve the Contractor of its responsibility to determine, to its own satisfaction, when and if its work meets the specifications. Tests will be made in accordance with the following: Test Standard Procedure Moisture content ASTM D3017 Gradation ASTM C136, D422 Density in-place ASTM D1556 Moisture-density relationships ASTM D1557

B. Remove and replace material that does not meet the in-place density specified, or shown on the Drawings, at no cost to the County.

3.09 SITE ENVIRONMENTAL PROCEDURES A. Waste Management: As specified in Section 01 74 19 and as follows: 1. Topsoil: Where existing topsoil is scheduled to be removed and reused, carefully strip, stockpile and protect.

B. Erosion Control: Comply with the requirements of Section 01 57 00.

END OF SECTION

C01331C19 8 31 00 00 Earthwork SECTION 32 13 13

PORTLAND CEMENT CONCRETE PAVING (WO)

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies Portland cement concrete for roads, slabs, sidewalks, curbs and gutters, on a prepared subgrade. The Section outlines the requirements applicable to a Work Order (WO) Contract in general. The requirements that shall apply to each individual WO in particular will be specified in said WO.

B. Related Sections: 1. Article 00440-2 – Qualification Information 2. Section 01 29 00 – Measurement and Payment 3. Section 01 33 00 – Submittals Procedure 4. Section 01 45 00 - Quality Control 5. Section 01 74 19 – Construction Waste Management and Disposal 6. Section 01 81 13 – Sustainable Design Requirements 7. Section 02 41 13 – Selective Site Demolition 8. Section 31 00 00 – Earthwork 9. Section 32 01 29 – Rigid Paving Repair 10. TSS – Technical Specifications

1.02 PAYMENT

A. In general, payment shall be as specified in Section 01 29 00, Measurement and Payment, except that: 1. The payment conditions specified in this Section shall apply whenever pavement work and products do not meet the requirements of the Contract Document.

1.03 SUBMITTALS

A. Provide the following in accordance with Section 01 33 00: 1. A set of technical data for each class of concrete to be used in the work, demonstrating compliance with every one of the concrete characteristics and requirements specified in Paragraph 2.03 of this Section. Reports and curves for the proposed concrete mix designs must demonstrate compliance with the compressive strengths at 1, 2, 3, 7, 14 and 28 days, as appropriate, and the concrete slump requirements. 2. Submit details of the mix proportioning approach used to control the potential for cracking due to drying shrinkage for concrete classes ES-1 and ES-2. Include copies of test results used to determine the proposed mix proportions. 3. Details of the proposed approach for compliance with the Sustainable Design and Green Certified Materials requirements of this Section. 4. Manufacturer's technical data demonstrating how each one of the following meets the requirements specified in Part 2 of this Section: a. Surface retarder b. Curing compounds

C01331C19 1 32 13 13 Portland Cement Concrete Paving c. Bonding and repair materials d. Surface hardener e. Reinforcing steel, dowels and tie-bars. Submit evidence of coating plant’s CRSI certification of compliance with the Specifications for all coated steel material. 5. Before delivery of materials or concrete, submit certified reports of the tests specified herein. Certified test reports on previously tested materials shall be accompanied by the manufacturer's certified statement that the previously tested material is the same type, quality, manufacture and make as that proposed for use in this Project. Certified test reports are required for the following: a. Cement b. Aggregates c. Admixtures, with complete data on their effect on the concrete properties.

1.04 QUALITY ASSURANCE

A. Testing: 1. To ensure compliance with the specified requirements for concrete paving, King County will engage the services of a testing laboratory qualified to perform the tests specified in this Section.

B. Basis for Determining Quality: Portland cement concrete pavement work shall conform to the requirements of ACI 316, except as otherwise provided in this Section.

C. Testing Costs: King County will pay testing incidental to normal paving work. Costs for testing needed as a result of unacceptable work or failure by the Contractor to comply with the requirements of the Contract Documents shall be paid by the Contractor. Costs for testing incidental to mix proportioning and design, if any, shall be included in the Bid Price.

D. Concrete Mix not Meeting Specified Slump: At the Project Representative’s sole discretion, Mix not conforming to the requirements of Paragraph 2.02 C. of this Section will be rejected immediately upon arrival of concrete trucks to the work site. Replace the rejected mix with one that meets the specified slump and at no cost to King County.

E. Pavement Panels not Meeting Specifications: If the results of the specified inspection sampling and testing indicate that there are pavement panels that do not fully meet the requirements of the Contract Document, said panels will be deemed defective and the Project Representative, at the Project Representative’s sole discretion, will select one of the following options: 1. Have the Contractor remove the defective panels and replace them with new pavement acceptable to the Project Representative, at no cost to King County. 2. Allow the defective panels to remain in place and deduct from the amount of the Contract a value equal 95% of the cost of the volume of concrete material in the defective panels. The Project Representative will determine the unit price of the concrete material, FOB work site, based on the price for the specified type of mix prevailing in the area of the work.

C01331C19 2 32 13 13 Portland Cement Concrete Paving 3. Allow the defective panels to remain if the defects are related to surface finishes, minor random cracks, spalling, or non-working joints, provided that the Contractor repair the defects in conformance to the requirements in Paragraph 3.14 of this Section, to the satisfaction of the Project Representative, and at no cost to King County. The Project Representative will not exercise this option when panel defects are related to concrete flexural or compressive strength, or thickness of panels.

PART 2 PRODUCTS

2.01 GENERAL

A. Products shall meet the requirement listed below except when in conflict with the Sustainable Design and Green Certified Materials requirements which are the requirements that shall prevail.

B. The Sustainable Design and Green Certified Materials requirements in this Section may be modified or be made more flexible by the Project Representative depending on the feasibility of compliance that is consistent with the scope of each individual WO.

2.02 PORTLAND CEMENT CONCRETE

A. Cement: Portland cement shall conform to ASTM C150 and AASHTO M 85. Use Type I, II or III, as specified for each class of concrete.

B. Aggregates 1. General: Except as modified herein, fine and coarse aggregates shall conform to ASTM C33, Fine and coarse aggregates shall be regarded as separate ingredients. Aggregates shall be non-reactive and shall be washed before use. When sources of aggregate are changed, test reports shall be provided for the new material. For the purposes of qualifying aggregates, documentation demonstrating prior acceptance for WSDOT work will suffice.

C. Admixtures 1. General: Admixtures shall be fully compatible with the concrete, shall be added separately to the concrete mix, and shall be used in strict accordance with the manufacturer's recommendations. Admixtures shall not adversely affect the air-void system of the hardened concrete nor have deleterious effects on the concrete properties. 2. Approval: Admixtures shall not be used without the approval of the Project Representative. The Project representative will approve or reject admixtures based only on the results of a review and recommendations from the engineer responsible for the design of the Portland cement concrete pavement or structures. Submit complete data on the effects that each admixture will have on the concrete properties. Submit results of tests complying with the appropriate ASTM Standard that demonstrate that admixtures do not adversely affect the air-void system of the hardened concrete.

C01331C19 3 32 13 13 Portland Cement Concrete Paving 3. Air Entraining Admixture: Shall meet the requirements in ASTM C260 and AASHTO M 154 to produce concrete having within 4.0 percent to 6.0 percent air content at the point of placement. The admixture shall be added and the maximum design water content of the mix shall be reduced as recommended by the admixture manufacturer to produce concrete of the specified compressive strength and reduce drying shrinkage. The use of air-entrained cement for the air-entraining of concrete shall not be permitted. 4. Water Reducing Admixture: Shall meet the requirements in ASTM C494, for Type A, D or E admixtures. Acceptable products shall be "Pozzolith 344N" by Master Builders or equivalent by Euclid Chemical Co., or other approved equal. The admixture shall not contain more chloride ions than are present in municipal drinking water. Do not use without review and recommendations by the engineer responsible for the design of the Portland cement concrete pavement or structures. Type F admixtures are prohibited unless specifically approved otherwise and in writing by the engineer responsible for the design of the Portland cement concrete pavement. 5. Super Plasticizing Admixtures: Shall meet the requirements in ASTM C1017 for Type I admixtures. Do not use without review and recommendations by the engineer responsible for the design of the Portland cement concrete pavement or structures. 6. Prohibited Admixtures: a. Calcium chloride, except when specifically approved by the Project Representative in writing and only for 1-Day mixes. b. Thiocynates or admixtures containing more than 0.05 percent chloride ions c. Accelerators, except when specifically approved by the Project Representative in writing and only for 1-Day, 2-Days mixes.

D. Water: Water for washing aggregate, for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalis, and organic materials. Water shall not contain more than 2,500 parts per million of chlorides calculated as sodium chloride, and no more than 1,000 parts per million of sulfates calculated as sodium sulfate. Water shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the concrete when compared with the result obtained with distilled water. Water used for curing shall not contain an amount of impurities sufficient to discolor the concrete.

2.03 CONCRETE CHARACTERISTICS

A. General: 1. Concrete shall be normal weight, composed of the right proportions of the specified cement, admixtures, aggregates and water required to produce a workable, dense and impermeable concrete that shall develop the strengths, as determined by tests in accordance with ASTM C39, and the other characteristics specified hereinafter.

2. Except as otherwise specified in this Section, concrete mix design for mix classes C- 2 through C-5 shall conform to the requirements of ACI 211.1. In case of conflict, the requirements of this Section shall prevail.

C01331C19 4 32 13 13 Portland Cement Concrete Paving 3. Particular care should be taken when selecting the ratio water/cement in combination with the ratio aggregate-volume/cement-content for concrete classes ES-1 and ES-2 in order to control the rate of drying shrinkage and limit the concrete cracking potential. Assess the potential for cracking of the concrete due to drying shrinkage of the mix as specified in AASHTO PP 34-99, or ASTM C1581, or other method used for the purpose by WSDOT.

B. Concrete Class, Mix Requirements and Use 1. Sustainable Design Requirements: Sustainable design requirements for the concrete mixes shall be as follows: a. Replace a minimum of 20% of the Portland cement with any single, or a combination of two or more, of the following as necessary to meet the specified strength requirements: 1) Fly ash 2) Slag Cement 3) b. Albedo: Pavement minimum solar reflectance shall be 0.35 when calculated in conformance with ASTM E1980. 2. Sustainable Design Requirements Exceptions: The Project Representative will void one or more of the requirements listed above whenever compliance with one or more of them will negatively impact the specified concrete strength requirements. This will be provided that said impact is substantiated with written evidence acceptable to the Project Representative. 3. Concrete Class C-1 a. Minimum Flexural Strength: 500 psi at the end of 3 days; 600 psi at the end of 7 days b. Minimum Compressive Strength: 3,100 psi at the end of 3 days; 4,500 psi at the end of 7 days c. Minimum Cement Content: As required to produce the specified strength and other characteristics but no less than 655 lbs./cu.yd. of concrete d. Slump: As specified in 2.03 C. e. Air Entrainment: 4.0 percent minimum to 6.0 percent maximum f. Fine aggregate: Class 1. g. Coarse aggregate: ASSHTO grading No. 467, 1-1/2” maximum size. h. Basis for mix acceptance: Specified compressive strengths and slump i. Use: Areas or structures subject to vehicular traffic and scheduled for opening to traffic in 3 to 5 days. 4. Concrete Class C-5 a. Minimum Compressive Strength: 3,000 psi at the end of 28 days b. Minimum Cement Content: As required to conform to the specified strength and other characteristics but no less than 517 lbs./cu.yd. of concrete c. Air Entrainment: 4 percent minimum to 6 percent maximum d. Slump: As specified in 2.03 C. e. Maximum coarse aggregate size: 1-1/2 inches. Larger may be approved for miscellaneous underground structures. f. Use: Sidewalks paving and miscellaneous structures. 8. Concrete Class ES-1 a. Minimum Flexural Strength: 500 psi at the end of 1 day; 600 psi at the end of 3 days b. Minimum Compressive Strength: 3,000 psi at the end of 1 day; 4,500 psi at the end of 3 day

C01331C19 5 32 13 13 Portland Cement Concrete Paving c. Minimum Cement Content: As required to produce the specified strength and other characteristics but no less than 750 lbs./cu.yd. of concrete d. Water/Cement Ratio: 0.45 maximum. e. Slump: As specified in 2.03 C. f. Air Entrainment: 4.0 percent minimum to 6.0 percent maximum g. Fine aggregate: Class 1. h. Coarse aggregate: Conforming ASSHTO grading No. 467, 1-1/2” maximum size. i. Basis for mix acceptance: Specified compressive strengths and slump j. Use: Areas or structures subject to vehicular traffic and scheduled for opening to traffic in 1 day. 9. Concrete Class ES-2 a. Minimum Flexural Strength: 500 psi at the end of 2 days; 600 psi at the end of 7 days b. Minimum Compressive Strength: 3,100 psi at the end of 2 days; 4,500 psi at the end of 7 days c. Minimum Cement Content: As required to produce the specified strength and other characteristics but no less than 655 lbs./cu.yd. of concrete d. Water/Cement Ratio: 0.45 maximum. e. Slump: As specified in 2.03 C. f. Air Entrainment: 4.0 percent minimum to 6.0 percent maximum g. Fine aggregate: Class 1. h. Coarse aggregate: ASSHTO grading No. 467 i. Basis for mix acceptance: Specified compressive strengths and slump j. Use: Areas or structures subject to vehicular traffic and scheduled for opening to traffic in 2 to 3 days.

C. Concrete Slump: 1. The Contractor shall: a. Determine, from the specified range, the acceptable slump that will be consistent with the Contractor’s paving methods and will be in compliance with ACI 211.1, Table 6.3.1. b. Convey this information in writing to the mixing plant. 2. Mix proportions shall result, when sampled per ASTM C172 and tested per ASTM C143, in a concrete slump at the point of placement that, consistent with ACI 211.1, Table 6.3.1, is: a. 1-inch minimum, 4-inches maximum for all concrete classes unless otherwise directed by the Project Representative.

2.04 CONCRETE REINFORCEMENT, TIE BARS AND DOWELS

A. General: concrete reinforcement, tie bars and dowels shall meet the requirement listed below except when in conflict with the green certified material requirements which are the requirements that shall prevail.

B. Green Certified Materials: 1. Steel Recycled Content: Minimum 10 percent post-consumer recycled content, or minimum 40 percent pre-consumer recycled content at contractor’s option. 2. Chairs and bolsters: Shall be plastic or steel with a minimum recycled content of 5 percent post-consumer recycled content, or minimum 20 percent pre-consumer recycled content at Contractor’s option.

C01331C19 6 32 13 13 Portland Cement Concrete Paving C. Reinforcing bars shall be deformed billet-steel bars, of the sizes shown on the Drawings, and shall conform to the requirements of ASTM A706, Grade 60.

D. Dowel bars shall be plain steel bars of the dimensions shown on the Drawings and shall conform to the requirements of ASTM A615, Grade 60 or higher. Bars shall be epoxy- encapsulated.

E. Tie bars shall be deformed steel bars of the dimensions shown on the Drawings and shall conform to the requirements of ASTM A615, Grade 60 for straight bars and Grade 40 for bent bars. The form of the deformed bars shall be subject to review by the Project Representative to confirm applicability to the proposed use. Bars shall be epoxy- encapsulated.

2.05 CURING MATERIALS

A. Curing materials shall be free of substances that are considered to be harmful to Portland cement. The curing medium shall be capable of preventing checking, cracking, and dry spots regardless of conditions existing at the time of placement.

B. Sheet materials for curing concrete shall meet the requirements of AASHTO M171,.

C. Liquid membrane forming compounds for curing concrete shall comply with the requirements of AASHTO M148 (ASTM C309) Type 1D or 2, Class A or B, except that the moisture loss when tested in accordance with WSDOT test Method 814 shall be 2.5 grams maximum. Unless otherwise specifically recommended by the mix producer and approved by the Project Representative, liquid curing compound for concrete classes ES-1 and ES-2 shall be AASHTO M148 Type 2, Class A. Each lot of liquid membrane- forming curing compound shall be sampled at the project site and tested for acceptance. Liquid membrane-forming curing compound shall not be used in the absence of satisfactory test results.

2.06 FORMS

A. Not used

PART 3 EXECUTION

3.01 GENERAL

A. To ensure the quality of the Portland cement concrete pavement, this Section specifies some of the means, methods, techniques, sequences and procedures for construction. The Contractor, without relinquishing authority and responsibility for supervision and direction of the work, agrees to follow the specified means, methods, techniques, sequences and procedures.

3.02 POLLUTION PREVENTION

A. Implement Concrete Handling measures per DOE’s BMP C151.

C01331C19 7 32 13 13 Portland Cement Concrete Paving B. Maintain a number and size, sufficient to the satisfaction of the Project Representative, portable industrial washout containment systems to collect water and slurry resulting from concrete work.

C. Transport and dispose of the collected water and slurry at a recycling facility.

3.03 SUBGRADE

A. Prior to placing base course material prepare the subgrade as follows: 1. Remove excess material, brush, weeds, vegetation, grass, pavement and other debris and legally dispose of off-site. Drain water from low spots or ruts. If necessary, prepare the subgrade in cut areas to remove materials too coarse for mechanical trimming and recompaction. 2. Scarify remaining material to the depth shown on the Drawings. Add materials where the subgrade needs more to bring it up to grade. Shape the entire subgrade to a uniform surface running true to the line, grade and cross-section indicated. 3. Compact the subgrade to at least 95 percent of maximum density, as determined by the tests specified under Section 31 00 00, 3.09. Compact to a width of at least 1-foot beyond the pavement edge or to a width that will accommodate the paving equipment without visible distortion of the subgrade. Thoroughly compact portions that are inaccessible to large compactor units with smaller compactor units or mechanical tampers. If the underlying material is too soft to permit proper compaction, loosen, aerate, and compact or excavate, remove and replace the subgrade material until compaction can be obtained. 4. Follow other applicable procedures as specified in Section 31 00 00.

3.04 BASE COURSE

A. Prior to placing Portland cement concrete material prepare the base course as follows: 1. Place the base course crushed surfacing material on a prepared subgrade in layers of uniform thickness. Shape and bring the base course to the depth, width and cross-section shown on the Drawings. 2. Immediately following the placing and shaping, compact each layer of the base course to at least 95 percent of maximum density, as determined by the tests specified under Section 31 00 00, 3.09. Maintain optimum moisture content for compacting material during placement and compaction operations. Thoroughly compact portions that are inaccessible to large compactor units with smaller compactor units or mechanical tampers. 3. Protect the compacted base course from inclement weather and Contractor's operations at all times. Use plastic sheeting for weather protection and planking for protection from Contractor's equipment operations. Limit hauling over the compacted base course to that which is essential for construction purposes. Equipment used for transporting materials over the base course shall be equipped with pneumatic tires. Equipment that, in the opinion of the Project Representative, causes undue damage to the base course shall not be allowed. 4. Thoroughly wet down the base course with water 12 to 48 hours before the placing of concrete. Wet for a depth of at least 3 inches and for such additional depth as may be required to prevent hair-checking in the concrete just before the concrete is placed.

C01331C19 8 32 13 13 Portland Cement Concrete Paving 3.05 FORMS

A. General: 1. shall conform to ACI 347. 2. Construct formwork to provide the following dimensional tolerances in finished concrete pavement. Maintain plane, and true surfaces where exposed; take special care at all cold joints to match adjacent pour surfaces. a. Slab thickness: Minus 1/8-inch, plus 1/4-inch. b. Variations from levels and conspicuous lines: Plus or minus 1/8-inch maximum allowable in any direction, except where other tolerances are specified. c. Curbs: Not more than 1/8-inch in 10 feet for horizontal alignment and not more than 1/8-inch in vertical alignment, measured along top of curb and checked with 10-foot straightedge. d. Deflection of forms: Construct forms with spacing on supports and ties such that they will support the maximum pressure that will be exerted by fluid concrete with an actual deflection not to exceed 1/32-inch, or 0.0025 times the support spacing, whichever is the larger, at the midpoint between supports.

B. Inspection: Notify the Project Representative 24 hours before formwork inspection is required. Formwork will be inspected with as-cast exterior form and reinforcing in place. Inspection will note loose bars, formwork either not properly aligned or not properly sealed, and loose wire which might interfere with the appearance of the finished surfaces. Inspection of the formwork shall not relieve the Contractor of its responsibility for errors and shall not be regarded as an assumption of risks or liability by the Project Representative on behalf of King County, or by any officer or employee of King County, and the Contractor shall have no claim under the Contract on account of the failure or partial failure of the method of placement of formwork or the material used in the formwork so inspected. Concrete shall not be placed before the formwork and reinforcement have been inspected.

3.06 CONCRETE REINFORCEMENT, TIE BARS AND DOWELS

A. Reinforcing Steel Fabrication: Perform heating and welding of reinforcing steel in conformance with the applicable requirements of ANSI/AWS D1.4. Bars shall not be welded at bends. Tack welding of cross bars shall not be acceptable.

B. Reinforcing Steel Placement: 1. Clean reinforcing steel of everything that will interfere with bonding. Clean by sandblasting if concrete placement is delayed after the steel has been placed. Reduction of reinforcing steel cross section during cleaning process shall not be acceptable. 2. Place reinforcing steel in conformance with ACI 318 and WSDOT accepted methods. Position steel secured against displacement using tie wire or acceptable clips at intersections. Support steel in specified position with concrete or metal chairs, spacers, or metal hangers. Steel rods may be used for support on rock foundations. Place reinforcing steel in a continuous mat. Maintain continuity between control joints. Secure successive mats of steel or wire mesh shall together and tied so that longitudinal bars lap 20 inches and wire mesh laps 6 to 12 inches. 3. Do not weld reinforcing steel to items used for support or positioning; provide additional reinforcement for this purpose. 4. Place reinforcing bars to reinforce pavement around castings as shown on drawings.

C01331C19 9 32 13 13 Portland Cement Concrete Paving C. Reinforcing Steel Splicing: Splice reinforcing steel in conformance with the CRSI Manual of Standard Practice.

D. Dowel Bar and Tie Bar Coating: 1. Dowel and tie bar coating shall be performed by a CRSI-certified plant. 2. Dowel and tie bar coating shall conform to the applicable requirements of ASTM Standards A775, A884, A934 and D3963.

E. Dowel Bars and Tie Bars Installation: 1. Install dowel bars and tie bars at panel joints as shown on the Drawings. Place the bars at mid-depth of the pavement, parallel to the surface of the pavement and perpendicular to the joint. Center the bars across the joints. The tolerances for placement shall be +1/8-inch. Place the bars with devices to hold them firmly in place during the placing and setting of the concrete. 2. Install dowels by method of seating on dowel bar cages extended across the width of joints, or by other methods approved by the Project Representative. 3 Use only tactile coated dowels.

F. Wire Mesh Installation: Install wire mesh at the midpoint of the thickness of the pavement, parallel to the surface of the pavement and perpendicular to the transverse joints. The tolerances for placement shall be +1/4-inch. Place the wire mesh with devices to hold it firmly in place during the placing and setting of the concrete.

3.07 CONCRETE

A. General: Concrete shall be truck-mixed, ready-mixed concrete conforming to the applicable portions of ASTM C94. Materials shall be proportioned by weighing. Water shall be introduced at the time of charging the mixer; additional water may be introduced within 45 minutes from charging the mixer, provided the specified slump or water cement ratio is not exceeded. No re-tempering of concrete that has set shall be allowed. Addition of water to the batch will not be permitted at the job site unless the specified requirements for water/cement ratio and maximum concrete slump are met and the water addition is done as specifically directed by the Project Representative. Concrete not meeting slump requirements will be rejected by the Project Representative.

B. Delivery: Deliver concrete to the site of work and complete discharge within 1-1/2 hours after the cement is added to the concrete mixture. On a case by case basis and if specifically requested in writing by the Contractor, the Project Representative may, at its discretion, extend the time of discharge to up to 2 hours, as long as the temperature of the concrete being placed is less than 75oF and more than 55oF. Concrete not meeting these requirements will be rejected by the Project Representative.

C. Conveying: Convey concrete from the mixer to the forms in accordance with ACI 304. Concrete that has segregated in conveying shall be removed from the site of the work.

D. Placing Concrete: 1. General: a. In general, place concrete in accordance with ACI 304. b. Concrete shall have a temperature of between 50 degrees F and 80 degrees F when placed. Take precautions as necessary to maintain the concrete within the specified temperature range during placing operations.

C01331C19 10 32 13 13 Portland Cement Concrete Paving c. Concrete that has partially hardened or become contaminated shall not be permitted. Re-tempering of concrete shall not be permitted. d. Place concrete with a paver or in forms as nearly as practical to final position. Work around reinforcement and into corners of forms with an internal vibrator. Do not over-vibrate concrete; keep vibrator off the reinforcement and forms. f. Do not use calcium chloride, salt and other materials containing antifreeze agents or chemical accelerators. g. When paving roadways, do not place concrete in an adjacent lane sooner than 72 hours after finishing of the previous lane. Operate mixers and trucks on the subgrade or on the shoulder adjacent to the lane being paved. Do not use newly paved lanes to operate mixers, trucks or other construction equipment unless the concrete pavement meets requirements set forth in Paragraph 3.15 of this Section. h. Construct a protective ramp at the pavement edge where vehicles are driven on and off the pavement. Leave the forms on the outside edge of the first lane at turnouts until the pavement is opened to traffic. i. When tie bars are specified, place the tie bars before the concrete is struck off during the last pass with the strike-off screed. Protect the tie bars from traffic by bending down and back against the side form. Straighten the tie bars prior to placing concrete for the adjacent lane. j. When using unimproved areas or roadways, shoulders, or subgrade for work, keep them adequately dampened to prevent the accumulation of dust upon the freshly placed concrete. k. When integral curbs are required, place fresh concrete for the curbs at such time as will enable the top section of the curb to be consolidated, finished, and bonded to the pavement slab while the concrete is plastic. l. Construct concrete pavement panels as specified and as shown on the Drawings and in the submittal documents reviewed by the Project Representative. Panels larger than the size shown on the Drawings shall not be acceptable, unless approved by the Project Representative in writing prior to placing concrete. 2. Concrete Placement around Through-Joints: a. Place concrete around through-joints so that the joint assembly is not disturbed and remains in a straight line, perpendicular to the base course. Vibrate the concrete along the entire length of the joint to consolidate. Do not leave rock pockets anywhere at the joint. Repair rock pockets if they develop. 3. Concrete Placement with Wire Mesh or Reinforcing Steel: a. When wire mesh is called for on the Drawings, place concrete in two courses. Strike off the first course at the elevation established for the wire mesh. Immediately prior to placing the wire mesh, bring the concrete to a fairly even surface by means of a template conforming to the depth of the wire mesh. Place the wire mesh on the bottom course before the concrete attains initials set. Do not allow more than 45 minutes to elapse between mixing of the first course and placement of the second course. b. When reinforcing steel is called for on the Drawings, and concrete is placed in one lift, secure the steel in the required position in compliance with the requirements of 3.06 B., above. Prior to placing concrete, demonstrate to the Project Representative that the steel is secured and at the required locations in the slab. c. Prior to placing concrete, demonstrate to the Project Representative that the wire mesh and reinforcing steel are free of dirt, mill scale, oil, grease, or other foreign material that may impair bond. If the concrete is placed in two courses, where

C01331C19 11 32 13 13 Portland Cement Concrete Paving wire mesh is used, remove dirt, sand, or dust which collects on the base course before the top course is placed. d. Maintain wire mesh and reinforcing in the proper position during concrete placement operations. 4. Concrete Placement in Hot or Cold Weather: a. In hot weather (more than 80 degrees F), place concrete in accordance with ACI 305. b. In cold weather (less than 50 degrees F), place concrete in accordance with ACI 306.

E. Consolidating Concrete: 1. In general, consolidate concrete in accordance with ACI 309. 2. If proper consolidation is not being achieved or the Contractor fails to comply with provisions of the specified consolidation procedures, the Project Representative will suspend concrete paving operations. 3. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. Deposit and consolidate concrete in a continuous operation, within limits of construction joints. 4. Consolidate the concrete by means of high frequency mechanical internal vibrators. The number of vibrators and size of vibrator heads shall be in accordance with the vibrator manufacturer's recommendations for the conditions of the work and as approved by the Project Representative. Provide a minimum of two 2-1/2-inch diameter vibrators with a minimum of 9,000 impulses per minute, with an amplitude of not less than 0.040-inch, to a maximum of 12,000 impulses per minute, with amplitude of not less than 0.075-inch. Keep spare vibrators of each size and type at the site during concrete placing operations. 5. Insert and withdraw vibrators vertically at 18 to 24 inches apart. At each insertion, the duration shall be sufficient to consolidate the concrete but not enough to cause segregation or bleeding. Thoroughly work concrete around into the corners of forms, eliminating air or aggregate pockets. If, during placing operation, there is a delay of more than 15 minutes, vibrate the previous lift just prior to placing new concrete. Use and type of vibrator shall comply with ACI 309. 6. Use of vibrating screed will be permitted subject to Project Representative's approval, which shall be based upon a test over an appropriate section of pavement where the capabilities of the screed to satisfactorily compact and strike off the concrete to the established grade and section shall be demonstrated. If use of the vibrating screed is approved, observe the following procedures: a. Concrete shall be uniformly distributed between the forms and shall then be compacted and screeded to the level of the top of the forms by means of the vibrating screed. Supplemental compaction by mechanical vibration of the concrete adjacent to the forms will be required if the concrete cannot otherwise be adequately compacted. b. Operate the vibrating screed over the freshly placed concrete in successive passes only a sufficient number of times to obtain maximum compaction. Over vibration of the concrete, resulting in an excess of mortar at the surface of the pavement, will not be permitted. c. After the final passages of the vibrating screed, the surface of the concrete shall be at the established pavement grade and cross section and shall be sufficiently smooth as to require only a very moderate amount of hand finishing for smoothness to meet approval of the Project Representative.

C01331C19 12 32 13 13 Portland Cement Concrete Paving 3.08 SURFACE SMOOTHNESS

A. Bring the pavement surface to the final level with a straightedge and strikeoff. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the surfaces prior to beginning finishing operations.

B. Check for surface smoothness shall be checked with a straightedge 10 feet long, mounted to a long handle to permit operation from outside the pavement. Place the straightedge on the surface of the pavement, parallel to the centerline, and at intervals of no more than 5 feet across the full pavement width. The surface of the pavement shall not vary from a true surface by more than 1/8-inch in 10 feet.

C. The transverse slope of the finished pavement shall be uniform to a degree such that no variation greater than 1/4-inch is present when tested with a 10-foot straight edge laid in a direction perpendicular to the centerline.

D. In no case shall the grade in the gutter be such that it will allow ponding of water. If the surface smoothness of the pavement after curing is found to exceed the tolerance permitted, the high spots shall be ground until they meet tolerance. If the surface tolerance cannot be met satisfactorily by grinding, remove and replace the pavement to conform with the requirements of the Contract Document.

3.09 SURFACE FINISH

A. Consolidate the pavement and finish the surfaces true to grade and cross-section by hand or machine finishing methods. On vertical curves and at irregular intersections, use modified tools as necessary to secure a smooth, uniform contour and surface.

B. Hand Finishing: After the concrete has been struck off and consolidated, smooth it by longitudinal floating. Move ahead in successive advances of not more than 1/2 the length of the float. Continue floating until irregularities are removed. Follow compaction of the concrete with longitudinal floating by no less than 30 feet. Remove free water off the pavement with the float or other suitable tool. After floating, scrape the surface with a grout rod at least 10 feet in length, having a long handle for operating at the edge of the pavement. Operate the grout rod to correct irregularities in the pavement surface and remove water and laitance.

C. Machine Finishing: 1. The finishing machine shall be of a type approved by the Project Representative. The machine shall be adjustable to both crown and plane of the finished pavement surface. The screed shall oscillate longitudinally during its travel transversely across the pavement. It shall be operated in the forward direction so that the screed will pass over the same section of pavement at least 2 times during its transverse travel. 2. Move the finishing machine over the pavement as many times as necessary to give the pavement a smooth even textured surface, conforming to the exact crown and cross section specified on the Drawings. The floating shall not be considered complete until free water is removed from the surface. Perform the finishing operations at a time and over such lengths of the pavement surface as existing conditions dictate.

C01331C19 13 32 13 13 Portland Cement Concrete Paving D. Edging: Perform edging before the final texturing and before the concrete has taken the final set. Form a 1/2-inch radius at pavement edges. Form other radii as shown on the Drawings.

E. Roadways Final Texturing: After edging, give the pavement surface a uniform, gritty texture true to grade and cross section. Accomplish the final texturing by the method described below, or by other means acceptable to the Project Representative to achieve the specified surface texture. 1. Give the pavement a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. Use comb that produces striations approximately 0.015-foot in depth at approximately 1/2-inch spacing in the fresh concrete. The actual nominal depth limits of the striations will be determined in the field by the Project Representative. Construct a test section to demonstrate acceptable performance of the striation equipment. 2. Operate the comb mechanically, either singly or in gangs with several placed end to end. Finishing shall take place with the elements of the comb as nearly perpendicular to the concrete surface as is practical, to eliminate dragging the mortar. 3. If the pavement has a raised curb without a formed concrete gutter, end the texturing 2 feet from the curb line. Hand-work this 2-foot untextured strip to form a light brush finish. Give the top of the curb a broom finish.

F. Sidewalks: Screed and slope the concrete surfaces as shown on the Drawings. After screeding, give the surfaces a coarse transverse scored texture by drawing a broom or burlap belt across the surface. Round edges to a radius of 1/2-inch. Grove joints to a radius and depth of 1/4-inch.

3.10 JOINTS

A. General: 1. Use the type of joints and spacing shown on the Drawings. Follow the plan and schedule outlined in the submittal document reviewed by the Project Representative. 2. Where the spacing between joints cannot be set in even multiples of the maximum specified distance, shorten the last several spaces approaching a construction or an isolation joint. 3. When paving adjacent to existing pavement, place new joints matching existing joint locations. Where the existing joint spacing is greater than the spacing shown on the Drawings, construct intermediate joints. 4. For intersections and other irregular areas, arrange in accordance with PCA or TSS standards for intersection patterns, or as directed by the Project Representative. The area of irregular pattern formed by contraction joints in intersections shall not exceed 225 square feet and the greatest dimensions thereof shall not exceed 16 feet. 5. When paving a second lane adjacent to the previously paved lane, match joints with the former, except on curves where the least dimension between transverse joints of the resultant panel would be less than 80 percent of the maximum allowable distance between joints. 6. When uncontrolled cracks develop on a given pavement lane, match them as nearly as possible with joints constructed on the adjacent lanes. Should the uncontrolled cracks in the existing paved lane be too frequent or in random locations, and impossible to match with a uniform spacing in the second lane, the two lanes shall be completely separated by 3/8-inch joint material extending from the surface to 1-inch below the bottom of the concrete being placed. Reinforcing steel, or other approved

C01331C19 14 32 13 13 Portland Cement Concrete Paving joint material, may be required by the Project Representative in lieu of the 3/8-inch joint material to control reflection cracks in the new pavement. 7. Continue joints across integral or doweled curbs by placing premolded joint filler material transversely across the full section of the curbs, in true alignment with the pavement joint, and perpendicular to the pavement grade.

B. Formed Control Joints: 1. Construct by embedding a 3/8-inch thick preformed joint material. The depth of the formed joints shall be no less than 1/4 of the pavement thickness. The filler shall be cut to the exact section of the joint. The length of the premolded joint filler shall extend to within 1/4-inch of both edges of any panel. 2. Transverse control joints (dummy joints) shall be placed after compaction and finishing of concrete have been completed and before initial set. A groove shall be cut into the surface at the location of the joint, using a tool provided with stops to prevent cutting the groove deeper than the planned depth of the joint filler. The joint filler shall then be forced into the groove until the top is flush with the pavement surface, with a deviation of not more than 1/8-inch below the surface. The joint filler shall be perpendicular to the surface and always in a straight line. 3. After the joint filler has been imbedded in the concrete, the surface of the pavement shall be finished against the filler strip with hand floats to restore the surface finish. While performing this operation, the filler strip shall be maintained in a perpendicular position, true to alignment. After finishing the entire area the joint shall be true to grade and smoothness without any irregularities.

C. Sawed Control Joints: 1. Before placing concrete, satisfy the Project Representative that equipment, materials and incidentals necessary to accomplish the sawing of joints are at the job site and will remain there, continuously, until the completion of joint sawing work. Demonstrate that a sufficient number of sawing units and blades, as needed to accomplish the sawing before random cracking develops, is available at the site. Demonstrate that standby equipment and artificial lighting are available as necessary to ensure continuous sawing as specified, regardless of equipment breakdowns or natural lighting conditions. 2. Construct joints by sawing a uniform, 1/8-inch wide vertical groove, of the depth shown on the Drawings, in the hardened concrete before random cracks develop. Proceed as soon as saw cutting can be made without undue raveling of concrete, taking into consideration the maximum size of the coarse aggregate and in accordance with the schedule established in the submittal document reviewed by the Project Representative. Saw transverse control joints before sawing the longitudinal joints. Saw joints at the intervals shown on the Drawings or at a maximum of 12-foot intervals, unless other spacing has been pre-approved by the Project Representative. Saw intermediate joints thereafter. Minimum 3 days after placing the concrete, expand the top portion of the original cut to the width and depth shown on the Drawings. 3. The Project Representative will monitor compliance with the schedule established for sawing contraction joints. Scheduling for the sawing of joints that results in premature or uncontrolled cracking shall be revised immediately, under the direction of the Project Representative. Revise by adjusting the time interval between placing of concrete and the sawing of joints. After the proper schedule has been determined, proceed with the sawing as a continuous operation until all joints have been completed.

C01331C19 15 32 13 13 Portland Cement Concrete Paving 4. Where curing membrane is used, re-spray the area disturbed by sawing of joints immediately upon completion of the sawing operation. Exercise care to prevent the curing compound from getting into the joint grooves: joint sealing compound will not adhere to concrete if curing compound is present. 5. The Project Representative may require the installation, and designate the location, of formed control joints if necessary to prevent uncontrolled concrete cracking from occurring before the pavement panels can be sawed. 6. Repair random cracking by working the entire length of each crack as required to produce a typical control joint as shown on the Drawings.

D. Isolation (Through) Joints: 1. Before placing concrete, satisfy the Project Representative that equipment, materials and incidentals necessary to accomplish the sawing of joints is at the job site and will remain there, continuously, until the completion of joint sawing work. Demonstrate that a sufficient number of sawing units and blades, as needed to accomplish the sawing before random cracking develops, is available at the site. Demonstrate that standby equipment and artificial lighting are available as necessary to ensure continuous sawing as specified, regardless of equipment breakdowns or natural lighting conditions. 2. Construct isolation (through) joints with full depth, premolded, expansion joint filler material as shown on the Drawings and as specified in this Section. 3. Hold the joint filler material accurately in place during the placing and finishing of the concrete using a bulkhead, a hold, a metal cap or other method acceptable to the Project Representative. The finished joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the material, especially on surfaces with steep grades. 4. Place a wood filler strip or metal cap on the top of the premolded joint filler to form the top of the joint as shown on the Drawings. Keep in place until after the concrete is sufficiently set to resist sloughing into the groove. Staple the joint filler together at the ends to preserve continuity.

E. Construction Joints: 1. Place construction joints as shown on the Drawings, as established in the joint layout submittal document reviewed by the Project Representative, and wherever the placing of concrete is suspended for more than 30 minutes. 2. Select the type of joint from those shown on the Drawings that fit the joining conditions found in the field such as transverse, longitudinal, different slab thickness, etc. 3. Make transverse construction joints by placing a header board transversely across the subgrade. Keep the header board in place until the paving is resumed. 4. Make longitudinal construction joints by placing a header board with an attached wedge shaped strip of wood or preformed plastic to form a key in the concrete. Keep the header board in place until the paving is resumed.

3.11 JOINT SEALING

A. NOT USED

C01331C19 16 32 13 13 Portland Cement Concrete Paving 3.12 CONCRETE CURING

A. General: 1. Concrete placement will not be permitted unless curing materials are on the job site and ready for immediate application. Upon failure to comply with provisions of the curing procedures specified the Project Representative will suspend all concrete operations. Operations thereafter will not be resumed until the Project Representative is satisfied that all aspects of the work will conform to the specified procedures. 2. Cover and cure the entire surface of the newly placed concrete immediately after the finishing operations have been completed and as soon as the Project Representative determines that marring of the concrete will not occur. Cure surfaces paved with concrete classes ES-1 and ES-2 as recommended by the concrete mix supplier. 3. Regardless of the curing method used, maintain the curing protection and protect from damage from any cause for at least the length of time listed below for the various types of mixes, or until the pavement is opened to traffic, whichever is longer. Length of time for mixes C-1 and C-5 shall be exclusive of the day the concrete is placed.

Mixes with Type I Portland cement: 7 days Mixes with Type III Portland cement: 3 days Classes ES-1 and ES-2 with Type III Portland cement: as recommended by the concrete mix supplier Concrete mixes Containing Fly Ash: 14 days, or as approved by the pavement design engineer.

B. Curing and Protection (Curing Compound): 1. Apply curing compound to the entire area of the exposed surfaces of the concrete with a mechanical spray machine recommended by the compound manufacturer. Protect the spray fog from the wind with an adequate shield. Applied uniformly, at a minimum rate of 1 gallon to not more than 125 square feet. 2. Apply the compound with equipment of the pressure tank or pump type, equipped with a feed tank agitator, to insure continuous agitation of the compound during spraying operations. The nozzle shall be of the two-line type, with sufficient air to properly atomize the compound. 3. Do not apply the curing compound during or immediately after rainfall. If it becomes necessary to leave the pavement uncoated overnight, cover with polyethylene sheeting. Keep the sheeting in place until weather conditions are favorable for the application of the curing compound. 4. In the event that rain falls on the newly-coated pavement before the curing compound film has dried sufficiently to resist damage, or in the event that there is damage to the film from any cause whatsoever, apply a new coat of compound in one or two applications to the affected area. Apply at the rate that in the opinion of the Project Representative will result in a film of curing value equal to that specified for the original coat. 5. Distribute containers of curing compound on the work in a manner that will enable the Project Representative to determine the rate of application being used at any time. Withdraw curing compound for placement in the spray tanks directly from manufacturer's original containers, bearing the manufacturer's name, brand and lot number.

C01331C19 17 32 13 13 Portland Cement Concrete Paving 6. Apply the curing compound immediately after the concrete has been finished and after surplus water collected on the surface has disappeared. If hair checking develops in the pavement before finishing is completed, the Project Representative may order the application of the curing compound at an earlier stage. Remove from the pavement surface concrete cuts resulting from the finishing operations. If additional mortar is then needed to fill torn areas, place it ahead of the spraying operations. Immediately apply curing compound, at the rate specified above, to areas that are cut by finishing tools after the original application of curing compound. 7. If a curb section is to be placed separately, protect the surface of the pavement directly underneath the curb from the spraying of the curing compound. 8. Protect pavement edges that are exposed by the removal of the forms with an immediate application of curing compound. 9. Protect the compound, after application, from damage for the period of time specified above. Traffic, either by foot or otherwise, shall be considered damaging to the film of the applied compound. 10. Provide on the job a sufficient quantity of white or clear polyethylene sheeting to cover the pavement laid in 3 hours of maximum operation. Reserve this sheeting exclusively for the protection of the pavement in case of rain or breakdown of the spray equipment used for applying the curing compound. Place the protective sheeting over the pavement when ordered and in the manner directed by the Project Representative.

C. Curing and Protection (White Polyethylene Sheeting): 1. Place the sheeting over the pavement immediately after finishing operations are completed. 2. Lay the sheeting so that individual sheets overlap at least 2 feet, and the lapped areas are held in close contact with the pavement by weighting with earth or boards to prevent movement by the wind. Extend the sheeting downward to cover the edges of the pavement and secure it to the subgrade with a continuous bank of earth or surfacing material. Patch holes occurring in the sheeting immediately. The sheeting shall be protected from damage and remain in place for the minimum specified curing time.

D. Curing in Hot Weather: 1. In periods of low humidity, drying winds, or high temperatures, apply a fog spray to the concrete as soon after placement, and as conditions warrant in order to prevent the formation of shrinkage cracks. Continue the spray until conditions permit the application of a liquid curing membrane or other curing media. 2. The Project Representative will determine when weather conditions require the use of a fog spray.

E. Curing in Cold Weather: When the air temperature is expected to reach the freezing point during the day or night and the pavement has not cured for 50 percent of the time specified in Paragraph 3.12 A.3. of this Section, the concrete shall be protected from freezing. Provide a sufficient supply of straw, hay, grass, earth, blankets, or other suitable blanketing material, and spread it over the pavement to a sufficient depth to prevent freezing of the concrete. Remove and replace concrete that does not attain the strength or quality specified, or that is otherwise damaged by frost action or freezing.

C01331C19 18 32 13 13 Portland Cement Concrete Paving 3.13 FIELD SAMPLING AND TESTING

A. Field sampling and testing will be performed by the independent testing laboratory. Samples of aggregates and concrete will be taken at random locations and at such times as required to represent the quality of the materials and work throughout the project. The laboratory will provide the necessary labor, materials and facilities for sampling the aggregate and for casting, handling and storing the concrete samples at the site of work.

B. Furnish to the testing agency employed by King County the concrete required for casting specimens and for testing.

D. The testing agency will sample and test concrete as follows: 1. Perform strength tests making not less than 1 set of cylinders each day, not less than 1 set for each 75 cubic yards of concrete or for each 5,000 square feet of surface area placed. Depending upon the specified design age of concrete, each set of test specimens will be as follows: a. For 3-day concrete: 6 standard cylinders to test for compressive strength at 1, 3, and 7 days b. For 7-day concrete: 6 standard cylinders to test for compressive strength at 3, 7 and 14 days c. For 14-day concrete: 6 standard cylinders to test for compressive strength at 7, 14 and 28 days d. For 28-day concrete: 4 standard cylinders to test for the compressive strength of concrete Class C-5 at 14 and 28 days. e. For 1-day and 2-day concrete: 8 standard cylinders to test and compressive strength at 1, 2, 3, and 7 days 2. Perform slump tests immediately upon arrival of mix delivery trucks and periodically during placement. 3. Perform variability tests, air content tests and other tests specified or required with no less frequency than that of casting strength specimen sets. However, the Project Representative reserves the right of having the concrete tested as often as he deems necessary. 4. Sample according to ASTM C31, C42, and C172 and test according to the following: b. Compressive strength: ASTM C39 c. Air content: ASTM C231 d. Unit weight, yield air content, cement content and unit weight: ASTM C138 e. Slump: ASTM C143 f. Mixes with chemical additives: ASTM C494 and as required by Project Representative

E. It shall be expected that the concrete strength test results will correspond to the strength shown on the curves submitted for each concrete mix. If the test results deviate from the curves, and the Project Representative determines that said deviations are substantial so as to indicate that the minimum final design strengths will not be achieved, the Project Representative will exercise one of the options specified in Paragraph 1.05 G. of this Section.

C01331C19 19 32 13 13 Portland Cement Concrete Paving 3.14 REPAIR OF DEFECTIVE PAVEMENT PANELS

A. Prior to completion of joint sealing, if applicable as determined by the Project Representative, correct concrete work which does not conform to the specified requirements. Replace or, if the Project Representative determines that repairing is feasible, repair broken panels, random cracks, non working control joints near cracks, and spalling along joints and cracks. Perform replacement or repairing to the extent necessary to produce concrete work that meets the Specifications.

B. Remove and replace pavement panels containing multiple cracks through the full depth of the panel and separating the panel into three or more parts. When a single diagonal crack develops that intersects panel transverse and longitudinal joints at a distance from a corner equal to 1/3 of the width or length of the panel, remove and replace the smaller portion of the panel. Place the replacement portion with joints with load transferring dowels and following the normal joint pattern.

C. The Project Representative may determine that, due to location and characteristics, a random crack that penetrates the full depth of the pavement will not necessarily affect the pavement design performance. In such a case the Contractor will be allowed to repair the crack by working its entire length as required to produce a typical, sealed, control joint as detailed on the Drawings. To produce the joint, grove the top of the crack to the dimensions shown on the Drawings for the sealing of control joints by means of an approved grooving machine. The grooving machine shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling, or otherwise damaging the concrete. Remove fractured concrete and thoroughly clean the groove before sealing.

D. If the Project Representative determines that a random crack is tight, does not penetrate the full depth of the pavement, and will not affect pavement performance, leave the crack undisturbed. Inspect by core drilling if necessary to demonstrate that the crack penetration is not full depth.

E. Repair spalls by making a saw cut at least 1-inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, make the saw cut to a depth of 2 inches or 1/6 the panel thickness, whichever is greater. Chip the concrete between the saw cut and the joint or primary crack out until solid, undamaged concrete is exposed. Thoroughly clean the cavity thus formed of loose material. Apply a prime coat of epoxy-resin binder to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face; apply the prime coat by scrubbing coating material into the surface with a stiff bristle brush. Follow with placement of epoxy-resin concrete or mortar immediately after the application of the prime coat. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a panel, use an insert, or other bond-breaking medium, to maintain the working properties of the joint during the repair work.

C01331C19 20 32 13 13 Portland Cement Concrete Paving 3.15 OPENING TO TRAFFIC

A. Unless otherwise approved in writing by the Project Representative, do not open newly constructed cement concrete pavement to traffic, including construction equipment, until the pavement has cured for the period of time specified in Paragraph 3.12 A.3. of this Section and attained a minimum compressive strength of 3,100 psi. The Project Representative may approve earlier opening of newly constructed pavement to traffic of construction equipment, or other vehicular traffic. However, approval will be limited to cases where neither subgrade of adjacent lanes to be paved nor adjacent shoulders nor unimproved areas are available for the operation of paving equipment. Approval will be conditioned upon the Contractor agreeing to the following restrictions: 1. Traffic will be restricted to vehicles with axle loads not exceeding 20,000 lbs. when the concrete in the newly paved lane has been tested and shown to have attained a compressive strength of no less than 2,500 psi, and has cured for at least the period of time specified in Paragraph 3.12 A.3. of this Section. 2. The surface of the new pavement is protected from scarring and abrasion by operating mixers, trucks and other construction equipment on mats, skids, or other protective devices. Sand, gravel, dirt, concrete or other debris deposited on the new pavement is removed daily. Replace damaged curing compound protection concurrently with the spraying of curing compound on the newly placed concrete. 3. Remove and replace, at no expense to King County, pavement panels that are cracked or broken as result of the Contractor's early opening of the lane to vehicle use.

B. Do not open for traffic pavement with curbs until the curb has cured for at least 72 hours or has attained 2,500 psi compressive strength. If the curb has not attained that strength, place standard barricades 1 foot away from the curb, and maintain them to the satisfaction of the Project Representative. Maintain such curb protection until the curb has cured and has attained the specified strength.

C. Prior to opening to traffic, clean the pavement to the satisfaction of the Project Representative.

END OF SECTION

C01331C19 21 32 13 13 Portland Cement Concrete Paving SECTION 32 17 23

PAVEMENT MARKINGS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies materials and application of paint or thermoplastic striping, symbols, crosswalks, and stop bar pavement markings upon paved surfaces and as shown on the Drawings.

1.02 RELATED SECTIONS

A. For related requirements, condition and terms refer to the following Specification Paragraphs and Sections: 1. Section 01 29 00 – Measurement and Payment 2. Section 01 33 00 – Submittals Procedure 3. Section 01 74 19 – Construction Waste Management and Disposal 4. Section 01 81 13 – Sustainable Design Requirements 5. Section 32 13 13 – Portland Cement Concrete Paving

1.03 REFERENCES

A. This Section incorporates by reference the latest revision of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the more stringent requirements shall prevail.

Reference Title ASTM D3960 Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings GS-11 Green Seal Standard for Paints and Coatings MUTCD Manual On Uniform Traffic Control Devices SDOT Seattle Department of Transportation TSS Technical Specifications Supplement to the Technical Specifications for this Contract WSDOT QUALIFIED Washington State Department of Transportation State PRODUCTS LIST Materials Laboratory’s List of Qualified Products WSDOT STANDARD Washington State Department of Transportation Standard PLANS Plans for Road, Bridge and Municipal Construction

1.04 SUBMITTALS

A. Product Data: Submit product data and the Material Safety Data Sheet for all proposed products.

B. Installation Instructions: Submit manufacturer’s printed installation and/or application instructions.

C01331C19 1 32 17 23 Pavement Markings 1.05 QUALITY ASSURANCE

A. Green-certified Materials: VOC content of Low-VOC products determined in conformance with ASTM D3960

PART 2 PRODUCTS

2.01 PAINT, PLASTIC AND THERMOPLASTIC MARKINGS, AND BEADINGS

A. Materials shall conform to TSS, 8-22.2, except when otherwise modified or shown on the Drawings.

2.02 PAINT MARKINGS

A. Paint materials shall be one of the following types from the WSDOT Qualified Products List, as called for on the Drawings. 1. Recycled Content: Minimum 20 percent post-consumer recycled content for light colors; minimum 50 percent post-consumer recycled content for dark colors. 2. Low VOC solvent based paint: Comply with GS-11. 3. Low VOC waterborne paint: Comply with GS-11

PART 3 EXECUTION

3.01 GENERAL

A. Work shall conform to TSS, 8-22.

3.02 MATERIALS STORAGE, SAMPLING AND TESTING

A. Materials proposed for use shall be stored on the project site in sealed and labeled containers, or segregated at source of supply, sufficiently in advance of needs. Materials shall be clearly identified by designated name, specification number, batch number, quantity formulation number, project contract number, intended use, and quantity involved.

B. The Project Representative may approve material for use based on the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements.

3.03 EXAMINATION

A. Verify installation conditions as satisfactory to receive work of this Section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes Contractor’s acceptance of conditions as satisfactory.

C01331C19 2 32 17 23 Pavement Markings 3.04 PREPARATION

A. Allow new pavement surfaces to cure in conformance with the applicable requirements of TSS, 8-22.,3 and the product manufacturer’s recommendation. Thoroughly clean all surfaces to be marked before application of the marking products. Remove dust, dirt and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water or a combination of the methods as required. Completely remove rubber deposits, surface laitance, and other coating adhering to the pavement with scrapers, wire brushes, sandblasting, approved chemicals or mechanical abrasion as directed by the Project Representative.

3.05 APPLICATION

A. Provide guide lines and templates as necessary to control application of markings. Take special precautions when marking letters and symbols. Edges of marking shall be sharply outlined. The maximum drying time requirement of the marking specifications will be strictly enforced, to prevent undue softening of bitumen, and pickup, displacement, or discoloration by tires of traffic. If there is a deficiency in drying of the markings, installation operations shall be discontinued until cause of the slow drying is determined and corrected.

B. Apply markings in accordance with TSS, 8-22.3(3).

C. Widths of lines shall be as noted on the Drawings and details. Stop Bar and ADA Parking Stall Symbols shall be in accordance with the Drawings and TSS, 8-22.1.

3.06 CLEANING

A. Comply with the requirements of Section 01 74 19.

B. Leave premises clean and free of residue from work of this Section.

END OF SECTION

C01331C19 3 32 17 23 Pavement Markings

KING COUNTY DEPARTMENT OF TRANSPORTATION

METRO TRANSIT DIVISION

DESIGN AND CONSTRUCTION SECTION

TECHNICAL SPECIFICATIONS SUPPLEMENT

MARCH 2012 REV.

FOREWORD

This Technical Specifications Supplement (TSS) to the Technical Specifications for this Contract incorporates by reference certain Divisions and Sections of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, (WSDOT Standard Specifications) prepared by the American Public Works Association and the Washington State Department of Transportation (APWA/WSDOT). These Divisions and Sections, listed in the succeeding Table of Contents, shall be applicable to the contracts let by the County only as revised and modified herein. Divisions and Sections not listed in the succeeding Table of Contents are not incorporated to this TSS.

Only those Divisions, Sections or Paragraphs of the WSDOT Standard Specifications that are specifically called for in the Technical Specifications or on the Drawings shall apply to the contracts let by the County.

MARCH 2012 REV.

King County Department Of Transportation METRO TRANSIT DIVISION DESIGN AND CONSTRUCTION SECTI0N

TECHNICAL SPECIFICATIONS SUPPLEMENT

TABLE OF CONTENTS

Division 2 Earthwork Division 8 Miscellaneous Construction

2-01 Clearing, Grubbing, and Roadside Cleanup 8-01 Erosion Control and Water Pollution Control 2-02 Removal of Structures and Obstructions 8-04 Curbs, Gutters, And Spillways 2-06 Subgrade Preparation 8-07 Precast Traffic Curb And Block Traffic Curb 2-07 Watering 8-09 Raised Pavement Markers 2-09 Structure Excavation 8-10 Guide Posts 2-11 Trimming and Cleanup 8-12 Chain Link Fence And Wire Fence 2-12 Construction Geosynthetic 8-13 Monument Cases 8-14 Cement Concrete Sidewalks Division 3 Production From Quarry And Pit 8-15 Riprap Sites And Stockpiling 8-20 Illumination, Traffic Signal Systems, and Electrical 8-22 Pavement Marking 3-01 Production From Quarry And Pit Sites 8-24 Rock and Gravity Block Wall and Gabion 3-02 Stockpiling Aggregates Cribbing

Division 4 Bases Division 9 Materials

4-02 Gravel Base 9-00 Definitions And Tests 4-04 Ballast And Crushed Surfacing 9-01 Portland Cement 4-06 Asphalt Treated Base 9-02 Bituminous Materials 9-03 Aggregates 9-04 Joint And Crack Sealing Materials Division 5 Surface Treatments And Pavements 9-05 Drainage Structures, Culverts, And Conduits 9-07 Reinforcing Steel 5-01 Cement Concrete Pavement Rehabilitation 9-08 Paints and Related Materials 5-02 Bituminous Surface Treatment 9-11 Waterproofing 5-04 Hot Mix Asphalt 9-12 Masonry Units 5-05 Cement Concrete Pavement 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock Walls 9-14 Erosion Control and Roadside Planting Division 7 Drainage Structures, Storm Sewers, 9-15 Irrigation System Sanitary Sewers, Water Mains, And 9-16 Fence and Guardrail Conduits 9-18 Precast Traffic Curb and Block Traffic Curb 9-20 Concrete Patching Material 7-01 Drains 9-21 Raised Pavement Markers (Rpm) 7-02 Culverts 9-22 Monument Cases 7-03 Structural Plate Pipe, Pipe Arch, Arch, and 9-23 Concrete Curing Materials and Admixtures Uderpass 9-24 Plastic Waterstop 7-04 Storm Sewers 9-25 Water 7-05 Manholes, Inlets, Catch Basins, And Drywells 9-26 Epoxy Resins 7-07 Cleaning Existing Drainage Structures 9-28 Signing Materials And Fabrication 7-08 General Pipe Installation Requirements 9-29 Illumination, Signal, Electrical 7-09 Water Mains 9-30 Water Distribution Materials 7-12 Valves for Water Mains 9-34 Pavement Marking Material 7-14 Hydrants 9-35 Temporary Traffic Control Materials 7-15 Service Connections 7-17 Sanitary Sewers 7-18 Side Sewers 7-19 Sewer Cleanouts

MARCH 2012 REV. Table of Contents

King County Department Of Transportation METRO TRANSIT DIVISION DESIGN AND CONSTRUCTION SECTI0N

TECHNICAL SPECIFICATIONS SUPPLEMENT

LIST OF ABBREVIATIONS

The following abbreviations used in the TSS shall be as defined here:

AAA American Arbitration Association ITE Institute of Transportation Project Representatives AAN American Association of Nurserymen IMSA International Municipal Signal Association AAR Association of American Railroads LID Local Improvement District AASHTO American Association of State Highway and MSHA Mine Safety and Health Act Transportation Officials MUTCD Manual on Uniform Traffic Control Devices ACI American Concrete Institute NCHRP National Cooperative Highway Research AGA American Gas Association Program AGC Associated General Contractors of America NEPA National Environmental Policy Act AI Asphalt Institute NFPA National Fire Protection Association AIA American Institute of NRMCA National Ready Mix Concrete Association AISC American Institute of Steel Construction OSHA Occupational Safety and Health AISI American Iron and Steel Institute Administration AITC American Institute of Timber Construction PCA Portland Cement Association AMS Aerospace Material Specification PPI Plastic Pipe Institute ANSI American National Standards Institute P/PCI Precast/ Institute APA American Plywood Association QPL WSDOT’s Qualified Products List API American Petroleum Institute RAM Request for Approval of Material APWA American Public Works Association RCW Revised Code of Washington ARA American Railway Association (Laws of the State) AREA American Railway Project Representativeing RID Road Improvement District Association ASA American Standards Association SAE Society of Automotive Project Representatives ASCE American Society of Civil Project SEPA State Environmental Policy Act Representatives ASLA American Society of Landscape Architects SOP Standard Operating Procedure ASME American Society of Mechanical Project SSPC Steel Structures Painting Council Representatives ASNT American Society for Nondestructive Testing TIB Transportation Improvement Board ASTM American Society for Testing and Materials UL Underwriter Laboratory AWPA American Wood Preservers’ Association ULID Utility Local Improvement District AWS American Welding Society UMTA Urban Mass Transit Administration AWWA American Water Works Association WAC Washington Administrative Code CFR Code of Federal Regulations WAQTC Western Alliance for Quality Transportation CLI Chain Link Institute Construction CRAB County Road Administration Board WCLIB West Coast Lumber Inspection Bureau CRSI Concrete Reinforcing Steel Institute WISHA Washington Industrial Safety and Health DIPRA Ductile Iron Pipe Research Association Administration EPA Environmental Protection Agency WRI Wire Reinforcement Institute FHWA Federal Highway Administration WSDOE Washington State Department of Ecology FOP Field Operating Procedure WSDOT Washington State Department of FSS Federal Specifications and Standards, Transportation General Services Administration WWPA Western Wood Products Association HUD United States Department of Housing and Urban Development

MARCH 2012 REV. List of Abbreviations

King County Department Of Transportation METRO TRANSIT DIVISION DESIGN AND CONSTRUCTION SECTI0N

TECHNICAL SPECIFICATIONS SUPPLEMENT

LIST OF DELETED DIVISIONS

The Divisions of the WSDOT Standard Specifications listed below are deleted in their entirety. The provisions in the Bidding Requirements, Forms, General and Supplemental Terms and Conditions, and the Technical Specifications of the Contract Document shall apply instead.

DIVISION 1 GENERAL REQUIREMENTS

DIVISION 6 STRUCTURES

JUNE 2012 REV. List of Deleted Divisions

King County Department Of Transportation METRO TRANSIT DIVISION DESIGN AND CONSTRUCTION SECTI0N

TECHNICAL SPECIFICATIONS SUPPLEMENT

DEFINITIONS

REVISED DEFINITIONS

All references in the WSDOT Standard Specification to the terms “Commission”, “Contracting Agency”, “Department of Transportation”, “Headquarters”, “Secretary”, “Secretary of Transportation”, “State”, “State Treasure” and “Washington State Transportation Commission”, shall be revised to read “King County.”

All references to “State Materials Laboratory” shall be revised to read, “King County designated testing laboratory.”

All references to “Engineer” shall be revised to read “Project Representative.”

All references to “Special Provisions” shall be revised to read the “Bidding Requirements, Forms, General and Supplemental Terms and Conditions, and the Technical Specifications of the Contract Document.“

Unless the Drawings or the Technical Specifications for this Contract specifically refer to a WSDOT Standard Plan, with its appropriate WSDOT identification number, all references to “Plans” or “Standard Plans” shall be revised to read “the Drawings for this Contract.”

JUNE 2012 REV. Definitions

DIVISION 2 EARTHWORK

Deleted References in General

All references to unit pricing, measurement, and payment in Division 2 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

2-01.1 Description

Delete the first sentence of the first paragraph and replace with the following:

“The Contractor shall clear, grub and cleanup those areas stacked, or described in the Contract Specifications, or shown on the Drawings”

2-01.2 Disposal of Usable Material and Debris

Delete the last paragraph and replace with the following:

“Disposal of debris in a Contractor-provided waste site shall meet the requirements of Section 017419 of the Technical Specifications”

2-01.2(2) Disposal Method No. 2 – Waste Site

Delete in its entirety and replace with the following:

2-01.2(2) Disposal Method No. 2 – Waste Site

Provide a waste site and haul debris in accordance with the requirements of Section 017419 of the Technical Specifications.

2-01.3(2) Grubbing

Delete sub-paragraph 2. d. and replace with the following:

“d. In which hillsides or existing embankments will be terraced as shown on the Drawings.”

2.01.3(3) through 2-01.5 Deleted

2-02.3 Construction Requirements

Delete the last paragraph and replace with the following:

“Dispose of waste at no expense to King County at a disposal meeting the requirements of Section 017419 of the Technical Specifications.”

2-02.3(1) Removal of Foundations

Delete sub-paragraph 3. and replace with the following:

“3. Fill cavities left by the removal of Structures. The fill shall match the level of surrounding ground. Fill within the slopes of the Roadbed shall be compacted to meet the requirements of Section 310000 of the Technical Specifications.”

2-02.3(2) Deleted

2-02.4 and 2-02.5 Deleted

2-06.3(1) Subgrade for Surfacing

Delete sub-paragraph 6. and replace with the following:

“6. Compact the Subgrade to a depth of 6 inches. Compaction shall achieve 95 percent of the maximum density determined under the tests described in Section 310000 of the Technical Specifications. If the underlying material is too soft to permit proper compaction of the Subgrade, the Contractor shall loosen, aerate (or excavate and remove), and compact the Subgrade until the top layer can be compacted as required.”

MARCH 2012 REV. Page 2-1 TSS

2-09.3(1)C Removal of Unstable Base Material

Delete the last paragraph and replace with the following:

“Gravel backfill shall meet the requirements of Section 9-03.12. It shall be placed in layers not more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 310000 of the Technical Specifications.”

2-09.3(1)D Disposal of Excavated Material

Delete in its entirety and replace with the following:

2-09.3(1)D Disposal of Excavated Material

Disposal of excavated material shall meet the requirements of Section 017419 of the Technical Specifications.

2-09.3(1)E Backfilling

Delete in its entirety and replace with the following:

2-09.3(1)E Backfilling

The backfilling of openings dug for Structures shall be a necessary part of and incidental to the excavation. Unless the Project Representative directs otherwise, backfill material shall be nonclay material containing no pieces more than 3 inches across, no frozen lumps, and no wood or other foreign material. When specified in the Contract or when approved by the Project Representative, the Contractor shall supply controlled density fill as backfill material. Controlled Density Fill (CDF) or Controlled Low-Strength Material (CLSM) – CDF is a self compacting, cementitious, flowable material requiring no subsequent vibration or tamping to achieve consolidation. The Contractor shall submit a mix design in conformance with Section 013300 of the Technical Specifications and utilize ACI 229 as a guide to develop the CDF mix design. No CDF shall be placed until the Project Representative has reviewed the mix design. CDF shall be designed to have a minimum 28-day strength of 50 psi and a maximum 28-day strength not to exceed 300 psi. The CDF consistency shall be flowable (approximate slump 3 to 10 inches). The following testing methods shall be used by the Contractor to develop the CDF mix design: 28-day compressive strength – ASTM D 4832; Unit weight, yield, and air content – ASTM D 6023; Slump – WSDOT FOP for AASHTO T 119. The water/cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5-05.2. Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. Admixtures shall be used in accordance with the manufacturer’s recommendations and non-chloride accelerating admixtures may be used to accelerate the hardening of CDF. CDF shall meet the requirement of Section 310000, 2.01 G. of the Technical Specifications. Stockpiling – The Project Representative may require the Contractor to selectively remove and stockpile any usable material excavated for a Structure. If this material meets the requirements for gravel backfill for walls it may replace gravel as wall or abutment backfill. If the Contractor stockpiles excavated material for use as backfill, it shall be protected with plastic sheeting or by some other method from contamination and weather damage. If the material becomes too wet or contaminated in the stockpile, the Contractor shall dispose of and replace it with an equal amount of suitable material, all at no expense to the Contracting Agency. Compaction – Backfill from Structure excavation shall be placed and compacted in keeping with the following requirements: 1. Backfill supporting Roadbed, Roadway embankments, or Structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign Structure foundations shall be placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test according to Section 310000 of the Technical Specifications. 2. Gravel backfill for drains shall be placed in horizontal layers no more than 12 inches thick, with each layer compacted by at least three passes of a vibratory compactor approved by the Project Representative. 3. All other structure excavation backfill shall be placed in layers no more than 2 feet thick (loose), with each layer tamped and graded so that final settling will leave the backfill flush with surrounding ground. 4. Compaction of controlled density fill will not be required.

MARCH 2012 REV. Page 2-2 TSS

Timing – Backfill shall not be placed against any concrete structure until the concrete has attained 90 percent of its design strength and a minimum age of 14 days, except that retaining walls 15 feet in height or less may be backfilled after the wall has attained 90 percent of its design compressive strength and curing requirements. Footings and columns may be backfilled as soon as forms have been removed, so long as the backfill is brought up evenly on all sides. The Project Representative may order the Contractor to use lean concrete in backfilling around piers and in front of abutments and walls. The Contracting Agency will pay for such backfilling as provided in Section 012900 of the Technical Specifications. If water prevents the Contractor from properly placing and compacting backfill, it shall be removed by pumping or other means.

2-09.3(3)D Deleted

2-09.3(3)E Bearing Tests

Delete the last paragraph and replace with the following:

During test periods maintain ordinary working conditions at the bottom of the hole at no expense to the County. The County will pay for all labor and materials the Contractor supplies for the tests in conformance with Section 00700, Article 5 of the Contract Specifications. A single test shall not exceed 72 hours.

2-09.3(4) Construction Requirements, Structure Excavation, Class B

Delete the fourth paragraph and replace with the following:

“Submit six sets of plans for review by the Project Representative before shoring. These must be signed and stamped by a Civil or Structural Professional Engineer.”

2-12.3(3) Soil Stabilization

Delete the last sentence and replace with the following:

Compaction of the first lift above the geotextile shall per Section 310000 of the Technical Specifications. No vibratory compaction will be allowed on the first lift.

MARCH 2012 REV. Page 2-3 TSS

DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING

Deleted References in General

All references to unit pricing, measurement, and payment in Division 3 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

3-01 PRODUCTION FROM QUARRY AND PIT SITES

3-01.1 through 3-01.3 Deleted

3-01.4 Contractor Furnished Material Sources

Delete in its entirety and replace with the following:

3-01.4 Contractor Furnished Material Sources

Contractor shall make all necessary arrangements for obtaining the material from the source and shall ensure the quantity of suitable material is available. Submit representative samples to the Project Representative for review.

3-01.4(1) through 3-01.4(3) Deleted

3-01.4(4) Gravel Base

Delete in its entirety and replace with the following:

3-01.4(4) Gravel Base

The grading and quality of Gravel Base shall be as specified in Section 9-03.10.

3-01.5 through 3-01.6 Deleted

3-02 STOCKPILING AGGREGATES

3-02.1 Deleted

3-02.2 General Requirements

3-02.2(1) Deleted

3-02.2(2) Stockpile Site Provided by the Contractor

Delete in its entirety and replace with the following:

3-02.2(2) Stockpile Site Provided by the Contractor

If the Drawings do not show a stockpile site for the use of the Contractor to place aggregates which are required under the Contract to be stockpiled prior to use in the immediate work, the Contractor shall be responsible for the acquisition of such a site, the preparation of the same, the stockpiling, and the removal of the aggregates from the stockpiles.

3-02.2(3) through 3-02.2(4) Deleted

3-02.4 through 3-04 Deleted

MARCH 2012 REV. Page 3-1 TSS

DIVISION 4 BASES

Deleted References in General

All references to unit pricing, measurement, and payment in Division 4 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

4-02 GRAVEL BASE

4-02.4 through 4-02.5 Deleted

4-04 BALLAST AND CRUSHED SURFACING

4-04.3(2) Subgrade

Delete in its entirety and replace with the following:

4-04.3(2) Subgrade

The subgrade shall be prepared as specified in the pertinent Sections of the Technical Specifications and shall be approved by the Project Representative before placing ballast or surfacing materials.

4-04.3(5) Shaping and Compaction

Delete in its entirety and replace with the following:

4-04.3(5) Shaping and Compaction

Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density before the next succeeding layer of surfacing or pavement is placed. The maximum density and optimum moisture content shall be determined by one of the following methods:

1. Materials with less than 30-percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T 99 Method A. 2. Materials with 30-percent or more by weight retained on the U.S. No. 4 sieve and less than 30-percent retained on the ¾-inch sieve shall be determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The determination of which test procedure to use will be made solely by King County. 3. Materials with 30-percent or more retained on the ¾-inch sieve shall bedetermined by WSDOT Test Method No. 606. In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615.

When the thickness of surfacing is less than 0.15 foot, density testing will not be required and the Project Representative will determine the number of coverages required for the particular compaction equipment available. Vibratory compactors and rollers shall obtain the specified density for each layer. A mist spray of water shall be applied as needed to replace moisture lost by evaporation. The completed layer shall have a smooth, tight, uniform surface true to the line, grade, and cross-section shown in the drawings.

4-04.3(7) Miscellaneous Requirements

Delete in its entirety and replace with the following:

4-04.3(7) Miscellaneous Requirements

The surface of each layer of surfacing material shall be maintained true to line, grade, and cross-section by blading, watering, and rolling until placing the next succeeding course. The first course of surfacing material shall be placed on all available subgrade before placing the succeeding course. Should irregularities develop in any surface during or after compaction, they shall be remedied by loosening the surface and correcting the defects after which the entire area including the surrounding surface shall be thoroughly recompacted.

4-04.3(10) through 4-04.5 Deleted

MARCH 2012 REV. Page 4-1 TSS

4-06 ASPHALT TREATED BASE

4-06.2 Materials

Delete in its entirety and replace with the following:

4-06.2 Materials

Materials shall meet the requirements of the following sections: Asphalt 9-02.1 Anti-Stripping Additive 9-02.4 Aggregates 9-03.6 The grade of paving asphalt shall be as specified in the appropriate Section of the Technical Specifications or on the Drawings. If no grade of paving asphalt is specified in the Technical Specifications or on the Drawings, then it shall be PG 58 -22 meeting the requirements of Section 9-02.1(4).

4-06.3 Construction Requirements

4-06.3(1) Asphalt Mixing Plant

Proportioning

Delete in its entirety and replace with the following:

Proportioning

The mixing plant shall be capable of proportioning the aggregates and the asphalt at the rates necessary to meet the requirements in the Contract Document. If the aggregates are supplied in two or more sizes, means shall be provided for proportioning or blending the different sizes of aggregates to produce material meeting the specified requirements.

4-06.3(2) Preparation of Aggregates

Delete in its entirety and replace with the following:

4-06.3(2) Preparation of Aggregates

Aggregates for asphalt treated base shall be stockpiled before use in accordance with the requirements of Section 3- 02. The aggregates shall be heated as necessary to attain the temperature required to obtain a final product conforming to the requirements in the Contract Document.

4-06.3(7) Density

Delete in its entirety and replace with the following:

The asphalt treated base shall be compacted to a density of not less than 80 percent of the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. The density of the base shall be determined by means of tests performed by the testing agency designated by the Project Representative on cores taken from the Roadway or with the nuclear gauge. The frequency of these tests shall be at the discretion of the Engineer, but in no case shall it be less than one control lot for each normal day’s production. The use of equipment which results in damage to the materials or produces substandard workmanship will not be permitted.

4-06.4 through 4-06.5 Deleted

MARCH 2012 REV. Page 4-2 TSS

DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS

Deleted References in General

All references to unit pricing, measurement, and payment in Division 5 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

5.01 CEMENT CONCRETE PAVEMENT REHABILITATION

5-01.3(2)B Portland Cement Concrete

Delete in its entirety and replace with the following:

5-01.3(2)B Portland Cement Concrete

The concrete producer shall provide a certificate of compliance for each truckload of concrete. Acceptance for compliance shall be based on the result of tests of air content and the specified compressive and flexural strengths. Provide cure boxes and protect concrete samples in cure boxes from excessive vibration and shock waves during the curing periods required for the strength specified ages. 5-01.3(2)B1 Rejection of Concrete Rejection by the Contractor: The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the County. The replacement material will be sampled, tested and evaluated for acceptance. Rejection without Testing: The Project Representative will reject non-compliant loads prior to placement. Material rejected before placement shall not be incorporated into the pavement.

5-01.3(4) Replace Portland Cement Concrete Panel

Delete in its entirety and replace with the following:

5-01.3(4) Replace Portland Cement Concrete Panel

Replacement of portland cement concrete panels shall conform to the requirements in the Technical Specifications and on the Drawings.

5-01.3(5) through 5-01.5 Deleted

5-02 BITUMINOUS SURFACE TREATMENT

5-02.3(5) Application Method of Aggregates

Delete in its entirety and replace with the following:

5-02.3(5) Application Method of Aggregates

After the asphalt has been spread evenly over the roadway surface, aggregates of the type specified shall be evenly applied to the roadway surface by spreader equipment. All aggregate stockpiles shall be watered down to provide aggregates that are uniformly damp at the time of placement on the roadway. The aggregate shall be spread in one operation in such a manner that an 8-inch strip of asphalt is left exposed along the longitudinal joint to form a lap for the succeeding applications of asphalt. If necessary, thin or bare spots in the spread of aggregate shall be corrected by hand spreading or by the use of an approved motor patrol grader equipped with a wire broom moldboard or other methods subject to approval of the Project Representative.

MARCH 2012 REV. Page 5-1 TSS

A minimum of three rollers shall be used. Two pneumatic-tired rollers shall provide two complete coverages immediately behind the spreading equipment for the coarse aggregate. The third roller which provides the final rolling shall be a smooth wheeled roller for Class A construction over untreated bases. A pneumatic-tired roller shall be used in all other situations. The maximum rate of roller travel shall be limited to 5 mph. The Contractor shall apply fine aggregates to the roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the contract documents or ordered by the Project Representative. Excess aggregate shall be removed from the roadway. The operation of trucks hauling aggregate from the stockpile shall be so regulated that no damage, as determined by the Project Representative, will result to the highway or the freshly applied asphalt surface. The completed surface shall be allowed to cure overnight and shall be broomed off the following morning before 10 a.m. If brooming causes rock to be turned or if the Project Representative determines that additional cure is needed, the Contractor shall broom the roadway when directed by the Project Representative. If, after completion of the initial brooming, the Project Representative determines the need to remobilize for additional brooming, the Contractor shall rebroom the areas designated by the Project Representative.

5-02.3(6) Additional Asphalt and Aggregate

Delete in its entirety and replace with the following:

5-02.3(6) Additional Asphalt and Aggregate

If the application of asphalt or aggregate, or both, are insufficient or excessive for the required results, the Project Representative may require the Contractor to make an additional application of one or both materials in accordance with the applicable requirements in the Contract Documents, or at the direction of the Project Representative. Additional asphalt or aggregate used will be paid in conformance with the applicable Section of the Technical Specifications.

5-02.3(9) Protection of Structures

Delete in its entirety and replace with the following:

5-02.3(9) Protection of Structures

Protect all structures and improvements from the application of asphalt emulsion and aggregates to the satisfaction of the Project Representative.

5-02.3(11) through 5-02.5 Deleted.

5-04 HOT MIX ASPHALT

5-04.2 Materials

Delete the second sentence and replace with:

“Furnish the various mineral materials required for the manufacture of HMA in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler.”

5-04.3(1) HMA Mixing Plant

4. Sampling and Testing of Mineral Materials.

Delete in its entirety and replace with the following:

4. Sampling and Testing of Mineral Materials. The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials that: a. Is automatic or semi-automatic; b. Can safely and easily obtain representative samples of the materials being produced; c. Can convey the samples to ground level in Contracting Agency-provided sacks; d. Moves at an even rate through the full width of the materials stream falling from the discharge end of the belt, gate, or chute; e. Is power driven during the material intercept cycle; and f. Can be adjusted to take samples of about 100-pounds as often as the Project Representative requires.

MARCH 2012 REV. Page 5-2 TSS

5-04.3(3) Hot Mix Asphalt Pavers

Delete the last paragraph and replace with the following:

“If the paving machine is not providing the required finish, the Project Representative will suspend the work and will have the Contractor bring the machine up to a working condition acceptable to the Project Representative. Cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed by the Contractor before paving continues.”

5-04.3(5)C Crack Sealing

Delete in its entirety and replace with the following:

5-04.3(5)C Crack Sealing “All cracks and joints ¼ inch and greater in width shall be cleaned with a stiff-bristled broom and compressed air and then shall be filled completely with sand slurry. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean No. 4-0 paving sand. The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured.”

5-04.3(5)D Soil Residual Herbicide

Where shown in the Drawings, the Contractor shall perform one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor’s expense. The herbicide shall be applied uniformly in accordance with the manufacturer’s recommendations. The material to be used shall be registered for use under pavement with the Washington State Department of Agriculture. Before use, the Contractor shall receive from the Project Representative approval of the material to be used and the proposed rate of application. The following information shall be included in the request for approval of the material: Brand name of the material, manufacturer, Environmental Protection Agency (EPA) registration number, material safety data sheet, and proposed rate of application.

5-04.3(5)E Pavement Repair

Delete the last paragraph and replace with the following:

“The Project Representative will determine the excavation depth, which may vary up to a total depth of 1 foot. The determination will depend on the location of material suitable for support of the pavement. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise on the Drawings. Before excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in conformance with the requirements of Section 017419 of the Technical Specifications, or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Each lift shall be thoroughly compacted by a mechanical tamper or a roller.”

5-04.3(7)A2 Deleted

5-04.3(7)A3 Commercial Evaluation

Delete in its entirety and replace with the following:

5-04.3(7)A3 Commercial Evaluation

Evaluation of the mix design by King County is not required. The Contractor shall design the mixes for the classes of HMA and the Equivalent Single Axle Loads (ESALs) called for in the Contract Document.”

5-04.3(8)A1 General

Delete in its entirety and replace with the following:

MARCH 2012 REV. Page 5-3 TSS

5-04.3(8)A1 General Acceptance of HMA shall be as provided under commercial evaluation. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Representative. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Adjustments to the JMF will require the approval of the Project Representative and may be made in accordance with Section 9-03.8(7).

5-04.3(8)A2 through 5-04.3(8)A4 Deleted

5-04.3(8)A5 Test Results

Delete in its entirety and replace with the following: 5-04.3(8)A5 Test Results

Samples will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results will be used for the acceptance of the HMA.

5-04.3(8)A7 Deleted

5-04.3(9) Spreading and Finishing

Delete the last paragraph in its entirety.

5-04.3(10) Compaction 5-04.3(10)A General

Delete in its entirety and replace with the following: 5-04.3(10)A General Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, the mix shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, checking, cracking, and irregularities and shall conform to the line, grade, and cross-section shown on the Drawings. Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. Unless the Project Representative has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Rollers shall only be operated in static mode on bridge decks.

5-04.3(10)B Control 5-04.3(10)B1 General Delete in its entirety and replace with the following: 5-04.3(10)B1 General HMA mixture accepted by commercial evaluation shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Representative. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Project Representative.

5-04.3(10)B2 through 5-04.3(10)B4 Deleted

5-04.3(11)B through 5-04.3(11)D4 Deleted

MARCH 2012 REV. Page 5-4 TSS

5-04.3(12)B Longitudinal Joints

Delete in its entirety and replace with the following:

5-04.3(12)B Longitudinal Joints

The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the traveled way. If a hot-lap joint is allowed, 2 paving machines shall be used; the minimum compacted density specified for the Project shall be achieved throughout the traffic lane. Construction equipment other than rollers shall not operate on uncompacted mix. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct longitudinal joints between the HMA and the cement concrete pavement. The joint shall be sawed and sealed as shown on the Drawings.

5-04.3(13) Surface Smoothness

Delete in its entirety and replace with the following:

5-04.3(13) Surface Smoothness

The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8-inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4-inch in 10 feet from the rate of transverse slope shown in the Drawings. When deviations in excess of the above tolerances are found, the pavement surface shall be corrected by the addition of asphalt concrete mixture of an appropriate class to low places or the removal of material from high places by grinding with an approved grinding machine or by removal and replacement of the wearing course of asphalt concrete. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. All areas in which the surface of the completed pavement deviates more than twice the allowable tolerances described above shall be removed and replaced to the satisfaction of the Project Representative. However, if deviations are found which exceed the allowable tolerances but are not in excess of twice the allowable tolerances described above, and, in the opinion of the Project Representative, correction by means of any of the methods specified above will not produce satisfactory results as to smoothness and serviceability, the Project Representative may accept the completed pavement and shall deduct from monies due or that may become due to the Contractor the sum of $1,000.00 for each and every section of 1,200 square feet, or portion thereof, in which any deviations as described above are found. Under the circumstances described above, the decision whether to accept the completed pavement or to require corrections as described above shall be vested entirely in the Project Representative. All costs involved in making the corrections of defects described above shall be borne by the Contractor and no compensation will be made for this work. When portland cement concrete pavement is placed on asphalt concrete pavement, the surface tolerance of the asphalt concrete pavement shall be such that no elevation lies above the plan grade minus the specified plan depth of portland cement concrete pavement. Prior to placing the portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Project Representative, at no expense to King County. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the roadway shall be paved before the utility appurtenances are adjusted to the finished grade.

5-04.3(17)

Delete the last two paragraphs in their entirety.

5-04.4 through 5-04.5(1)B Deleted

5-05 CEMENT CONCRETE PAVEMENT 5-05.3(1) Concrete Mix Design for Paving

1. Materials

Delete the first paragraph and replace with the following:

1. Materials – Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4), AASHTO grading No. 467.

MARCH 2012 REV. Page 5-5 TSS

2. Submittals

Delete in its entirety and replace with the following:

2. Submittals – The Contractor’s submittal shall include the mix proportions per cubic yard, test results from beams and cylinders, and the proposed sources for all ingredients including the fly ash. The mix shall be capable of providing the minimum flexural strength(s) indicated in the Technical Specifications. Evaluation of flexural strengths shall be based on statistically analyzed results of five beam specimens made according to WSDOT T 808 and tested according to WSDOT T 802 that demonstrate a quality level of not less than 80 percent at each one of the specified ages. In addition, the Contractor shall fabricate, cure, and test five sets of cylinders for evaluation of the compressive strengths at each one of the specified ages, according to WSDOT FOP’s for AASHTO T 22 and AASHTO T 23, using the same mix design as used in the fabrication of the beams. Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications and the specified compressive strength results. Test data shall be from an independent testing lab or from a commercial concrete producer’s lab. If the test data is developed at a producer’s lab, the Engineer or a representative may witness all testing.

5-05.3(3)B Mixing Equipment

3. Truck Mixers and Truck Agitators

Delete in its entirety and replace with the following:

3. Truck Mixers and Truck Agitators – Truck mixers used for mixing and hauling concrete, and truck agitators used for hauling plant-mixed concrete, shall conform to the requirements necessary for approval to provide concrete for work in typical WSDOT contracts.

5-05.3(3)C Finishing Equipment

Delete in its entirety and replace with the following:

5-05.3(3)C Finishing Equipment

The standard method of constructing concrete pavement approved slip-form paving equipment designed to spread, consolidate, screed, and float-finish the freshly placed concrete in one complete pass of the machine so a dense and homogeneous pavement is achieved with a minimum of hand finishing, or with approved placement and finishing equipment utilizing stationary side forms. Hand screeding and float finishing of cement concrete pavement may only be utilized as allowed by the Project Representative.

5-05.3(3)E Deleted

5-05.3(4) Measuring and Batching Materials

Delete in its entirety and replace with the following:

5-05.3(4) Measuring and Batching Materials The batch plant site, layout, equipment, and provisions for transporting material shall ensure a continuous supply of material to the Work. 1. Measuring Materials Materials shall be measured using methods and equipment meeting the requirements set by WSDOT for their typical cement concrete pavement projects.

5-05.3(4)A Acceptance of Portland Cement Concrete Pavement

Delete in its entirety and replace with the following:

MARCH 2012 REV. Page 5-6 TSS

5-05.3(4)A Acceptance of Portland Cement Concrete Pavement

Concrete will be accepted based on conformance to the specified requirements for air content, and the compressive and flexural strengths at the specified ages, as tested and determined by the County. The lower Specification limit for air content shall be 3 percent, and the upper Specification limit for air content shall be 7 percent.

5-05.3(5) Mixing Concrete

Delete the last sentence of the first paragraph and replace with the following:

“Ready-mixed concrete shall be mixed and delivered in accordance with the requirements set by WSDOT for their typical cement concrete pavement projects.”

5-05.3(6) Subgrade

5-05.3(10) Deleted.

5-05.3(15) Concrete Pavement Construction in Adjacent Lanes

Delete in its entirety and replace with the following:

5-05.3(15) Concrete Pavement Construction in Adjacent Lanes

Unless otherwise shown on the Drawings or in the Technical Specifications, the pavement shall be constructed in multiple lanes; that is, two or more adjacent lanes paved in a single operation. Longitudinal contraction joints shall be used between adjacent lanes that are paved concurrently, and construction joints shall be used when lanes are paved separately. Tie bars shall be installed during initial lane construction. The Contractor shall replace, at no expense to King County any panels on the new pavement that are cracked or broken as a result of the Contractor’s operations.

5-05.3(17) through 5-05.5(1)B Deleted.

MARCH 2012 REV. Page 5-7 TSS

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS

Deleted References in General

All references to unit pricing, measurement, and payment in Division 7 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

7-01 DRAINS

7-01.3 Construction Requirements

Delete in its entirety and replace with the following:

7-01.3 Construction Requirements

Trench excavation shall be of the dimensions and to the grade line shown on the Drawings.

7-01.4 through 7-01.5 Deleted

7-02 CULVERTS

7-02.3(1) Placing Culvert Pipe – General

Delete the first paragraph in its entirety and replace with:

“A dike or plug of impervious material shall be placed near the intake end of the culvert to prevent piping. The dike shall be 2-feet long and adequately surround the pipe to form an impervious barrier.”

7-02.3(3) Deleted

7-02.4 through 7-02.5 Deleted.

7-03 STRUCTURAL PLATE PIPE, PIPE ARCH, ARCH, AND UNDERPASS

7-03.2 Materials

Delete in its entirety and replace with the following:

7-03.2 Materials

Materials shall meet the requirements of the following sections: Concrete Class As shown on the Drawings. Corrugated Steel 9-05.6(8) Corrugated Aluminum 9-05.6(8) Reinforcing Steel 9-07

7-03.3(5) Deleted.

7-03.4 through 7-03.5 Deleted.

7-04 STORM SEWERS

7-04.4 through 7-04.5 Deleted.

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS

7-05.1 Description

Delete in its entirety and replace with the following: MARCH 2012 REV. Page 7-1 TSS

7-05.2 Description This work shall consist of constructing manholes, inlets, drywells, and catch basins, and connecting to existing structures of the types and sizes designated in accordance with the applicable requirements in the Contract Documents and in conformity with the lines and grades as staked by the Project Representative.

7-05.2 Materials

Delete in its entirety and replace with the following:

7-05.2 Materials

Materials shall meet the requirements of the following sections: Concrete As shown in the Contract Documents. Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill for Drywells 9-03.12(5) Rubber Gaskets 9-04.4 Flexible Plastic Gaskets 9-04.5 Metal Castings 9-05.15 Grate Inlets and Drop Inlets 9-05.16 Reinforcing Steel 9-07 Concrete Blocks 9-12.1 Concrete Brick 9-12.2 Precast Concrete Manhole 9-05.50(2) Precast Concrete Catch Basins 9-05.50(3) Precast Concrete Inlets 9-05.50(4) Precast Concrete Drywells 9-05.50(5) Underground Drainage Geotextile, Moderate Survivability 9-33.1

7-05.3 Construction Requirements

Delete in its entirety and replace with the following:

7-05.3 Construction Requirements

The excavation for all manholes, inlets, and catch basins shall be sufficient to leave 1 foot in the clear between their outer surfaces and the earth bank. The excavation for drywells shall be in accordance with the Drawings. The drywell and gravel backfill for drywell shall be completely encased in moderate survivability underground drainage geotextile in accordance with the Drawings. During construction of the drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the drywell. The cover or grating of a manhole, catch basin, or inlet shall not be grouted to final grade until the final elevation of the pavement, gutter, ditch, or sidewalk in which it is to be placed has been established, and until permission thereafter is given by the Project Representative to grout the cover or grating in place. Covers shall be seated properly to prevent rocking. The channels in manholes shall conform accurately to the sewer grade. Ladder rungs shall be grouted in the precast concrete walls. Rungs shall be uniformly spaced at 12 inches and be vertically aligned. In the event any pipe enters the manhole through the precast concrete units, the Contractor shall make the necessary cut through the manhole wall and steel mesh. The steel shall be cut flush with the face of the concrete and shall be cut in such a manner that it will not loosen the reinforcement in the manhole wall. The ends of all pipes shall be trimmed flush with the inside walls. Rubber gaskets or flexible plastic gaskets may be used in tongue and groove joints of precast units. Joints between precast manhole units used for sanitary sewers shall be rubber gasketed. All other joints and all openings cut through the walls shall be grouted and watertight. Mortar shall conform to the requirements of Section 9-04.3. If gaskets are used, handling of the precast units after the gasket has been affixed shall be done carefully to avoid disturbing or damaging the gasket or contaminating it with foreign material. Care shall be exercised to attain proper alignment before the joints are entirely forced home. During insertion of the tongue or spigot, the units shall be partially supported to minimize unequal lateral pressure on the gasket and to maintain concentricity until the gasket is properly positioned. Rigid pipes connecting to sanitary sewer manholes shall be provided with a flexible joint at a distance from the face of the manhole of not more than 1-1/2 times the nominal pipe diameter or 18 inches, whichever is greater. Flexible pipes connecting to sanitary sewer manholes shall be provided with an entry coupling or gasket approved by the Project Representative. No pipe joint in flexible pipe shall be placed within 10 feet of the manhole. Backfilling around the work will not be allowed until the concrete or mortar has thoroughly set. Catch basins, manholes, and inlets shall be watertight. Catch basin, grate inlet, and drop inlet connections to a sewer shall be so placed that the connecting pipe may be easily rodded over its entire length. After the connections are made, the Contractor shall rod all inlet and outlet pipes. All connections that cannot be successfully rodded shall be removed and new connections made. MARCH 2012 REV. Page 7-2 TSS

Backfilling of manholes, inlets, catch basins, and drywells shall be done in accordance with the provisions of Section 02300 “Earthwork” of the Technical Specifications. Manholes, catch basins, inlets, and drywells shall be constructed on a compacted or undisturbed level foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be of the Class shown on the Drawings or in the Technical Specifications. Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures shall conform to the requirements of the Contract Plan except as approved by the Project Representative. Any shoring or extra excavation required shall meet the applicable requirements of either Section 02300 “Earthwork” or Section 02321 “ Trenching, Backfilling and Compacting” of the Technical Specifications.

7-05.3(2) Delete in its entirety and replace with the following: 7-05.3(2) Abandon Existing Manholes

Where it is required that an existing manhole be abandoned, the Structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, and the manhole filled with sand and compacted to 90 percent density. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Project Representative. The ring and cover shall be salvaged and all other surplus material disposed of.

7-05.4 through 7-05.5 Deleted

7-07 CLEANING EXISTING DRAINAGE STRUCTURES

7-07.3 Construction Requirements

Delete subparagraph 2 and replace with the following

“2. While performing the Work, if drainage water and/or soil appear oily, exhibit an unusual color or odor, or if staining or corrosion is observed, stop work and immediately notify the Project Representative.”

Delete the last sentence and replace with the following

“While performing the Work, implement all necessary best management practices and measures to meet the conditions of Sections 015700 and 017419 of the Technical Specifications.”

7-07.4 through 7-07.5 Deleted

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.3(1)A Trenches

Delete in its entirety and replace with the following:

7-08.3(1)A Trenches

The length of trench excavation in advance of pipe laying shall be kept to a minimum. Excavations shall be either closed up at the end of the day or protected to the satisfaction of the Project Representative. The trench width, depth and grade shall be as shown on the Drawings. Trenches must be of sufficient width in the pipe zone to permit proper installation and bedding of the pipe and to provide the required compaction of backfill. Above the top of the pipe zone, the Contractor may excavate to any width. All ledgerock, boulders, and stones shall be removed to provide a minimum of 6 inches clearance under all portions of the pipe. Placement of bedding material shall precede the installation of all pipe. This shall include necessary leveling of the native trench bottom or the top of the foundation material as well as placement and compaction of required bedding material to a uniform grade so that the entire length of pipe will be supported on a uniformly dense unyielding foundation. When, after excavating to the foundation level, the material remaining in the trench bottom is determined to be unsuitable by the Project Representative, excavation shall be continued to such additional depth and width as required by the Project Representative. Unsuitable foundation materials shall be disposed of at an approved site. The trench foundation shall be backfilled to the bottom of the pipe zone with gravel backfill for foundations, gravel backfill for pipe zone bedding, or other suitable material, and compacted to form a uniformly dense, unyielding foundation.

MARCH 2012 REV. Page 7-3 TSS

All material excavated from trenches and piled adjacent to the trench shall be maintained so that the toe of the slope is at least 2 feet from the edge of the trench. It shall be piled to cause a minimum of inconvenience to public travel, and provision shall be made for merging traffic where necessary. Free access shall be provided to all fire hydrants, water valves, and meters; and clearance shall be left to enable free flow of storm water in gutters, conduits, or natural watercourses. If the excavated material, or portions there from, meet the requirements of Section 9-03.12(3), the Project Representative may require that such material, in the quantity required, be selectively removed, stockpiled separately, and used as pipe bedding instead of quantities of gravel backfill for pipe zone bedding. If material so stockpiled becomes contaminated, the Contractor shall furnish suitable material in an amount equal to that lost by contamination at no expense to the King County. All costs involved in storing, protecting, re-handling, and placing the material shall be included in other items of work on the project. Excavation for manholes and other structures connected to the pipelines shall be sufficient to provide a minimum of 12 inches between their surfaces and the sides of the excavation. The Contractor shall furnish, install, and operate all necessary equipment to keep excavations above the foundation level free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property or nuisance to the public. Sufficient pumping equipment in good working condition shall be available at all times for all emergencies, including power outage, and shall have available at all times competent workers for the operation of the pumping equipment. Where pipe is to be placed in a new embankment, the embankment shall be constructed as shown in the Drawings or as directed by the Project Representative for a distance each side of the pipe location of not less than five times the diameter and to a minimum height equal to one-half of the outside diameter of the pipe. The embankment material shall be compacted to 95 percent density and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 02300 “Earthwork” the Technical Specifications. The trench shall then be excavated to a width as specified in 02300 “Earthwork” of the Technical Specifications, and the pipe installed in accordance with the Contract Plan.

7-08.3(1)B Shoring

Delete in its entirety and replace with the following:

7-08.3(1)B Shoring

The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to protect the work, existing property, utilities, pavement, etc., and to provide safe working conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the work consistent with the most stringent of the applicable requirements of the local, State, or Federal safety codes. Upon completing the work, the Contractor shall remove all shoring unless the Drawings or the Project Representative direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least 2-1/2 pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor.

7-08.3(3) Backfilling

Delete in its entirety and replace with the following:

7-08.3(3) Backfilling

Placement of pipe zone backfill shall be performed in accordance with these requirements and the Contract Plan. Trenches shall be backfilled as soon after the pipe laying as possible. Pipe zone backfill material shall be clean earth or sand, free from clay, frozen lumps, roots, or moisture in excess of that permitting required compaction. Rocks or lumps larger than 3 inches maximum shall not be used for pipe zone backfill. Pipe zone backfill shall be placed in loose layers and compacted to 90 percent maximum density. Backfill shall be brought up simultaneously on each side of the pipe to the top of the pipe zone. The pipe shall then be covered to the top of the pipe zone and the materials compacted in a manner to avoid damaging or disturbing the completed pipe. Backfill above the pipe zone shall be accomplished in such a manner that the pipe will not be shifted out of position nor damaged by impact or overloading. If pipe is being placed in a new embankment, backfill above the pipe zone shall be placed in accordance with Section 02300 – “Earthwork”, or Section 02321 – “Trenching, Backfilling and Compacting” of the Technical Specifications. If pipe is being placed under existing paved areas, or roadways, backfill above the pipe zone shall be placed in horizontal layers no more than 6 inches thick and compacted to 95 percent maximum density. If pipe is being placed in non-traffic areas, backfill above the pipe zone shall be placed in horizontal layers no more than 6 inches thick and shall be compacted to 85 percent maximum density. All compaction shall be in accordance with the Compaction Control Test of Section 02300 – “Earthwork”, or Section 02321 – “Trenching, Backfilling and Compacting” of the Technical Specifications. Material excavated from the trench shall be used for backfill above the pipe zone, except that organic material, frozen lumps, wood, rocks, or pavement chunks larger than 6 inches in maximum dimension shall not be used.

MARCH 2012 REV. Page 7-4 TSS

Materials determined by the Project Representative to be unsuitable for backfill at the time of excavation shall be removed and replaced with imported backfill material. Backfilling of trenches in the vicinity of catch basins, manholes, or other appurtenances will not be permitted until the cement in the masonry has become thoroughly hardened. When it is required that a blanket of select material or bank run gravel is to be placed on top of the native backfill, the backfill shall be placed to the elevations shown in the Drawings, or to the elevations specified by the Project Representative. Compaction of the native material shall be as required by the King County and shall be performed prior to placing the select material. Surface material shall be loosened to whatever depth is required to prevent bridging of the top layer, but shall in no case be less than 18 inches. The Contractor shall not operate tractors or other over the top of the pipe until the backfill has reached a height of 2 feet above the top of the pipe.

7-08.4 through 7-08.5 Deleted

7-09 WATER MAINS

7-09.2 Materials

Appurtenances:

Delete in its entirety and replace with the following:

Appurtenances: Materials shall meet the requirements of the following Sections Concrete Blocking Per Drawings Detectable Marking Tape 9-15.18 Blow Off Assemblies 9-30.1, 9-30.2, 9-30.3, 9-30.6

Delete the last paragraph and replace with the following:

“The basis of acceptance shall be a certificate of compliance from the manufacturer of each product, as applicable, accompanied by two copies of pressure test results of the pipe or fittings involved.”

7-09.3(7) Trench Excavation

Delete the third paragraph and replace with the following:

“The length of trench excavation in advance of pipe laying shall be kept to a minimum. Excavations shall be either closed up at the end of the day or protected as required for compliance with Section 013529 of the Technical Specifications.”

7-09.3(15)A Ductile Iron Pipe

Delete the last sentence of the second paragraph and replace with the following:

“When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in the Contract General Terms and Conditions for Change Orders.” 7-09.3(21) Concrete Thrust Blocking

Delete the first paragraph and replace with the following:

“Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead ends, and crosses. Blocking shall be 3,000 psi @ 28 days commercial concrete poured in place.”

7-09.4 through 7-09.5 Deleted

7-12.4 through 7-12.5 Deleted

7-14.4 through 7-14.5 Deleted

7-15.4 through 7-15.5 Deleted

7-17.4 through 7-17.5 Deleted

MARCH 2012 REV. Page 7-5 TSS

7-18.4 through 7-18.5 Deleted

7-19.4 through 7-19.5 Deleted

MARCH 2012 REV. Page 7-6 TSS

DIVISION 8 MISCELLANEOUS CONSTRUCTION

Deleted References in General

All references to unit pricing, measurement, and payment in Division 8 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.3(1) General

Delete the paragraph before the last and replace with the following:

If the Project Representative orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff while the suspension remains in effect.

8-01.3(1)A Submittals

Delete the second paragraph and replace with the following:

“Modified TESC Plans shall meet the requirements imposed by either the Washington State Department of Ecology or the Agency having jurisdiction over the Work, whichever are the most stringent as determined by the Project Representative. The TESC Plan shall cover all areas that may be affected inside and outside the limits of the Project.”

8-01.3(1)B Erosion and Sediment Control (ESC) Lead

Delete in its entirety and replace with the following:

8-01.3(1)B Erosion and Sediment Control (ESC) Lead

The Contractor shall identify the ESC lead at the pre-construction conference and in the Temporary Erosion and Sedimentation Control (TESC) plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall implement the TESC plan. Implementation shall include, but shall not be limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC Plan to assure continued performance of their intended function. Damaged or inadequate TESC BMP’s shall be corrected immediately. 2. Updating the TESC Plan to reflect current field conditions. When a TESC Plan is included in the Contract Document, the Contractor shall inspect all on-site erosion and sediment control BMP’s at least once every calendar week and within 24-hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Project Representative no later than the end of the next working day following the inspection.

8-01.3(1)C Water Management

2. Process Water

Delete the first paragraph and replace with the following:

“2. Process Water – High pH process water or wastewater (nonstormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the State, including wetlands. Off-site disposal of concrete process water shall be in accordance with Section 015700 of the Technical Specifications.”

8-01.3(2)G Protection and Care of Seeded Areas

Delete in its entirety and replace with the following:

8-01.3(2)G Protection and Care of Seeded Areas

The Contractor shall be responsible to ensure a healthy stand of grass, otherwise, the Contractor shall restore eroded areas, clean up eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to King County. MARCH 2012 REV. Page 8-1 TSS

The Contractor shall be responsible for performing the following duties: 1. Areas which have been damaged through any cause prior to final inspection, and areas failing to receive a uniform application at the specified rate, shall be reseeded, refertilized, and remulched at the Contractor’s expense. 2. Seeded areas within the planting area shall be considered part of the planting area. Weeds within the seeded areas shall be controlled in accordance with Section 8-02.3(3).

8-01.3(2)I Deleted

8-01.3(15) Maintenance

Delete in its entirety and replace with the following:

8-01.3(15) Maintenance

Erosion control devices shall be maintained so they properly perform their function until the Project Representative determines they are no longer needed. The devices shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage and sediment deposits. Damage to or undercutting of the device shall be repaired immediately. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately one-third the height of the device the deposits shall be removed. Debris or contaminated sediment shall be legally disposed of off site. Clean sediments may be stabilized on site using approved best management practices when the Project Representative approves. Erosion control devices that have been damaged shall be repaired or replaced immediately by the Contractor.

8-01.4 through 8-03.5 Deleted

8-04 CURBS, GUTTERS, AND SPILLWAYS

8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways

Delete the first paragraph in its entirety and replace with the following:

“Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained concrete of the Classes shown on the Drawings.”

8-04.3(1)A Extruded Cement Concrete Curb

Delete the last paragraph in its entirety and replace with the following:

“The Contractor may substitute extruded cement concrete curb for extruded HMA concrete curb upon receiving written permission from the Project Representative. There will be no change in contract price if this substitution is allowed.”

8-04.3(5) through 8-04.5 Deleted

8-07 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB

8-07.4 through 8-07.5 Deleted

8-09 RAISED PAVEMENT MARKERS

8-09.4 through 8-09.5 Deleted

8-10 GUIDE POSTS

8-10.4 through 8-10.5 Deleted

8-12 CHAIN LINK FENCE AND WIRE FENCE

8-12.3(1)C Tension Wire and Tension Cable

Delete the last paragraph in its entirety and replace with the following:

MARCH 2012 REV. Page 8-2 TSS

“Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. The tension cable shall pass through the line post top, and one continuous length of cable shall be used between the pull posts. Sufficient tension shall be applied to the cable to allow a maximum sag of ¼ inch between posts after the chain link mesh has been attached to the cable. The Contractor shall provide temporary bracing on pull posts when applying tension to one length of cable at a time to prevent undue stresses on the pull post. The cable shall be fastened to the top of the pull post with an eye bolt through the post and a turnbuckle connecting the eye bolt to the cable. The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts with a short length of cable as shown in the Plans. All turnbuckles shall have a minimum of 1 inch take-up clearance after tensioning. The ends of all cables shall be seized with annealed iron wire for a distance of at least 1 inch. Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the “U” of the bolt presses against the dead end. Two clips shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking.”

8-12.4 through 8-12.5 Deleted

8-13 MONUMENT CASES 8-13.2 Materials Delete in its entirety and replace with the following: 8-13.2 Materials

Materials shall meet the following requirements: Concrete: 3,000 psi @ 28 days Monument Cases and Covers: per 9-22.1

8-13.4 through 8-13.5 Deleted

8-14 CEMENT CONCRETE SIDEWALKS

8-14.3 Construction Requirements

Delete in its entirety and replace with:

8-14.3 Construction Requirements

The portland cement concrete for the sidewalks shall be air entrained, 3,000 psi @ 28 days.

8-14.4 through 8-14.5 Deleted

8-15 RIPRAP

8-15.3(1) Excavation for Riprap

Delete in its entirety and replace with the following:

8-15.3(1) Excavation for Riprap

The foundation for riprap shall be excavated below probable scour or to the elevation shown on the Drawings, and no stone shall be laid or concrete placed until the footing is approved by the Project Representative. Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, as ditch excavation. All excavation or backfill above the level of the above described intersection and all dressing of the slope to be protected shall included in the Contract price. Before placing riprap, the slopes shall be dressed to the lines and grades as shown on the Drawings.

8-15.4 through 8-15.5 Deleted

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL

MARCH 2012 REV. Page 8-3 TSS

8-20.3(2) Excavating and Backfilling

Delete in its entirety and replace with the following:

8-20.3(2) Excavating and Backfilling

Excavating and Backfilling shall conform to the applicable requirements in Section 02300 – “Earthwork”, or Section 02321 – “Trenching, Backfilling and Compacting” of the Technical Specifications.

8-20.3(4) Foundations

Delete in its entirety and replace with the following:

8-20.3(4) Foundations

Foundations shall conform to the applicable requirements shown on the Drawings and the provisions in the Technical Specifications.

8-20.3(5) Conduit

Delete in its entirety and replace with the following:

8-20.3(5) Conduit

Installation of conduit shall conform to appropriate articles of the Code and these Specifications. The size of conduit used shall be as shown on the Drawings. Conduits smaller than 1-inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in ½-inch diameter conduit. It shall be the option of the Contractor, at no expense to King County, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and RGS outerduct. When installing rigid galvanized steel conduit and standard coupling cannot be used, an approved 3-piece coupling shall be used. The threads on all conduit shall be rust-free, clean. All couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Non-metallic conduit shall be assembled using the solvent cement specified in Section 9-29.1. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit. Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system. Metallic conduit bends, shall have a radius consistent with the requirements of Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Conduit shall be laid so that the top of the conduit is a minimum depth of: 1. 24-inches below the Subgrade including asphalt or concrete shoulder areas and asphalt or concrete sidewalk areas. 2. 48-inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 3 8-inches below the finish grade in all other areas. Galvanized steel conduit shall be installed at the following locations: 1. All open cut Roadway crossings. 2. All railroad crossings. 3. All runs installed at traffic signal installations unless nonmetallic is specified in the ContractDocuments. 4. All pole risers, except when as otherwise required by owning utilities. 5. All runs externally attached to structures. 6. All runs installed in barrier that is constructed by slip forming. Nonmetallic conduit may be employed as an alternate to metallic conduit at other locations unless specified otherwise in the Contract Documents. Where nonmetallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. Metallic and nonmetallic conduit installation shall include equipment grounding conductor and shall conform to requirements noted on the Drawings. Liquid tight flexible metal conduit is allowed only at locations called for on the Drawings. Aluminum conduit will be an alternate to galvanized steel conduit subject to the following: 1. The use of aluminum conduit shall be restricted to above ground locations. MARCH 2012 REV. Page 8-4 TSS

2. Aluminum conduit shall not be placed in concrete. Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Project Representative. The pavement shall not be disturbed unless shown on the Drawings, or with the approval of the Project Representative in the event obstructions or impenetrable soils are encountered. Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sand bags and a grout seal 12-inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000-PSI compressive strength at 7-days. In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8-20.1(1). Where directional boring is called for, conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled into the tunnel shall be installed in such a manner so the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Project Representative’s approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. Conduit installed using the directional boring method shall be UL listed High Density Polyethylene (HDPE) schedule 80 or rigid galvanized steel. The connection between HDPE conduit and conduit routed to associated junction boxes shall be made with an approved mechanical coupler. Bore pits shall be backfilled and compacted as shown on the Drawings. Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Project Representative, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Project Representative, additional work to place the conduit will be paid in accordance with Section 01025 of the Technical Specifications. When open trenching is allowed, trench construction shall be as shown on the Drawings. On new construction, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2-inches above the foundation vertically including grounded end bushing or end bell. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3-inches of the box wall nearest its entry location. Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated with bell ends. Fittings shall be installed in accordance with the current electrical codes. All covered underground conduit shall be cleaned with an approved sized mandreland blown out with compressed air prior to pulling wire. Conduits installed for future use shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Project Representative, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits scheduled for future use shall originate in a foundation or junction box as detailed ion the Drawings and terminate in a junction box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Standard Specification 8-20.3(9). Where surface mounting of conduit is required, supports shall consist of stainless steel channel with stainless steel or galvanized 2-hole clamps sized for the conduit. Support spacing shall comply with the Code or shall be as noted in the Contract Documents. Approved expansion fittings shall be installed at all expansion joints. Spacing of stainless steel channel supports for conduit shall not exceed 5-feet. Conduit clamps shall attach to the supports on both sides of the conduit with bolts and associated hardware. The minimum distance between adjacent clamps and between the clamp and the end of the supports shall be 1-inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. Channel installations shall provide for future conduit installation. Channel shall be at least 1-foot longer than required.

MARCH 2012 REV. Page 8-5 TSS

Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. Conduit runs shown on the Drawings are for bidding purposes only and may be changed, with approval of the Project Representative, to avoid obstructions. Conduit with innerduct shall be installed encased in controlled density fill, as shown on the Drawings. A maximum of 1000-feet of continuous open trench will be allowed, unless otherwise approved by the Project Representative. All conduit with innerduct exposed above grade level, or on any elevated Structures, or as noted on the Drawings shall be galvanized rigid steel conduit. Innerduct warning tape shall be placed above all innerduct installed in trenches. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a minimum 4 mils thicknesses and be 3-inches wide. The polyethylene shall be orange in color and printed in black with the words conveying message of Fiber Optic Cable Buried Below. Location 14 AWG stranded orange USE insulated wire shall be placed directly above all innerduct installed in trenches. Splices shall be crimped using a non- insulated butt splice, soldered and covered with moisture blocking heat shrink. After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Project Representative, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200-lb. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used innerducts (as specified on the Drawings) at the time of conduit installation, unless cable pulling for those innerducts will commence within 48-hours. Innerduct containing 1 cable shall be plugged using an expandable split plug. Innerducts with multiple cables shall be sealed with self-expanding waterproof foam. The waterproof foam shall not be placed more than 2-inches into the innerduct.

8-20.3(6) Junction Boxes ,Cable Vaults, and Pull boxes

Delete in its entirety and replace with the following:

8-20.3(6) Junction Boxes and Pull boxes

Standard junction boxes and pull boxes shall be installed at the locations shown on the Drawings. The Contractor may install, at no expense to King County, such additional boxes as may be desired to facilitate the Work. Junction box installation shall conform to details on the Drawings. Pull boxes shall be installed accordance with the following: 1. Excavation shall be performed in accordance with the requirements of the Technical Specifications, Section 02300 or 02321, as applicable. 2. Pull boxes shall be installed on 6-inches of crushed surfacing top course, per Section 9-03.9(3), placed on a compacted or undisturbed level foundation. 3. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the pull boxes. 4. Backfilling around the work shall not be allowed until the concrete or mortar has set. 5. Pull boxes shall be installed in accordance with details on the Drawings. 6. Pull boxes shall be configured such that the tensile and bending limitations of the fiber optic and other cables are not compromised. Pull boxes shall be configured to mechanically protect the fiber optic and other cables against installation force as well as inert forces after cable pulling operations. 7. Upon acceptance of Work, pull boxes shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 8. Where installed near steel casings, the pull boxes shall be offset 3-feet, minimum from the centerline of the casing. Factory bends shall be used to route the conduits to the pull box. Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction box lid becomes less than 6-inches or more than 8-inches in accordance with the Drawings. Pull boxes shall be adjusted to final grade using risers or rings manufactured by the pull box manufacturer. Pull boxes with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids resulting from the adjustment shall be backfilled with materials matching adjacent surfacing material and compacted in accordance with the requirements in the Contract Documents. Damage to the junction boxes, pull boxes and the associated conduit system, or wiring resulting from the Contractor’s operations, shall be repaired to the Project Representative’s satisfaction at no additional cost to King County. Both existing and new junction boxes and pull boxes shall be adjusted to be flush with the finished grade as well as with the grade during the various construction stages proposed in the Contract.

MARCH 2012 REV. Page 8-6 TSS

Where conduit and junction boxes are placed in barrier, the Contractor shall ensure that each junction box placed in the barrier is placed in correct alignment with respect to the barrier, with the face of the box flush or uniformly chamfered within ½- inch of the barrier surface. If any point on the surface of the junction box placed in the barrier is recessed more than ½-inch from the surface of the barrier, the Contractor shall install a box extension meeting the Project Representative’s approval and grout around the extension, or remove and replace the entire section of barrier.

8-20.3(11) Testing

Delete the first sentence of the fourth paragraph and replace with the following:

“When the project includes a traffic signal system, the Contractor shall conduct tests in conformance with the applicable provisions in the Technical Specifications.”

8-20.3(12) Painting

Delete in its entirety and replace with the following:

8-20.3(12) Painting

“Painting shall be done in conformance with the applicable provisions in the Technical Specifications.”

8-20.3(13) through 8-20.3(13)E Deleted

8-20.3(14)C Induction Loop Vehicle Detectors

Delete the last sentence of sub- paragraph 4.

8-20.3(14)D Test for Induction Loops and Lead-in Cable

Delete the first Subparagraph in its entirety and replace with:

“All tests shall be performed by the Contractor in the presence of the Project Representative for each loop. The tests shall be performed at the amplifier location after complete installation of the loop. All costs associated with testing shall be included in the Contract Price.”

8-20.3(14)E Signal Standards

Delete in its entirety and replace with the following:

8-20.3(14)E Signal Standards

Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the Contract Documents and the following: 1. All dimensions and orientations will be field verified by the Project Representative prior to fabrication. 2. The signal standard component identification shall conform to details on the Drawings. 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring installation shall conform to details on the Drawings for slip base wiring. 4. No field drilling will be allowed on signal mast arms except for the installation of any required pre-empt indicators, pre- empt detectors, microwave detector, or type “N” signal mountings. The maximum diameter shall be 1-inch. 5. All pole entrances required for pole-mounted signal heads, cabinets, signs, pedestrian push button assemblies, etc., shall be field drilled. 6. Damage to the galvanized pole surface resulting from field drilling shall be repaired with approved zinc rich paint. 7. Field welding will not be allowed, except as shown on the Drawings. 8. All tenons shall be factory installed. 9. All welding shall be completed prior to galvanizing. 10. Foundations shall be constructed to provide the pole orientation noted on the Drawings. Anchor bolts shall be tightened in conformance with the applicable requirements in the Contract Documents. 11. Slip base installation for Type RM and FB signal standards shall conform to the applicable slip base installation requirements specified in the Contract Documents except that the specified torque for the ¾-inch diameter clamping bolts shall be 50 foot-pounds. 12. The pole shall be plumbed after signal heads are installed. 13. The space between the bottom base plate and the top of foundation shall be filled with grout with a ⅜-inch plastic drain tube. Signal standards shall not be erected on concrete foundations until the foundations have attained 2400-PSI or 14-days after concrete placement. Signal standards without mast arms may be erected after 72-hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400-PSI or 14-days after concrete placement. MARCH 2012 REV. Page 8-7 TSS

Signal supports used with portable traffic signal systems shall provide a minimum of 2 signal displays, spaced a minimum of 8-feet apart. When portable traffic signals are used to provide alternating one-way control, a minimum of 1 of the signal displays shall be suspended over the traveled way. The minimum vertical clearance to the traveled way for this signal display is 16-feet 6- inches. Timber strain poles shall be set a burial depth of 10-percent of the total length plus 2-feet and shall be raked as noted on the Drawings.

8-20.3(15) Grout

Delete in its entirety and replace with the following:

8-20.3(15) Grout

Grout shall conform to the applicable requirements in the Technical Specifications.

8-20.3(17) “As Built” Plans

Delete in its entirety and replace with the following:

8-20.3(17) “As Built” Plans

Upon Physical Completion of the Work, the Contractor shall submit corrected shop drawings, schematic circuit diagrams, or other drawings as necessary for the County to prepare corrected Drawings to show the Work as constructed. These drawings shall conform to the provisions of the Technical Specifications, Section 01720.

8-20.4 through 8-21.5 Deleted

8-22 PAVEMENT MARKING

8-22.1 Description

Delete in its entirety and replace with the following:

8-22.1 Description

This work shall consist of furnishing, installing, and removing pavement markings upon the roadway surface in and at the locations shown on the Drawings, all in accordance with the Contract Document.

8-22.3(6) Removal of Pavement Markings Delete in its entirety and replace with the following:

8-22.3(6) Removal of Pavement Markings Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If, in the opinion of the Project Representative, the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor to the satisfaction of the Project Representative and at no cost to the County. Sand or other material deposited on the pavement as a result of removing lines and markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted.

8-22.4 through 8-23.5 Deleted

8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING

8-24.3(1)B Excavation Delete in its entirety and replace with the following:

8-24.3(1)B Excavation Excavation shall conform to Section 310000 – “Earthwork”, or Section 312333 – “Trenching, Backfilling and Compacting” of the Technical Specifications, and to the limits and construction stages shown on the Drawings.

MARCH 2012 REV. Page 8-8 TSS

The Contractor shall restrict the excavation limits to the length of rock wall that can be constructed in one day’s work, except as otherwise noted. The Project Representative may permit excavation beyond the limits that can be completed in one day’s work provided the Contractor either demonstrates that the excavation will remain stable until the rock wall is completed, or shores the excavation in accordance with Section 310000, or Section 312333 of the Technical Specifications.

8-24.3(1)C Foundation Preparation Delete in its entirety and replace with the following:

8-24.3(1)C Foundation Preparation The foundation for the wall shall be graded as shown on the Drawings.

Prior to rock placement, the foundation, if not in rock, shall be compacted as approved by the Project Representative. Any foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 310000, or Section 3123331 of the Technical Specifications. Base course rocks shall have full contact with the foundation soils. If necessary, the excavation shall be shaped to fit the rocks. Rocks may be dropped to shape the ground provided the rocks do not crack. Cracked rocks shall be replaced and the foundation regraded to fit the replacement rock.”

8-24.3(2) Gravity Block Wall Delete the first paragraph and replace with the following:

“Excavation shall conform to Section 310000, or Section 312333 of the Technical Specifications, and shall be to the limits and construction stages shown on the Drawings. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 310000, or Section 312333 of the Technical Specifications. Slope above the gravity block wall shall be established prior to beginning any excavation for the wall.”

8-24.3(3) through 8-24.5 Deleted

MARCH 2012 REV. Page 8-9 TSS

DIVISION 9 MATERIALS

Deleted References in General

All references to unit pricing, measurement, and payment in Division 9 of the WSDOT Standard Specifications are deleted. Measurement and Payment shall be as established in Section 01 29 00 of the Contract Specifications.

9-00 DEFINITIONS AND TESTS

9-00.9 Field Test Procedures

Delete the last sentence in its entirety.

9-01 PORTLAND CEMENT

9-01.3 Tests and Acceptance

Delete the last paragraph in its entirety.

9-03 AGGREGATES 9-03.1(1) General Requirements Delete the fourth paragraph and replace with the following: “When Commercial Concrete is specifically called for in the Drawings or the Technical Specifications the aggregates for use therein shall not require mitigation.” 9-03.8(7) HMA Tolerances and Adjustments

Delete in its entirety and replace with the following: 9-03.8(7) HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Statistical Nonstatistical Commercial Evaluation Evaluation Evaluation Aggregate, percent passing 1”, 3/4”, 1/2” and 3/8” sieves ±6% ±6% ±8% U.S. No. 4 sieve ±5% ±6% ±8% U.S. No. 8 sieve ±4% ±6% ±8% U.S. No. 200 sieve ±2.0% ±2.0% ±3.0% Asphalt binder ±0.5% ±0.5% ±0.7%

VMA 1% below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum

These tolerance limits constitute the allowable limits. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. The tolerances for VMA, VFA and Va are for mix design verification and acceptance of the test section. VMA and VFA only apply to HMA accepted by statistical evaluation. 2. Job Mix Formula Adjustments. An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Project Representative. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below.

MARCH 2012 REV. Page 9-1 TSS

A. Aggregates. The maximum adjustment from the approved mix design shall be 2 percent for the aggregate passing the 1½”, 1”, ¾”, ½”, ⅜”, and the U.S. No. 4 sieves, 1 percent for aggregate passing the U.S. No. 8 sieve, and 0.5 percent for the aggregate passing the U.S. No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). B. Asphalt Binder Content. The Project Representative may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent.

9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.6 through 9-05.6(8)B Deleted 9-05.9 Steel Spiral Rib Storm Sewer Pipe 9-05.9(1)A Basis for Acceptance

Delete in its entirety and replace with the following: 9-05.9(1)A Basis for Acceptance

The basis for acceptance will be a certification of prior approval for use in WSDOT contracts for each manufacturer of spiral rib lock seam steel pipe. Continuous lock seam pipe shall be sampled and tested in accordance with AASHTO T 249.

9-05.10 Steel Storm Sewer Pipe 9-05.10(2) Basis for Acceptance

Delete in its entirety and replace with the following: 9-05.10(2) Basis for Acceptance

The basis for acceptance will be a certification of prior approval for use in WSDOT contracts for each manufacturer of steel storm sewer pipe.

9-05.11 Aluminum Storm Sewer Pipe 9-05.11(2) Basis for Acceptance

Delete in its entirety and replace with the following: 9-05.11(2) Basis for Acceptance

The basis for acceptance will be a certification of prior approval for use in WSDOT contracts for each manufacturer of aluminum storm sewer pipe.

9-05.17 Aluminum Spiral Rib Storm Sewer Pipe 9-05.17(1)A Basis for Acceptance

Delete in its entirety and replace with the following: 9-05.17(1)A Basis for Acceptance

The basis for acceptance will be a certification of prior approval for use in WSDOT contracts for each manufacturer of aluminum spiral rib storm sewer pipe. Continuous lock seam pipe shall be sampled and tested in accordance with AASHTO T 249.

9-07 REINFORCING STEEL 9-07.3 Epoxy-Coated Steel Reinforcing Bars

Delete subparagraphs 7 through 9 in their entirety.

MARCH 2012 REV. Page 9-2 TSS

9-07.5 Dowel Bars (For Cement Concrete Pavement)

Delete in its entirety and replace with the following: 9-07.5 Dowel Bars (For Cement Concrete Pavement)

Dowel bars shall be plain steel bars of the dimensions shown on the Drawings. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60, and shall be coated in accordance with ASTM A934. The thickness of the epoxy coating shall be 10 mils, plus or minus 2 mils. In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5 and 6 shall apply. 9-07.10 through 9-07.11 Deleted

9-08 PAINTS AND RELATED MATERIALS

9-08.1(7) Acceptance

Delete in its entirety and replace with the following: 9-08.1(7) Acceptance

Paints will be accepted upon submittal of a manufacturer’s notarized certification. This certification shall contain a statement by the manufacturer to the effect that the material meets the paint type Specification, and it shall include a list of materials and quantities used. One copy of the certificate shall accompany the documentation submitted in conformance withy the requirements of Section 013300 of the Technical Specifications.

9-08.4(7) Standard Colors

Delete in its entirety and replace with the following: 9-08.4(7) Standard Colors

When the paint is required to match a standard color, the manufacturer may obtain a sample of the required color without cost upon application to the County.

9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS 9-13.5(2) Poured Portland Cement Concrete Slope Protection

Delete in its entirety and replace with the following: 9-13.5(2) Poured Portland Cement Concrete Slope Protection

Cement concrete for poured concrete slope protection shall be 3,000 psi @ 28 days.

9-16 FENCE AND GUARDRAIL 9-16.1(1)E Chain Link Gates

Delete the third sentence of the first paragraph and replace with the following:

“Welding shall conform to the requirements of AWS.”

9-16.1(1)F Concrete

Delete in its entirety and replace with the following: 9-16.1(1)F Concrete

All concrete for chain link fence shall be as shown on the Drawings. 9-16.1(2) Approval

Delete in its entirety and replace with the following:

MARCH 2012 REV. Page 9-3 TSS

9-16.1(2) Approval

Approval of materials for chain link fence shall be as set forth in the Technical Specifications. 9-16.2(1)J Concrete

Delete in its entirety and replace with the following: 9-16.1(1)J Concrete

All concrete for wire fence shall be as shown on the Drawings. 9-16.2(2) Approval

Delete in its entirety and replace with the following: 9-16.2(2) Approval

Approval of materials for wire fence shall be as set forth in the Technical Specifications. 9-16.3 through 9-16.8(2) Deleted

9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.6 Chemical Admixtures for Concrete

Delete in its entirety and replace with the following: 9-23.6 Chemical Admixtures for Concrete

Chemical admixtures for use in concrete shall meet the following specifications:

Admixture Specification Air-entraining AASHTO M 154 ASTM C 260 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A Set Retarding AASHTO M 194 Type B ASTM C 494 Type B * Accelerating AASHTO M 194 Type C ASTM C 494 Type C Water Reducing/ Set Retarding AASHTO M 194 Type D ASTM C 494 Type D * Water Reducing/ Accelerating AASHTO M 194 Type E ASTM C 494 Type E High Range Water Reducing AASHTO M 194 Type F and G ASTM C 494 Type F and G * Accelerating admixtures are only allowed for use in the following applications: In Controlled Density Fill (also known as Controlled Low Strength Material), in Portland Cement Concrete Pavement in accordance with Section 5-05, and in Section 5- 05.3(1) Concrete Mix Design for Paving.

In addition to the above specifications, admixtures proposed for use shall contain less than one percent chloride ion (Cl- ) by weight of admixture and only non-chloride accelerating admixtures shall be used.

Acceptance of admixtures will be based on Manufacturer’s Certificate of Compliance.

If required by the Project Representative, admixtures shall be sampled and tested before they are used.

Samples shall be submitted for testing 10 days prior to use.

9-25 WATER 9-25.1 Water for Concrete

Delete in its entirety and replace with the following: 9-25.1 Water for Concrete

Water for mortar or concrete shall be clear and apparently clean. If the water contains substances that cause discoloration, unusual or objectionable smell or taste, or other suspicious content, the Project Representative may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C94M Section 5.1.3, Tables 2 and 3. Water from mixer washout operations may be used in concrete provided it meets or exceeds the above criteria as well as the following additional requirements:

MARCH 2012 REV. Page 9-4 TSS

1. Concrete with water from mixer washout operations shall not be used in modified concrete overlays, or prestressed concrete. 2. Specific Gravity shall not exceed 1.07. 3. Alkalies, expressed as [Na2O+0.658 K2O], shall not exceed 600 ppm. 4. Shall be free of coloring agents. 5. If the wash water contains admixtures from different manufacturers, the Contractor shall provide evidence that the combination of admixtures are compatible and do not adversely affect the air void system of the hardened concrete. 6. All tests to verify that the physical and chemical requirements are met, shall be conducted on the following schedule a. The physical requirements shall be tested on weekly intervals for four weeks and thereafter on monthly intervals. b. The chemical requirements shall be tested on monthly intervals. c. The specific gravity shall be determined daily in accordance with ASTM D 1429, Test Method D. The Contractor shall use the services of a Laboratory that has an equipment calibration/ verification system, and a technician training and evaluation process per AASHTO R-18 to conduct all tests. The laboratory shall use testing equipment that has been calibrated/ verified at least once within the past 12 months to meet the requirements of each test procedure in accordance with the appropriate section of AASHTO R-18. Documentation of tester qualifications and equipment verification records shall be maintained and available for review by the County upon request. Reviews of the laboratory facility, testing equipment, personnel, and all qualification, calibration, and verification records will be conducted at the County’s discretion. 9-26 EPOXY RESINS 9-26.1(3) Certification

Delete in its entirety and replace with the following: 9-26.1(3) Certification

If requested by King County, the manufacturer of the epoxy system shall certify that components A and B meet the requirements of this Specification before a sample will be accepted for testing by King County.

9-26.1(5) Deleted 9-26.3(5) Deleted

9-28 SIGNING MATERIALS AND FABRICATION 9-28.1(2) Deleted 9-28.14(1) Timber Sign Posts

Delete in its entirety and replace with the following: 9-28.14(1) Timber Sign Posts

Timber sign posts shall be treated Douglas Fir or treated Hem-Fir meeting the grades and treatment noted on the Drawings.

9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes

Delete the second paragraph in its entirety and replace with the following:

“Material for Heavy-Duty Cable Vaults and Pull boxes shall conform to the following: Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316”

9-30 WATER DISTRIBUTION MATERIALS

Delete the first three paragraphs in their entirety and replace with the following:

MARCH 2012 REV. Page 9-5 TSS

This Specification addresses pipe and appurtenances 16-inches in diameter and smaller. Water distribution material incorporated in the Work shall be new. The Contractor shall provide to the Project Representative the names of the manufacturer(s) of the water distribution materials proposed for inclusion in the Work, which materials shall conform in every respect to the requirements in the Contract Documents. In addition to the names of the manufacturer(s) of the water distribution materials the Contractor shall provide to the Project Representative, a Manufacturer’s certificate of compliance with the specified requirements for the materials proposed for inclusion in the Work. The Project Representative shall have free access to all testing and records pertaining to material to be delivered to the job site.

9-34 PAVEMENT MARKING MATERIAL 9-34.1 General

Delete the first paragraph and replace with the following: “Pavement marking materials in this Section consist of paint, plastic, tape or raised pavement markers as listed below:

9-35 TEMPORARY TRAFFIC CONTROL MATERIALS

9-35.0 General Requirements Delete the first paragraph and replace with the following:

“Temporary traffic control materials in this section consist of various traffic communication, channelization and protection items listed below:”

Delete the second paragraph and replace with the following:

The basis for acceptance of temporary traffic control devices and materials shall be visual inspection by the Project Representative. No sampling or testing will be done except that deemed necessary to support the visual inspection. Unless otherwise noted, requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. Certification for crashworthiness according to NCHRP 350 will be required.

9-35.7 Traffic Safety Drums Delete the third paragraph and replace with the following:

“Drums and light units shall meet the crashworthiness requirements of NCHRP 350.”

9-35.13 Tall Channelizing Devices Delete the sixth paragraph and replace with the following:

“Warning lights are not required unless specifically shown on the traffic control Plan but provisions for securely attaching a warning light are required. The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350.”

MARCH 2012 REV. Page 9-6 TSS CONTRACT DRAWINGS C01331C19 C01331C19 C01331C19 C01331C19 C01331C19 C01331C19